Loading...
HomeMy WebLinkAboutResolution - 2007-R0018 - Contract - Lee Lewis Construction Inc.- Youth Sports Facility - 01_12_2007Resolution No. 2007-R0018 January 12, 2007 Item No. 5.13 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LU13BOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock and Lee Lewis Construction, Inc., of Lubbock, Texas, for construction manager services for Phase I, Youth Sports Facility (RFP #07-700- BM), which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 12th day of January , 2007. ATTEST: -jRa- Rebecca Garza, City Secretary YP-ROVED AS TO CO 'NT: Scott Snider, Assistant City Manager/Community Services APPROVED AS TO FORM: Don Vandiver, A orney of Counse DDres/LeeLewisMonRes December 20, 2006 ■ ��: �,`"`a�` '} '� � ` �" � ` �, a {b O u 5 �� A k ��� � �', ama# li. ��i. City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE IO2, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2163 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: RFP# 07-700-13M, Addendum # 1 ADDENDUM # I RFP # 07-700-BM Construction Manager at Risk Youth Sports Facility Phase One December 6, 2006 December 12, 2006 @ 2:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The RELATIVE WEIGHTS for the EVALUATION CRITERIA are as indicated on the attached sheet. 2. The most current Drilling Log and two Well Reports are attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to bmacnair@Mylubbock.us . THANK YOU, CITY OF LUBBOCK Fzuce 712ac72avc Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the City of Lubbock Interim Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Interim Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. RFP# 07-700-BMAd1 CM at Risk Youth Sports Complex - Evaluation Criteria % Weight CRITERIA ONE: Respondent's statement of qualifications and availability to undertake the project 3 CRITERIA TWO: Respondent's ability to provide construction management services 5 CRITERIA THREE: Qualifications of Construction Manager at Risk Team 6 CRITERIA FOUR: Respondent's past performance on representative CM-R projects 8 CRITERIA FIVE: Respondent's past perfprmance on City of Lubbock projects 8 CRITERIA SIX: Respondent's ability to establish budgets and control costs on past projects 9 CRITERIA SEVEN: Respondent's ability to meet schedules on past projects 9 CRITERIA EIGHT: Respondent's knowledge of current construction methodologeis, technologies, and Best Practices 3 CRITERIA NINE: Respondent's ability to identify and resolve problems on past projects 3 CRITERIA TEN: Respondent's Pre -construction Phase Services and Project Execution Plan for this Project 7 CRITERIA ELEVEN: Respondent's Construction Phase Services and Project Execution Plan for this Project 7 CRITERIA TWELVE: Respondents estimating and cost control measures for this project 7 CRITERIA THIRTEEN: Respondents project planning and scheduling for this project 3 CRITERIA FOURTEEN: Respondents quality control and commissioning program for this project 3 CRITERIA FIFTEEN: Respondent's general understanding of the City of Lubbock's CM-R agreement 2 CRITERIA SIXTEEN: Respondent's job site safety program for this project 3 CRITERIA SEVENTEEN: Respondent's warranty and service support program for this project 3 CRITERIA EIGHTEEN: Respondent's pricing and delivery proposal 9 CRITERIA NINETEEN: Execution of offerer 2 100 HI Plains Drilling, Inc. TbiWon": (804) 248.1671 (SM 773-2571 Fax (M) 2W26ed - PA lSm 7W • Abwn", Tway 70311 To: Zoltan Fekdte From: Ken Gent Date: September 12, 2006 Fax: 773-3344 WELL STATIC ESTIlHATIED SCREW TD Dupree 13.5 I Z200 40 115 Buster Long 27 150-200 40 124 Huneke 8.6 250.300 60 126 :Miller Wen 15 250-300 60 118 'Millor East 14.2 250.300 60 119 Moculloush 37 200.230 60 128 Leftwich S 27.4 130.200 60 120 Leftwich NE 33 130.200 60 117 Leftwich NW 24.2 150.200 60 108 Clapp SW 25 100.1SO 60 1GO Clapp SE 34.6 200-250 60 128 Clapp NW 30 150-200 60 . 107 Wainer 2A 5N75 40 112 Tech Terrace 17.6 50.100 40 122 Hood 25.5 200-"0 40 129 1585/M )wAUkW SW 123 20-40 20 147 Wood 82 50-73 40 133 Higginbot m 39 150.200 60 158 Well Report: Tracking #:93174 Pagel of 2 STATE OF TEXAS WELL REPORT for Tracking #93174 Owner: CITY OF LUBBOCK Owner Well #: NE Address: P. O. BOX 2000 Grid #: 23-334 LUBBOCK, TX 79457 Well Location: 1585 & MILWAUKEE Latitude: 33° 28' 50" N TX Well County: Lubbock Longitude: 101 ° 57, 00" W Elevation: No Data GPS Brand Used: GARMIN Type of Work: New Well Proposed Use: Test Well Drilling Date: Started: 9/20/2006 Completed: 9120/2006 Diameter of Hole: Diameter: 4.75 In From Surface To 160 ft Drilling Method: Mud Rotary Borehole No Data Completion: Annular Seal Data: 1st Interval: From 0 ft to 160 ft with CEMENT (#sacks and material) 2nd Interval: No Data 3rd Interval: No Data Method Used: No Data Cemented By: HI PLAINS DRILLING, INC. Distance to Septic Field or other Concentrated Contamination: No Data Distance to Property Una: No Data Method of Verification: No Data Approved by Variance: No Data Surface No Data Completion: Water Level: Static level: 125 ft. below land surface on 9/20/2006 Artesian flow: No Data Packers: No Data Plugging Into: The well was plugged within 48 hours. Casing left in well: Cement/Bentonite left In well: From (ft) To (ft) From (ft) To (ft) Cem/Bent Sacks Used CEMENT FROM 0-160 Type Of Pump: No Data Well Tests: No Data Water Quality: Type of Water: No Data Depth of Strata: No Data Chemical Analysis Made: No Data Did the driller knowingly penetrate any strata which contained undesirable constituents: No Certification Data: The driller certified that the driller drilled this well (or the well was drilled under the driller's direct supervision) and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the log(s) being returned for completion and resubmittal. Well Report: Tracking #:93174 Page 2 of 2 Company HI PLAINS DRILLING, INC. Information: P. O. BOX 730 ABERANTHY , TX 79311 Driller License 54667 Number. Licensed Well LEEROY TREVINO Driller Signature: Registered Driller No Data Apprentice Signature: Apprentice No Data Registration Number: Comments: No Data IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX. OCC. CODE Title 12, Chapter 1901.251, authorizes the owner (owner or the person for whom the well was drilled) to keep information in Well Reports confidential. The Department shalt hold the contents of the well log confidential and not a matter of public record if it receives, by certified mail, a written request to do so from the owner. Please include the report's Tracing number (Tracking #93174) on your written request. Texas Department of Licensing & Regulation P.O. Box 12157 Austin, TX 78711 (512) 463-7880 DESC. & COLOR OF FORMATION MATERIAL From (ft) To (ft) Description 0 - 5 TOP SOIL 5 - 22 CALICHE AND CLAY 22 - 42 SANDSTONE, SAND, CLAY 42 - 48 HARD SANDROCK 48 - 62 SANDSTONE, SAND, ROCK STRKS 62 - 83 SANDY CLAY, SAND, SANDSTONE 83 - 94 SANDSTONE, SAND, GRAVEL STRKS, CLAY 94 -101 SANDY CLAY, SAND, SANDSTONE 101 -112 TIGHT SANDSTONE, SAND, GRAVEL 112 .127 LOOSE SAND, GRAVEL 127 -144 COARSE SAND, LARGE GRAVEL 144 -160 BLUE CASING, BLANK PIPE & WELL SCREEN DATA Dia. New/Used Type Setting From/To PLUGGED AND ABANDONED httn-//114.125 70 215/rfriliPrs-new/incPrfwellri-nnrtnrint acn 9/20/9.006 Well Report: Tracking #:93197 Pagel of 2 STATE OF TEXAS WELL REPORT for Tracking #93197 Owner: CITY OF LUBBOCK Address: P. O. BOX 2000 LUBBOCK, TX 79457 Well Location: 1585 & MILWAUKEE TX Well County: Lubbock Elevation: No Data CType of Work: New Well Owner Well #: SW Grid #: 2333-2 Latitude: 330 28' 41" N Longitude: 101* 57' 17" W GPS Brand Used: GARMIN Proposed Use: Test Well Drilling Date: Started: 8/30/2006 Completed: 9/20/2006 Diameter of. Hole: Diameter. 4.75 in From Surface To 160 ft Drilling Method: Mud Rotary Borehole No Data Completion: Annular Seal Data: 1st Interval: From 0 ft to 160 ft with CEMENT (#sacks and material) 2nd Interval: No Data 3rd Interval: No Data Method Used: No Data Cemented By: HI PLAINS DRILLING, INC. Distance to Septic Field or other Concentrated Contamination: No Data Distance to Property Line: No Data Method of Verification: No Data Approved by Variance: No Data Surface No Data Completion: Water Level: Static level: 123 ft. below land surface on $130/2006 Artesian flow: No Data Packers: No Data Plugging Info: Casing left In well: CementlBentonite left in well: From (ft) To (ft) From (ft) To (ft) Cem/Bent Sacks Used CEMENT FROM 0-160 Type Of Pump: No Data Well Tests: No Data Water Quality: Type of Water. No Data Depth of Strata: No Data Chemical Analysis Made: No Data Did the driller knowingly penetrate any strata which contained undesirable constituents: No Certification Data: The driller certified that the driller drilled this well (or the well was drilled under the driller's direct supervision) and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the log(s) being returned for completion and resubmittal. htti)://l34.125.70.235/drillers-new/insertwellret)ortnrint.asn 9/20/2006 Well -Report: Tracking #:93197 Page 2 of 2 Company HI PLAINS DRILLING, INC. information: P. O. BOX 730 ABERANTHY , TX 79311 Driller License 54667 Number: Licensed Well LEEROY TREVINO Driller Signature: Registered Driller No Data Apprentice Signature: Apprentice No Data Registration Number. Comments: No Data IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX. OCC. CODE Title 12, Chapter 1901.251, authorizes the owner (owner or the person for whom the well was drilled) to keep information In Well Reports confidential. The Department shall hold the contents of the well log confidential and not a matter of public record If it receives, by certified mail, a written request to do so from the owner. Please include the reports Tracking number (Tracking #93197) on your written request. Texas Department of Licensing & Regulation P.O. Box 12157 Austin, TX 78711 (512) 463-7880 DESC. & COLOR OF FORMATION MATERIAL From (ft) To (ft) Description 0 - 4 TOP SOIL 4 -17 CALICHE AND CLAY 17 - 32 SANDSTONE, SAND, SANDY CLAY 32 - 74 SAND, SANDSTONE 74 -111 SANDY CLAY, SAND, SANDSTONE 111 -116 SANDY CLAY, SAND, GRAVEL 116 -123 TIGHT SAND, GRAVEL, CLAY STRKS 123 -142 SAND, GRAVEL 142 -153 GREEN CLAY 153 -160 BLUE CASING, BLANK PIPE & WELL SCREEN DATA Dia. New/Used Type Setting From/To PLUGGED AND ABANDONED httn•//1.14.125 70 ?..IS/rlrillerc_new/incertwellrennrtnrint acn 9/?.n/2006 AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER -AT -RISK This Agreement is made as of January 12, 2007 (the "Effective Date"), by and between The Owner: The City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so. and Construction Manager: Lee Lewis Construction, Inc., 7810 Orlando Avenue, Lubbock, TX 79464 for the Project: Construction Manager at Risk Services, Phase I, Youth Sports Facility Project Architect: Stephen L. Faulk, AIA. , MWM Architects, Inc., The Owner and the Construction Manager agree as follows: TABLE OF CONTENTS ARTICLE ARTICLE 1 SCOPE OF WORK 18 DISPUTE RESOLUTION 2 CONTRACT DOCUMENTS 19 PROJECT TERMINATION & 3 DEFINITIONS SUSPENSION 4 CONTRUCTION MANAGER'S 20 INDEMINTY GENERAL RESPONSIBILIES 21 SPECIAL WARRANTIES 5 PRE -CONSTRUCTION PHASE 22 CERTIFICATION OF NO ASBESTOS - SERVICES CONTAINING MATERIALS OR WORK 5.1 General Coordination 23 MISCELLANEOUS PROVISIONS -' 5.2 Constructability Program 24 COMPENSATION 5.3 Scheduling 24.1 Construction Cost Limitation 5.4 Budget and Cost Consultation 24.2 Pre -Construction Phase Fee 5.5 Coordination of Design and 24.3 Construction Phase Fee Construction Contract Documents 24.4 Limitation on General Condition Costs -' 5.6 Construction Planning and Bid 25 OTHER TERMS AND CONDITIONS Package Strategy 25.1 Time of Completion 5.7 Obtaining Bids/Proposals for the 25.2 Liquidated Damages Work 25.3 Estimated Construction Cost Reports s 5.8 Safety 25.4 Notices 6 PRE -CONSTRUCTION PHASE FEE 25.5 Party Representatives 7 GUARANTEED MAC RVIUM PRICE 25.6 Construction Document Sets PROPOSAL 25.7 OCIP Insured Project 8 CONSTRUCTION PHASE SERVICES 25.8 List of Exhibits f 9 OWNER'S RESPONSIBLITES Ex.A Uniform General & Supplementary .a 10 OWNERSHIP AND USE OF Conditions DOCUMENTS Ex.B Owner's Specifications 11 TIME Ex.0 Allowable General Conditions Line 12 PAYMENTS Items 12.1 General Requirements . Ex.D Guaranteed Maximum Price Proposal 12.2 Pre -Construction Phase Payments Form 12.3 Construction Phase Payments Ex.E Security Bond LAI 13 DIRECT CONSTRUCTION COST Ex.F CM's Personnel & Monthly Salary 13.1 General Conditions Cost Rate 13.2 Cost of the Work Ex.G Constructability Implementation 13.3 Construction Manager's Contingency Program Ex.H Policy on Utilization, Historically 14 CONSTRUCTION PHASE FEE Underutilized Businesses 15 CONTRACT SAVINGS, ALLOWANCES, Ex.I HUB Subcontracting Plan for Pre - REBATES & REFUNDS Construction Phase Services 16 PRE-EXISTING CONDITIONS & DESIGN ERRORS AND OMMISSIONS Ex. J Additional Services Proposal 17 BONDS AND INSURANCE ARTICLE 1 SCOPE OF WORK The Construction Manager has overall responsibility for and shall provide complete Pre -Construction Phase and Construction Phase Services and furnish all materials, equipment, tools and labor as necessary or reasonably inferable to complete the Work, or any phase of the Work, in accordance with the Owner's requirements and the terms of the Contract Documents. ARTICLE 2 CONTRACT DOCUMENTS 2.1 The Contract Documents consist of. a. This Agreement and all exhibits and attachments listed, contained or referenced in this Agreement; b. The General Conditions for Building Construction Contracts for the City of Lubbock; c. Special Conditions and Owner's Specifications; d. All Addenda issued prior to the Effective Date of this Agreement; e. The Guaranteed Maximum Price Proposal when accepted by the Owner and executed by the parties; f. All Change Orders issued after the Effective Date of this Agreement; g. The Drawings, Specifications, details and other documents developed by Project Architect to describe the Project and accepted by Owner; h. The Drawings and Specifications developed or prepared by Owner's other consultants, if any, and accepted by the Owner; and i. The Subcontracting plan submitted by the Construction Manager in response to the Request for Proposals issued by the Owner for this Project. 2.2 The Contract Documents form the entire and integrated Contract between Owner and Construction Manager and supersede all prior negotiations, representations or agreements, written or oral. 2.3 The term "Construction Manager" shall be interchangeable with the terms "Contractor" and "General Contractor" or other similar terms as appropriate in the Contract Documents. ARTICLE 3 DEFINITIONS The terms, words and phrases used in the Contract Documents shall have the meanings given in the General Conditions and as follows. 3.1 "Construction Cost Limitation" (CCL) means the maximum monetary amount payable to the Construction Manager for all Construction Phase services, materials, labor and other work required for completion of the Work in accordance with the Contract Documents. The CCL includes, without limitation, the General Conditions Costs, the Cost of the Work, the Construction Phase Fee and the Construction Manager's Contingency. The CCL may be adjusted by the parties for changes in the scope of the Project before or after acceptance of the Guaranteed Maximum Price Proposal. The CCL does not include the Construction Manager's Pre -Construction Phase Fee. 3.2 "Construction Documents" means, collectively, the UGCs, Owner's Special Conditions and Specifications, the Drawings, Specifications, details, Change Orders and other documents prepared by the Project Architect, its consultants and by the Owner's other consultants that describe the scope and quality of CM -at -Risk Agreement --version 110802 the Project and the materials, supplies, equipment, systems and other elements that are required for construction of the Project that are accepted by the Owner. 3.3 "Construction Phase Services" means the coordination, implementation and execution of the Work required by the Contract Documents. 3.4 "Contract Sum" means the total amount of all compensation payable to the Construction Manager for the Project and shall not exceed the sum total amount of the Pre -Construction Phase Fee plus the Guaranteed Maximum Price Proposal accepted by the parties, subject to adjustment for Additional Services or Change Orders. Any costs that exceed the Contract Sum shall be borne solely by Construction Manager without reimbursement by Owner. 3.5 "Direct Construction Cost" means the sum of the amounts that the Construction Manager actually and necessarily incurs for General Conditions Costs, Cost of the Work and Construction Manager's Contingency during the Construction Phase as allowed by this Agreement. Direct Construction Cost does not include Pre -Construction Phase Fees or Construction Phase Fees. 3.6 "Estimated Construction Cost" (ECC) means the amount calculated by the Construction Manager for the total cost of all elements of the Work based on the Contract Documents available at the time(s) that the EEC is prepared. The ECC shall be based on current market rates with reasonable allowance for overhead, profit and price escalation and shall include and consider, without limitation, all alternates, allowances and contingencies, designed and specified by the Project Architect and the cost of labor and materials necessary for installation of Owner furnished equipment. The ECC shall not include Construction Manager's Pre -Construction Phase Fee, Project Architect Fees, cost of the land, rights -of - way, or any other costs that are the direct responsibility of the Owner. 3.7 "Guaranteed Maximum Price" or "GMP" means the amount proposed by the Construction Manager and accepted by the Owner as the maximum cost to the Owner for construction of the Work in accordance with the Contract Documents. The GMT includes Construction Manager's Construction Phase Fee, the General Conditions Costs, the Cost of the Work or the Construction Manager's Construction Contingency amount. 3.8 "General Conditions Cost" means costs incurred by the Construction Manager for on -site management, administrative personnel, insurance, bonds, equipment, utilities, and incidental work, including minor field labor and materials as defined under Texas Local Government Code Chapter 271.111(9), as amended. 3.9 "Monthly Salary Rate" means the amount agreed to by the Owner that can be used on Applications for Payment throughout the Construction Phase to account for the services of Construction Manager's salaried personnel assigned to the Project. A Monthly Salary Rate must be established for each salaried person and must be approved in writing by the Owner in advance of any Application for Payment for that person. The Monthly Salary Rate is for convenience only and any payments made for Construction Manager's personnel are subject to audit to determine the actual cost of the wages and allowable employer contributions incurred by the Construction Manager for services performed for the Project. 3.10 "Owner's Specifications" means the construction and contract administration requirements and standards detailed in the Owner's Specifications exhibit attached to this Agreement. 3.11 "Pre -Construction Phase Services" means the participation, documentation and execution of the Construction Manager's Pre -Construction Phase deliverables as required by the Contract Documents. 1.111, CM -at -Risk Agreement --version 110802 4 3.12 "Preliminary Project Cost" (PPC) means the total estimated cost of the entire Project, including design, construction, and other associated costs and services that is established by the Owner prior to the commencement of design. 3.13 "Project Architect" means the professional architect or engineer employed by the Owner as architect or engineer of record for the Project and its consultants. 3.14 "Project Team" means the Owner, Construction Manager, Project Architect and its consultants, any separate contractors employed by Owner, and other consultants employed for the purpose of programming, design, and construction of the Project. The members of the Project Team will be designated by Owner and may be modified from time to time by Owner. 3.15 "Subcontractor" means a person or entity who has an agreement with the Construction Manager to perform any portion of the Work. The term Subcontractor does not include the Project Architect or any person or entity hired directly by the Owner. 3.16 "Total Project Cost" (TPC) means the total budget established for the Project by the City of Lubbock City Council at the end of the design development phase (subject to subsequent modification by Owner). The TPC includes, but is not limited to, Construction Manager's Pre -Construction Fee, Guaranteed Maximum Price Proposal(s), Project Architect and other professional service fees, and other miscellaneous Project costs. 3.17 "Work" means the provision of all services, labor, materials, supplies, and equipment that are required of the Construction Manager to complete the Project in strict accordance with the requirements of the Contract and the Construction Documents. Work includes, but is not limited to, the Construction Phase Services, additional work required by Change Orders, and any other work reasonably inferable from the Construction Documents. The term "reasonably inferable" takes into consideration the understanding of the parties that some details necessary for completion of the Work may not be shown on the Drawings or included in the Specifications, but they are a requirement of the Work if they are a usual and customary component of the Work or otherwise necessary for complete installation and operation of the Work. 3.18 "Worker Wage Rate" means the actual hourly wage of non -salaried persons performing work on the Project plus allowable employer contributions as established on the Worker Wage Rate Form required by the Construction Documents. The Worker Wage Rate for individual persons must be reasonable and customary for their industry and must be approved in writing by the Owner in advance of any Application for Payment for that person. Any payments made for Construction Manager's personnel are subject to audit to determine the actual cost of the wages and allowable employer contributions incurred by the Construction Manager for services performed for the Project. CM -at -Risk Agreement --version 110802 5 Ls t ARTICLE 4 CONSTRUCTION MANAGER'S GENERAL RESPONSIBILITIES 4.1 Construction Manager shall perform all services specifically allocated to it by the Contract Documents as well as those services reasonably inferable from the Construction Documents as necessary for completion of the Work and the Project. Construction Manager agrees to perform these services using its best efforts, skills, judgments and abilities. 4.2 Construction Manager shall cooperate with the Project Architect and endeavor to further the interests of the Owner and the Project. Construction Manager shall furnish Pre -Construction Phase Services and Construction Phase Services and complete the Project in an expeditious and economical manner consistent with the interests of the Owner and in accordance with the Project Schedule. 4.3 Construction Manager shall designate a representative authorized to act on the Construction Manager's behalf with respect to the Project. 4.4 Construction Manager shall establish procedures for communication and coordination among the Project Team, Subcontractors, separate contractors, and others with respect to all aspects of the construction of the Project, and implement such procedures. 4.5 Construction Manager shall establish and maintain a numbering and tracking system for all Project records, including changes, requests for information, submittals, and supplementary instructions and shall provide updated records at each Owner's meeting and when requested. 4.6 Fast Track/Multiple Completion Times. If the Owner elects to "fast -track" or develop the Project in multiple stages, Construction Manager shall organize and perform its services as appropriate to each stage. Each stage of the Project may have a unique schedule for completion and a specific Construction Cost Limitation, at Owner's discretion. 4.7 Attend and participate in Owner's "Partnering" Program for all phases of the Project. 4.8 Construction Manager shall identify to the Owner the employees and other personnel that it will assign to the Project and provide the Monthly Salary Rate for each of them. Construction Manager shall also identify any consultants that will be performing services for the Project. After execution of this Agreement by the Owner, Construction Manager shall not remove or replace the persons or entities assigned to the Project except with the Owner's written consent, which consent shall not be unreasonably withheld. Construction Manager shall not assign to the Project or contract any person or entity to which Owner has a reasonable objection. Construction Manager shall promptly update the list of persons and consultants if they change during the course of the Project. CM -at -Risk Agreement --version 110802 6 t...g ARTICLE 5 PRE -CONSTRUCTION PHASE SERVICES The Pre -Construction Phase shall be deemed to commence upon the date specified in a Notice to Proceed with Pre -Construction Phase Services issued by Owner and shall continue through completion of the Construction Documents and.procurement of all major Subcontractor agreements. Construction Manager is not entitled to reimbursement for any costs incurred for Pre -Construction Phase Services performed before issuance of the Notice to Proceed. Pre -Construction Phase Services may overlap Construction Phase Services. The Construction Manager shall perform the following Pre -Construction Phase Services. 5.1 General Coordination 5.1.1 The Construction Manager's Pre -construction Phase Services team shall attend Project Team meetings with the Owner, the Owner's representatives, and the Project Architect at regularly scheduled intervals throughout the Pre -Construction Phase. Frequent Project Team meetings are anticipated prior to the Owner's acceptance of the GMP and during completion of the Construction Documents. 5.1.2 Provide a preliminary evaluation of the Owner's Design Criteria and the Construction Cost Limitation, each in terms of the other. 5.1.3 Review and understand the standards and requirements in Owner's Specifications and perform all services in accordance with those standards and requirements. 5.1.4 Visit the site and inspect the existing facilities, systems and conditions to insure an accurate understanding of the existing conditions as required. 5.1.5 Participate as a member of the Project Team in the development of -the Project Facility Program if such program has not been developed prior to the Effective Date of this Agreement. 5.1.6 Provide recommendations and information to the Project Team on: site usage and site improvements; building systems, equipment and construction feasibility; selection and availability of materials and labor; time requirements for installation and construction; assignment of responsibilities for safety precautions and programs; temporary Project facilities; equipment, materials and services for common use of the Construction Manager and Owner's separate contractors, if any; cost factors, including costs of alternative materials or designs, preliminary budgets, and possible cost savings; recognizing and tracking the resolution of conflicts in the proposed Drawings and Specifications; methods of delivery of materials, systems, and equipment; and any other matters necessary to accomplish the Project in accordance with the Project Schedule (as defined below) and the CCL. 5.1.7 Assist the Owner in selecting and directing the services of surveyors, soils engineers, existing facility surveys, testing and balancing, environmental surveys or other special consultants hired by the Owner to develop additional information for the design or construction of the Project. 5.1.8 At Owner's request, attend public meetings and hearings concerning the development and schedule of the Project. CM -at -Risk Agreement --version 110802 7 5.2 Constructability Program 5.2.1 Implement and conduct a constructability program to identify and document Project cost and schedule savings opportunities. The constructability program shall follow accepted industry practices and be in accordance with the requirements of the attached exhibit. Whenever the term "value engineering" is used in conjunction with this Agreement or the Project, it has its commonly accepted meaning within the construction industry and does not imply the practice of professional engineering without a license. If any value engineering activities constitute the professional practice of engineering, then such activities shall be performed by an engineer licensed in Texas. 5.2.2 Prepare a "Constructability Report" that identifies items that, in the Construction Manager's opinion, may negatively impact construction of the Project. The Constructability Report shall address the overall coordination of Project Drawings, Specifications, and details and identify discrepancies that may generate Change Orders or claims once Project construction commences. The Constructability Report shall be updated at least monthly during the Pre - Construction Phase. 5.2.3 Provide and implement a system for tracking questions, resolutions, decisions, directions and other information matters that arise during the development of the Drawings and Specifications for the Project. The decision tracking system shall be in a format approved by the Owner and updated at least monthly during the Pre -Construction Phase. 5.3 Scheduling 5.3.1 Develop a critical path method schedule ("CPM Schedule") for Project Team review and the Owner's approval, that coordinates and integrates activities on the Project, including the Construction Manager's services, the Project Architect's design services, the work of other consultants and suppliers, and the Owner's activities with the anticipated construction schedules for other contractors. The CPM Schedule must identify all major milestones through Project Final Completion. The CPM Schedule shall be created and maintained in accordance with the Owner's Specifications using the Owner specified format and software. 5.3.2 The Construction Manager shall update the CPM Schedule throughout the Pre - Construction and Construction Phases as described in the Owner's Specifications. 5.3.3 The CPM Schedule shall include other detailed schedule activities as directed by the } Owner including, but not limited to, Owner -managed work under separate contracts such as equipment, furniture and furnishings, telephones, project security, property protection, life -safety systems, information and instructional technology data -transmission systems, and computer technology systems. -, 5.4 Budget and Cost Consultation 5.4.1 The Construction Manager is responsible for preparing and updating all procurement and construction cost estimates and distributing them to the Project Team throughout the duration of the Project. 5.4.2 Provide Estimated Construction Cost (ECC) reports at the required stages of completion of the schematic design, design development, and construction documents phases of the Project 1. L i° CM -at -Risk Agreement --version 110802 8 I �l as required in Article 25. The Estimated Construction Cost reports'for the design development and construction documents phases shall be detailed estimates derived from cost quantity surveys based on unit prices for labor, materials, overhead and profit, organized in Construction Specifications Institute Division 1-16 format for each portion of the Work. 5.4.3 Provide continuous cost consultation services throughout the duration of the Project, including identification and tracking of decisions that affect the scope or quality of the Project and providing ongoing updates of their cost and budget impact. Advise the Project Team immediately if the Construction Manager has reason to believe that the most current ECC will exceed the Construction Cost Limitation (CCL) or not meet Schedule requirements and recommend reasonable strategies for bringing the Project in line with the CCL and the Schedule. 5.4.4 Construction Manager shall promptly identify all variances between estimated costs and actual costs during the Construction Phase, and shall promptly report such variances to the Project Team along with recommendations for action, but in any event no more than two (2) business days after acquiring such information. 5.4.5 Should any ECC exceed or fall significantly below the approved CCL, the Owner and Construction Manager shall negotiate changes to the Project requirements or the CCL as required. 5.5 Coordination of Design and Construction Contract Documents 5.5.1 Review all Drawings, Specifications, and other Construction Documents as they are developed by the Project Architect during the schematic design, design development, and construction documents design phases of the Project. 5.5.2 Consult with Owner and Project Architect on the selection of materials, equipment, component systems, and types of construction used on the Project. Advise Owner on site use, construction feasibility, availability of labor and materials, procurement time requirements, and construction coordination. 5.5.3 Advise Owner of any error, inconsistency or omission discovered in the Drawings, Specifications, and other Construction Documents. 5.5.4 Advise Owner on reasonable adjustments in the Project scope, quality or other options for keeping the Project cost within the CCL. 5.5.5 Review the Construction Documents for compliance with all applicable laws, rules and regulations. 5.6 Construction Planning and Bid Package Strategy 5.6.1 Identify equipment or material requiring extended delivery times and advise Owner on expedited procurement of those items. Advise Owner and Project Architect on the preparation of performance specifications and requests for technical proposals for the procurement and installation of systems and components and for the procurement of long lead items. If requested by Owner, and subject to Owner's prior approval, issue requests for technical proposals to qualified sources and receive proposals and assist in their evaluation. ? CM -at -Risk Agreement --version 110802 9 x 5.6.2 Make recommendations to the Project Team regarding organization of the Construction Documents to facilitate the bidding and awarding of construction subcontracts in a manner that promotes the interests of the Project and the Owner. These recommendations may include, but .,, are not limited to, phased or staged construction or multiple separate contracts. The recommendations shall take into consideration such factors as time of performance, type and scope of work, availability of labor and materials, overlapping trade jurisdictions, provisions for temporary facilities, comparisons of factory and on -site production costs, shipping costs, code restrictions, the Owner's goals for HUB contractor participation, and other constraints. 5.6.3 Review the Construction Documents with the Project Team to eliminate areas of conflict and overlap in the work to be performed by the various Subcontractors or Owner's separate contractors. 5.6.4 Develop a bid/proposal package strategy in coordination with the Project Architect that addresses the entire scope of Work for each phase and stage of the Project. In developing the bid/proposal package strategy, the Construction Manager shall identify all bid/proposal packages on which the Construction Manager intends to submit a self -performance bid/proposal. The bid/proposal package strategy shall be reviewed with the Owner on a regular basis and revised throughout the buyout of the Project so as to best promote the interests of the Project and the Owner. 5.6.5 Assist the Owner, the Project Architect, Owner's other consultants, and the Owner's separate contractors in obtaining all applicable risk management, code, and regulatory agency reviews and approvals for the Project including, without limitation, the Texas Department of Licensing and Regulation, the State Fire Marshal, the local fire department, and the Owner's insurance provider. 5.6.6 Refine, implement and monitor HUB Subcontracting Plans to promote equal employment opportunity in the provision of goods and services to the Owner for the Project. 5.6.7 Advise Owner of any tests to be performed, and assist Owner in selecting testing laboratories and consultants, without assuming direct responsibility for the work of such laboratories and consultants. 5.6.8 Construction Manager shall review the Construction Documents to ensure that they contain adequate provision for all temporary facilities necessary for performance of the Work, and provisions for all of the job site facilities necessary to manage, inspect, and supervise construction of the Work. 5.6.9 Provide an analysis of the types and quantities of labor required for the Project and review the appropriate categories of labor required for critical phases or Stages. Make recommendations that minimize adverse effects of labor shortages. 5.6.10 Fixtures and Equipment. Consult with and make recommendations to the Owner on the acquisition schedule for fixtures and equipment, and coordinate with the Owner as may be required to meet the Schedule. 5.7 Obtaining Bids/Proposals for the Work 5.7.1 In accordance with Texas Local Government Code section 271.118, as amended, Construction Manager shall publicly advertise and solicit competitive bids/proposals from trade CM -at -Risk Agreement --version 110802 10 contractors or subcontractors for the performance of all major elements of the work other than the minor work that may be included in General Conditions. Criteria for determining the bid/proposal that provides the best value to the Owner shall be established by the Project Team and included in the request for bids/proposals. The Construction Manager shall notify the Owner in advance in writing of the date it will receive the bids/proposals. 5.7.2 Schedule and conduct pre bid conferences with interested bidders/proposers, Subcontractors, material suppliers, and equipment suppliers, and record minutes of the conferences. 5.7.3 Construction Manager and Owner shall review all trade contractor or Subcontractor bids/proposals in a manner that does not disclose the contents of any bid/proposal to persons outside of the Project Team during the selection process. Based on the selection criteria included in the request for proposals, Construction Manager shall recommend to the Owner the bid/proposal that provides the best value for the Project. Upon Owner's concurrence in the recommendation, Construction Manager may negotiate the terms of the subcontract with the apparent best value bidder/proposer. 5.7.4 All subcontracts must be on a lump sum basis unless other payment terms are approved in writing and in advance by the Owner. Upon Owner's concurrence in the final terms of the subcontract, Construction Manager shall enter into a written subcontract for the subcontract work and provide a copy to the Owner. All bids/proposals shall be publicly available after award of the subcontract or within seven (7) days after the date of final selection, whichever is later. 5.7.5 If Construction Manager reviews, evaluates, and recommends to Owner a bid/proposal from a trade contractor or subcontractor, but Owner requires another bid/proposal to be accepted, Owner shall compensate Construction Manager by a change in price, time, or Guaranteed Maximum Price for any additional cost and risk that Construction Manager incurs because of Owner's requirement that the other bid/proposal be accepted. 5.7.6 Construction Manager may seek to self -perform portions of the Work identified for self - performance in the bid/proposal strategy. The Construction Manager must submit a bid/proposal for the self -performance work in the same manner as all other trade contractors or Subcontractors. The Owner will determine whether the Construction Manager's bid/proposal provides the best value for Owner, which determination is final. Construction Manager must perform approved self -performance work in accordance with the same terms and conditions as its other Subcontractors. For payment purposes, the Construction Manager shall account for self - performance work in the same manner as it does all other subcontract costs. 5.7.7 Construction Manager shall identify every Subcontractor it intends to use on the Project, including Subcontractors used for self -performed work, to the Owner in writing at least ten (10) days before entering into any subcontract. Construction Manager shall not use any Subcontractor to which Owner has a reasonable objection. Construction Manager shall not be required to subcontract with any Subcontractor to which it has reasonable objection. Following Owner acceptance of a Subcontractor, that Subcontractor shall not be changed without Owner's written consent, which shall not be unreasonably withheld. 5.7.8 If a selected trade contractor or subcontractor fails to execute a subcontract after being selected in accordance with this section or defaults in the performance of its work, the Construction Manager may, in consultation with the Owner and without further advertising, fulfill CM -at -Risk Agreement --version 110802 11 the subcontract requirements itself or select a replacement trade contractor or subcontractor to do SO. 5.8 Safety 5.8.1 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. 5.8.2 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. ARTICLE 6 PRE -CONSTRUCTION PHASE FEE 6.1 The Pre -Construction Phase Fee is the total compensation payable to the Construction Manager for the performance of Pre -Construction phase Services, except for Additional Pre - Construction Phase Services approved in advance and in writing by the Owner. The Pre - Construction Phase Fee shall be a lump sum amount based on the CCL established in this Agreement. 6.2 Except as specifically allowed in paragraph 6.4, the Construction Manager shall not be entitled to any increase in the Pre -Construction Phase Fee for any costs, expenses, liabilities or other obligations arising from the performance of Pre -Construction Phase Services. 6.3 Costs associated with the following items are specifically, but not exclusively, in the establishment of the Pre -Construction Phase Fee: profit and profit sharing; general overhead; salaries and labor; housing and relocation; estimating, scheduling and information management systems and software; contract administration; office expenses; printing and copying; consulting fees; legal or accounting fees; cost of money; taxes; insurance premiums and deductibles; bond costs; purchase or rental of equipment; utilities; travel; per diem; fines or penalties; and damage awards. 6.4 If the scope of the Pre -Construction Phase Services is changed materially, the Pre -Construction Phase Fee shall be equitably adjusted. If the CCL is changed materially before acceptance of the GMP CM -at -Risk Agreement --version 110802 12 _a ' Proposal, the Pre -Construction Phase Fee shall be adjusted in proportion to the change in the CCL. There shall be no adjustments in the Pre -Construction Phase Fee following acceptance of the GMT Proposal. 6.5 For Additional Pre -Construction Phase Services that are approved in advance and in writing by the Owner, Construction Manager shall be entitled to additional compensation computed as a: 6.5.1 A pre -established lump sum amount; or 6.5.2 The hourly cost of Construction Manager's employee's or consultants who actually perform the Additional Services based on the employee's Worker Wage Rate or prorated Monthly Salary Rate plus the actual cost of allowable expenses incurred in the performance of the Additional Services plus an overhead and profit markup of ten percent (10%) of the total cost; or 6.5.3 As otherwise agreed to by the parties in advance of performing the Additional Pre - Construction Phase Services. ARTICLE 7 GUARANTEED N[AXIMUM PRICE PROPOSAL 7.1 When the Parties agree that the design of the Project is sufficiently developed and documented to allow detailed pricing of its construction, Construction Manager shall prepare and submit a Guaranteed Maximum Price ("GMP") Proposal to Owner. The GMP Proposal must be prepared in accordance with the guidelines and delivered in the format specified by Owner in the attached exhibits. Owner, at its sole option and discretion, may specify different requirements for the GMP Proposal. Construction Manager shall not withdraw its Guaranteed Maximum Price Proposal for ninety (90) days following submission to the Owner. 7.2 In developing the GMP Proposal, the Construction Manager shall coordinate efforts with the Project Architect to identify qualifications, clarifications, assumptions, exclusions, value engineering and any other factors relevant to establishment of a GMP. The Construction Manager shall review development of the GMT Proposal with the Owner on an ongoing basis to address clarifications of scope and pricing, distribution of contingencies, schedule, assumptions, exclusions, and other matters relevant to the establishment of a GMP. 7.3 The GMP Proposal must include a written description of how it was derived that specifically identifies the clarifications and assumptions made by the Construction Manager in the GMP and the monetary amounts attributable to them. The GMT Proposal shall include, without limitation, a breakdown of Construction Manager's estimated General Conditions Costs and estimated Costs of the Work organized by trade; contingency amounts; the Construction Phase Fee; and the proposed Contract Time, including dates for Notice to Proceed, Substantial Completion and Final Completion. 7.4 The Guaranteed Maximum Price Proposal shall allow for reasonably expected changes and refinements in the Drawings and Specifications through completion of the Construction Documents, except for material changes in scope. 7.5 The GMT Proposal may include a Construction Manager's Contingency amount as allowed under Direct Construction Cost. 7.6 Included with its GMT Proposal, Construction Manager shall provide two complete, bound sets of the drawings, specifications, plans, sketches, instructions, requirements, materials, equipment specifications CM -at -Risk Agreement --version 110802 13 and other information or documents that fully describe the Project as developed at the time of the GMT Proposal and that are relevant to the establishment of the GMT. The bound supporting documents shall be referenced in and incorporated into the GMT Proposal. 7.7 The GMT Proposal and all supporting documents shall identify and describe all items, assumptions, costs, contingencies, schedules and other matters necessary and relevant for proper execution and 'r completion of the Work and for establishment of the Guaranteed Maximum Price. The GMT Proposal and the supporting documents are complementary and, in the event of an irreconcilable conflict between or among them, the interpretation that provides for the higher quality of material and/or workmanship shall prevail over all other interpretations. 7.8 In submitting the GMT Proposal, the Construction Manager represents that it will provide every item, system or element of Work that is identified, shown or specified in the GMT Proposal or the supporting documents, along with all necessary or ancillary materials and equipment for their complete operating installation, unless specifically excepted by the Owner. Upon Owner's acceptance of the GMT Proposal, the Construction Manager shall not be entitled to any increase in the Guaranteed Maximum Price due to the continued refinement of the Construction Documents or the absence or addition of any detail or specification that may be required in order to complete the construction of the Project as described in and reasonably inferable from the GMT Proposal or the supporting documents used to establish the GMT. 7.9 The GMT Proposal shall adopt and incorporate all of the terms and conditions of this Agreement and all attachments to this Agreement. Any proposed deviation from the terms and conditions of this FI Agreement must be clearly and conspicuously identified to the Owner in writing and specifically accepted by the Owner. In the event of a conflict between any term of the GMT Proposal that was not clearly and conspicuously identified and approved by the Owner and the terms of this Agreement and its attachments, ' the terms of the Agreement and its attachments shall control. 7.10 Owner may accept or reject the Guaranteed Maximum Price Proposal or attempt to negotiate its terms with Construction Manager. Upon acceptance by the Owner of the GMT Proposal in writing, both parties shall execute the GMT Proposal and the terms of the GMP Proposal, including the Guaranteed Maximum Price and the supporting documents, shall become part of the Contract between the Owner and the Construction Manager. If the Owner rejects the GMT Proposal or the parties are unable or unwilling to agree on a GMT, the Owner may terminate this Agreement. 7.11 Following Owner acceptance of the GMT Proposal, Construction Manager shall continue to monitor the development of the Construction Documents so that, when complete, the Construction Documents adequately incorporate and resolve all qualifications, assumptions, clarifications, exclusions and value engineering issues identified in the GMT Proposal. During the Construction Documents stage, the Construction Manager and the Project Architect shall jointly deliver a monthly status report to the Owner describing the progress on the incorporation of all qualifications, assumptions, clarifications, exclusions, value engineering issues and all other matters relevant to the establishment of the GMT into the Construction Documents. 7.12 The Construction Manager shall be entitled to an equitable adjustment of the GMT if it is required to pay or bear the burden of any new federal, state, or local tax, or any rate increase of an existing tax, except taxes on income, adopted through statute, court decision, written ruling, or regulation taking effect after acceptance of the GMT Proposal. This equitable adjustment does not apply to tax increases borne a solely by Subcontractors. CM -at -Risk Agreement --version 110802 14 .T 7.13 The Parties may agree to convert the GMT to a lump sum contract amount at any time after the Construction Manager has received bids or proposals from trade contractors or Subcontractors for the performance of all major elements of the Work. In proposing a lump sum amount, the Construction Manager shall consider the buyout savings, any unused contingency amounts and the trade package contracts that have not been finalized. In preparing a lump sum conversion proposal, the General Contractor must provide the following information: a. The stage of completion of the Project; b. The trade packages that have been completely bought out; c. The trade packages remaining that have not been bought out; d. A complete line item breakdown of the calculations used to establish a lump sum amount based on the GAP Schedule of Values; e. An accounting of all savings amounts that are to be returned to the Owner as part of the lump sum calculation; and f. Any other Project information requested by the Owner. 7.14 The Construction Manager shall document the actual Cost of the Work at buyout as compared to the Guaranteed Maximum Price proposal and shall report this information to the Owner monthly and with Construction Manager's recommendation for selection of a bid/proposal for each subcontracting package. ARTICLE 8 CONSTRUCTION PHASE SERVICES The Construction Phase shall be deemed to commence upon the date specified in a Notice to Proceed issued by Owner after approval of the Guaranteed Maximum Price Proposal and shall continue until Final Completion of all Work. Pre -Construction Phase Services may overlap Construction Phase Services. Construction Manager shall not incur any Subcontractor costs for construction of the Work prior to issuance by Owner of written authorization to commence such Work. The Construction Manager shall perform the following Construction Phase Services. 8.1 Construct the Work in strict accordance with the Construction Documents and as required by the Uniform General and Supplementary General Conditions and Owner's Specifications within the time required by the Project Schedule approved by Owner. 8.2 Organize and maintain a competent, full-time staff at the Project site with clearly defined lines of authority and communication as necessary to coordinate construction activities, monitor and direct progress of the Work, and further the goals of the Project Team. 8.3 Designate in writing a representative who is responsible for the day-to-day management of the Construction Phase Services. The designated representative shall be the Owner's primary contact during the Construction Phase and shall be available as required for the benefit of the Project and the Owner. The designated representative shall be authorized to act on behalf of and bind the Construction Manager in all matters related to Construction Phase Services including, but not limited to, execution of Change Orders and Applications for Payment. 8.4 Attend Owner's regularly scheduled Project progress meetings and fully advise the Project Team of the Project status including schedule, costs, quality and changes. 8.5 In addition to attending Owner's regularly scheduled Project progress meetings, Construction Manager shall schedule, direct and attend interim progress meetings with other members of the Project Team as required to maintain Project progress. Construction Manager shall record and distribute the CM -at -Risk Agreement --version 110802 15 L. minutes of each meeting to each Project Team member. The minutes shall identify critical activities that require action and the dates by which each activity must be completed. 8.6 Coordinate delivery and installation of Owner -procured material and equipment. 8.7 In accordance with Owner's Standard General Conditions, provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, transportation, and all other facilities and services necessary for the proper execution and completion of the Work in strict accordance with the requirements of the Construction Documents. 8.8 Obtain building permits and special permits for permanent improvements as required by law or the Construction Documents. Assist Owner or Project Architect in' obtaining all approvals required from authorities having jurisdiction over the Project. 8.9 Coordinate, monitor and inspect the work of Subcontractors to ensure conformance with the Construction Documents. 8.10 Be responsible for all construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the Work. The Construction Manager shall keep the Owner informed of the progress and quality of the Work. 8.11 Construction Manager shall promptly correct any defective Work at Construction Manager's sole expense, unless the Owner specifically agrees to accept the Work. 8.12 Warrant that the materials and equipment provided for the Project will be of good quality and new unless otherwise required or permitted by the Construction Documents; that the construction will be free from faults and defects; and that the construction will conform with the requirements of the Construction Documents. The Construction Manager shall be responsible for correcting Work that does not comply with the Construction Documents at its sole expense without cost to the Owner. 8.13 In accordance with the Uniform General and Supplemental Conditions regarding Record Documents and the Owner's Project Closeout Specification, the Construction Manager shall maintain and deliver the required documents that describe changes or deviations from the Construction Documents that occurred during construction and that reflect the actual "As Built" conditions of the completed Work. ARTICLE 9 OWNER'S RESPONSIBILITIES 9.1 The Owner will designate a Project Architect for the Project. 9.2 The Owner will provide the Preliminary Project Cost and general schedule for the Project. The PPC will include the Construction Cost Limitation, contingencies for changes in the Work during construction, and other costs that are the responsibility of the Owner. The general schedule will set forth the Owner's plan for milestone dates and completion of the Project. 9.3 The Owner will identify a person as its Owner Designated Representative ("ODR") who is authorized to act in the Owner's behalf with respect to the Project. The Owner's Designated Representative shall examine the documents submitted by the Construction Manager and shall render decisions on behalf of the Owner. CM -at -Risk Agreement --version 110802 16 9.4 The Owner will identify a person as its Owner Designated Representative authorized to administer this Agreement on behalf of the Owner, including final determination of fees and costs earned by the Construction Manager and equitable back charges against the Construction Manager. 9.5 The Owner, at Owner's cost, will secure the services of surveyors, soils engineers, existing facility surveys, testing and balancing, environmental surveys or other special consultants to develop such additional information as may be necessary for the design or construction of the Project. 9.6 The Owner shall arrange and pay for materials, structural, mechanical, chemical and other laboratory tests as required by the Construction Documents. 9.7 The Owner shall furnish all legal, accounting, auditing and insurance counseling services for itself as may be necessary for the Project. 9.8 The Owner shall furnish required information and services and shall render approvals and decisions as expeditiously as is consistent with reasonable skill and care and the orderly progress of the Construction - Manager's services and of the Work. 9.9 The Owner may designate one or more construction inspectors who shall be given access to the Work as requested or needed. The provision of inspection services by Owner shall not reduce or lessen Construction Manager's responsibility for the Work. Construction Manager is fully and solely responsible for constructing the Project in strict accordance with the Construction Documents. 9.10 Owner shall have the right to reject any defective Work on the Project. Should Construction Manager refuse or neglect to correct any such Work within a reasonable time after notice, Owner may have the Work corrected and recover all expenses incurred from Construction Manager on demand. 9.11 Owner shall furnish to the Construction Manager the number of Construction Document sets as required by this Agreement. ARTICLE 10 OWNERSHIP AND USE OF DOCUMENTS 10.1 Drawings, specifications and other documents prepared by the Project Architect, its consultants, or other consultants retained by the Owner for the Project that describe the Work to be executed by the Construction Manager (the "Construction Documents') are instruments of service and shall remain the property of their authors whether the Project for which they are made is executed or not. The Construction Manager shall be permitted to retain one record set of the Construction Documents. All other copies of the Construction Documents shall be returned to their respective authors or suitably accounted for. The Construction Manager and its Subcontractors are authorized to reproduce and use portions of the Construction Documents as necessary and appropriate for the execution of the Work. The Construction Manager and its Subcontractors shall not use the Construction Documents on any other projects. 10.2 Submission or distribution of the Construction Documents to meet official regulatory requirements or for other purposes in connection with the Project shall not diminish the Project Architect's or other author's rights. ARTICLE 11 TIME ' 11.1 TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THIS AGREEMENT. 4 �2 i `, CM -at -Risk Agreement --version 110802 17 L a 11.2 Unless otherwise approved, the Owner and the Construction Manager shall perform their respective obligations under the Contract as expeditiously as is consistent with reasonable skill and care and the orderly progress of the Work. 11.3 Prior to commencement of the Construction Phase Services and concurrently with submission of the Guaranteed Maximum Price Proposal, the Construction Manager shall submit an up-to-date CPM Schedule for the performance of Construction Phase Services as specified. The CPM Schedule shall include reasonable periods of time for the Owner's and Project Architect's review and approval of shop drawings and submissions and for the approval of other authorities having jurisdiction over the Project. ARTICLE 12 PAYMENTS 12.1 General Requirements 12.1.1 Each schedule of values submitted with an Application for Payment shall include the originally established value for each work classification line item or subcontract and shall identify any revisions to the costs or cost estimates for each work classification or subcontract. The format and tracking method of the original schedule of values and of all updates shall be subject to approval by the Owner. At all times, the estimated cost of performing the uncompleted and unpaid portion of the Work, including Construction Manager's overhead and profit, shall not exceed the unpaid balance of the Guaranteed Maximum Price, less retainage on Work previously completed. 12.1.2 Expenses of transportation and overnight living expenses in connection with Owner approved out-of-state travel shall be identified separately in each Application for Payment. All travel must be approved in writing and in advance by Owner to be eligible for payment. Allowable expenses are limited as follows: 12.1.2.1 Travel from Texas to an out-of-state location: • Coach class air fare purchased at the lowest reasonably available rate; • Lodging and meals for overnight travel limited to the maximum rates allowed in the "Out of State Meals and Lodging Rates" guidelines published by the Texas Comptroller of Public Accounts, plus city and state taxes; and • Taxi, mid -size automobile rental expenses, and related costs with applicable taxes. • An additional forty (40) percent mark up will be allowed on lodging costs only (not including taxes or meals) 12.1.2.2 Travel to Texas from an out-of-state location: • Coach class air fare purchased at the lowest reasonably available rate; • Lodging and meals for overnight travel limited to the maximum current State of Texas per diem rate for in -state lodging and meals plus city and state taxes; • Taxi, mid -size automobile rental expenses, and related costs with applicable taxes. • An additional forty (40) percent mark up will be allowed on lodging costs only (not including taxes). C_ CM -at -Risk Agreement --version 110802 18 L 12.1.2.3 Expenses specifically excluded from reimbursement include telephone charges, FAX services, alcoholic beverages, laundry service, valet service, entertainment expenses and any non -Project related items. Tips included in the per diem rates. 12.1.3 Retainage as specified in the General Conditions will be withheld from the entire amount approved in an Application for Payment including the Cost of the Work, General Conditions, and the Construction Manager's Construction Phase Fee. Retainage will not be withheld from payments for Pre -Construction Phase Services. 12.1.4 Owner is an agency of the State of Texas and materials and services utilized in the construction of the Project may be exempted from state and local taxes. Construction Manager is responsible for taking full advantage of all tax exemptions applicable to the Project. Owner will deduct from the Applications for Payment and from the Request for Final Payment any taxes paid for materials or services that were entitled to tax exemption. 12.1.5 This Agreement is subject to the assessment of liquidated damages against Construction Manager. Amounts assessed as liquidated damages, and other amounts to which Owner is entitled by way of setoff or recovery, may be deducted from any moneys due Construction Manager. 12.1.6 Owner shall have the right to withhold from payments due Construction Manager such sums as are necessary to protect Owner against any loss or damage which may result from negligence by Construction Manager or any Subcontractor or failure of Construction Manager or any Subcontractor to perform their obligations under this Agreement. 12.1.7 Notwithstanding any other contractual provision to the contrary, Owner shall not be obligated to make any payment, to Construction Manager under any of the following circumstances: 12.1.7.1 Construction Manager persistently fails to perform the Work in accordance with the Contract Documents or is otherwise in material breach or default under this Agreement; 12.1.7.2 The payment request includes services that are not performed in accordance with the Construction Documents; provided, however, Owner shall pay for those services performed in accordance with the Construction Documents; 12.1.7.3 The payment request has insufficient documentation to support the amount of payment requested for Project costs; provided, however, Owner shall pay for allowable Project costs for which there is sufficient documentation; 12.1.7.4 Construction Manager is in violation of the Prevailing Wage requirements or has failed to make payments promptly to Subcontractors or other third parties used in connection with any services or materials for which Owner has made payment to Construction Manager; 12.1.7.5 If Owner, in its good faith judgment, determines that the unpaid balance of the GMP is not sufficient to complete the Work in accordance with the Construction Documents; CM -at -Risk Agreement --version 110802 19 (P� -' 12.1.7.6 Construction Manager has persistently failed to complete the Work in accordance with the CPM Schedule requirements or if Owner, in its good faith judgment, determines that the remaining Work will not be completed within the contract time; 12.1.7.7 Construction Manager is insolvent, makes a general assignment for the benefit of its creditors or otherwise seeks protection under the laws and regulations of the bankruptcy courts; or 12.1.7.8 Construction Manager fails to obtain, maintain or renew insurance coverage as required by the Agreement. 12.1.8 No partial payment made by the Owner shall constitute, or be construed to constitute, final acceptance or approval of the work to which the partial payment relates or of the documentation provided in support of the partial payment. No partial payment made by the Owner shall constitute, or be construed to constitute, a release of Construction Manager from any of its obligations or liabilities with respect to the Work. 12.1.9 Owner shall have the right to verify and audit the details of Construction Manager's billings, certificates, accountings, cost data, and statements, either before or after payment, by (1) inspecting the books and records of Construction Manager during normal business hours; (2) examining any reports with respect to this Project; (3) interviewing Construction Manager's employees; (4) visiting the Project site; and (5) any other reasonable action. Construction Manager's records shall be kept on the basis of generally accepted accounting principles in accordance with cost accounting standards issued by the Federal Office of Management and Budget Cost Accounting Standards Board and organized by each Application for Payment period. 12.2 Pre -Construction Phase Payments 12.2.1 Payments for Pre -Construction Phase Services shall be made monthly based on the percentage completion of the Construction Manager's required services for each stage of development of the Construction Documents and the procurement of Subcontractor bids/proposals in accordance with the following schedule: Schematic Design Stage 15% Design Development Stage 20% GMT Development Stage 20% Construction Documents Stage 40% Subcontractor Bid/Proposal Stage 5% 12.2.2 All payment requests for Pre -Construction Phase Services shall be submitted on an Application for Payment and Schedule of Values approved by the Owner and includes all required attachments identifying payments to Historically Underutilized Businesses and to all Subcontractors. 12.3 Construction Phase Payments 12.3.1 Payments for Construction Phase Services shall be made as provided for in the General Conditions and the Owner's Specifications. All payment requests shall be submitted on an Application for Payment with a schedule of values approved by the Owner and include all required attachments identifying payments to Historically Underutilized Businesses and to all Subcontractors. Payment for approved Change Orders shall be made as part of the Construction CM -at -Risk Agreement --version 110802 20 Manager's Application for Payment. Failure to submit "HUB Progress Assessment Report Documentations of Subcontracted Work" form with each Application for Payment Application may cause rejection of the application by the Owner and its return to the Construction Manager. 12.3.2 The Construction Manager's Construction Phase Fee shall be shown as a separate line item on the Schedule of Values. Payment of the Construction Manager's Construction Phase Fee shall be made with each Application for Payment in the same proportion as the percentage completion of the Cost of the Work of the Project. 12.3.3 For General Conditions Costs, Construction Manager's Application for Payment shall include complete copies of all receipts, invoices with check vouchers or other evidence of payment, payrolls, and any and all other evidence which Owner or its designated representatives shall deem necessary to support the amount requested. This information is subject to audit and payment for these costs is dependant on Owner's receipt of accurate and complete records of all transactions. Owner may reduce the amount requested for General Conditions Costs in any Application for Payment if the Owner, in its good faith judgment, determines that the unpaid balance of the General Conditions line item in the schedule of values is not sufficient to fund necessary General Conditions Costs for the remainder of the Project. 12.3.4 Pay requests for Subcontractor work included in an Application for Payment shall not exceed the percentage of Work allocated to that Subcontractor for each respective schedule of values work classification which has been actually completed and shall not exceed the total value of the subcontract amount. 12.3.5 Construction Manager's Request for Final Payment shall not be made until all Work is completed and all requirements of the Contract Documents have been satisfied including, without limitation: delivery to Owner of a complete release of all liens and claims arising out of the Work; written consent of surety to release of final payment; and an affidavit that, to the best of Construction Manager information, knowledge and belief, the release includes and covers all materials and services over which Construction Manager has control and for which a lien could be filed and that all known debts and claims arising from the Project have been satisfied. Alternatively, Construction Manager may, at its sole expense, furnish a bond -satisfactory to Owner to indemnify Owner against any lien arising out of the Work. If any lien is asserted against Owner after all payments are made, Construction Manager shall reimburse Owner for all damages and costs Owner may incur in discharging such lien, including all costs or court and reasonable attorneys' fees, and Owner shall retain all other remedies available to it at law and in equity. 12.3.6 Owner shall have no obligation to make Final Payment until a complete and final accounting of the Direct Construction Cost has been submitted by Construction Manager and has been audited and verified by Owner or Owner's representatives. 12.3.7 Nothing contained herein shall require the Owner to pay the Construction Manager an aggregate amount for Construction Phase Services that exceeds the Guaranteed Maximum Price or to make any payment if, in the Owner's belief, the cost to complete the Work would exceed the Guaranteed Maximum Price less previous payments to Construction Manager. The total amount of all Construction Phase payments to the Construction Manager shall not exceed the actual verified Direct Construction Cost for the Project plus the Construction Manager's Construction Phase Fee. r CM -at -Risk Agreement --version 110802 21 L 1 n..i 12.3.8 The acceptance by Construction Manager or Construction Manager's successors of Final Payment under this Agreement, shall constitute a full and complete release of Owner from any and all claims, demands, and causes of action whatsoever that Construction Manager, its F"i Subcontractors, suppliers and consultants or any of their successors or assigns have or may have against Owner arising from the Project or any provision(s) of this Agreement except for those previously made in writing and identified by Construction Manager as unsettled at the time of the Request for Final Payment. ARTICLE 13 DIRECT CONSTRUCTION COST Direct Construction Cost means the sum of the amounts that the Construction Manager actually and necessarily incurs constructing the Work in strict compliance with the Construction Documents. Direct Construction Cost includes only the cost categories set forth in this Article and does not include the Pre - Construction Phase Fees or the Construction Phase Fees unless specifically noted. References in the General Conditions to adjustments in "cost" or "costs" mean the Direct Construction Cost. 13.1 General Conditions Costs Construction Manager is entitled to receive payment for the actual cost of the allowable General Conditions items incurred after receipt of a Notice to Proceed with Construction from the Owner through Substantial Completion of the Project. Construction Manager is not entitled to reimbursement for General Conditions Costs incurred before receipt of the Notice to Proceed. General Conditions Costs incurred after Substantial Completion must be approved in advance by the Owner. Allowable General Conditions items are identified below and by attached exhibit. These items shall be included in the General Conditions cost amount shown as a line item in the Guaranteed Maximum Price Proposal and as detailed on the schedule of values. Items not specifically included below or in the exhibit will not be allowed as a General Condition costs. 13.1.1 Personnel Costs. The actual Worker Wage Rate for Construction Manager's hourly employees and the Monthly Salary Rate of Construction Manager's salaried personnel who are identified to the Owner in advance and in writing but only for the time actually stationed at the Project site with the Owner's prior consent. The Project Manager's Monthly Salary Rate may be included in the General Conditions Costs only when the Project Manager is directly managing the Project. All personnel costs are subject to audit to determine the actual cost of the wages, salaries and allowable employer contributions incurred by the Construction Manager for services performed for the Project. 13.1.2 Costs of long-distance telephone calls, telegrams, postage, package delivery and courier service, hardwired telephone service, and reasonable expenses of Construction Manager's jobsite office if incurred at the Project site and directly and solely in support of the Work. 13.1.3 Costs of materials, supplies, temporary facilities, equipment, and hand tools (except those customarily owned by construction workers), supplied to the Project site by Construction Manager, if such items are fully consumed in the construction of the Work and are included in the list of allowable General Condition Line Items. Cost for used items shall be based on fair market CM -at -Risk Agreement --version 110802 22 value and may include transportation, installation, and minor maintenance costs, and removal costs. If an item is not fully consumed in the construction of the Work, its cost shall be based on actual cost of the item less its fair market salvage value. 13.1.4 Rental charges for temporary facilities, equipment, and hand tools (except those customarily owned by construction workers), supplied to the Project site by Construction Manager, provided they are included in the list of allowable General Condition Line Items and Owner has approved the rentals and the rental rates in advance and in writing. Rental rates may include transportation, installation, and minor maintenance costs, and removal costs. For tools, machinery or construction equipment rented directly from the Construction Manager, the rental rate, including freight and delivery costs and all operating expenses except labor, shall be approved in advance by the Owner and shall be in accordance with the "Rental Rate Blue Book for Construction Mobilization Costs" published by Primedia, latest edition, but no higher than the prevailing competitive rates for rental of similar equipment in the Project vicinity. 13.1.5 The aggregate rental cost of any item charged to Owner shall not exceed ninety percent (90%) of the purchase price and maintenance cost of the item. If the anticipated aggregate rental cost for an item of equipment exceeds ninety percent (90%) of the purchase and maintenance price, Construction Manager shall purchase the equipment and turn it over to Owner upon final completion of the Work or, at Owner's option, credit the Owner with the fair market resale value of the item. 13.1.6 Permit and inspection fees that are not subject to exemption. 13.1.7 Premiums for insurance and bonds to the extent directly attributable to this Project. 13.1.8 Governmental sales and use taxes directly attributable to the General Conditions Items that are not subject to exemption. Taxes paid on materials or services that were entitled to tax exemption will not be reimbursed by Owner as Direct Construction Costs. 13.2 Cost of the Work Construction Manager is entitled to receive payment for the actual cost of the allowable Cost of the Work items incurred after receipt of Owner's written authorization to commence the Construction Phase Work through Final Completion of the Project. Construction Manager is not entitled to reimbursement for Cost of the Work costs incurred before receipt of Owner's written authorization. Cost of the Work includes the following: 13.2.1 Costs of materials and equipment purchased directly by the Construction Manager and incorporated into or consumed in the performance of the Work, including transportation charges, and a reasonable and customary allowance for waste and spoilage. Payment for stored materials is subject to the General Conditions. 13.2.2 Costs of site debris removal and disposal in accordance with all applicable laws and regulations if not otherwise included in General Conditions. 13.2.3 Payments made to Subcontractors and their vendors or suppliers by Construction Manager for the subcontract work in accordance with the Construction Documents and the requirements of the subcontracts with the Subcontractors, vendors or suppliers. CM -at -Risk Agreement —version 110802 23 L 1 { 13.2.4 Payments earned by Construction Manager for self -performed subcontract work, other than General Conditions work, in accordance with the Construction Documents and the terms of this Agreement and approved by the Owner. 13.2.5 Testing fees pursuant to the General conditions. 13.2.6 Intellectual property royalties and licenses for items specifically required by the Construction Documents which are, or will be, incorporated into the Work. 13.3 Construction Manager's Contingency 13.3.1 The Guaranteed Maximum Price Proposal may include a Construction Manager's Contingency amount to be used to fund increases in the Direct Construction Cost of the Project identified through the refinement, development and completion of the Construction Documents or procurement of the Work. 13.3.2 Any re -allocation of funds from the Construction Manager's Contingency to cover increases in the Direct Construction Cost must be approved by the Owner in advance and in writing, such approval not to be unreasonably withheld. In written requests to use the Construction Manager's Contingency, the Construction Manager shall provide detailed documentation of the scope of work affected and the bases for any increases in costs. 13.3.3 The Construction Manager's Contingency is specifically not to be used for Contractor rework, unforeseen conditions, cost increases caused by lack of I -AV coordination or communication with the Project Architect or trade Subcontractors, or to correct errors or omissions in the Construction Documents. 13.3.4 As the Construction Documents are finalized and the Buyout of the Work progresses the Construction Manager's Contingency amount shall be reduced by mutual agreement of Owner and Contractor. Any balance in the Construction Manager's Contingency fund remaining at the end of the Project shall be returned to the Owner as savings. ARTICLE 14 CONSTRUCTION PHASE FEE The Construction Manager's Construction Phase Fee is the maximum amount payable to the Construction Manager for any cost or profit expectation incurred in the performance of the Work that is not specifically identified as being eligible for reimbursement by the Owner elsewhere in the Agreement. References in the General conditions to Construction Manager's "overhead" and "profit" mean the Construction Manager's Construction Phase Fee. The Construction Phase Fee includes, but is not limited to, the following items. 14.1 All profit, profit expectations and costs associated with profit sharing plans such as personnel bonuses, incentives, and rewards; company stock options; or any other like expenses of the Construction Manager L. 14.2 Salaries of Construction Manager's officers, project manager(s), estimators, schedulers and all other employees not stationed at the Project site and performing services directly related to the Project. 1_ 1 CM -at -Risk Agreement --version 110802 24 4pp 14.3 Any and all overhead, labor or general expenses of any kind unless specifically allowed under F� General Conditions. These costs include, but are limited to: costs for the purchase, lease, rental of or allowance for vehicles and their maintenance, radios/communication equipment, jobsite computers and other business equipment, and specialized telephone systems, including cellular/digital phones; trade or professional association dues; cost for relocation of any of the Construction Manager's personnel; and travel, per diem and subsistence expense of Construction Manager, its officers or employees except as specifically allowed under General Conditions. 14.4 Any financial costs incurred by the Construction Manager including the cost of capital or interest on capital, regardless of whether it is related to the Project, and costs associated with construction warranty reserves. 14.5 Any legal, accounting, professional or other similar costs incurred by the Construction Manager, including costs incurred in connection with the prosecution or defense any dispute, mediation, arbitration, litigation or other such proceeding related to or arising from the Project. 14.6 Any Federal and/or State income and franchise taxes paid by Construction Manager. Any fines, penalties, sanctions or other levies assessed by any governmental body against Construction Manager. 14.7 Any cost arising out of a breach of this Contract or the fault, failure or negligence of Construction Manager, its Subcontractors, or any person or entity for whom they may be liable. These costs include, without limitation: costs to remedy defective, rejected, or nonconforming work, materials or equipment; costs due to failure to coordinate the Work or meet CPM Schedule milestones; costs arising from Construction Manager's contractual indemnification obligations; liquidated or actual damages imposed by Owner for failure to complete the Work within the Contract Time; costs due to the bankruptcy or insolvency of any Subcontractor; and damage or losses to persons or property. 14.8 The cost of any and all insurance deductibles payable by the Construction Manager and costs due to the failure of Construction Manager or any Subcontractor to procure and maintain insurance as and to 14. the extent required by the Contract Documents. 14.9 Any and all costs that would cause the Guaranteed Maximum Price, minus the amounts allocated in the GMP for Owner's Contingency and Owner's Special Cash Allowance, to be exceeded. 14.10 Any and all costs not specifically identified as an element of the Direct Construction Cost. ARTICLE 15 . CONTRACT SAVINGS, ALLOWANCES, REBATES & REFUNDS 15.1 If the allowable, final, verified, audited amount of the cost of General Conditions, Cost of the Work, Allowance items and Construction Manager's Contingency is less than the amount established for each of those categories in the originally approved Guaranteed Maximum Price Proposal, the entire difference shall be credited to the Owner as savings and the final contract amount shall be adjusted accordingly. When buyout of the Project is at least 85% complete, the Owner may recognize any savings achieved to that point by issuing a deductive change order for the saved amount. 15.2 Items to be provided for through Owner's Special Cash Allowances shall be clearly identified in the Construction Documents and the Guaranteed Maximum Price proposal. The Cost of the Work included in the Allowances shall be determined in accordance with the General conditions. Any claim by the Construction Manager for an adjustment to an Allowance amount included in the Guaranteed Maximum Price based on the cost of Allowance work shall be made within a reasonable time after the CM -at -Risk Agreement --version 110802 25 issuance of the Construction Documents for the Allowance items. The Construction Manager shall not be entitled to any increase in its Construction Phase Fee for increases to Allowance amounts that were ' initially based on estimates provided by the Construction Manager. Owner shall be entitled to retain 100% of the balance of any unused Allowance amount. 15.3 The Owner shall be entitled to deduct amounts for the following items from any Application for Payment or from the Request for Final Payment submitted by the Construction Manager: 15.3.1 The fair market value of all tools, surplus materials, construction equipment, and temporary structures that were charged to the Work (other than rental items) but were not consumed during construction or retained by the Owner. Upon completion of the Work or when no longer required, Construction Manager shall either credit the Owner for the fair market value (as approved by the Owner) for all surplus tools, construction equipment and materials retained by the Construction Manager or, at Owner's option, use commercially reasonable efforts to sell the surplus tools, construction equipment and materials for the highest available price and credit the proceeds to the Owner's account. 15.3.2 Discounts earned by the Construction Manager through advance or prompt payments funded by the Owner. The Construction Manager shall obtain all possible trade and time discounts on bills for material furnished, and shall pay bills within the highest discount periods. The Construction Manager shall purchase materials for the Project in quantities that provide the most advantageous prices to the Owner. 15.3.3 Rebates, discounts, or commissions obtained by the Construction Manager from material suppliers or Subcontractors, together with all other refunds, returns, or credits received for materials, bond premiums, insurance and sales taxes. 15.3.4 Deposits made by Owner and forfeited due to the fault of the Construction Manager. 15.3.5 Balances remaining on any Allowances, the Construction Manager's Contingency, or any other identified contract savings. 15.4 Owner shall be entitled to recover any savings realized between the Guaranteed Maximum Price and the buyout price for subcontracting work, provided however, that Construction Manager may use such savings to offset other buyout packages that exceed the amounts identified in the initial Guaranteed Maximum Price, so long as the total Cost of Work proposed in the Guaranteed Maximum Price does not increase. 15.5 Owner shall be entitled to recognize and recover 100% of any savings identified by cost review or audit at any time, before or after Final Payment. ARTICLE 16 PRE-EXISTING CONDITIONS & DESIGN ERRORS AND ONIISSIONS 16.1 The Construction Manager acknowledges that it has been provided unrestricted access to the existing improvements and conditions on the Project site and that it has thoroughly investigated those conditions. Construction Manager's investigation was instrumental in preparing its Guaranteed Maximum Price Proposal for the Work. Construction Manager shall not make or be entitled to any claim for any adjustment to the Contract Time or the Contract Sum for Pre -Construction Phase Services or for Construction Phase Services arising from Project conditions that Construction Manager discovered or, in the exercise of reasonable care, should have discovered in Construction Manager's investigation. CM -at -Risk Agreement --version 110802 26 16.2 The Construction Manager acknowledges that as part of its Pre -Construction Phase Services it shall participate in the development and review of the Construction Documents. Construction Manager's participation in the design development process will be instrumental in preparing its Guaranteed Maximum Price Proposal for the Work. Before submitting its Guaranteed Maximum Price Proposal, the Construction Manager shall review the drawings, specifications and other Construction Documents and notify the Owner of any errors, omissions or discrepancies in the documents of which it is aware. Construction Manager shall not make or be entitled to any claim for any adjustment to the Contract Time or the Contract Sum for errors or omissions in the Construction Documents that Construction Manager discovered or, in the exercise of reasonable care, should have discovered in Construction Manager's Pre - Construction Phase design review process that Construction Manager did not bring to the attention of the Owner and the Project Architect in a timely manner. ARTICLE 17 BONDS AND INSURANCE 17.1 Upon execution of this Agreement, Construction Manager shall provide a security bond on the form provided by the Owner in the amount of 5% of the Construction Cost Limitation. The surety for a security bond shall meet the same requirements as set forth for payment and performance bonds. 17.2 Upon acceptance by the Owner of a Guaranteed Maximum Price Proposal, Construction Manager shall provide performance and payment bonds on forms prescribed by Owner and in accordance with the Fill requirements set forth in the General conditions. The penal sum of the payment and performance bonds shall be equal to the Guaranteed Maximum Price. If construction is phased or staged with different Guaranteed Maximum Prices established at different times, the penal sum of the bonds shall be increased X„ at the start of each stage or phase based on the cumulative total value of all Guaranteed Maximum Prices in effect. 17.3 In the event that the Owner implements an Owner Controlled Insurance Program (OCIP), the Construction Manager will be required to provide the following insurance coverages: 17.3.1 Pre -Construction Phase: Provide those coverages specified above for the Pre -Construction Phase. OCIP does not provide coverages during the Pre -Construction Phase. 17.3.2 Construction Phase: Provide Automobile Liability, Owner's Protective Liability and Builder's Risk, as set forth in the General conditions. 17.3.3 Refer to the Owner's Project Insurance (ROCIP) specification for a complete listing of coverages provided by OCIP. 3 17.4 The Construction Manager shall not commence work under the Agreement until it has obtained all required insurance and until evidence of the required insurance has been reviewed and approved by the Owner. Owner's review of the insurance shall not relieve nor decrease the liability of the Construction Manager. Prior to commencing any work under this Agreement, Construction Manager shall provide evidence of the following insurance coverages: i 17.4.1 Pre -Construction Phase: Employer's Liability, Workers' Compensation, Comprehensive General Liability and Comprehensive Automobile Liability in the amounts as set forth in the General conditions. I CM -at -Risk Agreement --version 110802 27 I 17.4.2 Construction Phase: In addition to the coverages required during the Pre -Construction Phase, Builder's Risk and Owner's Protective Liability in the amounts as set forth in the General conditions. 17.4.3 Prior to commencing any construction work, Construction Manager shall provide evidence of Builder's Risk coverage as set forth in the General conditions, which coverage shall remain in full force and effect throughout the term of the Project and shall be increased as necessary for each separate bid package, phase, change order, or Stage of construction prior to the commencement of construction for that package, phase, or Stage. 17.4.4 Construction Manager shall include required insurance information in trade packages and indicate on bid/proposal forms the insurance that bidders/proposers are to include in their base proposals. 17.5 The Construction Manager shall not cause or allow any of its required insurance to be canceled nor permit any insurance to lapse during the term of the Agreement or as required in the Agreement. If the Construction Manager fails to obtain, maintain or renew any insurance required by the Agreement, the Owner may obtain insurance coverage directly and recover the cost of that insurance from the Construction Manager. 17.6 The Owner reserves the right to review the insurance requirements set forth in this Article during the effective period of the Agreement and to make reasonable adjustments to the insurance coverages and their limits when deemed necessary and prudent by the Owner based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Construction Manager. 17.7 The Owner shall be entitled, upon request, and without expense, to receive complete copies of the policies with all endorsements and may make any reasonable requests for deletion, or revision or modification of particular policy terms, conditions, limitations, or exclusions, except where policy provisions are established by law or regulation binding upon the Parties or the underwriter of any of such polices. Damages caused by the Construction Manager and not covered by insurance shall be paid by the Construction Manager. 17.8 The cost of premiums for any additional insurance coverage desired by the Construction Manager in excess of that required by this Agreement, the General conditions, or the Contract Documents shall be borne solely by the Construction Manager out of its fees and not included in the GMP Proposal as a Direct Construction Cost. 17.9 OCIP Lnsured Projects. 17.9.1 In the event that the Owner implements an Owner Controlled Insurance Program (OCIP) for the Project, Construction Manager will provide the required Pre -Construction Phase insurance for the Project and additional Construction Phase insurance coverages as required by the OCIP plan. 17.9.2 Construction Manager's GMT Proposal shall not include the cost of premiums for insurance coverage provided through the OCIP. The GMP Proposal shall only include the cost of premiums of all other insurance required by the Contract Documents. CM -at -Risk Agreement --version 110802 28 1. 17.9.3 The cost of premiums for any additional insurance coverage desired by the Construction Manager in excess of that required by this Agreement, the General conditions, or the Contract Documents shall be borne solely by the Construction Manager out of its fees and not included in the GMP Proposal as a Direct Construction Cost. 17.9.4 Construction Manager shall include required OCIP insurance information in trade packages and indicate on bid/proposal forms the insurance that bidders/proposers are to and are not to include in their base proposals. 17.9.5 During construction, Owner may audit the Subcontractors' labor hours to determine actual insurance costs. ARTICLE 18 DISPUTE RESOLUTION 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. ARTICLE 19 PROJECT TERMINATION AND SUSPENSION 19.1 This Agreement may be terminated during the Pre -Construction Phase by either party upon fifteen (15) days written notice should the other party fail substantially to perform in accordance with its terms through no fault of the party initiating the termination and breach is not cured or an acceptable plan to cure the breach is not established within the fifteen (15) day period. 19.2 This Agreement may be terminated by the Owner during the Pre -Construction Phase upon at least three (3) days written notice to the Construction Manager in the event that the Project is to be temporarily or permanently abandoned. 19.3 This Agreement may be terminated by the Owner at the GMP Proposal stage upon at least three (3) days written notice to the Construction Manager in the event that the parties are unable or unwilling to agree on a GMP Proposal. 19.4 In the event of termination that is not the fault of the Construction Manager, the Construction Manager shall be entitled to compensation for all services performed to the termination date provided, however, Construction Manager has delivered to Owner such statements, accounts, reports and other materials as required together with all reports, documents and other materials prepared by Construction Manager prior to termination. Upon such payment, Owner shall have no further obligation to the Construction Manager. a LCM -at -Risk Agreement --version 110802 29 0 19.5 Termination of this Agreement shall not relieve Construction Manager or any of its employees, subcontractors, or consultants of liability for violations of this Agreement or for any act or omission, or negligence, of Construction Manager related to the Project. In the event of a termination, Construction Manager hereby consents to employment by Owner of a substitute Construction Manager to complete the services under this Agreement. 19.6 In the event of termination, Owner shall have the right to use any documents or other materials prepared for the Project and the ideas and designs they contain for the completion of the services described by this Agreement, for completion of the Project, or for any other purpose. 19.7 If the Project is suspended or abandoned in whole or in part for more than ninety (90) consecutive days during the Pre -Construction Phase, the Construction Manager shall be compensated for all services performed prior to receipt of written notice from the Owner of such suspension or abandonment. If the Project is resumed after being suspended for more than ninety (90) consecutive days, the Construction Manager's compensation for Pre -Construction Services shall be equitably adjusted if, in the Owner's reasonable opinion, such adjustment is warranted. ARTICLE 20 INDEMNiTY WITHOUT LIMITING, IN ANY WAY, MANNER OR FORM, THE INDEMNITY PROVIDED BY CONTRACTOR IN PARAGRAPH 5.8.1 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, MATERIAL MEN 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. ARTICLE 21 SPECIAL WARRANTIES 21.1 Notwithstanding anything to the contrary contained in this Agreement, Owner and Construction Manager agree and acknowledge that Owner is entering into this Agreement in reliance on Construction Manager's represented expertise and ability to provide construction management services. Construction Manager agrees to use its best efforts, skill, judgment, and abilities to perform its obligations and to further the interests of Owner in accordance with Owner's requirements and procedures. 21.2 The Construction Manager represents, and agrees that it will perform its services in accordance with the usual and customary standards of Construction Manager's profession or business and in compliance with all applicable national, federal, state, municipal, laws, regulations, codes, ordinances, orders and with those of any other body having jurisdiction over the Project. Construction Manager agrees to bear the full cost of correcting Construction Manager's negligent or improper work and services, those of its consultants, and any harm caused by the negligent or improper work or services. 21.3 The Construction Manager's duties shall not be diminished by any approval by Owner nor shall the 115 Construction Manager be released from any liability by any approval by Owner, it being understood that the CM -at -Risk Agreement --version 110802 30 Owner is ultimately relying upon the Construction Manager's skill and knowledge in performing the services required hereunder. 21.4 The Construction Manager represents and agrees that all persons connected with the Construction Manager directly in charge of its services are duly registered and/or licensed under the laws, rules and regulations of any authority having jurisdiction over the Project if registration is required. 21.5 The Construction Manager represents and agrees to advise Owner of anything of any nature in any ' drawings, specifications, plans, sketches, instructions, information, requirements, procedures, and other data supplied to the Construction Manager (by the Owner or any other party) that is, in its opinion, unsuitable, improper, or inaccurate for the purposes for which the document or data is furnished. 21.6 The Construction Manager represents and agrees to perform its services under this Agreement in an expeditious and economical manner consistent with good business practices and the interests of Owner. 21.7 Construction Manager represents and agrees that there are no obligations, commitments, or impediments of any kind that will limit or prevent performance of its obligations under this Agreement. 21.8 Construction Manager represents and agrees that the individual executing this Agreement on behalf of Construction Manager has been duly authorized to act for and to bind Construction Manager to its terms. 21.9 Except for the obligation of Owner to pay Construction Manager certain fees, costs, and expenses pursuant to the terms of this Agreement, Owner shall have no liability to Construction Manager or to anyone claiming through or under Construction Manager by reason of the execution or performance of this Agreement. Notwithstanding any obligation or liability of Owner to Construction Manager, no present or future partner or affiliate of Owner or any agent, officer, director, employee of Owner, or anyone claiming under Owner has or shall have any personal liability to Construction Manager or to anyone claiming through or under Construction Manager by reason of the execution or performance of this Agreement. ARTICLE 22 CERTIFICATION OF NO ASBESTOS CONTAINING MATERIALS OR WORK 22.1 The Construction Manager shall provide a certification statement, included with each materials submittal, stating that no asbestos containing materials or work is included within the scope of the a proposed submittal. 22.2 The Construction Manager.shall ensure that Texas Department of Health licensed individuals, consultants or companies are used for any required asbestos work including asbestos inspection, asbestos abatement plans/specifications, asbestos abatement, asbestos project management and third -party asbestos monitoring. 22.3 The Construction Manager shall provide at Substantial Completion, a notarized affidavit to the Owner and the Architect stating that no asbestos containing materials or work was provided, installed, furnished or added to the Project. 22.4 The Construction Manager shall take whatever measures he deems necessary to insure that all employees, suppliers, fabricators, materialmen, subcontractors, or their assigns, comply with this requirement. 4.. CM -at -Risk Agreement --version 110802 31 } 22.5 All materials used on this Project shall be certified as non Asbestos Containing Building Materials (ACBM). The Construction Manager shall insure compliance with the following acts from all of his subcontractors and assigns: 22.5.1 Asbestos Hazard Emergency Response Act (AHERA-40 CFR 763-99 (7)); 22.5.2 National Emission Standards for Hazardous Air Pollutants (NESHAP—EPA 40 CFR 61, National Emission Standard for Asbestos; 22.5.3 Texas Asbestos Health Protection Rules (TAHRP—Tex. Admin. Code Title 25, Part 1, Ch. 295C, Asbestos Health Protection 22.6 Every subcontractor shall provide a notarized statement that no ACBM has been used, provided, or left on this Project. 22.7 The Construction Manager shall provide,. in hard copy and electronic form, all necessary material safety data sheets (MSDS) of all products used in the construction of the Project to the Texas Department of Health licensed inspector or Project Architect or Engineer who will compile the information from the MSDS and, finding no asbestos in any of the product, make a certification statement. 22.8 At Final Completion the Construction Manager shall provide a notarized certification statement per TAC Title 25 Part 1, Ch. 295.34, par. c.l that no ACBM was used during construction of the Project. ARTICLE 23 MISCELLANEOUS PROVISIONS 23.1 Assignment. This Agreement is a personal service contract for the services of Construction Manager, and Construction Manager's interest in this Agreement, duties hereunder and/or fees due hereunder may not be assigned or delegated to a third party. 23.2 Records of expenses pertaining to Additional Services and services performed on the basis of a Worker Wage Rate or Monthly Salary Rate shall be kept on the basis of generally accepted accounting principles and in accordance with cost accounting standards promulgated by the Federal Office of Management and Budget Cost Accounting Standards Board and shall be available for audit by the Owner or the Owner's authorized representative on reasonable notice. w _ 23.3 Texas Family Code Child Support Certification. Pursuant to Section 231.006, Texas Family Code, Construction Manager certifies that it is not ineligible to receive the award of or payments under this Agreement and acknowledges that this Agreement may be terminated and payment may be withheld if this certification is inaccurate. 23.4 Entire Agreement; Modifications. This Agreement supersedes all prior agreements, written or oral, between Construction Manager and Owner and shall constitute the entire Agreement and understanding between the parties with respect to the Project. This Agreement and each of its provisions shall be binding upon the parties and may not be waived, modified, amended or altered except by a ._a writing signed by Construction Manager and Owner. CM -at -Risk Agreement --version 110802 32 23.5 Captions. The captions of paragraphs in this Agreement are for convenience only and shall not be considered or referred to in resolving questions of interpretation or construction. 23.6 Governing Law and Venue. This Agreement and all of the rights and obligations of the parties and all of the terms and conditions shall be construed, interpreted and applied in accordance with and governed by and enforced under the laws of the State of Texas without reference to its conflicts of law provisions. The county where the Project is located shall be the sole place of venue for any legal action arising from or related to this Agreement or the Project in which the Owner is a party. 23.7 Waivers. No delay or omission by either party in exercising any right or power arising from non-compliance or failure of performance by the other party with any of the provisions of this Agreement shall impair or constitute a waiver of any such right or power. A waiver by either party of any covenant or condition of this Agreement shall not be construed as a waiver of any subsequent breach of that or of any other covenant or condition of the Agreement. 23.8 Binding Effect. This Agreement shall be binding upon and inure to the benefit of the parties and their respective permitted assigns and successors. 23.9 Appointment. Owner hereby expressly reserves the right from time to time to designate by notice to Construction Manager a representative(s) to act partially or wholly for Owner in connection with the performance of Owner's obligations. Construction Manager shall act only upon instructions from the designated representative(s) unless otherwise specifically notified to the contrary. 23.10 Records. Records of Construction Manager's costs, reimbursable expenses pertaining to the Project and payments shall be available to Owner or its authorized representative during business hours and shall be retained for four (4) years after final Payment or abandonment of the Project, unless Owner otherwise instructs Construction Manager in writing. 23.11 Notices. All notices, consents, approvals, demands, requests or other communications relied on by the parties shall be in writing. Written notice shall be deemed to have been given when delivered in person to the designated representative of the Construction Manager or Owner for whom it is intended; or sent by U. S. Mail to the last known business address of the designated representative; or transmitted by fax machine to the last know business fax number of the designated representative. Mail notices are deemed effective upon receipt or on the third business day after the date of mailing, whichever is sooner. Fax notices are deemed effective the next business day after faxing. 23.12 Severability. Should any term or provision of this Agreement be held invalid or unenforceable in any respect, the remaining terms and provisions shall not be affected and this Agreement shall be construed as if the invalid or unenforceable term or provision had never been included. 23.13 Illegal Dumping. The Construction Manager shall ensure that it and all of its Subcontractors and assigns prevent illegal dumping of litter in accordance with Title 5, Texas Health and Safety Code, Chapter 365. ARTICLE 24 COMPENSATION 24.1 Construction Cost Limitation The anticipated Construction Cost Limitation for the Project at the time this Agreement was executed is: 12 CM -at -Risk Agreement --version 110802 33 L TEN MILLION SIX HUNDRED SEVENTY THOUSAND Dollars ($10,670,000) 24.2 Pre -Construction Phase Fee 24.2.1 For Pre -Construction Phase Services, Owner shall pay Construction Manager a Pre - Construction Phase Fee in the total stipulated amount of ZERO Dollars ($ 0.00h 24.3 Construction Phase Fee 24.3.1 For Construction Phase Services, Owner shall pay Construction Manager a stipulated Construction Phase Fee equal to FOUR percent (1.!/o) of the Construction Cost Limitation for the Project. 24.3.2 Based on the anticipated CCL established at the time of this Agreement, the Construction Phase Fee would be the total stipulated amount of: FOUR HUNDRED TWENTY-SIX THOUSAND EIGHT HUNDRED Dollars ($426,800). 24.3.3 If the Owner agrees to an increase in the Guaranteed Maximum Price during the Construction Phase, the Construction Phase Fee shall be equitably adjusted by applying the percentage established in paragraph 24.3.1 to the amount of the increase in the GMP. 24.3.4 The percentage rate established in paragraph 24.3.1 of this Agreement for calculation of the Construction Phase Fee cannot be increased except with the express written approval of the Owner. 24.3.5 If the Owner agrees to any increases in the Construction Cost Limitation during the Construction Phase without increasing the GMP (for example, change orders funded by Owner's Special Cash Allowance or Owner's Construction Contingency) the Construction Manager's fee for these increases shall be calculated accordance with the provisions of the General conditions for Change Orders. 24.4 Limitation on General Condition Costs 24.4.1 The maximum allowable amount of General Conditions Costs payable to the ._ Construction Manager during the Construction Phase of the Project shall not exceed FIVE AND TWO - TENTHS percent 5( 2 %) of the Construction Cost Limitation for the Project. 24.4.2 Based on the anticipated CCL established at the time of this Agreement, the maximum allowable amount of General Conditions Costs would be the total amount of: FIVE HUNDRED FIFTY-FOUR THOUSAND EIGHT HUNDRED FORTY Dollars $554 840 . CM -at -Risk Agreement --version 110802 34 24.4.3 If the Owner agrees to an increase in the Guaranteed Maximum Price during the Construction Phase the maximum allowable amount of General Conditions Costs shall be equitably adjusted by applying the percentage established in paragraph 24.4.1 to the amount of the increase in the GMP. 24.4.4 The percentage rate established in paragraph 24.4.1 of this Agreement for calculation of the maximum allowable amount of General Conditions Costs cannot be increased except with the express written approval of the Owner. 24.4.5 If the Owner agrees to any increases in the Construction Cost Limitation during the Construction Phase without increasing the GMP (for example, change orders funded by Owner's Special Cash Allowance or Owner's Construction Contingency) the allowable General Conditions Costs for these increases shall be calculated accordance with the provisions of the General conditions for Change Orders. ARTICLE 25 OTHER TERMS AND CONDITIONS 25.1 Time of Completion 25.1.1 The anticipated date for achieving Substantial Completion of the Project at the time this Agreement was executed is: MARCH 1, 2008. 25.1.2 The Construction Phase shall be deemed to commence on the date specified in a Notice to Proceed issued by Owner after approval of the Guaranteed Maximum Price Proposal. _ 25.1.3 The Construction Manager shall achieve Substantial Completion of the Work and Final Completion of the Work on or before the dates agreed to in the Guaranteed Maximum Price Proposal, subject to time extensions granted by Change Order. 25.1.4 THE TIMES SET FORTH FOR COMPLETION OF THE WORK IN THE NOTICE TO PROCEED wITH _- CONSTRUCTION AND THE GUARANTEED MAXM7M PRICE PROPOSAL ARE AN ESSENTIAL ELEMENT OF THE AGREEMENT. The Owner may elect, at its option, to stage or "fast -track" portions of the work The Owner shall issue a separate Notice to Proceed or Change Order for each such stage and each such stage shall have a separate substantial completion date and a separate liquidated damages amount. 25.2 Liquidated Damages 25.2.1 For each consecutive calendar day after the Substantial Completion Date that the Work is not substantially completed, the Owner may deduct the amount of: TWENTY-FIVE Dollars per day ($ 25/dayl from any money due or that becomes due the Construction Manager, not as a penalty but as liquidated damages representing the parties' estimate at the time of contract execution of the damages that the Owner will sustain for late completion. CM -at -Risk Agreement --version 110802 35 4 _m 25.2.2 The parties stipulate and agree that calculating Owner's actual damages for late completion of the Project would be impractical, unduly burdensome, and cause unnecessary delay and that the amount of daily liquidated damages set forth is reasonable. 253 Estimated Construction Cost Reports Construction Manager shall prepare and update an Estimated Construction Cost report as required by paragraph 4.2.3.1 at the FIFTY percent 50% and the SEVENTY-FIVE percent 75% completion stages during the schematic, design development and construction documents phases of the Pre -Construction Services. 25A Notices Notices of claims or disputes or other legal notices required by this Agreement shall be sent to the following persons at the indicated locations. If to Owner: With Copies to: If to Construction Manager: Craig Wuensche Park Operations Manager Fax No. (806) 775-2686 Randy Truesdell Parks and Recreation Manager P.O. Box 2000 1625 13' Street Lubbock, Texas 79457 Liz Lonngren, AIA, Vice President Lee Lewis Construction, Inc. 7810 Orlando Avenue Lubbock, Texas 79464 Fax No. (806) 797-8492 The parties may make reasonable changes in the person or place designated for receipt of notices upon advance written notice to the other party. 25.5 Party Representatives 25.5.1 The Owner's Designated Representative authorized to act in the Owner's behalf with respect to the Project is: F Craig Wuensche Park Operations Manager Lubbock, Texas 79457 Fax No. (806) 775-2686 CM -at -Risk Agreement --version 110802 w. 36 25.5.2 The Construction Manager's designated representative authorized to act on the Construction Manager's behalf and bind the Construction Manager with respect to the Project is: Liz Lonngren Vice President Fax No. (806) 797-8492 25.5.3 The parties may make reasonable changes in their designated representatives upon advance written notice to the other party and in accordance with Paragraph 4.8. 25.6 Construction Document Sets The Project Architect shall coordinate the printing, binding and distribution of the initial issuance of all construction documents to all Subcontractor proposers requesting documents in order to provide proposals to the Construction Manager. A minimum of twenty-five (25) sets will be furnished at the expense of the Owner. The Construction Manager shall utilize all construction documents returned to the Project Architect from the Subcontractor proposers. 25.7 OCIP Insured Project The Owner has/has not elected to implement an Owner Controlled Insurance Program (OCIP) for this Project. Refer to Article 18.8 for specific coverages required. 25.8 List of Exhibits The following exhibits are fully incorporated into this Agreement by reference: Exhibit A -- General conditions Exhibit B -- Owner's Specifications Exhibit C -- Allowable General Conditions Line Items Exhibit D -- Guaranteed Maximum Price Proposal Form Attachment 1 to Exhibit D -- Guidelines for the Preparation of the GMP Attachment 2 to Exhibit D — Payment and Performance Bonds Exhibit E — Surety Company's Letter of Intent Exhibit F -- Construction Manager's Personnel and Monthly Salary Rate Exhibit G -- Constructability Implementation Program Exhibit H -- Policy on Utilization, Historically Underutilized Businesses Exhibit I -- HUB Subcontracting Plan for Pre -Construction Phase Services Exhibit J -- Additional Services Proposal CM -at -Risk Agreement --version 110802 37 �.__ .,, �� --.. _ �.....,�,. v �_..._�, ....� .�.�._. v., ,_. �,�. .�.. ._.. .%� ' BY SIGNING BELOW, the Parties have executed and bound themselves to this Agreement as of the day and year first above written. CONSTRUCTION MANAGER: CITY OF LUBBOCK, S (OWNER): Lee Lewis Construction Inc MAYOR By: ATTEST: PRINTED N*44L&hzabefik. Lo en TITLE: Vice President City S cretary COMPLETE ADDRESS: APPROVED AS TO CONTENT: Company Lee Lewis Construction Inc. Address 7810 Orlando Ave Owner' Representative City, State, Zip Lubbock. Texas 79423 ATTEST: \ Dire for �+ APPROVED A TO Corp ate Secr tart' roji 1 Attqv V I [� I CM -at -Risk Agreement --version 110802 38 I I I GENERAL CONDITIONS CM -at -Risk Agreement --version 110802 39 City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 07-700-BM Before submitting your proposal, please ensure you have completed the following: 1. ✓ Carefully read and understand the entire document and properly complete CRITERION 19, EXECUTION OF OFFER and the RESPONDENT'S PRICING AND DELIVERY PROPOSAL. The forms must be completed in blue or black ink or typewritten. Signatures must be original, in blue or black ink, and by hand. Amounts shall be clearly written in numerals. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 3. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid / Proposal. 4. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 5. ✓ Carefully read the CRITERIA AND REQUIREMENTS FOR PROPOSALS in SECTION 3 and ensure ALL criteria are addressed in your submittal. 6. ✓ Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 7. ✓ Attach a letter of intent from a surety company indicating your firm's ability to bond for the entire construction cost of the project. The surety shall acknowledge that the firm may be bonded for each stage/phase of the project, with a potential maximum construction cost of $10,670,000. 8. ✓ Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office no later than the deadline. Late proposals will not be accepted. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. Lee Lewis Construction Inc. Company Name City of Lubbock Public Works Contracting Office In an effort to better serve our suppliers, the City of Lubbock Public Works Contracting Office is conducting the following survey. We appreciate the time and effort expended to submit your offer. Please take an additional moment to complete the information below. If you have any questions or need more information, please call (806)775-2163. City of Lubbock RFP # 07-700-BM HOW DID YOU RECEIVE NOTICE OF THIS REQUEST FOR PROPOSAL? Lubbock Avalanche Journal? ✓ Yes No The Daily Commercial Record? Yes ✓ No From Plan Room or other type of service? Yes ✓ No Did you access the City of Lubbock website to search for bids? ✓ Yes No Facsimile or email from RFP Depot.com? ✓ Yes No Did you download from your home computer? ✓ Yes No Did you download from your company computer? ✓ Yes No Requested a copy from Lubbock Public Works Contracting Office? Yes ✓ No Are you a member of RFP Depot? ✓ Yes No Other: THANK YOU. Lee Lewis Construction, Inc. Company Name INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. SECTION 2 - EXECUTIVE SUMMARY 4. SECTION 3 - CRITERIA AND REQUIREMENTS FOR PROPOSALS 5. RESPONDEMNTS PRICING AND DELIVERY PROPOSAL 6. SECTION 4 - FORMAT OF PROPOSALS 7. GENERAL CONDITIONS OF THE AGREEMENT 8. PAYMENT BOND 9. PERFORMANCE BOND 10. CERTIFICATE OF INSURANCE 11. DESCRIPTION OF SERVICES 12. CURRENT WAGE DETERMINATIONS 13. DEFINITIONS NOTICE TO OFFERORS RFP #07-700-BM Sealed proposals addressed to Bruce MacNair, Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th Street, Suite 102, Lubbock, Texas, 79401, until 2:00 P.M. on December 12, 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 the following described project: Construction Manager at Risk for Youth Sports Facility Phase One including approximately 35,580 square feet of concession sales and preparation areas, public restrooms, batting cages, and field maintenance facilities in twenty-nine (29) separate buildings. Twelve (12) competitive softball fields, three (3) Little League Baseball fields and one (1) Junior Baseball Field shall be built along with associated site development. Site Development shall include earthwork and internal roadway, parking lots and sidewalk construction, plus the site shall have a new lake built and site irrigation installed. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 2:00 P.M. on December 12 , 2006, and the City of Lubbock City Council will consider the proposals on January 11, 2007, 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 proposals and waive any formalities. At the time that the Project proceeds into the construction phase. The successful proposer 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 proposer 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. If a fixed contract amount or guaranteed maximum price has not been determined at the time the contract is awarded, the penal sums of the performance and payment bonds delivered to the City of Lubbock must each be in an amount equal to the project budget, as specified in the request for proposals. The construction manager shall deliver the bonds not later than the tenth day after the date the construction manager executes the contract, unless the construction manager furnishes a bid bond or other financial security acceptable to the City of Lubbock to ensure that the construction manager will furnish the required performance and payment bonds --- when a guaranteed maximum price is established. It shall be each proposer's sole responsibility to inspect the site of the Work and to inform himself regarding all local conditions under which the Work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on November 28, 2006 at 10:00 A.M., in the Parks Conference room at 1010 9tn Street, Lubbock, Texas. Offerors may view the RFP Documents without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405, or on-line at: http://pr.thereproductioncompany.com/. ONE SET OF DOCUMENTS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, http://pr.ther2productioncoml2any.com/, Phone: (806) 763-7770. Additional sets of documents may be obtained at the proposer's expense. Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 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 REQUEST FOR PROPOSAL. A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. By submitting its Proposal in response to this RFP, respondent accepts the evaluation process and acknowledges and accepts that determination of the "most qualified" firm(s) will require subjective judgments by the Owner. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals 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 -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER 2 SECTION 1 - GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive proposals for selection of a Construction Manager at Risk firm for Phase One of the City of Lubbock's Youth Sports Facility to be located on the Northeast of Milwaukee Avenue and FM 1585 in Lubbock County, in accordance with the terms, conditions, and requirements set forth in this Request for Proposals. Sealed proposals will be received no later than 2:00 P.M. CST, December 12 2006 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP#07-700-BM, Construction Manager at Risk, YOUTH SPORTS FACILITY PHASE ONE" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Bruce MacNair, Public Works Contracting Officer City of Lubbock 1625 13th Street, Suite 102 Lubbock, Texas 79401 1.2 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal meeting will be held located at 1010 9`° Street Lubbock Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing 3 information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at http://www.RFPdgpot.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 proposer in doubt as to the true meaning of any part of the RFP Contract Documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdepot.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the Proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP Documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these Documents. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from 4 obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these RFP Contract Documents, shall be given to the Public Works Contracting Officer and a clarification obtained before the proposals are received, and if no such notice is received by the Public Works Contracting Officer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the Work to be included and has provided sufficient sums in its proposal to complete the Work in accordance with these RFP Contract Documents. If proposer does not notify the Public Works Contracting Officer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the RFP Contract Documents are sufficient and adequate for completion of the CM at Risk Services. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your proposal is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your proposal that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the 5 Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the Work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the Contract shall be done in accordance with Contract Documents described in the General Conditions. --: 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the Contract Documents for the CM at Risk Services for this project and shall be responsible for the satisfactory completion of all Work contemplated by said - Contract Documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal for the CM at Risk Services for the project covered by the Contract Documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge or forfeiture of deposit. The Contract Documents may be examined without charge as noted in the Notice to Offerors. 6 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer if any lan tg_zage, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Bruce MacNair, Public Works Contracting Officer City of Lubbock Public Works Contracting Office 1625 131h Street, Suite 102 Lubbock, Texas 79401 Fax: 806-775-3326 or 806-767-2275 Email: bmacnair(a,mylubbock.us RFPDepot: http://www.RFPdgpot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The services covered by the Contract Documents shall be substantially completed within the time required to have First Phase of the City of Lubbock's Youth Sports Facility complete so the competitive fields are playable by the beginning of the 2008 Playing Season from the date specified in the Notice to Proceed issued by the City of Lubbock. 13.2 The Contractor will be permitted to prosecute the Work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the Work contemplated by the Contract Documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the Work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the Contract Documents. 15 AFFIDAVITS OF BILLS PAID ONCE CONSTRUCTION BEGINS The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP ONCE CONSTRUCTION BEGINS The intent of these Contract Documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the forthcoming Contract Documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES FOR THE COMPLETED CONSTRUCTION OF THE PROJECT 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE (1) year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR ONCE CONSTRUCTION BEGINS The contractor will, upon written request, be furnished up to ten (10) sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK ONCE CONSTRUCTION BEGINS The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 9 20.2 The Contractor must obtain a limited sales, excise and use tax permit which may enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES ONCE CONSTRUCTION BEGINS It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES ONCE CONSTRUCTION BEGINS The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES USAGE ONCE CONSTRUCTION BEGINS 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall 10 be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence construction work under this contract until he has obtained all insurance as required in the General Conditions of the Contract Documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 11 26 LABOR AND WORKING HOURS ONCE CONSTRUCTION BEGINS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included that will be in the Contract Documents for construction. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS ONCE CONSTRUCTION BEGINS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Architect and/or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy 12 is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and numerals, for which he intends to do the Work contemplated. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for (description of the project). 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 13 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (if any) (i) Insurance Certificates for Contractor and all Sub -Contractors. (if any) (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If RFP Contract Documents 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 OFFERORS The proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make n reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all i information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the 14 proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer 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 proposer. (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 similar municipal and similar non -municipal current and completed projects for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA This Request for Proposals ("RFP") is for the purpose of selecting a Construction Manager at Risk firm for the Project as provided by Texas Local Government Code Section 271.118. The RFP provides the information necessary to prepare and submit qualifications, fee proposals, and general conditions prices ("Proposals") for consideration and initial ranking by the Owner. The Owner will rank the Proposals in the order that they provide the "best value" for the Owner based on the published selection criteria and on the ranking evaluations. The "most" qualified respondents will be requested to attend an interview with the Owner to confirm their Proposal and answer additional questions. The Owner will then rank the remaining "most" qualified respondents in order to identify a "best value". Respondents shall carefully read the information contained in the following criteria and submit complete responses to all questions in Section 3 formatted as directed in Section 4. Incomplete proposals will be considered non -responsive and subject to rejection. 15 SECTION 2 — EXECUTIVE SUMMARY The Construction Contract Documents have been developed in two (2) different packages. The first package includes the architectural, structural, mechanical, electrical and plumbing portion of the Project. The second package includes the civil, survey, site grading and project component locations plus the site irrigation design work. The new Phase One construction Work at City of Lubbock's Youth Sports Facility consists of approximately 35,580 square feet of concession sales and preparation areas, public restrooms, batting cages, and field maintenance facilities in twenty-nine (29) separate buildings. Twelve (12) competitive softball fields, three (3) Little League Baseball fields and one (1) Junior Baseball Field shall be built along with associated site development. Site Development shall include earthwork and internal roadway, parking lots and sidewalk construction, plus the site shall have a new lake built and site irrigation installed. Project Planning Schedule 1st Advertisement for RFP Request for Proposals Released 2nd Advertisement for RFP Pre -Proposal Meeting Receive and Publicly Open Proposals Review Proposals Submit Selected CMAR to Lubbock City Council Kick -Off Meeting/Budget Review Check GMP Sub -Bids Received GMP Established- Phase One- Youth Sports Facility CMAR Negotiates 1st Amendment to Contract Official Groundbreaking -Phase One -Youth Sports Facility Construction Begins -Phase One -Youth Sports Facility Date of Substantial Completion Owner Occupy- Phase One- Youth Sports Facility Nov 19, 2006 Nov 21, 2006 Nov 26, 2006 Nov 28, 2006 Dec 12, 2006 Dec 12-18, 2006 Jan 11, 2007 Jan 12, 2007 Feb 1, 2007 Feb 2, 2007 Feb 2-8, 2007 Feb 9, 2007 Feb 9, 2007 Mar 1, 2008 (to be confirmed) Mar 1, 2008 (to be confirmed) 16 SECTION 3 — CRITERIA AND REQUIREMENTS FOR PROPOSALS 1. CRITERIA ONE: RESPONDENT'S STATEMENT OF QUALIFICATIONS AND AVAILABILITY TO UNDERTAKE THE PROJECT (Maximum of two (2) printed pages per question) a. Provide a statement of interest for the Project including a narrative describing the respondent's unique qualifications as they pertain to this particular Project. b. Provide a statement on the availability and commitment of the respondent, its principal(s) and assigned professionals to undertake the Project. 2. CRITERIA TWO: RESPONDENT'S ABILITY TO PROVIDE CONSTRUCTION MANAGEMENT SERVICES a. Provide the following information on your firm for the past five (5) fiscal years: Volume Annual number, value, and percent change of contracts in Lubbock per year; Annual number, value, and percent change of contracts in Texas per year; Annual number, value, and percent change of contracts nationally per year; Revenues Annual revenue totals and percent change per year; Bonding Total bonding capacity; and Available bonding capacity and current backlog. b. Attach a letter of intent from a surety company indicating your firm's ability to bond for the entire construction cost of the project. The surety shall acknowledge that the firm may be bonded for each stage/phase of the project, with a potential maximum construction cost of $10,670,000. c. Identify if your firm is currently for sale or involved in any transaction to expand or to become acquired by another business entity? If so, please explain the impact both in organization and company direction. d. Provide details of any past or pending litigation, or claims filed, against your firm that may affect your performance under a Contract with the Owner. 17 e. Identify if your firm is currently in default on any loan agreement or financing agreement with any bank, financial institution, or other entity? If so, specify date(s), details, circumstances, and prospects for resolution. f. Does any relationship exist by relative, business associate, capital funding agreement, or any other such kinship between your firm and any Owner employee, officer or Regent? If so, please explain. 3. CRITERIA THREE: QUALIFICATIONS OF CONSTRUCTION MANAGER AT RISK TEAM a. Describe your management philosophy for the Construction Manager at Risk construction delivery method. b. Provide resumes of the Construction Manager at Risk team that will be directly involved in the Project, including their experience with similar projects, the number of years with the firm, and their city(s) of residence. c. Describe, in graphic and written form, the proposed Project assignments and lines of authority and communication for each team member to be directly involved in the Project. Indicate the estimated percent of time these team members will be involved in the Project for Pre -construction and Construction Services. - . d. Identify the proposed team members (including consultants) who worked on the Projects listed in Section 3 this RFP, and describe their responsibility in those projects compared to this project. e. Identify any consultants that are included as part of the proposed team, their role related experience for this Project. List projects for which the consultant(s) has worked with the respondent. 4. CRITERIA FOUR: RESPONDENT'S PAST PERFORMANCE ON REPRESENTATIVE CM-R PROJECTS a. Identify and describe the proposed Team's past experience for providing Construction Manager at Risk services that are MOST RELATED TO THIS PROJECT within the last five (5) years. List the projects in order of priority, with the most relevant project listed first. Provide the following information for each project listed: ■ Project name, location, contract delivery method, and description ■ Color images (photographic or machine reproductions) ■ Final construction cost ■ Final project size in gross square feet ■ Type of construction (new, renovation, or expansion) 18 ■ Actual Notice To Proceed for Pre -Construction Services ■ Actual Notice to Proceed, Substantial Completion, and Final Payment dates for Construction Services ■ Name of Project Manager (individual responsible to the Owner for the overall success of the project) ■ Name of Project Superintendent (individual responsible for coordinating the day to day work) ■ Names of Mechanical, Plumbing, and Electrical subcontractors References (for each project listed above, identify the following): ■ The Owner's name and representative who served as the day-to-day liaison during the design and construction phases of the project, including telephone number ■ Architect/Engineer's name and representative who served as the day-to-day liaison during the construction phase of the project, including telephone number ■ Length of business relationship with the Owner. References shall be considered relevant based on specific project participation and experience with the Respondent. The Owner may contact references during any part of this process. The Owner reserves the right to contact any other references at any time during the RFP/P process. b. Identify a maximum of three (3) completed projects, of any type, for which your firm has received an award for construction excellence from a recognized organization and provide descriptive information for each. 5. CRITERIA FIVE: RESPONDENT'S PAST PERFORMANCE ON CITY OF LUBBOCK PROJECTS a. Identify and describe the proposed Team's past experience for providing Construction Management at Risk Services on City of Lubbock projects within the last five (5) years. If the respondent has not previously provided Construction Manager at Risk services _x for the City of Lubbock, then identify and describe the respondent's past performance on Construction Manager at Risk projects within the last five (5) years. In either case above, provide the following information for each project listed: ■ Project name, location, contract delivery method, and description ■ Color images (photographic or machine reproductions) 19 ■ Final construction cost ■ Final project size in gross square feet ■ Type of construction (new, renovation, or expansion) ■ Actual Notice To Proceed for Pre -Construction Services ■ Actual Notice To Proceed, Substantial Completion, and Final Payment dates for Construction Services ■ Name of Project Manager (individual responsible to the Owner for the overall success of the project) ■ Name of Project Superintendent (individual responsible for coordinating the day to day work) ■ Names of Mechanical, Plumbing and Electrical subcontractors 6. CRITERIA SIX: RESPONDENT'S ABILITY TO ESTABLISH BUDGETS AND CONTROL COSTS ON PAST PROJECTS a. Describe your fiduciary responsibility as a Construction Manager at Risk using Guaranteed Maximum Price contracts for publicly funded projects. b. Describe your cost estimating methods. From any of three (3) projects listed in response to Section 3 of this RFP, describe how the estimates were developed, how often they were updated and the degree of accuracy achieved. c. Describe your cost control methods during construction and how you procure subcontracts, confirm scope, amount, and ensure proper payment. From any three (3) projects listed in response to Section 3 of this RFP, provide examples of how these techniques were used and the degree of accuracy achieved. d. Describe your methodology for working with the Project Architect/Engineer and their consultants to deliver a Guaranteed Maximum Price and to maintain the GMP throughout the design and construction process. e. Provide a sample of a cost estimate used to establish a contract amount from any project listed in Section 3 of this RFP. f. The Owner intends to accept a Guaranteed Maximum Price prior to completion of Construction Documents. Describe 1) your process for ensuring that the Design Documents provide the information necessary to arrive at a complete GMP, including all Owner requirements with reasonable contingencies, and 2) your process for subsequently ensuring that the 100% Construction Documents align with the project scope in the previously accepted GMP proposal documents. 20 7. CRITERIA SEVEN: RESPONDENT'S ABILITY TO MEET SCHEDULES ON PAST PROJECTS a. Describe how you will develop, maintain and update the project schedule during design and construction. b. Describe your approach to assuring timely completion of this project, including methods for schedule recovery, if necessary. From any three (3) of the projects listed in response to Section 3 of this RFP, provide examples of how these techniques were used, including specific scheduling challenges/requirements and actual solutions. c. Describe how you develop and maintain work schedules during design and construction to coordinate with the Owner's project schedule. From any three (3) projects listed in response to Section 3 of this RFP, provide examples of how these techniques were used. d. From any of three (3) of the projects listed in response to Section 3 of this RFP, provide a sample of the monthly schedule reports, including identified milestones and schedule recovery plans. 8. CRITERIA EIGHT: RESPONDENT'S KNOWLEDGE OF CURRENT CONSTRUCTION METHODOLOGIES TECHNOLOGIES AND BEST PRACTICES a. Describe your quality assurance program. Explain the methods used to ensure quality control during the Construction phase of a project. Provide specific examples of how these techniques or procedures were used from any three (3) projects listed in response to Section 3 of this RFP. b. Describe your procedures for implementing industry's "best practices" as defined by the Construction Industry Institute and similar organizations for: • Establishing and tracking project objectives • Using project scope definition resources (i.e. Project Definitions Rating Index (PDRI)) in order to obtain complete and accurate design and construction documents from the A/E • Partnering • Cost tracking • Change (order) management systems • Total quality management for each phase, including close-out and commissioning 21 c. Provide an example of a successful constructability program used to maintain project budgets without sacrificing quality. d. Describe your methodology for advertising, evaluating and selecting trade contrators as a Construction Manager at Risk. e. As the Construction Manager at Risk, describe your relationship with the local subcontracting community. f. Describe how you have maintained security during the construction of an occupied facility listed in Section 3 of this RFP. g. Describe your past experience dealing with congested site conditions for any project listed in Section 3 of this RFP. h. Provide any other details regarding special services, products, advantages or other benefits offered to the Owner by the Respondent. 9. CRITERIA NINE: RESPONDENT'S ABILITY TO IDENTIFY AND RESOLVE PROBLEMS ON PAST PROJECTS a. Describe your understanding of the administrative challenges and opportunities associated with providing Preconstruction and Construction services for the City of Lubbock on this project, and your strategy for resolving these issues. b. Understanding the schedule limitations, provide an analysis of the Owner's project planning schedule in Section 2 of this RFP and describe your plan for communicating constructability, phasing, value engineering and other budget options in a form that will quickly facilitate the Owner's decision making. c. For any combination of three (3) projects listed in response to Section 3 of this RFP, - describe any conflicts with the Owner, Consultants, Architect/Engineer, or subcontractors and describe the methods used by the Respondent to resolve those conflicts. d. Provide examples of Preconstruction services provided that creatively incorporated mechanical, electrical, and plumbing solutions in similar structures. 10. CRITERIA TEN: RESPONDENT'S PRE -CONSTRUCTION PHASE SERVICES AND PROJECT EXECUTION PLAN FOR THIS PROJECT a. Describe your Construction Management and Execution plan for providing Preconstruction Phase Services required for this Project. b. Confirm in graphic form the proposed Project assignments, lines of authority and communication for each member and the estimated percent of time these individuals __. will be involved in this Project for Pre -Construction Services. 22 c. Provide a detailed list of all Preconstruction Services you will provide to the Owner and the Architect/Engineer (A/E) on this Project. d. Describe what you perceive are the critical Pre -Construction issues for this Project? e. Describe your procedures, objectives and personnel responsible for reviewing design and construction documents and for providing feedback regarding cost, schedule and constructability to the A/E and the Owner on this Project. f. Describe your Bid/Proposal Package Strategy for completion of the Construction Documents and for procuring Cost of the Work from subcontractors, vendors, suppliers, etc. g. Describe your plans to interface with the A/E and it's consultants to enhance the design and planning process on this Project. h. Describe your Constructability Program for this Project and how it will be implemented. i. Provide examples of records, reports, monitoring systems, and information management systems you will use on this Project during Pre -Construction Services. j. Describe your process for attracting qualified and experienced mechanical, electrical and plumbing subcontractors to submit proposals for this project. 11. CRITERIA ELEVEN: RESPONDENT'S CONSTRUCTION PHASE SERVICES AND PROJECT EXECUTION PLAN FOR THIS PROJECT a. Describe your Construction Management and Execution plan for providing Construction Phase Services required for this Project. b. Confirm in graphic form the proposed Project assignments, lines of authority and communication for each member and the estimated percent of time these individuals will be involved in this Project for Construction Services. c. Provide a detailed list of all Construction Services you will provide to the Owner and the Architect/Engineer (A/E) on this Project. d. Describe what you perceive are the critical Construction issues for this Project? e. Describe your ability and desire to self -perform work on this Project, and the method for determining yourself as the "best value" through a competitive proposal process. f. Provide examples of records, reports, monitoring systems, and information management systems you will use on this Project during Construction Services. g. Describe your approach to containing storm water run-off and meeting the regulatory requirements of the Texas Commission on Environmental Quality's (TCEQ) Texas 23 Pollutant Discharge Elimination System (TPDES) General Construction Permit No. TXR150000 and The City of Lubbock System's Water Use Management Plan for projects that will disturb land. h. Describe your approach to coordinating inspections and approvals with the Texas Department of Licensing and Regulation regarding Texas Accessibility Standards. i. Describe your approach to coordinating inspections and approvals with the City of Lubbock Fire Marshall regarding approval of life safety systems. 12. CRITERIA TWELVE: RESPONDENT'S ESTIMATING AND COST CONTROL MEASURES FOR THIS PROJECT a. Identify the proposed cost control team for Pre -Construction and Construction Services, their duties, city(s) of residence, estimating system, and GMP cost control system for this Project. b. Describe your project estimating system for developing the GMP Proposal and how you will monitor and track these costs during the procurement and payment process. c. Describe how the cost control team will ensure the executed Guaranteed Maximum Price (GMP) Proposal will be within the Owner's budget on this Project. d. If the Owner requests a GMP prior to 100% completion of the Construction Documents, describe your process for ensuring that the scope, cost and schedule assumptions will arrive at a "complete" GMP Proposal for this Project. e. Describe the contingencies you will propose in the GMP, and how these contingencies will be managed through the completion of Construction Phase Services. - F. Describe your plans for establishing, tracking, reporting and payment of the GMP and possible future changes on this Project. G. Describe your philosophy regarding Payment and Performance bonds required by the Owner on this project, and the bonds your firm requires of subcontractors. h. Identify a maximum of five (5) projects from Section 3 with GMP contracts and the amount of savings returned to the Owner. 13. CRITERIA THIRTEEN: RESPONDENT'S PROJECT PLANNING AND SCHEDULING FOR THIS PROJECT a. Identify the specific resources (i.e. personnel, hardware, software, etc.) to be used on this Project. 24 b. Provide resumes, indicating the scheduling experience of all personnel responsible for establishing and updating the project schedule, and their city(s) of residence for this Project. c. Provide a CPM Milestone schedule for this Project and identify specific critical process, phases, milestones, approvals, and procurements anticipated. d. As the Project Scheduler, describe your philosophy to achieve the Owner's required Substantial Completion date. e. Describe your plan for meeting or improving the Owner's proposed schedule for design and/or construction. If you propose to improve the schedule, describe the impact on quality of services, materials, or workmanship that may occur. 14. CRITERIA FOURTEEN: RESPONDENT'S QUALITY CONTROL AND COMMISSIONING PROGRAM FOR THIS PROJECT a. Identify the quality control and commissioning team, their duties, city(s) of residence and their objectives for this Project. b. Describe how your quality control team will measure the quality of construction and commissioning performed by mechanical and electrical subcontractors, and how you will address non -conforming work. c. Describe your implementation of a quality control process for this Project during the Design Development stage though completion of Construction Documents stage. d. Describe how your quality control team will measure the quality of construction performed by trade contractors on this Project, and how will you address non- conforming work. e. Describe how your quality control team will measure the quality of construction performed by mechanical and electrical subcontractors on this Project, and how will you address non -conforming work. 15. CRITERIA FIFTEEN: REPONDENT'S GENERAL UNDERSTANDING OF THE CITY OF LUBBOCK CM-R AGREEMENT a. Describe your interpretation of the Owner's responsibility for payment of the GMP line items and costs within those line items. b. Describe your fiduciary responsibility to the Owner (as a public agency) for tracking all construction costs and contingencies on this Project. c. Describe your philosophy for maximizing Project scope for the Owner during Preconstruction Services, minimizing risk to yourself, and identifying when savings can be returned to the Owner during construction. 25 d. Describe your methods for advertising, receiving proposals, awarding contracts and paying trade contractors on this Project, including review by the Owner. 16. CRITERIA SIXTEEN: RESPONDENT'S JOB SITE SAFETY PROGRAM FOR THIS PROJECT a. Describe your job site safety program for this Project and specific safety policies in which employees must be in compliance. b. Identify the Project safety team, their qualifications, duties and city(s) of residence. c. Identify any deaths that have occurred on a project site controlled by your firm, or any subcontractor(s) (at any contractual level), that had a death on your project site? If so, describe how you have revised your program. 17. CRITERIA SEVENTEEN: RESPONDENT'S WARRANTY AND SERVICE SUPPORT PROGRAM FOR THIS PROJECT a. Describe your warranty service support philosophy and warranty service implementation plan for this Project. b. Describe how you will measure the quality of service provided to the Owner for this Project. c. Provide reference letters from three (3) Owners identified in Section 3 that describe your response to, and performance on, warranty services AFTER substantial completion. 18. CRITERIA EIGHTEEN: REPONDENT' S PRICING AND DELIVERY PROPOSAL Complete the attached "Pricing and Delivery Proposal" form. 19. CRITERIA NINETEEN: EXECUTION OF OFFER NOTE TO RESPONDENTS: SUBMIT ENTIRE SECTION WITH RESPONSE. THIS EXECUTION OF OFFER MUST BE COMPLETED, SIGNED, AND RETURNED WITH THE RESPONDENT'S PROPOSAL. FAILURE TO COMPLETE, SIGN AND RETURN THIS EXECUTION OF OFFER WITH THE QUALIFICATIONS MAY RESULT IN REJECTION OF THE PROPOSAL. SIGNING A FALSE STATEMENT MAY VOID THE SUBMITTED PROPOSAL OR ANY AGREEMENTS OR OTHER CONTRACTUAL ARRANGEMENTS, WHICH _ MAY RESULT FROM THE SUBMISSION OF RESPONDENT'S PROPOSAL, AND THE RESPONDENT MAY BE REMOVED FROM ALL PROPOSER LISTS. A FALSE CERTIFICATION SHALL BE DEEMED A MATERIAL BREACH OF CONTRACT AND, AT OWNER'S OPTION, MAY RESULT IN TERMINATION OF ANY RESULTING CONTRACT OR PURCHASE ORDER. 26 a. By signature hereon, Respondent acknowledges and agrees that (1) this RFP is a solicitation for proposals and is not a contract or an offer to contract; (2) the submission of proposals by Respondent in response to this RFP will not create a contract between the Owner and Respondent; (3) the Owner has made no representation or warranty, written or oral, that one or more contracts with the Owner will be awarded under this RFP; and (4) Respondent shall bear, as its sole risk and responsibility, any cost which arises from Respondent's preparation of a response to this RFP. b. By signature hereon, Respondent offers and agrees to furnish to the Owner the products and/or services more particularly described in its proposal, and to comply with all terms, conditions and requirements set forth in the RFP documents and contained herein. c. By signature hereon, Respondent affirms that he has not given, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted Qualifications. d. By signature hereon, a corporate Respondent certifies that it is not currently delinquent in the payment of any Franchise Taxes due under Chapter 171, Texas Tax Code, or that the corporate Respondent is exempt from the payment of such taxes, or that the corporate Respondent is an out-of-state corporation that is not subject to the Texas Franchise Tax, whichever is applicable. e. By signature hereon, the Respondent hereby certifies that neither the Respondent nor the firm, corporation, partnership or Owner represented by the Respondent, or anyone acting for such firm, corporation, or institution has violated the antitrust laws of this state, codified in Section 15.01, et. seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the proposal made to any competitor or any other person engaged in such line of business. f. By signature hereon, Respondent represents and warrants that: a. Respondent is a reputable company regularly engaged in providing products and/or services necessary to meet the terms, conditions and requirements of the RFP; b. Respondent has the necessary experience, knowledge, abilities, skills, and resources to satisfactorily perform the terms, conditions and requirements of the RFP; c. Respondent is aware of, is fully informed about, and is in full compliance with all applicable federal, state and local laws, rules, regulations and ordinances; d. Respondent understands the requirements and specifications set forth in this RFP; 27 e. Respondent, if selected by the Owner, will maintain insurance as required by the Contract; f. All statements, information and representations prepared and submitted in response to this RFP are current, complete, true and accurate. Respondent acknowledges that the Owner will rely on such statements, information and representations in selecting the successful Respondent. If selected by the Owner as the successful Respondent, Respondent will notify the Owner immediately of any material change in any matters with regard to which Respondent has made a statement or representation or provided information. g. By signature hereon, Respondent certifies that the individual signing this document and the documents made part of the RFP is authorized to sign such documents on behalf of the company and to bind the company under any agreements or other contractual arrangements, which may result from the submission of Respondent's proposal. h. By signature hereon, Respondent certifies that if a Texas address is shown as the address of the Respondent, Respondent qualifies as a Texas Resident Respondent as defined in Rule 1 TAC 111.2. i. By signature hereon, Respondent certifies as follows: a. "Under Section 231.006, Texas Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate." b. "Under Section 2155.004, Texas Government Code, the vendor or applicant certifies that the individual or business entity named in this bid or contract is not ineligible to receive the specified contract and acknowledges that this contract may be terminated and payment withheld if this certification is inaccurate." c. "Under Section 2254.004, Texas Government Code, the vendor or applicant certifies that each individual or business entity which is an engineer or architect proposed by Respondent as a member of its team was selected based on demonstrated competence and qualifications only." j. By signature hereon, Respondent certifies that no relationship, whether by relative, business associate, capital funding agreement or by any other such kinship exist between Respondent and an employee of any City of Lubbock component, or Respondent has not been an employee of any City of Lubbock component within the immediate twelve (12) months prior to your RFP response. All such disclosures will be subject to administrative review and approval prior to the Owner entering into any contract with Respondent. 28 k. By signature hereon, Respondent affirms that no compensation has been received for participation in the preparation of the specifications for this RFP. (ref. Section 2155.004 Texas Government Code). 1. Respondent represents and warrants that all articles and services quoted in response to this RFP meet or exceed the safety standards established and = promulgated under the Federal Occupational Safety and Health Law (Public Law 91-596) and its regulations in effect or proposed as of the date of this solicitation. m. By signature hereon, Respondent signifies his compliance with all federal laws and regulations pertaining to Equal Employment Opportunities and Affirmative Action. n. By signature hereon, Respondent agrees to defend, indemnify, and hold harmless the City of Lubbock, all of its officers, agents and employees from and against all claims, actions, suits, demands, proceedings, costs, damages, and liabilities, arising out of, connected with, or resulting from any acts or omissions of Respondent or any agent, employee, subcontractor, or supplier of Respondent in the execution or performance of any agreements or other contractual arrangements which may result from the submission of Respondent's proposal. o. By signature hereon, Respondent agrees that any payments that may become due under any agreements or other contractual arrangements, which may result from the submission of Respondent's proposal, will be applied towards any debt including, but not limited to, delinquent taxes that is owed to the City of Lubbock. p. By signature hereon, Respondent certifies that no member of the City Council of the City of Lubbock, or an employee of the City of Lubbock, has a financial interest, directly or indirectly, in the transaction that is the subject of the contract. q. Execution of Offer: RFP No. 07-700-BM The Respondent must complete, sign and return this Execution of Offer as part of their submittal response. The Respondent's company official(s) who are authorized to commit to such a submittal must sign submittals. Failure to sign and return this form will subject the submittal to disqualification. Respondent's Name: Lee Lewis Construction, Inc. If a Corporation: Respondent's State of Incorporation: Texas Respondent's Charter No: 00498678-00 C Identify each person who owns at least 25% of the Respondent's business entity by name: Lee Lewis (Name) (Name) (Name) (Name) Submitted and Certified By: Liz Lonngren (Respondent's Name) 7810 Orlando Ave (Street Address) Vice President (Title) Lubbock Texas 79423 (City State, Zip Code) LOF (AUTHORIZED SIGNATURE) fp W ID 19- / OO// 806-797-8400 (Telephone Number) 806-797-8492 (Fax Number) December 12 2006 (DATE) RESPONDENT'S PRICING AND DELIVERY PROPOSAL Proposal of. Lee Lewis Construction Inc. (Respondent's Company Name) To: Bruce MacNair, Public Works Contracting Officer City of Lubbock Public Works Contracting Office 1625 13Ih Street, Suite 102 Lubbock, Texas 79401 Project Name: Construction Manager at Risk, Youth Sports Facility Phase One RFP No.: 07-700-BM Having carefully examined all the requirements of this RFP, and any attachments to the RFP, the undersigned proposes to furnish Construction Manager -At -Risk services as required for this Project on the following terms: ESTABLISHEMENT OF THE CONSTRUCTION MANAGER'S BUDGET LIMITATION: The Owner has established a Construction Manager's Budget Limitation (CMBL) amount of $10,670,000, which includes the Pre -Construction Phase Fee and the Construction Services Guaranteed Maximum Price Proposal. RESPONDENT'S PRE -CONSTRUCTION PHASE FEE: The Respondent shall identify a Pre - Construction Phase Fee, pursuant to Article 5 of the Agreement. Respondent's Pre -Construction Phase Fee $0 ESTABLISHEMENT OF THE CONSTRUCTION COST LIMITATION: Using the CMBL and the Respondent's Pre -Construction Phase Fee identified above, the Respondent shall identify the Construction Cost Limitation (CCL), pursuant to Article 3 of the Agreement: Construction Manager's Budget Limitation (less) Respondent's Pre -Construction Phase Fee (as identified above) $ 10, 670, 000 (equals) Respondent's Construction Cost Limitation $0 $10,670,000 RESPONDENT'S CONSTRUCTION PHASE FEE: Using the CCL identified above, the Respondent shall identify a Construction Phase Fee percentage: Respondent's Construction Phase Fee Percentage 4% (equals) Respondent's Estimated Construction Phase Fee Amount (percentage times the CCL above) $426,800 RESPONDENT'S NOT -TO -EXCEED GENERAL CONDITIONS COSTS: Using the Project Planning Schedule included in Section 2, the Respondent shall identify a General Conditions not - to -exceed percentage and amount. Respondent's General Conditions Percentage 5.2 % leauals) Respondent's Estimated General Conditions (percentage times the CCL above) $554,840 Total Construction Duration (Notice To Proceed for Construction to Final Completion as identified in Section 2. 13 months Using the not -to -exceed General Conditions costs identified above, the Respondent shall identify all project management, bonds, insurance, field office and office supply costs for the Project as listed below: Allowable General Condition Line Item Category Estimated Total Cost On -Site Project Management Staff subtotal $251,420 Bonds and Insurance subtotal $170,420 Temporary Project Utilities subtotal $10,000 Field Offices & Office Supplies subtotal $123,000 Estimated On -Site Project Management Staff and Rates Position Quantit Months Monthly Salary Rate Project Executive $ Project Manager 50% 13 $10,000 Superintendent(s) 100% 13 $8,100 Assistant Superintendent(s) $ Project Engineer/Expeditor(s) 100% 13 $5,500 Field/Office Engineer(s) $ Field Office Support Staff $ CPM Scheduler 10% 13 $5,000 Safety Coordinator/Assistant(s) 10% 13 $2,400 ADDENDA: Receipt is hereby acknowledged of the following addenda to this RFP (initial if applicable). No.1 ✓ No.2 No.3 0 No.4 No.5 No.6 AWARD OF CONTRACT AND COMMENCEMENT OF SERVICES: The undersigned agrees to execute the Contract after notification that the Respondent has been identified by the Owner as the Respondent with the "best value" Proposal, and to commence services on or before the - commencement date stated by the Owner in a Notice to Proceed. The Owner reserves the right to accept or reject and all Proposals and to waive proposal irregularities. Proposals shall be valid and not withdrawn for a period of ninety (90) days from the date of opening thereof. Respectfully Submitted and Certified By: Liz Lonngren Vice President (Respondent's Printed Name) (Title) 4 10 Y�a dft December 12, 2006 (luthIrrized Signatur (Date) _; Federal Tax ID 75-1680801 Firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number SECTION 4 — FORMAT OF PROPOSALS 1. GENERAL INSTRUCTIONS Proposals shall be prepared SIMPLY AND ECONOMICALLY, providing a straightforward, CONCISE description of the respondent's ability to meet the requirements of this RFP. Emphasis shall be on the QUALITY, completeness, clarity of content, responsiveness to the requirements, and an understanding of Owner's needs. Proposals shall be a MAXIMUM OF FIFTY (50) PRINTED PAGES. The cover, table of contents, divider sheets, Pricing and Delivery Proposal, and Execution of Offer do not count as printed pages. Respondents shall carefully read the information contained in this RFP and submit a complete response to all requirements and questions as directed. Incomplete Proposals will be considered non -responsive and subject to rejection. Proposals and any other information submitted by respondents in response to this RFP shall become the property of the Owner. Proposals that are qualified with conditional clauses, alterations, items not called for in the RFP documents, or irregularities of any kind are subject to rejection by the Owner, at its option. The Owner makes no representations of any kind that an award will be made as a result of this RFP. The Owner reserves the right to accept or reject any or all Proposals , waive any formalities or minor technical inconsistencies, or delete any item/requirements from - = this RFP when deemed to be in Owner's best interest. Proposals shall consist of answers to questions identified in Section 3 of the RFP. It is not necessary to repeat the question in the Proposals; however, it is essential to reference the question number with the corresponding answer. Failure to comply with all requirements contained in this Request for Proposals may result in the rejection of the Proposals. 2. PAGE SIZE BINDING DIVIDERS AND TABS: Proposals shall be printed on letter -size (8-1/2" x 11") paper and assembled with spiral - type bindings or staples. DO NOT USE METAL -RING HARD COVER BINDERS. Additional attachments shall NOT be included with the Proposals. Only the responses provided by the Respondent to the questions identified in Section 3 of this RFP will be used by the Owner for evaluation. Separate and identify each criteria response to Section 3 of this RFP by use of a divider sheet with an integral tab for ready reference. 3. TABLE OF CONTENTS: 34 Submittals shall include a "Table of Contents" and give page numbers for each part the Qualifications. 4. PAGINATION: r� Number all pages of the submittal sequentially using Arabic numerals (1, 2, 3, etc.). -, 35 Construction Manager at Risk, YOUTH SPORTS FACILITY, PHASE ONE CITY OF LUBBOCK, TEXAS RFP # 07-700-BM 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 LEE LEWIS 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 Craig Wuensche, Park Operations Manager, 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 Offerors, General Instructions to Offerors, Proposal, 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 Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like -..• import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. 36 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. 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 37 Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) 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. 38 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING - It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the 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. -d 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for 39 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. 40 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 proposal, 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. 41 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 proposal, 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 proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering 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 42 for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 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 herein, 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 43 insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 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: Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $300,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. 44 D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 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. 45 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; 46 (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 47 G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force there under on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability there under 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 48 on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a - new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, _ or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800/372- 7713 or 5121804-4000 (http://www twcc.state. tx us/twcccontacts.html) 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: 49 (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; provide a certificate of coverage to the Contractor prior to that person beginning work on the project; include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (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; 50 (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, material men 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 Contractor shall be 51 responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 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 proposing 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 there from. 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 $25 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial 52 conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the .time of completion designated in the proposal; 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 proposal 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 53 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 their proposals 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 _r 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 proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the 54 progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative { shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been 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 55 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. 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 56 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 (b) The Owner, under sealed proposals, 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 57 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 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. 58 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by 59 Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 60 CM OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent And Attached to =Md Submittal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the bolow identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbo* I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, f u-n iah a valid insurance certificate to the city meeting all of the requirements defined in this, proposal, Contr to (S tute) Contractor (Print) CONTRACTOR'S FIRM NAME: CG�'t PUGT 1C1�I (P&t or Type) - Name of Agent/Broker: Agent / Broker (Signattu Adds of Agent/Broker: 7Q1 J W c,_I ", K d Agen,Mroker Telephone Numbor. M—k) % 7 a 3 21 Date: I a 11 Q2 ' NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor, If you have any questions concerning these requirements, please contact the Public Works Contraeiiag Officer for the City of Lubbock at 806) 775-2163. 61 SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Proposal 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 proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the der and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. w Offeror's Initials 62 In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, 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 X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal 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 offeror, or the firm, corporation, partnership, or institution represented by offeror, 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 X (� Offeror's Initials 63 If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS -, COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature Vice President Title 64 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Lee Lewis Construction Inc. FEDERAL TAX ID or SOCIAL SECURITY No. 75-1680801 Signature of Company Official: Printed name of company official signing above: Liz Lonngren Date Signed: 12/12/2006 65 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars ($ ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of , 20 , to and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 20 Surety (Company Name) *By: (Title) (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 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. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 67 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Principal(s), as Principal(s), and (hereinafter called the hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars ($ ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of , 20_, to and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 520 Surety (Company Name) * By: By: (Title) (Printed Name) (Signature) (Title) ,,,, 68 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 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. Surety *By. (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 69 ACOR& CERTIFICATE OF LIABILITY INSURANCE z 5(2007 "' PRODUCER (972) 771-4071 FAX: (972) 771-4695 K & S Insurance Agency g y 701 Justin Road P O Box 277 Rockwall TX 75087 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Lee Lewis Construction, Inc., DBA: L.L,E., P.O. Box 65197 Lubbock TX 79464 INSURER A: National Fire Insurance 20478 INSURER B: Continental Casualty__20443 INSURER C: U . S. Fire Ins. Co. INSURER D: INSURERE: 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. REDUCEDAGGREGATE LIMITS SHOWN MAY 4 BY PAID CLAIMS, I TR AOD'L TYPE OF INSURANCE POLICY NUMBER PDATEYMh400�E PDATE MWOD fQ LIMITS A GENERAL LIABILITY JXCOMaMERCIAL GENERAL LIABILITY CLAIMS MADE FX OCCUR nket Addll Ined U2075075005 1/1/2007 1/1/2008 EACH OCCURRENCE 1,000,000 DAMAGE SE,TORENTED MEDEXP arson S 100,000 S 5,000 PERSONAL& ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENI AGGREGATE LIMIT APPLIES PER: POLICY X PRO - $ 2,000,000 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULEDAUTOS HIRED AUTOS NON -OWNED AUTOS Blanket Add'1 Ined U2075074985 1/1/2007 1/1/2008 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Perpenon) $ X BODILY INJURY (Per sccldent) S X X PROPERTY DAMAGE de (Peraccnt) $ X Blanket Waiver GARAGE LIABILITY ANY AUTO AUTO ONLY - EAACCIDENT $ OTHER THAN AUTO ONLY: A G $ C EXCESS/UMBRELLA LIABILITY _X1 OCCUR CLAIMS MADE DEDUCTIBLE X RE E N $10,000 553-089418-2 1/1/2007 1/1/2008 EACH PCCURRENCF 25, 000, 600 AGG LOATE S g A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBEREXCLUDED? If yes, describe under SPECIAL PROVISIONS 2083103460 1/1/2007 1/1/2008 - X I VJC STATULIM- I ION E.L EACH ACCIDENT 1,000,000 E.L DISEASE -EA F1v1PL0YEE $ 1,000 000 E.LDISEASE -POLICY LIMIT $ 1,000 000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Certificate Holder should be known as Additional Insured with a Waiver of Subrogation per written contract. Insurance is written on a primary basis. *Except 10 days notice for non --payment of premium. City of Lubbock Public Works Contracting Office 1625 13th Street Suite 102, Municipal Building Lubbock, TX 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO $HALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE R Daiker-l/CHERYL ACORD 25 (2001/08) © ACORD CORPORATION 1988 INS026(=8).oea Paget ore Lee Lewis Cnostruction, Inc. t72G-140331-A CNA 5 (Ed. 01/01) For All the Commitments You Atoka* IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1.OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS -COMPLETED OPERATIONS. COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: (Coverage under this endorsement Is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to 3. The coverage provided to the additional insured Include as an Insured any person or organization, by this endorsement and paragraph f. of the Including any person or organization shown In the definition of "Insured contract" under schedule above, (called additional Insured) whom you DEFINITIONS (Section V) do not apply to "bodily are required to add as an additional Insured on this Injury" or "property damage" arising out of the policy under a written contract or written agreement; "products -completed operations hazard" unless but the written contract or written agreement must be: required by the written contract or written 1. Currently in effect or becoming effective during the agreement. term of this policy; and 4. The Insurance provided to the additional Insured 2. Executed "bodily to the " rior u "property p y Injury," "personal does not apply to "bodily Injury," "property damage," or "personal and advertising Injury"arising damage,' or and advertising injury", out of an architect's, engineer's, or B. The Insurance provided to the additional insured is surveyor's rendering of or failure to render any limited as follows: professional services including: 1. That person or organization is an additional a. The preparing, approving, or failing to prepare — insured solely for liability due to your negligence or approve maps, shop drawings, opinions, specifically resulting from "your work" for the reports, surveys, field orders, change orders additional insured which Is the subject of the or drawings and specifications; and written contract or written agreement. No coverage applies to liability resulting from the sole b, Supervisory, or inspection activities performed — negligence of the additional Insured. as part of any related architectural or engineering activities. 2. The Limits of Insurance applicable to the additional insured are those specified in the C. As respects the coverage provided under this written contract or written agreement or in the —' endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as Declarations of this policy, whichever is less. = follows: These Limits of Insurance are Inclusive of, and not In addition to, the Limits of Insurance shown In the 1. The following is added to the Duties In The Event Declarations, of Occurrence, Offense, Claim or Suit Condition: G-140331-A Page 1 of 2 (Ed. 01 /01) e. An additional Insured under this endorsement will as soon as practicable; (1) Give written notice of an occurrence or an offense to us which may result in a claim or "suit' under this Insurance; (2) Tender the defense and indemnity of any claim or "suit" to any other Insurer which also has insurance for a loss we cover under this Coverage Part; and (3) Agree to make available any other insurance which the additional Insured has for a loss we cover under this Coverage Part. f. We have no duty to defend or indemnify an additional Insured under this endorsement G-140331-A (Ed. 01 /01) until we receive written notice of a claim or "suit" from the additional Insured. 2. Paragraph 4.b. of the Other Insurance Condition Is deleted and replaced with the following: 4. Other Insurance b. Excess insurance This Insurance is excess over any other Insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing, G-140331-A (Ed. 01/01) Page 2 of 2 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: 71 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. -, 72 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." --r "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; 73 (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._ 74 Construction Manager at Risk YOUTH SPORTS FACILITY PHASE ONE RFP #07-700-BM DESCRIPTION OF SERVICES 1. PRECONSTRUCTION PHASE SERVICES A. Review City's GOALS AND PRIORITES B. Review City's overall PROJECT BUDGET C. Review City's TIME SCHEDULE D. Develop an OVERALL MANAGEMENT PLAN and CPM SCHEDULE of critical design and construction dates in order to accomplish the stated objective. E. SCHEMATIC DESIGN (1) Monitoring evolving design and make suggestions with regard to equipment, material, and systems selections. (2) Consult with the Owner and Architect on means and methods of construction. (3) Review schematic design documents. (4) Submit input to the Owner and the Architect relative to time and cost control. (5) Identify certain areas of phased construction. (6) Prepare a critical data schedule. F. DESIGN DEVELOPMENT (1) Review the design development documents. (2) Prepare a detailed estimate based on available design drawings in a CSI or subcontractor bid format to insure that project is within budget. (3) Analyze the project for potential alternative equipment, materials, and systems selections for cost savings. (4) Prepare "trade-off' studies relative to value engineering. (5) Review and update the critical data schedule. (6) Review project for constructability. 75 (7) Discuss project with subcontractors and material suppliers to determine work loads, bonding capacity availability, worker/mechanic availability, etc., and to develop interest in project, intent in bidding work, and fine turning time schedule to provide best possible time to receive bids and construct project. (8) Prepare a site use study to be used for allocation of space for storage, parking, and temporary facilities. (9) Prepare cash flow analysis for both the design and construction phases. G. CONSTRUCTION DOCUMENTS PHASE (1) Prepare and update estimates in the CSI format at the 50% and 75% working drawings stage, and recommend any changes necessary to stay within Owner's budget and time schedule. (2) Review the drawings and specifications and make comments and suggestions. (3) Develop a detailed CPM network schedule. (4) Assist Owner in preparation of Amendment No. 1 (Guaranteed Maximum Price) to Owner/Construction Manager at Risk Agreement. H. Prepare SUBCONTRACTOR BID/PROPOSAL PACKAGES, including: (1) Project Manual, outlining the requirements of the construction. (2) Schedule (by bid/proposal package interface). (3) Detailed scope of work. (4) Detailed document listing. (5) Bid/proposal forms for each bid/proposal package. (6) Form of contract and purchase order forms. (7) Insurance requirements (8) Bonding requirements (9) Other special requirements I. Conduct PRE -PROPOSAL MEETING(S) addressing: (1) Project requirements. (2) Document review for specific questions. 76 (3) Sequence/schedule review. (4) Site restrictions. (5) Owner and Architect comments (6) Other questions raised during discussions. J. RECEIVE BIDS/PROPOSALS (1) Advertise for and solicit bids/proposals (2) Assist Owner in bid/proposal opening (Construction Manager and City of Lubbock will receive and open all bids/proposals at City of Lubbock City Hall). (3) Prepare proposal tabulations for each bid/proposal package. (4) Review bid/proposals for compliance with contract documents. (5) Review apparent low bidder's/proposers' qualifications, past experience and liquidity. (6) Develop and submit recommendations for awards and submit all information to Owner and Architect for review. (7) Prepare all Construction Manager/Subcontractor agreements and other paper work. Submit Performance and Payment Bonds, insurance, and other required items. 2. CONSTRUCTION PHASE SERVICES A. Provide PROJECT COORDINATION and MANAGEMENT of SUB- CONTRACTORS (1) Establish site organization, including work and storage areas. (2) Establish job site management organization and job site procedures. (3) Maintain daily log for job site record and maintain as -built drawings and records. (4) Provide general conditions work to meet project requirements. (5) Monitor and maintain quality control. (6) Shop drawing control (7) Equipment and material control. 77 (9) (8) Provide and monitor overall progress and short interval scheduling. (9) Prepare billings and progress payments. (10) Conduct subcontractor coordination meetings. (11) Provide coordination between subcontractors. (12) Prepare and receive requests for information. (13) Establish, monitor, and maintain safety program(s) and procedures. (14) Prepare agendas and conduct weekly safety and progress meetings. (15) Prepare and distribute weekly safety and progress meeting minutes. PROJECT CLOSE-OUT/POST CONSTRUCTION (1) Provide operating and maintenance manuals. (2) Secure and assemble warranties or guarantees. (3) Provide check-out of equipment. (4) Instruction operating personnel in equipment operating and maintenance procedures. Assist in actual start-up of equipment. Complete all punch list items. Implement close-out procedures and ensure requirements are met including: (5) (6) (7) (a) Subcontractors and vendors final payment. (b) Resolution of claims. . (c) Final change orders. (d) Lien releases. (e) Final lien waivers. M Consent of sureties. (8) Receive warranty/guaranty work items from Owner, contact subcontractors, and monitor work to insure satisfactory repairs in a timely manner. Conduct walk-through with Owner and Architect regarding one-year warranty. 78 0 RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 CURRENT WAGE DETERMINATIONS EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.00 Air Conditioner Installer -Helper 7.50 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 Bricklayer -Helper 7.00 Carpenter 11.00 Carpenter -Helper 7.00 Cement Finisher 9.00 Drywall Hanger 11.00 Electrician 15.00 Electrician -Helper 8.00 Equipment Operator -Heavy 10.00 Equipment Operator -Light 9.00 Fire Sprinkler Fitter -Journey 18.00 Fire Sprinkler Fitter -Apprentice 10.00 Floor Installer 9.50 Glazier 10.50 Insulator-Piping/Boiler 10.50 Insulator -Helper 7.00 Iron Worker 11.00 Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 79 Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrical Repairer -Equipment Flagger Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor -Trailer Truck Driver -Heavy Truck Driver -Light EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Hourly Rate 9.00 7.50 9.00 7.50 12.50 6.50 8.00 6.50 6.00 6.75 9.00 7.00 9.00 9.00 9.00 9.00 9.00 8.00 10.25 7.00 7.50 8.50 8.00 7.00 80 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. 81 EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 82 DEFINITIONS "Construction Cost Limitation" (CCL) means the maximum monetary amount payable to the Construction Manager for all Construction Phase services, materials, labor and other work required for completion of the Work in accordance with the Contract Documents. The CCL includes, without limitation, the General Conditions Costs, the Cost of the Work, the Construction Phase Fee and the Construction Manager's Contingency. The CCL may be adjusted by the parties for changes in the scope of the Project before or after acceptance of the Guaranteed Maximum Price Proposal. The CCL does not include the Construction Manager's Pre -Construction Phase Fee. "Construction Documents" means, collectively, the UGCs, Owner's Special Conditions and Specifications, the Drawings, Specifications, details, Change Orders and other documents prepared by the Project Architect, its consultants and by the Owner's other consultants that describe the scope and quality of the Project and the materials, supplies, equipment, systems and other elements that are required for construction of the Project that are accepted by the Owner. "Construction Phase Services" means the coordination, implementation and execution of the Work required by the Contract Documents. "Contract Sum" means the total amount of all compensation payable to the Construction Manager for the Project and shall not exceed the sum total amount of the Pre -Construction Phase Fee plus the Guaranteed Maximum Price Proposal accepted by the parties, subject to adjustment for Additional Services or Change Orders. Any costs that exceed the Contract Sum shall be borne solely by Construction Manager without reimbursement by Owner. "Direct Construction Cost" means the sum of the amounts that the Construction Manager actually and necessarily incurs for General Conditions Costs, Cost of the Work and Construction Manager's Contingency during the Construction Phase as allowed by this Agreement. Direct Construction Cost does not include Pre -Construction Phase Fees or Construction Phase Fees. "Estimated Construction Cost" (ECC) means the amount calculated by the Construction Manager for the total cost of all elements of the Work based on the Contract Documents available at the time(s) that the EEC is prepared. The ECC shall be based on current market rates with reasonable allowance for overhead, profit and price escalation and shall include and consider, without limitation, all alternates, allowances and contingencies, designed and specified by the Project Architect and the cost of labor and materials necessary for installation of Owner furnished equipment. The ECC shall not include Construction Manager's Pre -Construction Phase Fee, Project Architect Fees, cost of the land, rights -of - way, or any other costs that are the direct responsibility of the Owner. -t "Guaranteed Maximum Price" or "GMP" means the amount proposed by the Construction Manager and accepted by the Owner as the maximum cost to the Owner for construction of the Work in accordance with the Contract Documents. The GMP includes Construction Manager's Construction Phase Fee, the General Conditions Costs, the Cost of the Work, or the Construction Manager's Construction Contingency amount. "General Conditions Cost" means costs incurred by the Construction Manager for on -site management, administrative personnel, insurance, bonds, equipment, utilities, and incidental work, including minor field labor and materials as defined under Texas Local Government Code Chapter 271.111(9), as amended. 83 "Monthly Salary Rate" means the amount agreed to by the Owner that can be used on Applications for Payment throughout the Construction Phase to account for the services of Construction Manager's salaried personnel assigned to the Project. A Monthly Salary Rate must be established for each salaried person and must be approved in writing by the Owner in advance of any Application for Payment for that person. The Monthly Salary Rate is for convenience only and any payments made for Construction Manager's personnel are subject to audit to determine the actual cost of the wages and allowable employer contributions incurred by the Construction Manager for services performed for the Project. "Owner's Specifications" means the construction and contract administration requirements and standards detailed in the Owner's Specifications exhibit attached to this Agreement. "Pre -Construction Phase Services" means the participation, documentation and execution of the Construction Manager's Pre -Construction Phase deliverables as required by the Contract Documents. "Preliminary Project Cost" (PPC) means the total estimated cost of the entire Project, including design, construction, and other associated costs and services that is established by the Owner prior to the commencement of design. "Project Architect" means the professional architect or engineer employed by the Owner as architect or engineer of record for the Project and its consultants. "Project Team" means the Owner, Construction Manager, Project Architect and its consultants, any separate contractors employed by Owner, and other consultants employed for the purpose of _ programming, design, and construction of the Project. The members of the Project Team will be designated by Owner and may be modified from time to time by Owner. "Subcontractor" means a person or entity who has an agreement with the Construction Manager to perform any portion of the Work. The term Subcontractor does not include the Project Architect or any person or entity hired directly by the Owner. "Total Project Cost" (TPC) means the total budget established for the Project by the City of Lubbock City Council at the end of the design development phase (subject to subsequent modification by Owner). The TPC includes, but is not limited to, Construction Manager's Pre -Construction Fee, Guaranteed - Maximum Price Proposal(s), Project Architect and other professional service fees, and other miscellaneous Project costs. "Work" means the provision of all services, labor, materials, supplies, and equipment that are required of the Construction Manager to complete the Project in strict accordance with the requirements of the Contract and the Construction Documents. Work includes, but is not limited to, the Construction Phase Services, additional work required by Change Orders, and any other work reasonably inferable from the Construction Documents. The term "reasonably inferable" takes into consideration the understanding of the parties that some details necessary for completion of the Work may not be shown on the Drawings or included in the Specifications, but they are a requirement of the Work if they are a usual and customary component of the Work or otherwise necessary for complete installation and operation of the Work. "Worker Wage Rate" means the actual hourly wage of non -salaried persons performing work on the Project plus allowable employer contributions as established on the Worker Wage Rate Form required by the Construction Documents. The Worker Wage Rate for individual persons must be reasonable and customary for their industry and must be approved in writing by the Owner in advance of any Application for Payment for that person. Any payments made for Construction Manager's personnel are subject to 84 audit to determine the actual cost of the wages and allowable employer contributions incurred by the Construction Manager for services performed for the Project. 85 Specifications City of Lubbock Youth Sports Complex Lubbock, Texas November 2006 PSC Project #: 01275506 1111111 UTER Parkhill, Smith & Cooper, Inc. Engineers ■ Architects a Planners TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1 - GENERAL REQUIREMENTS 01300 Submittals..................................................................................................................................3 01356 Storm Water Pollution Prevention Measures............................................................................ 2 01555 Barricades, Signs and Traffic Handling.................................................................................... 1 01700 Contract Closeout...................................................................................................................... 3 DIVISION 2 - SITE WORK 02082 Pre -Cast Concrete Manholes..................................................................................................... 5 02084 Frames, Grates, Rings, and Covers........................................................................................... 2 02151 Trench Safety Systems.............................................................................................................. 3 02210 Demolition, Removal, and Salvaging of Existing Materials..................................................... 2 02230 Site Clearing.............................................................................................................................. 4 02300 Excavation, Subgrade Preparation, Grading, Embankment, and Topsoiling ............................ 7 02317 Excavation and Backfill for Utilities......................................................................................... 8 02320 Utility Backfill Materials........................................................................................................... 4 02533 Acceptance Testing for Sewers................................................................................................. 5 02540 Sanitary Sewer...........................................................................................................................4 02665 Water Works Piping, Valves, and Miscellaneous Items........................................................... 6 02700 Site Utilities............................................................................................................................... 2 02720 Aggregate Base Course............................................................................................................. 4 02732 Glass -Fiber Reinforced Polyester (FRP) Wet Well................................................................... 8 02741 Hot -Mix Asphalt Paving......................................................................................................... 11 02751 Reinforced Concrete for Site Work......................................................................................... 14 02764 Pavement Joint Sealant.............................................................................................................. 4 DIVISIONS 3 -10 Not Used DIVISION 11 —EQUIPMENT 11311 Submersible Wastewater Lift Station........................................................................................ 9 DIVISIONS 12 —16 Not Used 01275506 TABLE OF CONTENTS PAGE - 1 11/06 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION I - GENERAL REQUIREMENTS 01300 Submittals 01356 Storm Water Pollution Prevention Measures 01555 Barricades, Signs and Traffic Handling 01700 Contract Closeout DIVISION 2 - SITE WORK 02082 Pre -Cast Concrete Manholes 02084 Frames, Grates, Rings, and Covers 02151 Trench Safety Systems 02210 Demolition, Removal, and Salvaging of Existing Materials 02230 Site Clearing 02300 Excavation, Subgrade Preparation, Grading, Embankment, and Topsoiling 02317 Excavation and Backfill for Utilities 02320 Utility Backfill Materials 02533 Acceptance Testing for Sewers 02540 Sanitary Sewer 02665 Water Works Piping, Valves, and Miscellaneous Items 02700 Site Utilities 02720 Aggregate Base Course 02741 Hot -Mix Asphalt Paving 02751 Reinforced Concrete for Site Work 02764 Pavement Joint Sealant This document is released on November 20, 2006 for the purpose of interim review under the authority of Alan L. Holly, P.E., license # 94792. It is not to be used for regulatory approval, construction, bidding or permit 03275506 DESIGN PROFESSIONAL RESPONSIBILITY ALH- 1 11/06 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 2 - SITE WORK 02732 Glass -Fiber Reinforced Polyester (FRP) Wet Well DIVISION 11 —EQUIPMENT 11311 Submersible Wastewater Lift Station This document is released on November 20, 2006 for the purpose of interim review under the authority of Troy L. White, P.E., license # 95952. It is not to be used for regulatory approval, construction, bidding or permit purposes. 03275506 DESIGN PROFESSIONAL RESPONSIBILITY TLW- 1 11/06 0605-2 SECTION 00800 - SUPPLEMENTARY GENERAL CONDITIONS The following supplements modify, change, delete from or add to the "General Conditions of the Contract for Construction", AIA DOCUMENT A201, Fifteenth Edition, 1997. Where any article of this document is modified or any paragraph or clause is modified or deleted by these supplementary conditions, the unaltered provisions of that article, paragraph or clause shall remain in effect. The General Conditions also may be changed or modified elsewhere in the Contract Documents by provisions located in, but not necessarily limited to, Division 1 of the specifications. Paragraph 1.2.2: At the end of subparagraph 1.2.2, add the following: "The arrangement of the specifications is intended as a convenience to the Contractor and others connected with the work. No responsibility direct or implied is assumed by the Architect for omissions or duplications by the contractor or his subcontractors due to real or alleged error in the arrangement of the specifications. In case of conflict between the drawings and specifications or between large and small scale drawings or between specifications and schedules the Architect will determine the requirements to use; but, in general, the material, equipment or method producing the best quality construction in the opinion of the Architect will be used. The mention of certain items in the specifications or drawings to the exclusion of others; or the mention of work to be done in a specific area to the exclusion of similar work required in other areas; or the failure to cross-reference related work specified elsewhere, shall not relieve the Contractor of his responsibility under the Contract Documents. The segregation of the various parts of the work under headings, by trades, does not relieve the Contractor of the responsibility for furnishing every item shown on the Drawings or mentioned in the specifications or reasonably inferable therefrom as being necessary to produce the intended results in a first class manner. In case a particular item of construction is required to make a piece of equipment work properly or to make a part of construction perform its intended function, the Contractor shall provide the needed item whether or not it is specifically shown or specified." ARTICLE 2 - OWNER Paragraph 2.2.5: Delete in its entirety and substitute the following: "The Contractor will be furnished, free of charge, 60 sets of the drawings and specifications for construction. Additional sets, if required, will be furnished at cost of reproduction." ARTICLE 3: - CONTRACTOR Paragraph 3.4 Labor and Materials: add the following: "3.4.4 Prior to the opening of bids for the Contract , the Owner and the Architect will consider a formal request for the substitution of products in lieu of those specified only under the conditions set forth in the General Requirements (Division 1 of the Specifications). SUPPLEMENTARY GENERAL CONDITIONS 00800 - 1 0605-2 3.4.5 By making requests for substitutions based on the above, the Contractor: 1. Represents that the Contractor has personally investigated the proposed substitute and determined that it is equal or superior in all respects to that specified. 2. Represents that the Contractor will provide the same warranty for the substitution that the Contractor would for the item specified. 3. Certifies that the cost data presented is complete and includes all related costs under this Contract except the Architects redesign costs and waives all claims for additional costs related to the substitution. 4. Will coordinate the installation of the substitute, making such changes as may be required for the Work to be complete in all respects." Paragraph 3.6: Add the following: "3.6.2 This project is exempt from the State of Texas Sales Tax. The Owner will furnish the Contractor certification of exemption upon award of the contract. The Contractor's proposal should not include sales tax. 3.6.3 Also, it will be necessary for the successful Contractor to furnish the Owner a breakdown of the Construction Contract showing the dollar amounts applicable to Labor and to Materials." Paragraph 3.12.5: Add the following: "Color samples shall be furnished for all materials along with the other submittal material. All samples shall be submitted to the Architect is sufficient time as to cause no delay in the progress of the work, bearing in mind that ALL colors must be in hand before ANY selections can be made." ARTICLE 4; ADMINISTRATION OF THE CONTRACT: Paragraph 4.3 Claims and Disputes: Add the following to 4.3.4: The above referenced subsurface conditions apply to manmade conditions only. The materials to be excavated shall be considered as unclassified and the Contractor shall assume responsibility for excavating to the depths and limits required by the Contract Documents unless otherwise directed by the Architect, in which case the unit prices stated in the Contract or subsequently agreed upon shall apply. Paragraph 4.6.2 Rules and Notices for Arbitration: Add the following: "The parties each agree that they will select the arbitrator or arbitrators who have been a resident of Lubbock, County, Texas for a period of (2) two years out of the last (5) five years, preceding selection." Paragraph 4.6.6: Delete the sub paragraph in its entirety and substitute the following: "Paragraph 4.6.6.: Nothing contained herein shall preclude setting aside of the award by a court of competent jurisdiction, or appeals there from through the courts as provided by law." ARTICLE 7; CHANGES IN THE WORK: Add the following: 7.3 CONSTRUCTION CHANGE DIRECTIVES: Paragraph 7.3.6: In the first sentence, delete the words "a reasonable allowance for overhead and profit" and substitute " and substitute "an allowance for overhead and profit in 00800 - 2 SUPPLEMENTARY GENERAL CONDITIONS 0605-2 accordance with the following". Paragraph 7.3.6.1: Add the following: Labor costs may include a pro rata share of the Superintendent's time only if the change causes 1 an extension of the Contract Time. Paragraphs 7.3.6.4 and 7.3.6.5: Delete these paragraphs and substitute the following: 7.3.6.4: Overhead and profit shall include all costs not enumerated in 7.3.6.1, 7.3.6.2 and 7.3.6.3. If a change results in a credit to the Owner the credit given will be the net credit without overhead and profit. If the change results in an increase in costs to the Contract the Overhead and Profit allowed will be as follows: 7.3.6.4.1: For work performed by the Contractors own forces allowance will be fifteen percent (15%). 7.3.6.4.2: For work performed by a Subcontractor, the Contractor's allowance will be ten percent (10%). 7.3.6.4.3: For work performed by a Subcontractor, the Subcontractor's allowance will be fifteen Percent (15%). 7.5 CONCEALED CONDITIONS: 7.5.1: Should concealed conditions encountered in the work below the surface of the ground or should concealed or unknown conditions in the existing structure be at variance with the conditions indicated by the Contract Documents, or should unknown physical conditions differing materially from those usually encountered in work of this character, be encountered, the Contract Sum shall be equitably adjusted by Change Order upon; claim by either party made within twenty (20) days after the first observance of the condition. The above referenced underground conditions apply to man-made conditions only. The materials to be excavated shall be considered as unclassified and the Contractor shall assume responsibility for excavating to the depths and limits required by the Contract Documents without extra charge." ARTICLE 9: PAYMENTS AND COMPLETION 9.3.1 Add to Subparagraph 9.3.1 the following: The form of Application for Payment shall be AIA Document G-702 with G-703, submitted in quadruplicate. After Paragraph 9.10 add the following: "9.11 LIQUIDATED DAMAGES 9.11.1 The Owner will suffer financial loss if the Project is not substantially complete on the dates set forth in these documents. The Contractor ( and the Contractor's Surety) shall be liable for and shall pay to the Owner the sums hereinafter stipulated as liquidated damages for each calendar day of delay until the Work is completed: THREE HUNDRED DOLLARS ( $300.00) per calendar day the work is not completed. 9.12 PAYMENTS 9.12.1 In accordance with the above periodic payments will be made monthly to the Contractor for ninety percent (95%) of the work completed or materials suitably stored. When an Application for Payment, duly approved by the Architect, is received by the Owner by the 10th of a month, The Owner will make payment not later than the 20th of the same month. If an Application for Payment is received after the 10th of a month, the Owner shall make payment 10 days after the Owner receives the Application." SUPPLEMENTARY GENERAL CONDITIONS 00800 - 3 0605-2 ARTICLE 11: INSURANCE AND BONDS 11.1 INSURANCE Delete Paragraph 11.1.1 in its entirety and substitute in its place the following: 11.1.1 The Contractor shall procure and carry at his sole cost and expense though out the life of the Contract, insurance protection as here in after specified. Coverage in access 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 a Contractor or Subcontractor, or separate policies shall be provided covering the operation of each Subcontractor. A certificate of insurance specifying each and all coverage shall be submitted prior to the contract execution. The Owner, City of Lubbock, the Architect and Structural Engineer, MWM Architects, Inc., and the Mechanical/Electrical Engineer, Agnew Associates, Inc. shall be named as additional insured on the policy for the project and a copy of the endorsement doing so shall be attached to the certificate of insurance. The Contractor shall during the continuance of the Work under the Contract, including any extra work in connection therewith, maintain with companies acceptable with the Owner the following insurance coverage: Workman's Compensation as required by all applicable Federal, State, or other laws, including employer's liability when a limit of at least $500,000,00. Comprehensive General Liability including independent contractors, premises operations, contractual liability, completed operations, explosion and collapse, underground hazard, product liability, personal injury damage coverage, and on the occupancy basis. The completed operations liability shall be kept in force at least two years after the data of final completion. Limits shall be at least the following: Each Occurrence $1,000,000.00 General Aggregate $2,000,000.00 Products/Completed $2,000,000.00 Personal & Adv. injury $1,000,000.00 Fire Damage (any one fire) $ 300,000.00 Comprehensive automobile liability, including any auto or all owned, hired and non -owned, with a combined single limit of at least $1,000,000.00 or the following to individual limits: Bodily Injury Per Person $ 500,000.00 Per Accident $1,000,000.00 Property Damage Per Accident $ 500,000.00 4. Excess Liability -Umbrella Form Each Occurrence $5,000,000.00 Aggregate $5,000,000.00 Builder's risk in the amount of 100% of the total Contract price (100% of potential loss) naming the Owner as insured." 00800 - 4 SUPPLEMENTARY GENERAL CONDITIONS 0605-2 11.5 PERFORMANCE BOND AND PAYMENT BOND: Change this paragraph to read as follows: 11.5.1 The Contractor shall furnish Performance and Payment Bonds and the cost shall be included in his proposal. The Performance Bond shall cover 100% of the contract sum and the Labor and Material Payment Bond shall cover 100% of the contract sum. All bonds shall be written by a surety company listed in the Department of The Treasury Federal Register." ARTICLE 13 - MISCELLANEOUS PROVISIONS 13.5 TESTS AND INSPECTIONS; Add the following: 13.5.7 The testing work required by the specifications or other wise required shall be performed by a Testing Laboratory selected be the Owner. The Contractor shall pay for all testing through the Testing Allowance as specified under SECTION 01020 - ALLOWANCES. The Contractor shall cooperate in giving timely notices to the testing laboratories." END OF SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS 00800 - 5 0605-2 SECTION 01010 - SUMMARY OF WORK PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 PROJECT DESCRIPTION A. The Project consists of the Work on a site situated on the Northeast corner on the FM1585 and Milwaukee Avenue intersection located in Lubbock County, Texas. 1. The Work shall include, but is not limited to, the construction of parking lots, driveways, and the twelve (12) fastpitch softball fields, three (3) Little League baseball fields and one (1) Junior League baseball practice softball field plus associated support buildings as illustrated in the Contract Documents. 2. All permits necessary for the completion of the Work. 3. Refer to the Civil Drawings prepared by Hugo Reed and Associates, Inc. and Parkhill, Smith and Cooper, Inc. who are under separate contract with the City of Lubbock for Civil Work for the Project. 1.3 CONSTRUCTION SCHEDULE A. It is anticipated that this Work may commence by January 1, 2007. The time schedule for the Work is such that it shall be completed and "payable" for competition by beginning of the 2008 Softball/ Little League Competitive Season. B. The City of Lubbock retained Hugo Reed and Associates, Inc. and Hugo Reed's consultant, Parkhill, Smith and Cooper, Inc. separately from MWM Architects, Inc. contract to provide civil engineering, site irrigation and landscape architectural design services, for the Project. B. See Construction Schedule Bar Chart requirements in SECTION 01300 - SUBMITTALS. 1.4 WORK UNDER OTHER CONTRACTS A. Separate contracts MAY be issued by the Owner or League representatives for the installation of City street and City utility work, Field Lighting, Kitchen Equipment installation, telephone cabling, and computer cabling. These operations MAY occur simultaneously with the Contract Time for the Project Work. B. Coordinate the City of Lubbock Youth Sports Facility Project Work with the Owner's Contractors. 1.5 CONTRACTOR USE OF PREMISES A. General: Limit use of premises to construction activities in areas indicated; allow for Owner Occupancy and use. All outside storage shall be limited to the areas shown within the Limits of Construction as SUMMARY OF WORK 01010 - 1 0605-2 shown on the Drawings. Confine operations to areas within Contract Limits indicated. Portions of the site beyond areas in which construction operations are indicated are not to be disturbed. The Contractor shall erect and maintain in good condition a construction fence encompassing the Contract limits as required by the Work around various localized parts of the Work. Fence shall be a minimum of seventy-two inches (72") high and shall have a maximum opening of six (6"). Posts shall be sturdy and gates shall be provided as required. At Substantial Completion this Contractor shall remove the fence and leave the site in the same condition as it was before construction operations began. The Contractor shall cooperate with other Contractors on the site to ensure that all operations are maintained with no interruptions. Keep driveways and entrances serving the premises clear and available to the Owner and other Contractors at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. B. Electrical power for construction shall be secured for and paid for by the Contractor. Care shall be exercised so that only necessary utilities shall be used. 1.6 OWNER OCCUPANCY A. Owner Occupancy: The Owner may occupy the site during part of the entire construction period. Cooperate with the Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with the Owner's operations. B. Partial Owner Occupancy: The Owner will occupy and place and install equipment in completed areas of the building based upon the phases of the Work. Such placing of equipment and partial occupancy shall not constitute acceptance of the total Work. 1. A Certificate of Substantial Completion will be executed for each specific portion of the Work to be occupied prior to Owner occupancy. 2. Prior to partial Owner occupancy, mechanical and electrical systems shall be fully operational. Required inspections and tests shall have been successfully completed. Upon occupancy the Owner will provide operation and maintenance of mechanical and electrical systems in occupied portions of the building. 1.7 PROJECT CLOSEOUT: A. Project As -Built Documents: The Contractor shall keep a record set of drawings, specifications and all submittal data on the job at all times. Record of miscellaneous changes or job adjustments (whether or not included in a Change Order) shall be recorded by the General Contractor for all trades and sub -contracts. At job closeout three reproducible diazo mylar sets of As -Built documents shall be submitted for review and acceptance. Final payment will not be made until the As -Built Documents have been accepted. Do not use the As -Built documents for construction reference and use. B. Provide four (4) copies of all Project Product Data or Shop Drawings, Submissions, Warranties, Product Maintenance Procedures and Operational Procedures, Manufacturer's Written Project Equipment Maintenance procedures and operational procedures in sleeves and placed in three (3) ring binders. 01010 - 2 SUMMARY OF WORK 0605-2 C. Provide one (1) on -site demonstration of operational procedures for each Project Equipment Component which shall be attended by a manufacturer's representative and the Owner's representatives. D. As noted in General Conditions, the Contractor shall furnish releases and waiver of liens, claims, security interests or encumbrances arising out of the Contract before final payment and/or at the time a Certificate of Substantial Completion is issued for each Phase of the Work. Releases from all sub -contractors and suppliers shall also be required. 1.8 SITE INVESTIGATION: A. It is required that, before submitting a proposal, the Contractor shall have investigated the site and determined to his own satisfaction the site conditions and limitations insofar as they will affect his work. B. Underground Utilities: Failure of the Drawings to show underground utility lines or other concealed piping, wiring and the like shall not be construed as a guarantee on the part of the Architect or the Owner that such conditions do not exist, though unknown. All operations involving excavations or removals shall be done at the risk of the Contractor who shall take the necessary precautions to protect employees and the public from injury or death and to avoid damage to existing systems. 1.9 REFERENCE STANDARDS: _., A. All standards such as those issued by the American Society for Testing and Materials, American Standards Association, Federal, Military, or General Services Administration specifications which are referred to in this specification shall be considered as included herein by reference and unless a date or other designation is given which establishes the date of publication, it shall be that issue which is current at the time of the bidding. 1.10 DEBRIS: A. All debris of any nature including but not limited to as broken concrete, torn -out masonry, plaster, excess fill, unacceptable fill, crates, cartons, roofing, etc. shall be the entire responsibility of the Contractor who shall remove the aforementioned debris from the site and legally dispose of same. 1.11 TEMPORARY CONSTRUCTION: A. Storage Sheds: Shall be confined to the Construction Limits shown on the Drawings. = 1. Provide, maintain and remove when directed, suitable, substantial, water -tight storage facilities in which to store all materials which would be damaged by the weather. All Storage space shall be of sufficient size to hold all such materials, required on the site at one time and if the storage space is an outside building, it shall have floors raised at least 6" above the ground, on heavy joist or sleepers. B. Temporary Toilets: Shall be confined to the Construction Limits shown on the Drawings. SUMMARY OF WORK 01010 - 3 0605-2 Post notices, take such precautions as may be necessary, and do any cleaning necessary to keep the building and premises in a sanitary condition. At the beginning of the work provide on the premises where approved, suitable temporary toilets and enclosures for the use of all workmen on the job, including separate contractors, and maintain same in sanitary condition and remove same and all its contents upon completion of the building. C. Temporary power and lights: Provide temporary power and lights as required for the Project. D. Temporary Water: Provide temporary water as required for the Project. 1.12 CONTRACTOR'S QUALITY CONTROL: A. The Contractor shall employ a competent Superintendent to be in attendance at the job site whenever ate( of the Work is being performed. B. The Contractor shall maintain an adequate inspection system and perform such inspections as will assure that the work performed will conform to the Contract requirements. C. The Contractor shall provide and maintain an effective quality control program which will assure that all supplies and services required shall conform to the Contract requirements whether constructed or processed by the Contractor, or procured from Sub -contractors at any tier, or from vendors and suppliers. 1.13 OCCUPATIONAL SAFETY AND HEALTH ACT: A. Bidders shall review the Williams-Stieger Occupational Safety and Health Act of 1970 and all subsequent revisions and amendments thereto and Rules and Regulations (hereinafter referred to as OSHA) implementing the provisions of such Act prior to the submission of their proposals to perform the work to be accomplished under this contract. Bidders shall, in preparing their bid proposals, make adequate allowances for the strict compliance with OSHA and any subsequent Rules and Regulations having the force of law. 1.14 ACCESS TO WORK: A. The Owner or any one he may designate, the Architect and his representatives shall at all times have access to the Work wherever it is in preparation of progress, and the Contractor shall provide proper and safe facilities for such access and for inspection. 1.15 TEMPORARY FIELD OFFICE. A. The General Contractor shall furnish and maintain throughout all construction phases a temporary field office including separate space for the Architect and a conference/ meeting room space. B. The General Contractor shall provide a telephone, fax machine and computer equipped with e-mail capabilities which will be available to all persons connected with the Work; however, the Contractor shall not be liable for long distance calls except those authorized by himself. 01010 - 4 SUMMARY OF WORK 0605-2 C. The General Contractor shall provide suitable toilet facilities for all work persons and shall remove same at completion of the Work. Provide a suitable blind at all temporary toilets. 1.16 DRAWINGS AND SPECIFICATIONS A. The Drawings and Specifications are intended to describe and provide for a finished and complete piece of Work. And as such, though the Drawings and Specifications may be diagramic and may not show, indicate, or specify all necessary off -sets, appendage(s) and/or apparatus(s), it is the intent thereof for the General Contractor to provide all necessary items for a finished and complete operational piece(s) of Work. All Work must meet the requirements of all the applicable and governing codes laws, ordinances, rules, and regulations of the locality. B. No extra compensation will be allowed for oversight of any such requirements, except by written order issued by the Owner. C. Should any doubt arise regarding Drawings or Specifications, clarifications shall be requested of the Architect. Failure to do so will not relieve the Contractor from the responsibility to complete the work to the Owner's satisfaction. D. The arrangement of the Specifications is intended as a convenience to the Contractor and others connected with the work. No responsibility direct or implied is assumed by the contractor or his subcontractors due to real or alleged error in the arrangement of the specifications. E. In case of conflict between the Drawings and Specifications or between large and small scale Drawings or between Specifications and schedules, the Architect will determine the requirements to use; but, in general, the material, equipment, or method producing the best quality construction in the opinion of the Architect will be used. F. The mention of certain items in the Specifications or Drawings to the exclusion of others; or the mention of Work to be done in a specific area to the exclusion of similar Work required in other areas; or the failure to cross-reference related Work specified elsewhere, shall not relieve the Contractor of his responsibility under the Contract Documents. G. The segregation of the various parts of the work under headings or by trades, does not relieve the Contractor of the responsibility for furnishing every item shown on the Drawings or mentioned in the Specifications or reasonably inferable therefrom as being necessary to produce the intended result in a first class manner for a fully operational piece of the Work. H. The mention of certain items in the Specifications or Drawings to the exclusion of others; or the mention of Work to be done in a specific area to the exclusion of similar Work required in other areas; or the failure to cross-reference related Work specified elsewhere, shall not relieve the Contractor of his responsibility under the Contract Documents. If an item or piece of the Work is shown/indicated in the Drawings and NOT in the Specifications OR if it is shown/indicated in the Specifications and NOT in the Drawings OR if it is called out in one section of the Drawings or Specifications it shall be assumed that the item or piece of the Work has been included, called out and/or required for the Work in every Drawing and/or Specification and will be incorporated into the Work without any additional cost to the Owner. 1.17 CODES AND ORDINANCES SUMMARY OF WORK I 01010 - 5 0605-2 A. The Contractor and Sub-Contractor(s) shall exercise usual and customary professional care in their execution of the Work so as to comply with all applicable laws, including the following codes and regulations in effect as of the date of this Contract. 1. International Building Code (2003 Edition) 2. National Electrical Code (latest edition) 3. International Plumbing Code and International Mechanical Code (2000 Edition) 4. NFPA 101, Life Safety Code (latest edition) 5. National Fire Protection Association Codes and Standards (latest edition) 6. ANSI/ASME A17.1 Safety Code for Elevators and Escalators 7. ANSI Z136.1 Standards for Safe Use of Lasers 8. State Insurance Board requirements governing fire sprinkler systems 9. U.S. Environmental Protection Agency regulations 10. ASHRAI Standard 90A, B, & C - Energy Conservation in New Building Design 11. U.S. Department of Health, Public Health Service regulations and guidelines 12. The Rules and Regulations of the Board of Underwriters Laboratories 13. Occupational Safety and Health Act 14. The "ADA" or "TAS" regulations governing access by persons with disabilities 15. International Fire Code (2003 Edition). 16. All State, National and Local Codes, Ordinances, Rules and Regulations, not specifically mentioned above but which apply to the proposed construction. 17. In any case of conflict between any of the documents mentioned above, the highest requirements shall govern. No extras shall be allowed for any changes to make the Work conform to the regulations of the above mentioned documents; they shall be considered as completely included in the Contract Price. Nothing is these Drawings and Specifications shall be constructed to permit Work not conforming to these codes. B. All applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full. 1.18 EXISTING UNDERGROUND UTILITIES A. Existing underground lines occur in the site where the Work is to be done. The Contractor shall visit the site and determine the location of all utility lines. Existing lines shown in the Drawings are not guaranteed as to size and location or for completeness. Any utility line which interferes with the new construction and is not to be relocated, removed or rerouted by others and/or is to remain on the site as shown in the Drawings, shall be relocated or rerouted by the Contractor as directed by the Architect/Engineer and Owner. 1.19 LAYOUT OF THE WORK A. The Contractor shall be solely responsible for the layout of the work in strict compliance with the Contract Documents. 1.20 COLORS A. Color samples shall be furnished for all materials along with the other submittal material. All samples shall be submitted to the Architect is sufficient time as to cause no delay in the process of 01010 - 6 SUMMARY OF WORK 0605-2 the Work, bearing in mind that ALL colors must be in the Architect's hand before ANY selections can be made. Any Product color, whether specified, selected or not, shall be approved in writing before said Product can be ordered and/or be fabricated. PART 2 - PRODUCTS (Not applicable). PART 3 - EXECUTION (Not applicable). END OF SECTION 01010 01010 - 7 0605-2 SECTION 01020 -ALLOWANCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY This Section specifies administrative and procedural requirements governing handling and processing allowances. i Types of allowances required include the following: i 1. Lump sum allowances. _.i C. Procedures for submitting and handling Change Orders are included in Section "Change Order Procedures." D. Should the cost of any work covered by allowances be more or less than the stated amount for the allowance, the Contract Sum shall be adjusted accordingly by proper Change Order. 1.3 SELECTION AND PURCHASE A. At the earliest feasible date after Contract award, advise the Architect of the date when the final selection and purchase of each product or system described by an allowance must be completed in order to avoid delay in performance of the Work. 1. When requested by the Architect, obtain proposals for each allowance for use in making final selections; include recommendations that are relevant to performance of the Work. 2. Purchase products and systems as selected by the Architect from the designated supplier. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 PREPARATION A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related construction activities. 3.2 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Provide an allowance of $500,000.00 for all miscellaneous provisions. Use of this ALLOWANCES 01020 - 1 0605-2 allowance shall be authorized by the Owner through the Architect. B. Allowance No. 2: Allow $10,000.00 for signage; (for material only): For labor of installation the Contractor shall provide for installing signs on or near all doors where directed by the Architect. C. Allowance No. 3: Allow $20,000.00 for all soils compaction and concrete testing work associated with Work required by the Contract Documents. Refer to the Civil Drawings prepared by Hugo Reed and Associates, Inc. and Parkhill, Smith and Cooper, Inc. for Testing and its associated costs for the Civil Work. 1. The allowance figures cover the required travel, field sampling, design mixes, testing services (for tests that pass), reproduction of copies, postage and all other testing laboratories expenses. 2. The Contractor shall include the following in his Proposal and will not be a part of the Testing Allowances: a. Contractor's incidental labor and facilities required to assist the Testing Laboratory. b. Costs of retesting tests that fail. C. Contractor's overhead and profit. 3. Contractor shall list the amount of testing invoices on each application for payment and include copies of invoices with each application. D. Allowance No. 4: Provide a $10,000.00 allowance for material and installation of a twenty (20) foot high (above grade) galvanized and painted W1 OX22 steel columns set in a 24" diameter x 6'-0" deep 4000psi concrete footing for the support of a future score board that will be supplied and installed by others. END OF SECTION 01020 01020 - 2 ALLOWANCES 0605-2 SECTION 01045 - CUTTING AND PATCHING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for cutting and patching. B. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. 1. Requirements of this Section apply to all portions of the work including mechanical and electrical installations. Refer to Division-15 and Division-16 Sections for other requirements and limitations applicable to cutting and patching mechanical and electrical installations. C. In general all cutting and patching shall be performed in such a manner as to provide a finish appearance similar to the wall, floor and ceiling conditions that existed in the space being altered. Finishes shall be as near the existing adjacent finishes as possible. And, in general, perform all cutting and patching of existing construction during the Summer Vacation period or if required by the schedule of the Work during times when classes are not being conducted (schedule this Work with the Owner prior to the commencement of any cutting and/or patching work). 1.3 SUBMITTALS A. Cutting and Patching Proposal: Where approval of procedures for cutting and patching is required before proceeding, submit a proposal describing procedures well in advance of the time cutting and patching will be performed and request approval to proceed. Include the following information, as applicable, in the proposal: 1. Describe the extent of cutting and patching required and how it is to be performed; indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction; include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform Work. 4. Indicate dates when cutting and patching is to be performed. 5. List utilities that will be disturbed or affected, including those that will be relocated and those that will be temporarily out -of -service. Indicate how long service will be disrupted. 6. Approval by the Architect to proceed with cutting and patching does not waive the Architect's right to later require complete removal and replacement of a part of the Work found to be unsatisfactory. 1.4 QUALITY ASSURANCE CUTTING AND PATCHING 01045 - 1 0605-2 A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would reduce their load -carrying capacity or load -deflection ratio. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements: a. Foundation construction. b. Bearing and retaining walls. c. Structural concrete. d. Structural steel. e. Lintels. f. Structural decking. g. Miscellaneous structural metals. h. Equipment supports. i. Piping, ductwork, vessels and equipment. B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related components in a manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following operating elements or safety related systems: a. Shoring, bracing, and sheeting. b. Primary operational systems and equipment. c. Air or smoke barriers. d. Water, moisture, or vapor barriers. e. Membranes and flashings. f. Fire protection systems. g. Noise and vibration control elements and systems. h. Control systems. i. Communication systems. j. Conveying systems. k. Electrical wiring systems. I. Special construction specified by Division-13 Sections. C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces, in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities, or result in visual evidence of cutting and patching. Remove and replace Work cut and patched in a visually unsatisfactory manner.ln general, all cutting and patching shall be performed in such a manner as to insure that the finished surfaces shall be as close visually to the existing surfaces as possible. PART 2-PRODUCTS 2.1 MATERIALS A. Use materials that are identical to existing materials. If identical materials are not available or cannot be used where exposed surfaces are involved, use materials that match existing adjacent surfaces or like 01045 - 2 CUTTING AND PATCHING 0605-2 construction elsewhere to the fullest extent possible with regard to visual effect. Use materials whose installed performance will equal or surpass that of existing materials. PART 3 - EXECUTION 3.1 INSPECTION A. Before cutting existing surfaces, examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed. Take corrective action before proceeding, if unsafe or unsatisfactory conditions are encountered. 1. Before proceeding, meet at the site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Take all precautions necessary to avoid cutting existing pipe, conduit or ductwork serving the building, but scheduled to be removed or relocated until provisions have been made to bypass them. 3.3 PERFORMANCE A. General: Employ skilled craftsmen to perform cutting and patching. Patching shall be done by craftsmen certified in the particular craft involved. Proceed with cutting and patching at the earliest feasible time and complete without delay. 1. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. B. Cutting: Cut existing construction using methods least likely to damage elements to be retained or adjoining construction. Where possible review proposed procedures with the original installer; comply with the original installer's recommendations. 1. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified CUTTING AND PATCHING 01045 - 3 -rt 0605-2 tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3. Where removal of walls or partitions extends one finished area into another, patch and repair floor and wall surfaces in the new space to provide an even surface of uniform color and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary to achieve uniform color and appearance. a. Where patching occurs in a smooth painted surface, extend final paint coat over entire unbroken surface containing the patch, after the patched area has received primer and second coat. 4. Patch, repair or rehang existing ceilings as necessary to provide an even plane surface of uniform appearance. 3.4 CLEANING A. Thoroughly clean areas and spaces where cutting and patching is performed or used as access. Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition. END OF SECTION 01045 01045 - 4 CUTTING AND PATCHING 0605-2 SECTION 01300 - SUBMITTALS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for submittals required for performance of the Work, including; 1. Contractor's construction schedule. 2. Submittal schedule. 3. Shop Drawings. 4. Product Data. 5. Samples. B. Inspection and test reports are included in Section "Quality Control Services." 1.3 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. 3. Processing: Allow sufficient review time so that installation will not be delayed as a result of the time required to process submittals, including time for resubmittals. B. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from Contractor to Architect using a transmittal form. Submittals received from sources other than the Contractor will be returned without action. 1. On the transmittal Record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including minor variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. SUBMITTALS 01300 - 1 0605-2 1 A CONTRACTOR'S CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: Prepare a fully developed, horizontal bar- chart type Contractor's construction schedule. Submit within 30 days of the date established for "Commencement of the Work". 1. Provide a separate time bar for each significant construction activity. Provide a continuous vertical line to identify the first working day of each week. Use the same breakdown of units of the Work as indicated in the "Schedule of Values". 2. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for the Architect's procedures necessary for certification of Substantial Completion. B. Phasing: Provide notations on the schedule to show how the sequence of the Work is affected by requirements for phased completion to permit Work by separate Contractors and partial occupancy by the Owner prior to Substantial Completion. C. Distribution: Following response to the initial submittal, print and distribute copies to the Architect, Owner, subcontractors, and other parties required to comply with scheduled dates. Post copies in the Project meeting room and temporary field office. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. D. Schedule Updating: Revise the schedule after each meeting or activity, where revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting. 1.5 SHOP DRAWINGS A. Submit newly prepared information, drawn to accurate scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not considered Shop Drawings. B. Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings. C. Coordination Drawings are a special type of Shop Drawing that show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or function as intended. Submit Coordination Drawings for integration of different construction elements. Show sequences and relationships of separate components to avoid conflicts in use of space. 1.5 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams and performance curves. Where Product Data must be specially prepared because standard printed data is not suitable for use, 01300 - 2 SUBMITTALS 0605-2 submit as "Shop Drawings." 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products, some of which are not required, mark copies to indicate the applicable information. 2. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for maintenance manuals. The Architect will retain one, and will return the other marked with action taken and corrections or modifications required. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. 1.7 SAMPLES A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture and pattern. 1. Submit Samples for review of kind, color, pattern, and texture, for a final check of these characteristics with other elements, and for a comparison of these characteristics between the final submittal and the actual component as delivered and installed. a. Where variation in color, pattern, texture or other characteristics are inherent in the material or product represented, submit multiple units (not less than 3), that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation and similar construction characteristics. 2. Maintain sets of Samples, as returned, at the Project site, for quality comparisons throughout the course of construction. 1.8 ARCHITECT'S ACTION A. Except for submittals for record, information or similar purposes, where action and return is required or requested, the Architect will review each submittal, mark to indicate action taken, and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility. B. Action Stamp: The Architect will stamp each submittal with a uniform, self-explanatory action stamp. The stamp will be appropriately marked. PART 2 - PRODUCTS (Not Applicable). SUBMITTALS 01300 - 3 0605-2 PART 3 - EXECUTION (Not Applicable). END OF SECTION 01300 01300 - 4 SUBMITTALS SECTION 01300 SUBMITTALS PART1-GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Contractor's construction schedule. D. Proposed products list. E. Daily construction reports. F. Shop drawings. G. Product data. H. Samples. I. Manufacturers' instructions. J. Manufacturers' certificates. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01019 - Contract Considerations: Schedule of Values. C. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1. Submit initial submittal schedule within fifteen (15) days after receipt of Notice to Proceed. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. 01275506 SUBMITTALS 01300 - 1 11/06 B. Mark as RESUBMITTAL. 1.5 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: Prepare a general horizontal bar -chart -type, contractor's construction schedule. Submit within 15 days after the notice to proceed. B. Schedule Updating: Revise the schedule after each meeting, event, or activity where revisions have been recognized or made. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS A. Submit the number of opaque reproductions which Contractor requires, plus four copies which will be retained by Engineer. B. Drawing size shall be minimum 8 1/2 x 11 inches and maximum of 30 x 42 inches. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described_ in Section 01700 - Contract Closeout. 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. 01275506 SUBMITTALS 01300 - 2 11/06 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275506 SUBMITTALS 01300 - 3 11/06 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1 - GENERAL 1.1 GENERAL A. Where required, the Contractor shall develop a SWPPP, file a Notice of Intent (NOI) and implement storm water pollution prevention measures shown on the drawings. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, and/or failure to adequately implement and adjust the storm water pollution prevention measures where a SWP3 is implemented. 1.2 SUBMITTALS A. Inspection Reports. 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. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical where a SWP3 is required. 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/Diversion Berms 1. Where necessary, the Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. 01275506 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 1 11/06 E. 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, e. paving. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. A SWP3 is only required if the limits of disturbance exceed 1.0 AC. B. If limits of disturbance (at any project site) exceed 1 AC, the Contractor is responsible for meeting requirements of TPDES. (Contractor shall develop SWPPP and implement SWPPP measures). C. A completed Construction Site Notice form in accordance with the requirements of the State's general permit for storm water discharges from construction sites will be prepared by the Contractor (where a SWP3 is required). D. The SWP3 (where required) shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. END OF SECTION 01356 01275506 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 2 1 l /06 0605-2 SECTION 01400 - QUALITY CONTROL SERVICES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for quality control services. B. Quality control services include inspections and tests and related actions including reports, performed by independent agencies, governing authorities, and the Contractor. They do not include Contract enforcement activities performed by the Architect. Required tests of soils, earthwork and concrete work shall be as specified in SECTION 01020 - ALLOWANCES; all other testing, including that of governmental authorities, shall be the responsibility of the Contractor and the Contractor shall include sums for such other testing in his Proposal. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality control requirements for individual construction activities are specified in the Sections that specify those activities. Those requirements, including inspections and tests, cover production of standard products as well as customized fabrication and installation procedures. 2. Inspections, test and related actions specified are not intended to limit the Contractor's quality control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for the Contractor to provide quality control services required by the Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. 1.3 RESPONSIBILITIES A. Contractor Responsibilities: The Contractor shall provide inspections, tests and similar quality control services, specified in individual Specification Sections and required by goveming authorities, except where they are specifically indicated to be the Owner's responsibility, or are provided by another identified entity; these services include those specified to be performed by an independent agency and not by the Contractor. The Owner will engage the independent agency. The cost of the services of the independent agency, testing laboratory or other qualified firm shall be paid via an allowance to be carried by the General Contractor. 1. Retesting: The Contractor is responsible for retesting where results of required inspections, tests or similar services prove unsatisfactory and do not indicate compliance with Contract Document QUALITY CONTROL SERVICES 01400 - 1 0605-2 requirements, regardless of whether the original test was the Contractor's responsibility. a. Cost of retesting construction revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original construction. 2. Associated Services: The Contractor shall cooperate with agencies performing required inspections, tests and similar services and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include but are not limited to: a. Providing access to the Work and furnishing incidental labor and facilities necessary to facilitate inspections and tests. b. Taking adequate quantities of representative samples of materials that require testing or assisting the agency in taking samples. c. Providing facilities for storage and curing of test samples, and delivery of samples to testing laboratories. d. Providing the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. e. Security and protection of samples and test equipment at the Project site. 3. Coordination: The Contractor and each agency engaged to perform inspections, tests and similar services shall coordinate the sequence of activities to accommodate required services with a minimum of delay. In addition the Contractor and each agency shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 4. The Contractor is responsible for scheduling times for inspections, tests, taking samples and similar activities. 5. The Contractor shall notify the Architect and Testing Agency at least 48 hours before an on -site test is required. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample -taking and similar services, repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. Comply with Contract Document requirements for "Cutting and Patching." B. Protect construction exposed by or for quality control service activities, and protect repaired construction. C. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. END OF SECTION 01400 01400 - 2 QUALITY CONTROL SERVICES 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 directed by the Engineer or Owner. PART 2 - PRODUCTS 2.1 CONSTRUCTION METHODS 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. PART 3 - EXECUTION 3.1 GENERAL A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. Contractor -proposed TCP shall bear the seal of a Texas Licensed 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. 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 01275506 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 11/06 0605-2 SECTION 01631 -PRODUCT SUBSTITUTIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of the Contract. B. The Contractor's Construction Schedule and the Schedule of Submittals are included under Section "Submittals." 1.3 DEFINITIONS A. Definitions used in this Article are not intended to change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by the Contractor after award of the Contract are considered requests for "substitutions" The following are not considered substitutions: 1. Substitutions requested by Bidders during the bidding period, acknowledged by Addenda and accepted prior to award of Contract, are considered as included in the Contract Documents and are not subject to requirements specified in this Section for substitutions. 2. Revisions to Contract Documents requested by the Owner or Architect. 3. Specified options of products and construction methods included in Contract Documents. 4. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.4 SUBMITTALS A. Substitution Request Submittal: Requests for substitution shall be considered if received in writing not less than fifteen (15) full calendar days prior to the date of the scheduled bid opening. Requests received less than 15 days prior to the scheduled bid opening shall not be considered. 1. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and in accordance with procedures required for Change Order proposals. 2. Identify the product, or the fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Product Data, including Drawings and descriptions of products, fabrication and installation procedures. PRODUCT SUBSTITUTIONS 01631 -1 0605-2 b. Samples, where applicable or requested. C. A detailed comparison of significant qualities of the proposed substitution with those of the work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. d. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by the Owner and separate Contractors, that will become necessary to accommodate the proposed substitution. e. A statement indicating the substitution's effect on the Contractor's Construction Schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on overall Contract Time. f. Cost information, including a proposal of the net change, if any in the Contract Sum. g. Certification by the Contractor that the substitution proposed is equal -to or better in every significant respect to that required by the Contract Documents, and that it will perform adequately in the application indicated. Include the Contractor's waiver of rights to additional payment or time, that may subsequently become necessary because of the failure of the substitution to perform adequately. Architect's Action: Within one week of receipt of the request for substitution, the Architect will request additional information or documentation necessary for evaluation of the request. Within 2 weeks of receipt of the request, or one week of receipt of the additional information or documentation, which ever is later, the Architect will notify the Contractor of acceptance or rejection of the proposed substitution. If a decision on use of a proposed substitute cannot be made or obtained within the time allocated, use the product specified by name. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Conditions: The Contractor's substitution request will be received and considered by the Architect when one or more of the following conditions are satisfied, as determined by the Architect; otherwise requests will be returned without action except to record noncompliance with these requirements. 1. Extensive revisions to Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of Contract Documents. 3. The request is timely, fully documented and properly submitted. 4. The request is directly related to an "or equal" clause or similar language in the Contract Documents. 5. The specified product or method of construction cannot be provided within the Contract Time. The request will not be considered if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 7. A substantial advantage is offered the Owner, in terms of cost, time, energy conservation or other considerations of merit, after deducting offsetting responsibilities the Owner may be required to bear. Additional responsibilities for the Owner may include additional compensation to the Architect for redesign and evaluation services, increased cost of other construction by the Owner or separate Contractors, and similar considerations. 8. The specified product or method of construction cannot be provided in a manner that is compatible with other materials, and where the Contractor certifies that the substitution will overcome the incompatibility. 9. The specified product or method of construction cannot be coordinated with other materials, and where the Contractor certifies that the proposed substitution can be coordinated. 10. The specified product or method of construction cannot provide a warranty required by the 01631 - 2 PRODUCT SUBSTITUTIONS 0605-2 Contract Documents and where the Contractor certifies that the proposed substitution provide the required warranty. B. The Contractor's submittal and Architect's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval. PART 3 - EXECUTION (Not Applicable) END OF SECTION 01631 W 01631 - 3 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.2 RELATED SECTIONS A. General Conditions. 1.3 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. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove temporary labels, stains and foreign substances. C. Clean equipment. D. Clean site. E. Remove waste and surplus materials, rubbish, and construction facilities from the site. F. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. 01275506 CONTRACT CLOSEOUT 01700 - 1 11 /06 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. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract Drawings. 5. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.6 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, bound in 8 1/2 x 11 inch text pages, three ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Engineer comments. Review content of documents as required prior to final submittal. Retainage will not be released until final operation and maintenance manuals are approved. C. Submit two final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table. of Contents for each volume, with each Product or system description identified. G. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Maintenance instructions for equipment and systems. 5. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. I. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Certificates. 3. Photocopies of warranties and bonds. 01275506 CONTRACT CLOSEOUT 01700 - 2 11 /66 : i 1.7 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. Prior to final acceptance, the Contractor shall furnish to the Owner a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting from such defects, when such defects appear within one year from the date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275506 CONTRACT CLOSEOUT 01700 - 3 11/06 SECTION 02082 PRE -CAST CONCRETE MANHOLES PART 1- 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 supplementary conditions and other Division 1 specifications, apply to this section. B. Division 2 Section 02317 — "Excavation and Backfill for Utilities". C. Division 2 Section 02084 — "Frames, Grates, Rings, and Covers". D. Division 2 Section 02533 - "Acceptance Testing for Sewers." 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/ft3) 1.4 SUBMITTALS A. Conform to requirements of Division 1 Section 01300 - "Submittals". 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 vault, including reinforcement, jointing, methods, materials, and dimensions. 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. 01275506 PRE -CAST CONCRETE MANHOLES 02082 - 1 11 /06 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. 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. PART2-PRODUCTS 2.1 PRE -CAST CONCRETE MANHOLES A. Provide manhole sections, base sections, and related components conforming to ASTM C 478. 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. B. Provide reinforced concrete risers constructed from 48-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. C. Provide tops to receive cast iron frames and covers designed to support an H-20 loading, unless indicated otherwise. D. Design Loading Criteria: The manhole walls, transition slabs, 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. 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, 2.6 B. G. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 5 psi internal pressure, with only minor weeping under 10 psi internal pressure. H. Manhole sections must withstand an intermittent internal hydrostatic pressure of 10 psi without structural failure. I. For sanitary sewer applications, the Contractor shall supply a primer coating of 5 mils thickness and a topcoat of 75 mils thickness on all interior surfaces of the manhole. The primer shall be Polibrid 670 or approved equal as manufactured by Polibrid Coatings, Inc. The topcoat shall be Polibrid 705 or approved equal as manufactured by Polibrid 01275506 PRE -CAST CONCRETE MANHOLES 02082 - 2 11/06 Coatings, Inc. Applications of coatings shall be by spraying as recommended by the manufacturer. Coated surfaces shall be cleaned to permit visual inspection and spark testing. A minimum 12 hours after application, the coating shall be spark tested with high - voltage holiday detection equipment set at a minimum of 100 volts per mil of total coating thickness. All pinholes detected visually or by spark testing shall be clearly marked and then repaired in accordance with the manufacturer's recommendations. At the option of the Engineer, areas with excessive pinholes shall be re -sprayed rather than patched individually by hand. Surfaces showing poor adhesion, improperly cured areas, or blisters will not be accepted and shall be removed or repaired per manufacturer's recommendations. 2.2 MORTAR A. Conform to requirements of ASTM C 144. 2.3 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Division 2 Section 02084 — "Frames, Grates, Rings and Covers". 2.4 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. Provide 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. 2.5 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Division 2 Section 02317 - "Excavation and Backfill for Utilities". 2.6 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. 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. 01275506 PRE -CAST CONCRETE MANHOLES 02082 - 3 11 /06 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. B. Install base on 6 inches crushed gravel as specified in Division 2 Section 02317 - "Excavation and Backfill for Utilities". 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. D. Do not incorporate manhole steps in manhole sections for sanitary sewers. 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 and coat with an epoxy bonding agent. 3.5 INVERTS FOR 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. 01275506 PRE -CAST CONCRETE MANHOLES 02082 - 4 11/06 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. 3.7 BACKFILL A. Place and compact backfill materials in the area of excavation surrounding manholes in accordance with requirements of Division 2 Section 02317 - "Excavation and Backfill for Utilities". Provide cement stabilized backfill material, as specified for the pipe, from manhole foundation up to an elevation 12 inches over each pipe connected to the manhole. Provide trench zone backfill, as specified for the adjacent utilities, above the cement stabilized backfill. 3.8 TESTING A. Vacuum test manhole according to ASTM C 1244. Refer to Division 2 Section 02533 — "Acceptance Testing For 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 01275506 PRE -CAST CONCRETE MANHOLES 02082 - 5 11/06 SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART 1 - GENERAL 1.1 SECTION INCLUDES A. This section of the specifications covers 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 Supplementary Conditions and other Division 1 specification sections, apply to this section. B. Division 2 Section 02082 — "Pre -cast Concrete Manholes". 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 C 185 - Standard Specification for Reinforcing. D. ASTM A-15, A-16, or A-305. E. 1.4 SUBMITTALS A. Submit product data in accordance with Division 1 Section 01330 "Submittals". 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. 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. 01275506 FRAMES, GRATES, RINGS, AND COVERS 02084 - 1 11/06 2.2 FRAMES AND COVERS FOR MANHOLES A. Provide frames and covers for sanitary and storm sewer manholes by East Jordan Iron Works or approved equal. B. Cover shall be labeled "Sanitary Sewer." 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. 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. END OF SECTION 02084 01275506 FRAMES, GRATES, RINGS, AND COVERS 02084 - 2 11/06 0605-2 SECTION 02110 - SITE CLEARING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Protection of existing trees. 2. Topsoil stripping. 3. Clearing and grubbing. 4. Removal of trees where indicated. 1.3 PROJECT CONDITIONS A. Traffic: Conduct site clearing operations to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks or other occupied or used facilities without permission from authorities having jurisdiction. B. Protection of Existing Improvements: Provide protections necessary to prevent damage to existing improvements indicated to remain in place. 1. Protect improvements on adjoining properties and on Owner's property. 2. Restore damaged improvements to their original condition, as acceptable to property owners. C. Protection of Existing Trees and Vegetation: Review with the Architect each tree on the site as to whether it is to be removed and relocated. Remove designated trees and vegetation and relocate to another of the Owner's facilities campus where so directed by the Owner. Protect existing trees and other vegetation indicated to remain in place, against unnecessary cutting, breaking or skinning of roots, skinning or bruising of bark, smothering of trees by stockpiling construction materials or excavated materials within drip line, excess foot or vehicular traffic, or parking of vehicles within drip line. Provide temporary guards to protect trees and vegetation to be left standing. Any trees or other vegetation not protected shall be suitably protected and maintained during the Work. 1. Water trees and other vegetation to remain within limits of contract work as required to maintain their health during course of construction operations. 2. Provide protection for roots over 1-1/2 inch diameter that are cut during construction operations. Coat cut faces with an emulsified asphalt, or other acceptable coating, formulated for use on damaged plant tissues. Temporarily cover exposed roots with wet burlap to prevent roots from drying out; cover with earth as soon as possible. SITE CLEARING r.� 02110 - 1 0605-2 3. Repair or replace trees and vegetation indicated to remain which are damaged by construction operations, in a manner acceptable to Architect. Employ a licensed arborist to repair damages to trees and shrubs. PART 2-PRODUCTS A. Not applicable to this Section. PART 3 - EXECUTION 3.1 SITE CLEARING A. General: Prior to removal, review with the Architect any and all trees to be removed. Remove trees, shrubs, grass and other vegetation, improvements, or obstructions as required to permit installation of new construction. Remove similar items elsewhere on site or premises as specifically indicated. 'Removal' includes digging out and off -site disposing of stumps and roots. Cut minor roots and branches of trees indicated to remain in a clean and careful manner, where such roots and branches obstruct installation of new construction. B. Topsoil: Topsoil is defined as friable clay loam surface soil found in a depth of not less than 4 inches. Verify depth of existing topsoil prior to commencing topsoil removal. Satisfactory topsoil is reasonably free of subsoil, clay lumps, stones, and other objects over 2 inches in diameter, and without weeds, roots, and other objectionable material. Strip topsoil to whatever depths encountered in a manner to prevent intermingling with underlying subsoil or other objectionable material. a. Remove heavy growths of grass from areas before stripping. b. Where existing trees are indicated to remain, leave existing topsoil in place within drip lines to prevent damage to root system. 2. Stockpile suitable topsoil in storage piles for use in fine grading. Construct storage piles to provide free drainage of surface water. Cover storage piles, if required, to prevent wind erosion. Confirm with the Owner the suitable sites within the Project Contract Limits for topsoil stockpile locations. 3. Dispose of unsuitable or excess topsoil same as specified for disposal of waste material. C. Clearing and Grubbing: Clear site of trees, shrubs and other vegetation, except for those indicated to be left standing. Also remove all debris not suitable for fine grading to a depth of 8 inches. 1. Completely remove stumps, roots, and other debris protruding through ground surface. 2. Use only hand methods for grubbing inside drip line of trees indicated to remain. 3. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. a. Place fill material in horizontal layers not exceeding 6 inches loose depth, and thoroughly compact to a density equal to adjacent original ground. 02110 - 2 SITE CLEARING 0605-2 D. Removal of Improvements: Remove existing above -grade and below -grade improvements as indicated and as necessary to facilitate new construction. 1. Abandonment or removal of certain underground pipe or conduits may be indicated on mechanical or electrical drawings, and is included under work of related Division 15 and 16 sections. Removal of abandoned underground piping or conduit interfering with construction is included under this Section. 3.2 DISPOSAL OF WASTE MATERIALS A. Burning on Owner's Property: Burning is not permitted on Owner's property. B. Removal from Owner's Property: Remove waste materials and unsuitable or excess topsoil from Owner's property. Prior to removal of excess topsoil confirm with the Owner if the Owner wants to retain said excess topsoil. If the Owner confirms that they want to retain the excess topsoil then said topsoil shall remain on the site where directed by the Owner. END OF SECTION 02110 SITE CLEARING 02110 - 3 SECTION 02151 TRENCH SAFETY SYSTEMS PART 1 - GENERAL 1.1 SECTION INCLUDES This section of the specifications covers trench safety systems for trench excavations greater than five feet in depth. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary General Conditions C. Division 2 Section 02230 - "Site Clearing". 1.3 SCOPE OF WORK The scope of work includes but is not limited to trench and excavation safety systems either by cut back method or braced excavation method for all trenches five feet and deeper whether indicated on the drawings or required by actual field conditions. Trenches not exceeding five feet in depth shall be protected as required by OSHA, State and Local standards. Alternative methods of trench safety may be submitted for approval to the Engineer; however, alternative methods will not be reviewed or approved prior to bid opening. 1.4 SUBMITTALS Provide detail drawings for proposed trench safety systems. Clearly identify where each system is proposed for use and type of system to be used. Trench excavations cannot be started until trench safety systems have been submitted. A. Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed by a registered engineer stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. B. Alternative Systems - If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a registered engineer showing all member properties, design strengths and any stress increases used with justification for their use. 01275506 TRENCH SAFETY SYSTEMS 02151 - 1 11 /06 1.5 QUALITY ASSURANCE Trench safety systems shall be designed based on actual field conditions. The Contractor shall review and determine the field conditions for the project. Work shall be performed by forces having at least two years experience with similar types of trench safety systems. All prefabricated items used in trench safety systems shall be manufactured by a company with at least two years experience in fabricating the items. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trenches and excavations. The Contractor shall have designated "responsible person" on site while any trench is open. PART 2 - PRODUCTS Provide suitable materials capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects. PART 3-EXECUTION 3.1 JOB CONDITIONS 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. Contractor shall mitigate any damage to existing structures. 3.2 EXISTING UTILITIES 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 utility owner. Any damaged utilities shall be repaired as required by the utility owner. 3.3 TRENCHING PROCEDURES Provide shoring systems in accordance with the submitted design to adequately resist earth pressures indicated on the drawings. 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. A. Backfill trenches as soon as possible after completion of work. B. Stockpile excavated materials at least three feet away from edge of trench. C. Maintain barricades and signage as required by State and Local codes to protect open excavations. 01275506 TRENCH SAFETY SYSTEMS 02151 - 2 11 /06 D. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. Excavations which must remain open during periods of rainfall shall be covered with suitable material to prevent accumulations of water in excavation. E. If cut back method is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. F. Do not operate heavy equipment except for trench digging equipment within twenty feet of edge of excavation. END OF SECTION 02151 01275506 TRENCH SAFETY SYSTEMS 02151 - 3 11/06 SECTION 02210 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS PART 1-GENERAL 1.1 GENERAL A. This item shall consist of the demolition, removal, and salvage or disposal of certain portions of existing paving materials, including existing asphalt surfacing and base material, existing concrete slabs and existing concrete curb and gutter, in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established for the project. 1.2 CLASSIFICATION A. Materials to be removed consist of portland cement concrete pavement, asphalt pavement, flexible base and concrete curb and gutter. No consideration shall be given to differences in thickness or volume of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL A. All lines separating pavement, concrete slabs or curb and gutter to be removed from that to remain in place shall be cut neatly and in a straight line, or shall be separated at an existing expansion or construction joint. Cuts shall be made by means of sawing, or other methods approved by the Owner's Representative which will produce a satisfactory edge. In no case shall the line be cut with a motor grader blade. 3.2 REMOVING AND DISPOSING OF EXISTING CONCRETE SLABS AND CONCRETE CURB AND GUTTER A. All existing concrete slabs and curb and gutter to be removed shall be broken up by suitable methods and equipment, and shall be removed from the construction site and properly disposed of at the Contractor's expense. B. The limits of removal of concrete slabs and curb and gutter shall be as shown on the plans or as directed by the Owner's Representative. All existing concrete to be removed shall be broken into pieces with an approximate maximum dimension of 24-inches and an approximate minimum dimension of 6-inches. 01275506 DEMOLITION, REMOVAL, AND SALVAGING 02210 - 1 11/06 OF EXISTING MATERIALS C. The Contractor shall be responsible for all damage to all adjacent paving, curb and gutter, and other structures, and shall repair said damage to the satisfaction of the Owner's Representative. No additional compensation shall be allowed for the repair of such damage. 3.3 REMOVING AND DISPOSING OF ASPHALT PAVEMENT AND FLEXIBLE BASE A. All existing asphalt pavement and flexible base material shall be removed from the construction site and properly disposed of at the Contractor's expense. END OF SECTION 02210 01275506 DEMOLITION, REMOVAL, AND SALVAGING 02210 - 2 11/06 OF EXISTING MATERIALS 0605-2 SECTION 02282 - TERMITE CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.2 SUMMARY A. Provide soil treatment for termite control, as herein specified beneath the Field House Locker Room Building only. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's technical data and application instructions. 1.4 QUALITY ASSURANCE A. In addition to requirements of these specifications, comply with manufacturer's instructions and recommendations for work, including preparation of substrate and application. B. Engage a professional pest control operator, licensed in accordance with regulations of governing authorities for application of soil treatment solution. C. Use only termiticides which bear a Federal registration number of the U.S. Environmental Protection Agency. 1.5 JOB CONDITIONS A. Restrictions: Do not apply soil treatment solution until excavating, filling and grading operations are completed, except as otherwise required in construction operations. B. To insure penetration, do not apply soil treatment to frozen or excessively wet soils or during inclement weather. Comply with handling and application instructions of the soil toxicant manufacturer. 1.6 SPECIFIC PRODUCT WARRANTY A. Furnish written warranty certifying that applied soil termiticide treatment will prevent infestation of subterranean termites and, that if subterranean termite activity is discovered during warranty period, Contractor will re -treat soil and repair or replace damage caused by termite infestation. 1. Provide warranty for a period of 5 years from date of treatment, signed by Applicator and Contractor. TERMITE CONTROL 02282 - 1 0605-2 PART 2 - PRODUCTS 2.1 SOIL TREATMENT SOLUTION A. Use an emulsible concentrate termiticide for dilution with water, specially formulated to prevent infestation by termites. Fuel oil will not be permitted as a diluent. Provide a solution consisting of one of following chemical elements and concentrations: Cypermethhn ("Product TC") B. Other solutions may be used as recommended by Applicator if also acceptable to Architect and approved for intended application by jurisdictional authorities. Use only soil treatment solutions which are not injurious to planting. PART 3 - EXECUTION 3.1 APPLICATION A. Surface Preparation: Remove foreign matter which could decrease effectiveness of treatment on areas to be treated. Loosen, rake and level soil to be treated, except previously compacted areas under slabs and foundations. Toxicants may be applied before placement of compacted fill under slabs, if recommended by toxicant manufacturer. B. Application Rates: Apply soil treatment solution as follows: C. Under slab -on -grade structures, treat soil before concrete slabs are placed, using the following rates of application: 1. Apply 4 gallons of chemical solution per 10 lin. ft. to soil in critical areas under slab, including entire inside perimeter inside of foundation walls, along both sides of interior partition walls, around plumbing pipes and electric conduit penetrating slab, and around interior column footers. 2. Apply one gallon of chemical solution per 10 sq. ft. as an overall treatment under slab and attached slab areas where fill is soil or unwashed gravel. Apply 1-112 gallons of chemical solution to areas where fill is washed gravel or other coarse absorbent material. 3. Apply 4 gallons of chemical solution per 10 lin. ft. of trench, for each foot of depth from grade to footing, along outside edge of building. Dig a trench 6" to 8" wide along outside of foundation to a depth of not less than 12". Punch holes to top of footing at not more than 12" o.c. and apply chemical solution. Mix chemical solution with the soil as it is being replaced in trench. D. Treat soil under or around crawl -space structures as follows: 1. Apply 4 gallons of chemical solution per 10 lin. ft. of trench along inside of foundation walls, along both sides of interior partitions, and around piers and plumbing. Do not apply an overall treatment in crawl spaces. 2. Apply 4 gallons of chemical solution per 10 lin. ft. of trench, for each foot of depth from grade to footing, along outside of foundation walls, including part beneath entrance platform porches, etc. 3. Apply 4 gallons of chemical solution per 10 lin. ft. along the inside and outside of foundation walls of porches. 02282 - 2 TERMITE CONTROL 0605-2 4. Apply one gallon per 10 sq. ft. of soil surface as an overall treatment, only where attached concrete platform and porches are on fill or ground. E. At hollow masonry foundations or grade beams, treat voids at rate of 2 gal. per 10 lin. ft., poured directly into the hollow spaces. F. At expansion joints, control joints, and areas where slabs will be penetrated, apply at rate of 4 gals. per 10 lin. ft. of penetration. G. Post signs in areas of application to warn workers that soil termiticide treatment has been applied. Remove signs when areas are covered by other construction. H. Reapply soil treatment solution to areas disturbed by subsequent excavation, landscape grading, or other construction activities following application. END OF SECTION 02282 02282 - 3 SECTION 02230 SITE CLEARING PARTI- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Protecting existing grass to remain. 2. Clearing and grubbing. 3. Stripping and stockpiling topsoil. 4. Removing above- and below -grade site improvements. 5. Disconnecting, capping or sealing, abandoning site utilities in place and removing site utilities. 6. Temporary erosion and sedimentation control measures. B. Related Sections include the following: —' 1. Division 2 Section 02210 — "Demolition, Removal and Salvaging of Existing Materials" for demolition, removal and salvaging of existing pavement, wall and chainlink gates. -- 2. Division 2 Section 02300 - "Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling" for soil materials, excavating, backfilling, and site grading. 1.3 DEFINITIONS A. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials. 1.4 MATERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings, identifying and accurately locating capped utilities and other subsurface structural, electrical, and mechanical conditions. 01275506 SITE CLEARING 02230 - 1 1 l /06 1.6 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project site. 1.7 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site -clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Improvements on Adjoining Property: Authority for performing site clearing indicated on property adjoining Owner's property will be obtained by Owner before award of Contract. 1. Do not proceed with work on adjoining property until directed by Engineer. C. Salvageable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated. D. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. E. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. PART 2 - PRODUCTS Not Applicable PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Refer to Section 01356 — "Stormwater Pollution Prevention Measures". 3.3 UTILITIES A. Coordinate with Owner for disconnecting and sealing indicated utilities that serve existing structures before site clearing. 1. Verify that utilities have been disconnected and capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. 1. Arrange with utility companies to shut off indicated utilities. 2. Owner will arrange to shut off indicated utilities when requested by Contractor. 01275506 SITE CLEARING 02230 - 2 11/06 C. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. D. Excavate for and remove underground utilities indicated to be removed. E. Removal of underground utilities is included in Division 2 Section 02700 — "Site Utilities". 3.4 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Grind stumps and remove roots, obstructions, and debris extending to a depth of 18 inches below exposed subgrade. 4. Use only hand methods for grubbing within tree protection zone. 5. Chip removed tree branches and dispose of off -site. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches, and compact each layer to a density equal to adjacent original ground. 3.5 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and nonsoil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within tree protection zones. 3. Dispose of excess topsoil as specified for waste material disposal. 4. Stockpile surplus topsoil to allow for respreading deeper topsoil. 5. Clean topsoil shall be stockpiled for use around perimeter of concrete pavement as needed. 3.6 SITE IMPROVEMENTS A. Remove existing above- and below -grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1. Unless existing full -depth joints coincide with line of demolition, neatly saw -cut length of existing pavement to remain before removing existing pavement. Saw -cut faces vertically. 2. Paint cut ends of steel reinforcement in concrete to remain to prevent corrosion. 01275506 SITE CLEARING 02230 - 3 11/06 3.7 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's properly. 1. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. END OF SECTION 02230 01275506 SITE CLEARING 02230 - 4 11/06 SECTION 02300 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING PART 1-GENERAL 1.1 GENERAL A. This item shall consist of excavation, subgrade preparation, grading, embankment and topsoiling of all materials within the limits of the work required to complete the construction of the various items included in this project in accordance with these specifications and in conformity with the dimensions and typical sections shown on the plans and with the lines and grades established for the project. B. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the plans or as directed by the Owner's Representative. C. It is anticipated that borrow material will be required for the construction of this project. The deficiency shall be supplied from borrow sites approved by the Owner's Representative at the Contractor's expense. If the volume of excavation material removed from the project construction area exceeds that required to construct the project to the grades indicated, the excess material shall become the property of the Contractor and shall be properly disposed of in areas off the construction site at the Contractor's expense. 1.2 CLASSIFICATION A. All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. Existing asphaltic concrete pavement and base material, concrete slabs and curb and gutter shall be salvaged or removed in accordance with Division 2 Section 02210 — "Demolition, Removal and Salvaging of Existing Materials", of these specifications. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL A. The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade densification shown on the plans. Likewise, on embankments, the depth of subgrade densification shall be as shown on the plans. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at his own expense. The Owner's Representative shall have complete control over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as 01275506 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 1 11/06 EMBANKMENT, AND TOPSOILING directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. B. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. C. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. D. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. 3.2 EXCAVATION A. Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation shown or as directed by the Owner's Representative, and shall be made so that the requirements for formation of embankments can be followed. No excavation or stripping shall be started until the Owner's Representative has taken cross -sectional elevations and measurements of the existing ground surface, and has set control base lines for the proposed work. All material encountered within the limits indicated shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. B. When selective grading is specified or required as indicated on the plans, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. C. The Contractor shall so schedule the work that excavated material can be placed in its proper section of the pavement construction. If the Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a satisfactory foundation. Unsatisfactory materials shall become the property of the Contractor and shall be disposed of at locations approved by the Owner's Representative at the Contractor's expense. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. E. The Owner reserves the right to make minor adjustments or revisions in lines or grades, if found necessary, as the work progresses due to discrepancies in the plans or to obtain satisfactory construction. 01275506 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 2 11/06 EMBANKMENT, AND TOPSOILING F. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the plans. G. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified by the specifications, and as determined by the compaction control tests specified in ASTM D-698. Any unsuitable materials encountered shall be removed. H. In cut areas, the subgrade material shall be removed to the depths indicated on the drawings. The bottom layer of subgrade shall be compacted to the depths and density as shown on the drawings. The remaining layers of subgrade shall be constructed as embankment as shown on the drawings. I. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Owner's Representative. L. Blasting will not be permitted. 3.3 PREPARATION OF EMBANKMENT AREA A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and compacted to ground surface before the construction of the embankment will be permitted to start. B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the specifications. C. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall be constructed as directed by the Owner's Representative. Suitable excavated material shall be incorporated in embankments. D. No direct payment shall be made for the preparation of the embankment area. 3.4 STRIPPING A. All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in 01275506 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 3 11/06 EMBANKMENT, AND TOPSOILING no case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. 3.5 FORMATION OF EMBANKMENTS A. Embankments shall be formed of satisfactory materials placed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section. B. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. C. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. D. The material in the layers shall be of the proper moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken at frequent intervals. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content will be made to construct the embankment. E. Rolling operations shall be continued until the embankment is compacted to not less than 95%, for noncohesive soils; and 90% for cohesive soils of the maximum density, at optimum moisture, as determined by the compaction control tests in ASTM D-698. Under all areas to be paved, the embankment shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified in the specifications, as determined by the compaction control tests specified in ASTM D-698. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. Any areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers. F. During construction of the embankment, the Contractor shall route his equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. G. In the construction of embankments, starting layers shall be placed in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. H. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other materials shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 12 inches of the subgrade. Backfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material to form a dense, compact mass. Rock or boulders shall not be disposed of outside of the excavation or embankment areas, except at places and in the manner designated by the Owner's Representative. 01275506 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 4 11/06 EMBANKMENT, AND TOPSOILING I. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. J. The Contractor shall be responsible for the stability of all embankments made under the contract and shall replace any portion which, in the opinion of the Owner's Representative, has become displaced due to carelessness or negligence on the part of the Contractor. K. There will be no separate measurement or payment for compacted embankment, and all costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other necessary operations of the embankments will be included in the contract price for excavation. L. When stockpiling of excavated material and later rehandling of such material is done for the convenience of the Contractor, no extra payment will be made for the rehandling of stockpiled materials. 3.6 EQUIPMENT A. The Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Owner's Representative in accordance with the total calendar days or working days bid for the construction. The Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 3.7 PREPARATION AND PROTECTION OF THE TOP OF THE SUBGRADE A. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the plans or as directed by the Owner's Representative. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to a 6" depth and 98% density (f 2% optimal moisture) according to ASTM D-698. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to the required density by approved mechanical tampers. The material shall be sprinkled with water during rolling or tamping as required or when directed by the Owner's Representative. B. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by the Owner's Representative and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by the Owner's Representative. C. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. In handling materials, tools, and equipment, the Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as needed. In no case will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and rolled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface course, or pavement shall be laid thereon. 01275506 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 5 11/06 EMBANKMENT, AND TOPSOILING 3.8 HAUL A. No payment will be made separately or directly for haul on any part of the work. All hauling will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract unit price for the pay items of work involved. 3.9 TOLERANCES A. In those areas upon which a subbase, base course, or surface course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge, it shall not show any deviation in excess of 2 inch, or shall not be more than 0.05 foot from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. 3.10 TOPSOIL A. Topsoil shall be salvaged from stripping or other grading operations. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. If there is not enough material that is suitable for topsoil captured from the existing materials on -site, then Contractor shall import topsoil material from a site approved by the Owner. B. All areas outside the paved areas within the grading limits shall be topsoiled unless otherwise shown on the plans or otherwise directed by the Owner's Representative. C. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Owner's Representative before the various operations are started. D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Owner's Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. E. Grades on the areas to be topsoiled, which have been established, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Owner's Representative. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. 01275506 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 6 11/06 EMBANKMENT, AND TOPSOILING G. The Contractor shall remove topsoil from the designated areas and to the depth as directed by the Owner's Representative. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Owner's Representative. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. H. In unpaved excavation areas, at least the upper 6 inches of material shall be topsoil, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. 1. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Owner's Representative. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. J. No direct payment will be made for topsoil as such. END OF SECTION 02300 01275506 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 7 11/06 EMBANKMENT, AND TOPSOILING ! 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 manholes and pipeline structures. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Division 1 Section 01555 — "Barricades, Signs and Traffic Handling." C. Division 2 Section 02300 — "Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling." D. Division 2 Section 02320 — "Utility Backfill Materials." 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. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from one trench sidewall to opposite sidewall. E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill. F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. 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. I. 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. J. Excavation Drainage: Removal of surface and seepage water in trench by sump pumping or other approved means. 01275506 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 1 11/06 K. 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. L. 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. M. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. N. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. O. Trench Safety Systems include both protective systems and shoring systems. P. 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. Q. 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). 01275506 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 2 11 /06 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 Division 1 Section 01300 — "Submittals". 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 backfill material sources and product quality information in accordance with requirements of Division 2 Section 02320 — "Utility Backfill Materials". D. Submit record of location of pipe 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, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. 1.7 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Division 2 Section 02320- "Utility Backfill Materials". B. Perform field density tests of trench backfill representative of each 150 linear feet of trench and each compacted layer. C. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Division 2 Section 02300 — "Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling". 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. 01275506 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 3 11/06 2.2 2.3 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 are 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. MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Division 2 Section 02320 — "Utility Backfill Materials". ACCESSORIES A. Warning Tape: Install 12 inches below finished grade acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: B. Continuously coated 10-ga. locating wire. See Plans for specific location. 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. PART 3-EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. 3.2 PREPARATION A. Establish traffic control to conform with requirements of Division 1 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 required. C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Engineer 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 Division 2 Section 02220 — "Demolition, Removal and Salvaging of Existing Material'. E. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 01275506 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 4 11 /06 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. B. Protect and support above -grade and below -grade utilities which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. 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. 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 based on the requirements shown on the plans. C. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and 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. D. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. E. 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. F. 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. 01275506 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 5 11/06 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. 3.5 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Division 2 Section 02320 — "Utility Backfill Materials". Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. 3.6 TRENCH FOUNDATION A. Excavate bottom of trench to uniform grade to achieve stable trench conditions and satisfactory compaction of foundation or bedding materials. 3.7 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 -fall 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. 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 flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. 01275506 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 6 11 /06 I. Install specified location tape and wire as shown on the drawings and per Section 2.3A and B. 3.8 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. B. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 1. 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. C. Moisture content within 2% of optimum determined according to ASTM D 698. 2. 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 85 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. 3. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on drawings. 3.9 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. 3.10 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Division 2 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. 01275506 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 7 11/06 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 150 linear feet of compacted trench zone backfill material for each compacted layer. 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. 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. 3.11 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials offsite or at an area designated by the Owner. END OF SECTION 02317 01275506 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 8 11/06 1_ 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. Native soil materials. 3. Topsoil. 4. Borrow material. 5. Crushed Stone 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specifications, apply to this section. B. Division 2 Section 02300 — "Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling". C. Division 2 Section 02317 — "Excavation and Backfill for Utilities". 1.3 DEFINITIONS A. Refer to Division 2 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. 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). 01275506 UTILITY BACKFILL MATERIALS 02320 - 1 11/06 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 Division 1 Section 01300 — "Submittals". 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. D. 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. 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. PART2-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 B. 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. C. Topsoil 1. Provide topsoil material that is free of stones greater than 3 inches, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. 2. Surface should be made clear of rock and other debris before planting. 3. Use top 3 feet 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. D. Borrow 1. All borrow material must be approved by Engineer. 01275506 UTILITY BACKFILL MATERIALS 02320 - 2 11/06 =- E. Crushed Stone (Alternate backfill to native material) 1. Crushed stone shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 2.2 MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 - EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. 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. 01275506 UTILITY BACKFILL MATERIALS 02320 - 3 11 /06 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations in areas shown on plans for practical material handling and control, and verification testing by the Engineer in advance of final placement. B. 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 between corrugations. 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 01275506 UTILITY BACKFILL MATERIALS 02320 - 4 11/06 SECTION 02533 ACCEPTANCE TESTING FOR SEWERS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Acceptance testing of sewers including: 1. Visual inspection of sewer pipes. 2. Leakage testing of sewer pipes. 1.2 REFERENCES A. ASTM F 1417 — Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air. 1.3 PERFORMANCE REQUIREMENTS A. 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 2 feet above the crown of the pipe at the upstream manhole or 2 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 2 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 2 feet above the crown of the pipe at the upstream manhole. B. Perform air testing in accordance with requirements of this section and the referenced standards in paragraph 1.2. Refer to Table 02533-1, Time Allowed For Pressure Loss From 3.5 psig to 2.5 psig, 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 Division 1 Section 01300 — "Submittals". 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 sewer. 1.5 GRAVITY SEWER QUALITY ASSURANCE A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified requirements when tested. 01275506 ACCEPTANCE TESTING FOR SEWERS 02533 - 1 11/06 1.6 SEQUENCING AND SCHEDULING A. Perform testing after installation is complete. B. Coordinate testing schedules with Engineer. Perform testing under observation of Engineer. PART 2-PRODUCTS 2.1 EXFILTRATION TEST A. Test Equipment: 1. Pipe plugs. 2. Pipe risers where the manhole cone is less than 2 feet above highest point in pipe or service lead. 2.2 INFILTRATION A. Test Equipment: 1. Calibrated 90 degree V-notch weir. 2. Pipe plugs. 2.3 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; then pressurize sealed pipe to 5 psig. Plugs are acceptable if they remain in place against the test pressure without external aids. 2.4 GROUND WATER DETERMINATION A. Equipment: Pipe probe or small diameter casing for ground water elevation determination. 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. 01275506 ACCEPTANCE TESTING FOR SEWERS 02533 - 2 11/06 i_ 3.2 LEAKAGE TESTING FOR GRAVITY SEWERS A. Test Options: 1. Test gravity sewer pipes for leakage by either exfiltration or infiltration methods, as appropriate, or with low pressure air testing. 2. Test new 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 2,000 feet of the sewer segment, Contractor shall provide a temporary piezometer or monitoring well 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 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 downstream. 3. Plug incoming pipes in upstream manhole. 4. Fill sewer pipe with water to a point 2-1/2 feet above highest point in sewer pipe or ground water table, whichever is highest. 5. 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. D. Infiltration test: Ground water elevation must be not less than 2.0 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. E. Low Air Pressure 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 02533-1. 1. For 4-inch: a. Determine ground water level. b. 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 02533-1 at the end of this Section. 01275506 ACCEPTANCE TESTING FOR SEWERS 02533 - 3 11/06 C. To determine air loss, measure the time interval for pressure to drop to 2.5 psig. The time must exceed that listed in Table 02533-1 at the end of this Section for pipe type, diameter and length. F. Retest: Any section of pipe which fails to meet requirements shall be repaired and retested. 3.3 TEST CRITERIA TABLES TABLE 02533-1 MINIMUM TESTING TIMES FOR LOW PRESSURE AIR TEST (PLASTIC PIPE) LENGTH FOR TIME FOR PIPE DIAMETER MINIMUM TIME MINIMUM TIME LONGER LENGTH (INCHES) (MIN. -SEC) FEET SECONDS 4 (and below) 3:46 597 .380 (L) 6 5:40 398 .854 (L) 3.4 LEAKAGE TESTING FOR MANHOLES A. Perform vacuum test as specified by Cherne Industries, Inc. in accordance with ASTM C 1244. B. After completion of manhole construction, wall sealing, or rehabilitation, but prior to backfilling, test manholes for water tightness using vacuum testing procedures. 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. 2. Evacuate manhole with vacuum pump to 10 inches mercury (Hg), disconnect pump, and monitor vacuum for the time period specified in Table 02533 — 2 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. 01275506 ACCEPTANCE TESTING FOR SEWERS 02533 - 4 11 /06 TABLE 02533 — 2 MINIMUM TEST TIMES FOR VARIOUS MANHOLE DIAMETERS Depth, Feet Diameter, Inches 48 Time, Seconds 8 20 10 25 12 30 14 35 16 40 18 45 20 50 22 55 24 59 26 64 28 69 30 74 The values listed above are taken from ASTM Specification C1244-93 "Standard Test Method for Con- crete Manholes by the Negative Air Pressure (Vacuum) Test." END OF SECTION 02533 01275506 ACCEPTANCE TESTING FOR SEWERS 02533-5 11/06 SECTION 02540 SANITARY SEWER PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Pipe and fittings, including cleanouts. 1.3 DEFINITIONS A. FRP: Fiberglass -reinforced plastic. B. HDPE: High -density -polyethylene plastic. C. PE: Polyethylene plastic. D. PVC: Polyvinyl chloride plastic. 1.4 SUBMITTALS A. Product Data: For the following: 1. Pipe and fittings, including cleanouts. B. Shop Drawings: Include manhole openings, covers and pipe connections. 1.5 QUALITY ASSURANCE A. Product Options: Drawings indicate size, profiles, and dimensional requirements of septic tank system and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements." PART 2 - PRODUCTS 2.1 DISTRIBUTION PIPES'AND FITTIINGS A. Refer to Part 3 'Piping Applications" Article for identification of systems where piping materials specified below are used. B. Sewer Pipe and Fittings: PVC, complying with ASTM D 3034, SDR 35 and F-679. Pipe shall be jointed with an integrated bell, bell and spigot type rubber gasketed joint. 1. Gaskets: ASTM F 477. 2. Components shall conform to ASTM D 1784. 3. Must meet dimensional, chemical and physical requirement outlined in ASTM D 3034 and F 679. 4. Shall be installed per ASTM D 2321. 01275506 SANITARY SEWER 02540 - 1 11 /06 5. Each joint shall be marked with the following. a. Manufactures Name. b. Nominal Pipe size. C. PVC Cell Classification. d. SDR. e. ASTM D 3034 or F 679. 2.2 NONPRESSURE-TYPE PIPE COUPLINGS A. Description: Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, for joining underground nonpressure piping. Include ends of same sizes as piping to be joined and corrosion -resistant -metal tension band and tightening mechanism on each end. 1. Sleeve Materials: a. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. b. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. 2.3 CLEANOUTS A. Cast -Iron Cleanouts: ASME Al 12.36.2M; with round, flanged, cast-iron housing and secured, scoriated, heavy-duty loading class, cast-iron cover, cast-iron ferrule, and countersunk brass cleanout plug. (Traffic Areas) B. PVC Cleanouts: PVC pipe fitting for solvent -cement or elastomeric gasket joint with PE or PVC threaded cleanout plug. (Non -traffic Areas) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions for compliance with requirements and other conditions affecting installation of lines. B. Verify compatibility with and suitability of soil structure and materials. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 EARTHWORK A. Excavating, trenching, and backfilling for piping are specified in Division 2 Section 02317 - "Excavation and Backfill for Utilities". 1. Stockpile topsoil for reuse in finish grading without intermixing with other excavated material. Stockpile materials away from edge of excavation and do not store within drip line of remaining trees. 2. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3.3 PIPING INSTALLATION A. Install distribution piping according to the following: 1. PVC Sewer Pipe and Fittings: ASTM D 2321. 01275506 SANITARY SEWER 02540 - 2 11 /06 3.4 PIPE JOINT CONSTRUCTION A. Join distribution piping according to or with the following: I. Install distribution pipe and fittings to connect septic tank distribution box, and headers for absorption fields with closed joints. 2. PVC Sewer Pipe and Fittings: ASTM D 3212 and ASTM D 3034 for gasketed joints. B. Join dissimilar pipe materials according to ASTM D 5926, with couplings and gaskets compatible with pipe materials being joined. 3.5 CLEANOUT APPLICATIONS A. Use cleanouts according to the following: 1. At Each Change in Direction of Distribution Piping: Cast-iron cleanouts. 3.6 CLEANOUT INSTALLATION A. Cast -Iron Cleanouts: Install with PVC fitting riser from distribution piping to cast-iron cleanout housing at grade. Use NPS 4 (DN 100) PVC sewer pipe and fittings with solvent - cemented joints for risers. Attach riser to cleanout housing with rubber gasket or coupling. B. Cleanout Support: Set cleanouts in concrete blocks 48 x 48 x 12 inches for two-way cleanouts and 18 x 18 x 12 inches for one way cleanout deep, unless location is in concrete pavement. C. Set top of concrete work 1 inch (25 mm) above surrounding rough grade, or set flush with grade if installed in pavement. 3.7 IDENTIFICATION A. Identification materials and their installation are specified in Division 2 Section 02317 — "Excavation and Backfill for Utilities". Arrange for installation of green warning tape directly over piping (including absorption -field piping), at outside edges of underground structures, and at outside edges of absorption fields. B. Use detectable warning tape over piping. 3.8 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occupied. Inspect after installing approximately 24 inches of backfill material. 1. Submit separate report for each system installation. 2. Defects requiring correction include the following: a. Alignment: Less than full diameter of inside of pipe is visible between structures. b. Deflection: Flexible piping with deflection that prevents passage of ball or cylinder of size not less than 92.5 percent of piping diameter. C. Crushed, broken, cracked, or otherwise damaged piping. d. Infiltration: Water leakage into piping. e. Exfiltration: Water leakage from or around piping. 3. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. 4. Reinspect and repeat procedure until results are satisfactory. 01275506 SANITARY SEWER 02540 - 3 11/06 3.9 B. Test new piping in accordance with Division 2 Section 02533 — "Acceptance Testing for Sewers". l . Do not enclose, cover, or put into service before inspection and approval. 2. Test completed piping systems according to requirements of authorities having jurisdiction. 3. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours advance notice. 4. Submit separate report for each test. C. Leaks and loss in test pressure constitute defects that must be repaired. D. Replace leaking pipe with new material, and repeat testing until leakage is within allowances specified. CLEANING A. Clear interior of piping and structures of dirt and other superfluous material as work progresses. B. Maintain swab or drag in piping, and pull past each joint as it is completed. Place plugs in ends of uncompleted pipe at end of workday or when work stops. END OF SECTION 02540 01275506 SANITARY SEWER 02540 - 4 11 /06 SECTION 02577 PAVEMENT MARKINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. This section covers the painting stripes and installation of traffic buttons on the surface of parking areas applied in accordance with this specification and at the locations shown on the plans. 1.3 RELATED SECTIONS A. Division 2 Section 02741 — "Hot -Mix Asphalt Paving". PART 2 - PRODUCTS 2.1 PAINT A. Paints for parking areas shall conform to Fed. Spec. TT-P-1952, color shall be as shown on the plans. B. Paint shall be in sealed containers that plainly show the designated name, formula or specification number, batch number, color, date of manufacture, manufacturer's name, formulation number and directions, all of which shall be plainly legible at time of use. The paint shall be homogenous, easily stirred to smooth consistency, and shall show no hard settlement or other objectionable characteristics during a storage period of six months. 2.2 TESTING A. Materials will be approved for use based on either of the following data furnished by the Contractor: 1. A test report showing that the proposed batch meets all specified requirements. 2. A test report showing that a previous batch manufactured using the same formulation as that used in manufacturing the proposed batch met all specified requirements, and a report showing rest results on the proposed batch for the following properties required in the material specifications: weight per gallon, viscosity, fineness of grind, drying time and gradation. 01275506 PAVEMENT MARKINGS 02577 - 1 11/06 2.3 EQUIPMENT A. General All equipment for the work shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. B. Paint Applicators The equipment for applying paint to pavements shall be self-propelled or mobile -drawn pneumatic spraying machine with suitable arrangements of atomizing nozzles and controls to obtain the specified results. The machine shall be capable of applying the stripe widths indicated, at the paint coverage rate specified in paragraph 3.1, and of even uniform thickness with clear-cut edges. The paint applicator shall have paint reservoirs or tanks of sufficient capacity and suitable gauges to apply paint in accordance with requirements specified. Tanks shall be equipped with suitable air -driven mechanical agitators. The spray mechanism shall be equipped with quick - action valves conveniently located, and include necessary pressure regulators and gauges in full view and reach of the operator. Paint strainers shall be installed in paint supply lines to insure freedom from residue and foreign matter that may cause malfunction of the spray guns. Pneumatic spray guns shall be provided for hand application of paint in areas where the mobile paint applicator cannot be used. C. Abrasive Blasting Equipment Abrasive blasting equipment shall include an air compressor, hoses and nozzles of proper size and capacity as required for cleaning surfaces to be painted. The compressor shall be capable of furnishing not less than 150 cfin of air at a pressure of not less than 90 psi at the nozzle for each nozzle used. PART 3 - EXECUTION 3.1 TRAFFIC PAINT A. Surface Preparation New pavement surfaces shall be allowed to cure for a period of not less than 5 days before application of marking materials. All surfaces to be marked shall be thoroughly cleaned before application of the paint. Dust, dirt, and other granular surface deposits shall be removed by sweeping, blowing with compressed air, rinsing with water, or a combination of these methods as required. Rubber deposits, surface laitance, existing paint markings and other coatings adhering to the pavement shall be completely removed with scrapers, wire brushes, abrasive blasting, approved chemicals or mechanical abrasion as directed. Where oil or grease are present on old pavements to be marked, affected areas shall be scrubbed with several applications of trisodium phosphate solution or other approved detergent or degreaser, and rinsed thoroughly after each application. After cleaning, oil -soaked areas shall be sealed with cut shellac to prevent bleeding through the new paint. If abrasive blasting method is utilized, then abrasive material shall be of non -silicon type. B. Layouts and Alignment 1. On those sections of pavements where no previously applied figures, markings or stripes are available to serve as a guide, suitable layouts and lines of proposed stripes shall be spotted in advance of the paint application. Control points shall be spaced at such intervals as will insure accurate location of all markings. 01275506 PAVEMENT MARKINGS 02577 - 2 11/06 2. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions and application of the paint. C. Rate of Application Paint shall be applied evenly to the pavement surface to be coated at a rate of 105 plus or minus five square feet per gallon. D. Paint Application Paint shall be applied to clean, dry surfaces and, unless otherwise approved, only when air and pavement temperatures are above 40°F. and less than 95°F. Paint temperature shall be maintained within these same limits. Paint shall be applied pneumatically with approved equipment at rate of coverage specified herein. The Contractor shall provide guidelines and templates as necessary to control paint application. Special precautions shall be taken in marking numbers, letters and symbols. All edges of markings shall be sharply outlined. The maximum drying time requirements of the paint specifications will be strictly enforced to prevent softening of the bitumen and pick-up, displacement or discoloration by tires of traffic. If there is a deficiency in drying of the markings, painting operations shall be discontinued until cause of the slow drying is determined and corrected. E. Weather Limitations The painting shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F, and when the weather is not excessively windy, dusty or foggy. 3.2 DEFECTIVE WORKMANSHIP OR MATERIAL When any material not conforming to the requirements of the specifications or plans has been delivered to the project or incorporated in the work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as directed and shall be corrected as directed by the Engineer. END OF SECTION 02577 01275506 PAVEMENT MARKINGS 02577 - 3 11/06 SECTION 02665 WATER WORKS PIPING, VALVES AND MISCELLANEOUS ITEMS 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. General Conditions B. Supplementary Conditions C. Division 2 Section 02317 — "Excavation and Backfill for Utilities". 1.3 MATERIAL SCHEDULE A. All water mains shall be AWWA C-900 PVC, Class 150 (DR18). B. Miscellaneous piping shall be furnished and installed as indicated on the drawings. 1.4 SUBMITTALS Submit all manufacturers' data for all pipes, valves and fitting including all pipe thickness class calculations. PART 2 - PRODUCTS 2.1 PVC PIPE All water main piping should be AWWA C900 PVC, Class 150 (DR18). All C900 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. A. An approved pipe is Diamond C-900, or approved equal. Pipe shall match IPS dimensions. B. Compounds shall conform to ASTM D-1784. C. Gasketed joints shall meet ASTM F-477. D. PVC Sewer Pipe 1. Refer to Specification Division 2 Section 02540 - "Sanitary Sewer". 01275506 WATER WORKS PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 1 11/06 2.2 PIPE FITTINGS 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. 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. B. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 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. C. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA C153. 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. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the specifications for coating and lining the pipe. 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. 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. D. PVC Fittings for Sewer Pipe Refer to Specification Division 2 Section 02540 - "Sanitary Sewer". PART 3 - EXECUTION 3.1 GENERAL 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, casing 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. 01275506 WATER WORKS PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 2 11/06 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. 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines shown on the plans or as established on the ground by the Engineer. 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 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. 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. 01275506 WATER WORKS PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 3 11/06 3.8 LAYING AND JOINTING PVC PIPE A. General - PVC pipe shall be handled and installed in strict accordance with the recommendations of the manufacturer. Special care shall be exercised in handling PVC pipe, in preparation of the trench for pipe laying, and in compacting the bedding under and around each side of the pipe. 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed and encased with concrete as shown on the drawings. 3.10 EXCAVATION AND TRENCHING A. The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be thirty-six (36) inches unless otherwise specifically shown on the drawings. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. Wherever necessary to prevent caving, the trench shall be adequately supported. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation 01275506 WATER WORKS PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 4 11/06 i around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, by spreading in a thin layer on Owner's property adjacent to the trench. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. B. Refer to Division 2 Section 02317 — "Excavation and Backfill for Utilities". 3.11 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From 1 foot above the top of the pipe to the existing ground, however, material containing stones up to 4-inches in their greatest dimension may be used. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to the centerline of the pipe with selected backfill material free from rocks or boulders greater than 2 inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 6-inches in thickness and compacted by tamping to a density of not less than 95% of maximum density at optimum moisture as determined by ASTM D698. The Contractor shall use special care in placing this portion of the backfill to insure placement under and around the pipe and to avoid injuring or moving the pipe. D. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. Jetting will not be allowed for any backfill purposes in any location. The material shall be placed in 6-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D698. E. Refer to Division 2 Section 02317 — "Excavation and Backfill for Utilities". 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 01275506 WATER WORKS PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 5 - 11/06 means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): PVC: Ductile Iron: ND,1 P SDV P L= L= 7,400 133,200 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested S = Length of pipe D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.13 DISINFECTION OF PIPE LINES 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. After disinfection has been completed and the pipe is filled with water, the Contractor shall sample the water in the pipe for bacteriological testing. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures are necessary to achieve an acceptable result. Acceptable results shall be the bacteriological requirements for potable water as defined by the TCEQ. END OF SECTION 02665 01275506 WATER WORKS PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 6 11 /06 SECTION 02700 SITE UTILITIES PART1-GENERAL 1.1 SUMMARY A. Related Documents: 1. The general provisions of the Contract, including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. B. Section Includes: 1. General utilities. 2. Other site utilities. 1.2 UTILITY LOCATION A. Before any work commences, Contractor shall notify Dig Tess for locating all utilities within the project area. B. Contractor shall coordinate location of existing utilities such as irrigation systems with Owner's personnel. Care shall be taken to salvage all components of the system to be removed unless otherwise directed by Owner. 1.3 PROJECT CONDITIONS A. Perform site survey, research owner's utility records, and verify existing utility locations. Contact utility -locating service for area where Project is located as required. B. Locate existing structures and piping to be closed and abandoned. 1.4 SEQUENCING AND SCHEDULING A. Coordinate utility down time with Owner and City of Lubbock. B. Coordinate with other utility work. C. Provide utility entity at least 72 hours advance notification. PART 2 - PRODUCTS 2.1 REPLACING DAMAGED PRODUCTS A. If damage is done to Owner's utility service, Contractor shall coordinate replacement of damaged parts with Owner at no cost to the Owner. Repair shall occur in a timely manner to prevent excessive down -time for Owner. 01275506 SITE UTILITIES 02700 - 1 11 /06 PART 3 - EXECUTION Not Used END OF SECTION 02700 01275506 SITE UTILITIES 02700 - 2 11/06 SECTION 02720 AGGREGATE BASE COURSE PART 1 - GENERAL 1.1 SCOPE A. This section covers excavating, crushing, hauling, and spreading base material and wetting, compacting and shaping it to form a flexible base course for paving, to the lines, grades and typical cross sections shown on the plans, and as specified herein. The Contractor shall furnish all materials, equipment, tools, labor and superintendence, and incidentals necessary to complete the work. The base material shall be caliche base course, crushed aggregate base course or gravel aggregate base course as specified below. 1.2 RELATED SECTIONS A. Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. B. Section 02741 — Hot -Mix Asphalt Paving. C. Section 02751 — Reinforced Concrete for Site Work. 1.3 BASE MATERIAL A. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with or without stone, conglomerate, gravel, sand or other granular materials. Materials for use in constructing the base course shall be furnished by the Contractor from a source approved by the Owner. The Contractor shall be responsible for locating the source of caliche, securing approval of the source, and for making arrangements with the owner of the property, on which the pit is located, for use of the material. The pits shall be stripped of all unacceptable material and the stripping shall be disposed of in a manner agreeable to the owner of the property on which the pit is located. The pits shall be opened so as to immediately expose the vertical faces of all of the various strata of acceptable material. Unless otherwise directed, the material shall be secured in successive vertical cuts extending through all of the exposed strata. Any incidental costs, including securing, stripping, or crushing the base material, shall be paid for by the Contractor and shall be included in the bid price. 1.4 MATERIAL TESTS A. Contractor will provide all preconstruction testing of material to verify it meets the requirements of 2. LA and 2.1.13 on the next page. PART2-PRODUCTS 2.1 CALICHE MATERIAL All acceptable material shall be screened and the oversized material crushed and returned to the screened material in such a manner that a uniform material is produced. The processed base material shall conform to the following test requirements: 01275506 AGGREGATE BASE COURSE 02720 - 1 11/06 A. Sieve Analysis Retained on 1-3/4 inch Sieve ...................................... 5 to 10% Retained on 7/8 inch Sieve ......................................... 10 to 35% Retained on 1/2 inch Sieve ......................................... 30 to 50% Retained on No. 4 Sieve ............................................. 45 to 65% Retained on No. 40 Sieve ........................................... 70 to 85% B. Soil Binder The material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: The liquid limit shall not exceed ............................... 45 The plasticity index .................................................... Minimum 3, Maximum 15 The linear shrinkage shall not exceed ......................... 10 Maximum Wet Ball Mill.............................................................. 55 Maximum increase on passing No. 40........................ 25% PART 3 - EXECUTION 3.1 ACCEPTANCE OF SUBGR.ADE A. Prior to placing any base material, the Contractor shall verify that the subgrade has been shaped and compacted to the cross sections and grades in accordance with the plans. The Contractor shall notify the Owner of any deficiencies. By placing base on the subgrade the Contractor accepts the condition of the subgrade as conforming with plans and specifications. 3.2 MATCHING EXISTING PAVEMENT A. In locations where new pavement abuts existing pavement, the Contractor shall saw cut the existing pavement along a straight line approximately 12-inches from the existing edge of pavement. B. Contractor shall remove existing material to top of existing base within 6-inches of saw cut. Beyond 6-inches of the saw cut, existing material shall be removed by the contractor to top of proposed subgrade. C. A smooth transition shall be provided between typical section of new construction and edge of existing pavement. 3.3 HAULING AND PLACING A. Equipment: All equipment used shall be suitable for efficiently and properly accomplishing the work in this item. All equipment required for doing the work shall be in first class operating condition and on the project prior to the start of any work under this item. All equipment shall be subject to the approval of the Engineer. B. Flexible base shall be constructed in one course. The material shall be delivered in approved vehicles of uniform capacity, and it shall be the responsibility of the Contractor to supply the amount of material required to construct the base course to the thickness shown on the plans. Spreading and shaping shall be done in a manner which will thoroughly mix the material and prevent segregation. Sprinkling during this process will be required if necessary to prevent 01275506 AGGREGATE BASE COURSE 02720 - 2 11/06 segregation. When shaping is completed the material shall be uniformly well graded and of the proper thickness. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforeseen circumstances renders impractical the spreading of the material during the day in which it is deposited, the material shall be scarified, mixed and spread as directed by the Engineer. All areas and nests of segregated coarse of fine materials shall be corrected and removed or replaced with well graded material. If additional or corrective binder is required, it shall be furnished and applied in the amount directed by the Engineer. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, or other approved method. 3.4 FINISHING AND COMPACTING A. The processed base course shall be thoroughly compacted by rolling. The rolling shall progress from one side toward previously placed material by lapping uniformly each preceding rear -wheel track by one-half of the width of such track. Rolling shall continue until the material is thoroughly set, the interstices of the material reduced to a minimum and until creeping of the material ahead of the roller is no longer visible. Rolling shall continue until the base material has been compacted to not less than 95 percent density (f 2% optimum moisture), as determined by ASTM D698. Blading and rolling shall be done alternately, as required or directed, to obtain smooth, even and uniformly compacted base. B. The base shall not be rolled when the underlying course is soft or yielding or when the roller causes undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch when tested with a 16-foot straightedge, the irregular surface shall be loosened, refilled with the same material as that being used in constructing the course and rolled again as required. C. In areas inaccessible to the roller, the base course material shall be thoroughly tamped with mechanical tampers. D. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. E. Shape base to required elevations and cross section slope grades. F. Surface Test: After the course has been completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified reshaped, recompacted and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall meet requirements of paragraph 3.4 of this Section. G. Protection: Work on the base course shall not be accomplished during freezing temperatures or when the subgrade is wet. When the material is frozen or when the underlying course is frozen the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at his sole expense. H. Determine the thickness of the base course by depth tests or cores taken by the Owner and observed by the Owner's Representative at intervals so that each test represents no more than 300 square yards. Density tests shall be made at intervals of not more than 300 square yards. 01275506 AGGREGATE BASE COURSE 02720 - 3 11/06 3.5 IRREGULARITIES, DEPRESSIONS OR WEAK SPOTS A. All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as required, reshaping and recompacting by sprinkling and rolling. Immediately prior to placing of surfacing, the base shall be checked for grade and cross section, and any deviation in excess of three -eighths (3/8) inch from grade or true cross section shall be corrected. 'Blue tops" set to finished base elevations shall be set by the Contractor, in order to check the base for proper grade and elevation. 3.6 MAINTENANCE A. If the base course is opened to traffic before application of the surfacing, the base shall be satisfactorily maintained by wetting, blading and rolling until the wearing surface is placed thereon. The Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work necessary to correct the deficiency shall be performed at the sole expense of the Contractor. END OF SECTION 01275506 AGGREGATE BASE COURSE 02720 - 4 11/06 SECTION 02732 GLASS -FIBER REINFORCED POLYESTER (FRP) WET WELL PART 1 - GENERAL 1.1 GENERAL A. Fiberglass reinforced polyester wet wells shall be manufactured from commercial grade polyester resin or vinyl ester resin, with fiberglass reinforcements. The resin system shall be suitable for atmospheres containing hydrogen sulfide and dilute sulfuric acid as well as other gases associated with the wastewater collection systems. The wet well shall be a one-piece unit manufactured by L.F. Manufacturing, Inc., Giddings, Texas, 1-800-237-5791 or an approved equal. 1.2 SUMMARY A. The work covered by this section of the specifications includes that necessary for furnishing and installing glass -fiber reinforced polyester (FRP) wet well. The Contractor shall furnish all materials, equipment, tools, labor, superintendence and incidentals required for the complete construction of the work as shown on the drawings and as specified herein. All material used in construction of the wet well shall be new and of the size, type and class specified herein and as indicated on the Contract Drawings. B. In general the FRP wet well shall be a on -piece monolithically designed unit manufactured of glass -fiber reinforced, supplier certified, unsaturated commercial grade polyester resin containing chemically enhanced silica to improve corrosion resistance, strength and overall performance. The FRP wet well hall be manufactured in strict accordance with ASTM D3753-99 and will include a manufacturer's 20-year corrosion and structural warranty. 1.3 REFERENCES A. Pre -manufactured manholes, wet wells and other FRP components shall conform to the following standards: 1. ASTM D3753-99, Standard specification for glass fiber reinforced polyester manholes and wet wells; 2. ASTM C581, Practice for determining chemical resistance of chemical thermosetting resins used in glass fiber reinforced structures intended for liquid service; 3. ASTM C582, Plastic Laminate; 4. ASTM D695, Test methods for compressive properties of rigid plastics; 5. ASTM D2583, Test method for Indentation Hardness of Rigid Plastics by means of a Barcol Impressor. 6. ASTM D2584, Test method for ignition loss of cured reinforced resins 7. ASTM D790, Test method for flexural properties of unreinforced and reinforced plastics and electrical insulating materials 8. ASTM D3753-99, Std.; specification for Glass -Fiber -Reinforced Polyester Manholes and Wet wells. 9. AWWA C950, Glass -Fiber Reinforced Thermosetting Resin Pressure Pipe. 10. AASHTO H-20, Axial Loasding. American Association of State Highway Officials H-20. 01275506 GLASS -FIBER REINFORCED POLYESTER (FRP) WET WELL 02732 - 1 11 /06 f_ 1.4 SUBMITTALS A. Contractor shall submit for engineer review and approval all components of the material to be used in the wet well, including details of construction, reinforcing, joint occurrence, method of assembly and qualifications of personnel to perform field assemblies (if field assembly is required). B. The fiberglass reinforced polyester (FRP) manufacturer shall furnish and submit for approval complete fabrication drawings and calculations for all structures. All inserts, pipe sleeves and other accessories indicated on the Contract Drawings shall be illustrated and dimensioned on the fabrication drawings. C. Provide manufacturer's literature including recommended installation procedures, instructions, certificates of material conformance with all parts of the specifications, test reports demonstrating conformance with ASTM D-3753-99 and to the requirements of this specification. 1.5 QUALITY ASSURANCE A. The manufacturer shall examine the FRP wet well, prior to shipment, for dimensional correctness, hardness and workmanship. B. Controls on glass and resin content shall be maintained for all manufacturing procedures and for each portion of wet well fabrication. Records shall be maintained of the control checks. Proper glass content may be shown by glass usage checks or by glass and resin application rate checks, in accordance with the material composition test in ASTM D3753. C. All required ASTM 3753 testing shall be completed and records of all testing shall be kept by manufacturer. At the request of the Engineer these records shall be mailed for review within five (5) workings days of receiving the request. This material shall be included with literature and other documents specified for Submittal materials. 1.6 CERTIFICATION A. Manufacturer shall certify that material and workmanship comply with the provision of ASTM 3753. This certification shall consist of a statement by the manufacturer accompanied by a copy of the test results, that the wet well has been sampled, tested, and inspected in accordance with the provisions of ASTM 3753 and this specification, and meets all requirements. An authorized agent of the manufacturer shall sign each certification. All tests shall be performed as specified in ASTM 3753. Testing documents shall be no older than three (3) months earlier than Contractor Notice to Proceed. 1.7 HANDLING The FRP wet well shall be lifted with two slings on spreader bar in horizontal position or by use of a 4"X4" timber inserted crosswise inside the wet well to the underside of the collar with a rope or chain attached to lifting device. The wet well may also be equipped with lifting lugs. Use of chains or cables in contact with the manhole surface is prohibited. The FRP wet well may be stored upright or horizontally, however, the wet well vertical deflection shall not exceed 1% of the diameter when stored on its side. The wet well shall not be dropped or impacted. Additional handling and installation instructions shall be in accordance with the FRP manufacturer's instructions. 01275506 GLASS -FIBER REINFORCED POLYESTER (FRP) WET WELL 02732 - 2 11/06 PART2-PRODUCTS 2.1 MANUFACTURER A. The Fiber Reinforced Polyester (FRP) wet well shall be manufactured by LF Manufacturing or approved equivalent. B. The Fiberglass Reinforced Polyester wet well shall be a cylinder made of composite laminate. The laminate shall consist of thermo-setting chemical resistant polyester resin, fiberglass reinforcement, and additions as required. The wet well shall be manufactured in strict accordance with ASTM D-3753-99, and will include a manufacturer's 20-Year Corrosion & Structural Warranty. C. The manufacturer of the wet well shall be able to show experience in the manufacture of FRP wet well, in scope to that required for the project, for a continuous, uninterrupted period of at least five (5) years. References shall be provided upon request by Engineer. 2.2 MATERIALS A. Resin: Unsaturated commercial grade polyester resins shall be used and they must meet the requirements listed below. The same supplier shall supply all resin. Mixed lots or "odd lots" of resin from different vendors shall not be used and will be grounds for rejection. Manufacturer shall document the lot number of the resin used for this project and include same with submittal information. UV Inhibitors/stabilizers shall be added directly to resins system to prevent photo -degradation of laminate. Exterior gel -coating or painting shall not be permitted. B. Reinforcing materials: The reinforcing materials shall be commercial grade "E" type glass in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. The interior reinforcing surface layer shall have a thickness of between 0.25 mm to 0.50 min (10 to 20 mils). Reinforcement materials shall include chemically resistant surface mat compatible with raw sewerage and organic surfacing veil. C. Fillers and additives: Fillers, when used, shall be inert to the environment and manhole construction and not in any way effect the performance of the manhole for its intended purpose. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements governing standards. However, calcium carbonate shall not be permitted. The resulting reinforced plastic material must meet the requirement of this specification. D. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer/chemical environment shall be resin rich and shall have no exposed fibers. Cured laminate shall meet the following conditions: Property Test Method Requirement Glass Content (% by wt.) ASTM D 2584-68 9% - 20% Compressive Strength D 695-69 Minimum 12,000 psi Flexural Strength D 790-70 Minimum 12,000 psi Flexural E-Modulus ASTM D 790-70 Minimum 700,000 psi Surface Hardness ASTM D 2583-67 Minimum 90% of Resin's Normal Value 01275506 GLASS -FIBER REINFORCED POLYESTER (FRP) WET WELL 02732 - 3 11/06 2.3 GENERAL DESCRIPTION A. Dimensions: Dimensions of the wet well shall be taken from the drawings. B. Stubouts and Connections: 1. Inserta-Tee: Joints for sewer pipe line and drop connections sizes 4" - 12" shall be made by means of Inserta-Tee watertight compression connection. Installation shall be in strict accordance with manufacturer's written instructions utilizing installation equipment approved for use by the manufacturer of the Inserta-Tee fitting. Use of equipment which does not meet this requirement is expressly prohibited. 2. Pipe Stubouts: a. Install rubber gasketed PVC sewer pipe stubouts to manhole with resin and glass -fiber reinforced lay-up. Gaskets shall meet the same performance requirements of the sewer pipe to be installed unless otherwise directed by the Engineer. Resin and fiberglass shall be of the same type and grade as used in the fabrication of the fiberglass manhole. Attachment of PVC stubout to manhole wall shall be done using non -pigmented resins to allow for easy field inspection. b. Install resilient rubber pipe -to -manhole connectors (boots) which conform to the performance requirements of ASTM C-923. Resilient rubber pipe -to - manhole boots shall be attached using fiberglass lay-ups directly to manhole wall by manufacturer. C. Manholes for large diameter FRP pipe installations may have either factory installed FRP Pipe Stub -Outs identical to pipe used for the project, or a factory installed coupling to bottom of the manhole for T-base style installation. 2.4 FABRICATION A. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections. Hand -work finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5" in diameter, delamination and fiber show. B. Interior Surface: The interior surfaces shall be resin rich with no exposed fibers. Interior surface shall be smooth for improved corrosion resistance and reduced sludge build-up. The surface shall be free of crazing, delamination, blisters larger than 0.5" in diameter, and wrinkles of 0.125" or greater in depth. Surface pits shall be permitted up to 6' 2" if they are less than 0.75" in diameter and less than 0.0625" deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted up to 4' 2" if they are less than 0.5" in diameter and less than 0.0625" thick. C. Repairs: Any repair is required to meet all requirements of this specification. D. Load Rating: The complete wet well shall have a minimum dynamic load rating of 16,000 lbs. When tested in accordance with ASTM 3753. To establish this rating the complete wet well shall not leak, crack, or suffer other damage when load tested to 40,000 lbs. and shall not deflect vertically downward more than 0.25" at the point of load application when loaded to 24,000 lb. When installed and without the benefit of backfill around the wet well as support the complete wet well shall be 420 rated, no exceptions. E. Defects Not Permitted: 1. Exposed Fibers: Glass fibers not wet out with resin. 2. Resin Runs: Runs of resin and sand on the surface. 3. Dry Areas: Areas with glass not wet out with resin. 4. Delamination: Separation in the laminate. 01275506 GLASS -FIBER REINFORCED POLYESTER (FRP) WET WELL 02732 - 4 11/06- 5. Blisters: Light colored areas larger than '/2 inch in diameter. 6. Crazing: Cracks caused by sharp objects. 7. Pits or Voids: Air pockets. 8. Wrinkles: Smith irregularities in the surface. 9. Sharp Projection: Fiber or resin projections necessitating gloves for handling. F. Physical Requirements: 1. Load Rating: The complete wet well shall have a minimum dynamic -load rating of 16,000 ft-lbs when tested in accordance with Section 2.4.11. To establish this rating, the complete wet well shall not leak, crack, or suffer other damage when load tested to 40,000 ft-lbs and shall not deflect vertically downward more than '/ inch at the point of load application when loaded to 24,000 lbs. 2. Stiffness: The wet well cylinder shall have a minimum pipe -stiffness value shown in Table 1 when tested in accordance with Section 2A.H. TABLE #1 STIFFNESS REQUIREMENTS LENGTH — FT. F/AY-PSI _3 10 to 20 2.01 21 to 30 3.02 31 to 40 5.24 3. PHYSICAL PROPERTIES HOOP DIRECTION a. Tensile Strength (psi) 18,000 b. Tensile Modules (psi) 0.8 x 106 c. Flexuaral Strength 26,000 c. Flexuaral Modules (psi) (no ribs — 48", 60", 72") 1.4 x 106 (with ribs — 96", 144") 0.7 x 106 AXIAL DIRECTION 5,000 0.7 x 106 4,500 0.7 x 106 0.7 x 106 G. Test Methods: Tests shall be performed as specified in A.S.T.M.-D3753 latest edition. 2.5 REJECTION OF WET WELL A. The wet well will be subject to rejection on account of any of the following visual defects: 1. Fuzz: Glass fibers loosely adhering to wet well, which are not wet out with resin. 2. Protruding Fibers: Glass fibers sticking out from pipe surface that is not wet out with resin. 3. Resin Runs: Runs of resin and sand on surface of wet well. 4. Dry Areas: Areas in laminate with glass to wet out with resin. 5. Delamination: Separation in the laminate. 6. Blisters: Light (straw) colored areas resulting from too hot a cure. 7. Craze: Crack usually star shaped; caused by sharp impact. 8. Surface Pits or Voids: Small air pockets on the surface or directly beneath the surface mat. 9. Wrinkles: Smooth irregularities on the surface. 10. Torn Edges, End Delamination and End Gauges: Tears and rips in the edge of cuts. 11. Ground Area: Areas around lay-up, which have been abraded and not covered by lay-up. 01275506 GLASS -FIBER REINFORCED POLYESTER (FRP) WET WELL 02732 - 5 11 /06 12. Hand Lay-up Ragged Edges: Areas at the edge of hand lay-up that are not rolled down properly and that are rough. 13. Painting or gel -coating of exterior or interior laminate. PART 3 - EXECUTION 3.1 GENERAL The wet well installation shall strictly follow the manufacturers recommended installation procedures. 3.2 INSTALLATION A. GENERAL: The limit of excavation shall be such to allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, etc. Drainage shall be kept clear. B. VERTICAL SIDES: When necessary to protect existing or proposed structures or other improvements, the Contractor shall maintain vertical sides of the excavation. The limit shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring, and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled in such a manner as to prevent injurious caving. C. SLOPING SIDES: Where sufficient space is available, the Contractor shall be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation shall be safe from caving. The type of material being excavated shall govern the back slope used, but in any case the back slope shall be no steeper than 1 foot horizontal to 1 foot vertical. D. DEWATERING: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well pointing, or any combination as the particular situation may warrant. All dewatering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a dewatered condition a sufficient period of time to insure the safety of the structure. All dewatering methods and procedures are subject to the approval of the Engineer. The excavation shall be protected from excessive rainfall, drainage and drying. The excavation shall be inspected and approved by the Engineer before work on the structure is started. It is the intent of these specifications that the Contractor provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the Owner, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The contractor shall pile excavated material in a manner that will not endanger the work. E. UNAUTHORIZED OVER EXCAVATION: Excavation for slabs, footings, etc., that bear on earth shall not be carried below the elevation shown on the drawings. In the event the excavation is carried on below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete having a minimum compressive strength of at least 3,000 psi at 28 days. 01275506 GLASS -FIBER REINFORCED POLYESTER (FRP) WET WELL 02732 - 6 11 /06 F. HANDLING: Do not drop or impact the wet well. Wet wells shall be chocked if stored horizontally. If wet wells must be moved by rolling, the ground transversed shall be smooth and free of rocks, debris, etc. FRP wet wells may be lifted by the installation of two lifting lugs as specified by the manufacturer on the outside surface near the top or by a sling or "choker" connection around the center. Use of chains or cables in contact with the wet well surface is prohibited. Wet wells may be lifted horizontally using one support point. G. CUTOUTS: Cutouts in wet well wall should be made with proper cutting tools, such as jig saw or hole saw. Do not use axe or other impact -type tools. H. INSTALLATION OF SEWER PIPE: 1. TYPE 1: Make the cutout in the wet well wall, the outside diameter of pipe, plus 1/2 inch maximum. Slip pipe into position. Apply industrial grade silicone around the pipe next to the wet well wall cutout on the inside and on the outside. Cover the outside siliconed area with epoxy grout and backfill. 2. TYPE 2: Make the cutout in the wet well wall, the outside diameter of pipe, plus 1/2 inch maximum. Grind the outside surface of the pipe and both the inside and the outside surfaces of the cutout in the wet well wall. ( Apply a priming agent to any PVC pipe that might be used before fiberglass lay-up.) Insert the pipe through the cutout in the wall of the wet well. Apply fiberglass putty to the inside and the outside of the wet well wall cutout, filling openings between pipe and cutout. Make a good radius for the fiberglass lay-up. After putty has set-up, fiberglass the pipe into place. Use one layer of woven roving sandwiched between two layers of fiberglass mat. Allow fiberglass to completely set-up before backfilling. Fiberglass layup method to comply with A.S.T.M.-D3299 specifications. 3. TYPE 3: Install Insert -A -Tee type fitting per manufacturers' instruction. (Fowler Mfg. Co., P.O. Box 767, Hillsboro, Or. 97123. PH. 503-359-5417) or approved equal. I. CLOSED BOTTOM WETWELL INSTALLATION: Bottom of excavation should be compacted to 95% Standard Proctor Density. Wetwells with diameters up to 54 inches and depths no greater than 12 feet, may be placed on a base of 6 inches of crushed stone. Wetwells with depths greater than 12' feet, should have a poured reinforced concrete base at least one foot deep and at least two feet larger than fiberglass wetwell outside diameter. The fiberglass wetwell shall be lowered into the wet concrete and brought to plumb. Pour reinforced concrete over the anti -flotation flange. The concrete shall be a minimum of one foot deep and two feet from outside wall of the wetwell. More concrete may be required in high water table areas. In high water table areas you should consult an Engineer for backfill requirements. J. INTERNAL BOTTOM RIBS: Wetwells with internal bottom stiffening ribs will require that concrete be poured on the inside of the wetwell to a depth equal to that of the stiffening ribs. This is typically 4 — 6 inches. K. FIBERGLASS WETWELL TOP: The fiberglass top may have stubouts installed or may have a raised fiberglass collar around the hatch opening. The fiberglass top has been designed to withstand the weight of a concrete reinforced slab to be installed over it. L. BACKFILL: 1. BACKFILL MATERIAL: Unless shown otherwise on the drawings, sand or crushed stone shall be used for backfill around the wetwell for a distance of two feet from the outside surface and extending from the bottom of the excavation to the bottom of the top slab. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by the Engineer. Backfill material shall be free of vegetation or other 01275506 GLASS -FIBER REINFORCED POLYESTER (FRP) WET WELL 02732 - 7 11 /06 extraneous material. Excavated materials which are to be used for fill or backfill may be stockpiled on the site. Location of stockpiles shall be approved by the Engineer. Top soil should be stockpiled separately and used for finish grading around the structure. 2. SCHEDULE OF BACKFILLING: The Contractor may begin backfilling of wetwell as soon as the concrete has been allowed to cure and the forms removed. 3. BACKFILL LIFTS: Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to at least 95% Standard Proctor Density. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the structure. 4. TOP SLAB SUPPORT: When installing a fiberglass wetwell without a fiberglass top you should pour a reinforced concrete slab support a minimum of two feet outside of fiberglass wetwell wall and a minimum of six inches thick. The slab shall be specified and designed by project engineer. 5. MARKING AND IDENTIFICATION: Each wetwell shall be marked with the following information. a. Manufacturer's name or trademark b. . Manufacturing special number C. Total length and nominal diameter 3.3 QUALITY OF MATERIALS AND INSTALLATION The quality of all materials, the process of manufacture, and the finished sections shall be subject to review and approval by the Engineer, or other representative of the Owner. Such review shall be made at the place of manufacturer, or at site of delivery, and the sections shall be subject to rejection on account of failure to meet any of the specification requirements as specified herein. Sections rejected after delivery to the job site shall be marked for identification and shall be removed from the job at once. All sections which have been damaged after delivery will be rejected, and if already installed shall be acceptable if repaired or removed and replaced at the Contractor's expense. Removal or replacement shall be subject to Engineer review and approval. END SECTION 01275506 GLASS -FIBER REINFORCED POLYESTER (FRP) WET WELL 02732 - 8 11/06 SECTION 02741 HOT -MIX ASPHALT PAVING PART 1-GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Hot -mix asphalt paving. 2. Hot -mix asphalt patching. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Division 2 Section 02300 — "Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling". C. Division 2 Section 02720 — "Aggregate Base Course". D. Division 2 Section 02764 — "Pavement Joint Sealants". 1.3 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. 1.4 REFERENCES A. AASHTO T 102 Spot Test of Asphaltic Materials B. AASHTO T 245 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus C. AASHTO M 248 Standard Specification for Ready -Mixed White and Yellow Traffic Paints D. Al MS-2 (1994) Mix Design Methods for Asphalt Concrete and Other Hot - Mix Types E. AIMS-22 Construction of Hot Mix Asphalt Pavements F. ASTM C 29/C 29M (1991; Rev. A) Unit Weight and Voids in Aggregate G. ASTM C 88 (1990) Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate H. ASTM C 117 (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing -- L ASTM C 127 (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate J. ASTM C 128 (1993) Specific Gravity and Absorption of Fine Aggregate K. ASTM C 131 (1996) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine a_3 L. ASTM C 136 (1996; Rev. A) Sieve Analysis of Fine and Coarse Aggregates M. ASTM C 188 (1995) Density of Hydraulic Cement N. ASTM D 70 (1982; R 1990) Specific Gravity of Semi -Solid Bituminous Materials O. ASTM D 75 (1987; R 1992) Sampling Aggregates P. ASTM D 242 (1995) Mineral Filler for Bituminous Paving Mixtures 01275506 HOT -MIX ASPHALT PAVING 02741 - 1 �° 11/06 Q. ASTM D 546 (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials R. ASTM D 692 (1994; Rev. A) Coarse Aggregate for Bituminous Paving Mixtures S. ASTM D 854 (1992) Specific Gravity of Soils T. ASTM D 946 (1982; R 1993) Penetration -Graded Asphalt Cement for Use in Pavement Construction U. ASTM D 979 (1996) Sampling Bituminous Paving Mixtures V. ASTM D 995 (1995; Rev. B) Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures W. ASTM D 1073 (1994) Fine Aggregate for Bituminous Paving Mixtures X. ASTM D 1075 (1996) Effect of Water on Cohesion of Compacted Bituminous Mixtures Y. ASTM D 1188 (1996) Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens Z. ASTM D 1559 (1989) Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus AA. ASTM D 2027 Standard Specification for Cutback Asphalt (Medium -Curing Type) BB. ASTM D 2041 (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures CC. ASTM D 2172 (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures DD. ASTM D 2726 (1996; Rev. A) Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures EE. ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods FF. ASTM D 3381 (1992) Viscosity -Graded Asphalt Cement for Use in Pavement Construction GG. ASTM D3405 Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements HH. ASTM D3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens II. TEX-126-E Molding, Testing and Evaluating Bituminous Black Base Materials JJ. TEX-204-F Design of Bituminous Mixtures KK. TEX-224-F Determining Flakiness Index LL. TxDOT Item 292 Asphalt Treatment (Plant -Mixed) MM.TxDOT Item 300 Asphalt, Oils and Emulsions NN. TxDOT Item 301 Asphalt Antistripping Agents 00. TxDOT Item 340 Dense -Graded Hot -Mix Asphalt (Method) 1.5 SUBMITTALS A. Product Data 1. For each type of product indicated. Include technical data and tested physical and performance properties. B. Job -Mix Designs 1. Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained 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 01275506 HOT -MIX ASPHALT PAVING 02741 - 2 11/06 in writing by the Contractor and approved by the Engineer. Provide a new job -mix formula for each source change. 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 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 City of Lubbock, Texas Standard Specification for Hot Mix Asphalt Concrete Surface (HMAC) and TxDOT Item 340 "Hot Mix Asphaltic Concrete Pavement". C. 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. 01275506 HOT -MIX ASPHALT PAVING 02741 - 3 11/06 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 Surface Course: Minimum surface temperature of 60 deg F at time of placement. B. Pavement -Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F for oil -based materials, 50 deg F for water -based materials, and not exceeding 95 deg F. 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. PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate — Coarse aggregate shall conform to ASTM D692. a. The coarse aggregate shall be the material retained on a No. 10 sieve, and shall consist of clean, tough, durable fragments of crushed stone 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 50% crushed faces retained on an No. 4 sieve for Type "C" and Type "D" 14MAC 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. 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. 10 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. 01275506 HOT -MIX ASPHALT PAVING 02741 - 4 11/06 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 Retained on No. 30 Sieve 0-5 Percent by Retained on No. 80 Sieve 25 maximum Percent by Retained on No. 200 Sieve 45 maximum B. Asphalt 1. Asphalt shall be performance grade 64-28 S or L, AASHTO Performance Graded Binder Specification (MP 1) or AC 10 with latex. 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 0.5 percentage point for Type "C" and Type "D" HMAC. 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 0.25 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-2. E. Pavement -Marking Paint 1. Alkyd -resin type, lead and chromate free, ready mixed, complying with AASHTO M 248, Type N. 2. Color, dimension and spacing of markings to match those existing prior to removal. F. 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. Provide caliche base course as specified in Division 2 Section 02720 — "Aggregate Base Course". 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 standard specification for "Hot Mix Asphalt Concrete Pavement (HMAC). 01275506 HOT -MIX ASPHALT PAVING 02741 - 5 11 /06 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 of elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. C. Asphaltic mixtures shall be conditioned with either lime or liquid anti - stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOT Item 301 "Asphalt Antistripping Agents". d. Type "C" and Type "D" Hot Mix Asphaltic Concrete (HMAC) shall be used for asphalt -paved street reconstruction as shown on the plans. 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" Type "D" (Fine Graded (Coarse Graded Surface Course) Surface Course) Percent passing 5/8" 95-100 100 Percent retained on 3/8" 15-30 0-15 Percent retained on No 4 37-57 30-50 Percent retained on No 10 60-70 58-68 Percent retained on No. 40 75-90 74-89 Percent retained on No. 80 87-97 86-96 Percent retained on No. 200 94-99 94-99 Percent passing No. 200 1-6 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. f. 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 Type "C" Type "D" No. Blows (each end of specimen) 75 50 Minimum Stability (Lb.) 1,500 1,200 Flow (units of 0.01 inch) 8 min to 16 max 8 min to 16 max Percent Air Voids 2 min to 5 max 2 min to 5 max 01275506 HOT -MIX ASPHALT PAVING 02741 - 6 11 /06 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 .25 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each application, so that flow from the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Immediately after the application, remove the building paper and apply bituminous material to spots missed by the distributor. B. Curing 1. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours or longer, as may be necessary to attain penetration into the foundation course and evaporation of the volatiles from the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. 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 01275506 HOT -MIX ASPHALT PAVING 02741 - 7 11/06 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 SURFACE COURSE A. HMAC shall be placed with a minimum compacted thickness of 2.0 inches for Type "C" or Type "D" unless otherwise shown on the plans. B. Air temperature requirements as follows: 1. November 1 to April 1 a. HMAC shall not be placed when the air temperature is below 55 degrees F and falling. b. HMAC may be placed when the air temperature is above 50 degrees F and rising. 2. April 1 to November 1 a. HMAC shall not be placed when the air temperature is below 50 degrees F and falling. b. HMAC may be placed when the air temperature is above 45 degrees and rising. C. Air temperature shall be determined by the National Weather Service hourly report. C. If the temperature of any HMAC, measured while passing through the lay down machine, is 25 degrees F less than the mixing temperature, that material shall be rejected. No payment will be made for rejected material. D. 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. E. A level up course, '/z inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. F. 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. G. 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. H. 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. 01275506 HOT -MIX ASPHALT PAVING 02741 - 8 11/06 I. 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. J. 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. K. 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. L. 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 be 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. 3.5 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 3. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 4. Compact asphalt at joints to a density within 2 percent of specified course density. 3.6 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vibratory -plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness.. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course has been uniformly compacted to the following density: 1. Average Density: 93 percent of density according to bulk specific gravity and 93 % density according to the maximum theoretical specific gravity (Rice.) per ASTM D 2041 and TEX-227-F. D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix asphalt is still warm. 01275506 HOT -MIX ASPHALT PAVING 02741 - 9 11/06 E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.7 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall perform field tests and inspections and prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. C. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D 3549. 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. b. Field density of in -place compacted pavement may also be determined by nuclear method according to ASTM D 2950 and correlated with ASTM D 1188 or ASTM D 2726. F. Remove and replace or install additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. 01275506 HOT -MIX ASPHALT PAVING 02741 - 10 11/06 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. END OF SECTION 02741 01275506 HOT -MIX ASPHALT PAVING 02741 - 11 11/06 SECTION 02751 REINFORCED CONCRETE FOR SITE WORK PART 1 - GENERAL 1.1 SECTION INCLUDES A. This section includes the following: 1. Driveways. 2. Concrete Slabs. 3. Concrete Sidewalk. 4. Concrete curb and gutter. 5. Miscellaneous reinforced concrete. B. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement and driveway as part of the construction. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. 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. B. Division 2 Section 02300 — "Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling". C. Division 2 Section 02720 — "Aggregate Base Course". D. Division 2 Section 02764 — "Pavement Joint Sealants". 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 Division 1 Section 01300 — "Submittals". 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. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 1 11 /06 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. 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/l 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. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 2 11/06 2.2 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. 2.3 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, III or Type V or ASTM C 175 and ASTM C226, IA, IIA, or IIIA or Type VA for air entrained. C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows: 1. Maximum Aggregate Size: 1-1/2 inches nominal. 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. 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 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 3 11 /06 layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. 2. Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the magnesium sulfate soundness test (ASTM C-88). 3. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C-131 or ASTM C-535. 4. Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing shall result in a product in which the coarse aggregate shall have at least 95% by weight of particles with one or more fractured faces and 75% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. D. Water: ASTM C 94. 2.4 ADMIXTURES The use of any material added to the concrete mix shall be approved by the Owner's Representative. 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 I1I. C. Specific gravity - .91 D. Tensile Strength — 70,000 psi to 100,000 psi E. Length — 2" 2.6 COVER MATERIAL FOR CURING A. Curing materials shall conform to one of the following specifications: 1. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2 (all resin base). 2. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 4 11/06 3. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. 4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 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. Color as selected by Owner. 3. Surface should be non-skid. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. C. Bonding Agent 1. Polyvinyl acetate or acrylic base. D. Sand Cushion 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 ACI301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification 1. The following classes of concrete shall be used: Class A — Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes, headwalls, junction boxes, driveways, and retaining walls. Class B — Valley gutters and fillets, alley returns, and alley paving. Class C — Concrete street pavement. Class D — Utility encasements. Class E — Fast setting concrete pavement such as "Fast Track" Concrete Pavement or other special design. E. Mix Design 1. At least 20 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. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 5 11 /06 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. 3. 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 5 B 5.5 5.5 5 C 6.0 6.0 3 D 4.5 6.5 5 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. If cores are subsequently used to prove compressive strength where test cylinders indicate failures, the required compressive strength shall be increased by 10%. COMPRESSIVE FLEXURAL Class 3 Day 7 Day 28 Day A - 2,100 3,000 - B 2,500 3,000 - - C - 2,500 3,600 600 (28 day) D - - 2,500 - E 3,000 psi at 24 hours G. Properties 1. Air Entrainment: 5% +/- 1 '/2% ASTM C 260. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb/cu.yd. (where applicable). 2.9 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94. B. 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. C. 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. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 6 -' 11/06 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. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 7 11/06 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. Driveways and Pavements 1. 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. Refer to plans for joint dimensions. 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. 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. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 8 11/06 H. Screed pavement surfaces with a straightedge and strike oft. 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. 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. J. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected to fall below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. K. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 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. Light to Medium Broom Finish: For concrete sidewalks and miscellaneous slabs. 2. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways, provide a medium -to -coarse finish by dragging float -finished concrete surface 1/16 to I/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. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 9 11/06 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. 3.8 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 for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 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. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 10 11/06 C. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. 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). 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 11 11 /06 3.9 REPAIRS OF DEFECTIVE PAVEMENT SLABS A. General Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as specified hereinafter at no cost to the Owner. B. Broken Slabs Pavement slabs containing multiple cracks through more than 1/4 of the depth of the slab separating the slab into three or more parts and pavement slabs with one or more cracks through more than 1/4 of the depth of the pavement extending diagonally across more than 1/3 of the slab either transversely or longitudinally shall be entirely removed and replaced. Pavement slabs containing a single diagonal crack intersecting the transverse and longitudinal joints within 1/3 of the width and length of the slab from the corner shall be repaired by removing and replacing the smaller portion of the slab. Repairs of broken slabs shall be made in conformance with Paragraph 5. C. Grooving and Repairing Cracks in Pavement Slabs Random cracks penetrating more than 1/4 of the depth of the pavement shall be grooved, the crack filled with epoxy -resin and the groove filled with epoxy -resin grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to a width not less than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following closely the path of the crack and of widening the top of the crack to the required section without spalling or otherwise damaging the concrete. Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall be filled with epoxy -resin. When necessary, the depth of crack penetration shall be determined by inspection of cores not less than 4 inches in diameter drilled by the Contractor at his expense at locations directed. The core holes shall be refilled with portland-cement concrete bonded to the pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across one or more slabs and penetrates more than 1/4 the depth of pavement, core holes not less than 6 inches in diameter shall be drilled through the full depth of slab at both ends of the crack. In the operation to drill cores at the longitudinal -crack ends the core bits shall be so positioned that the core removed will include not more than 3 inches of the crack. Sandblasting and high-pressure air jets shall be used to remove any fines near the apparent ends of the crack to permit accurate determination of ends of the crack. All fines, dust, and other loose material on the wall of the cored holes shall be removed by scrubbing with a stiff -bristle brush, followed by washing and dewatering of the core hole. These core holes shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied and brushed into the vertical wall of the core hole. Placement of the epoxy -resin concrete shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy -resin concrete shall be placed in layers not over 6 inches thick. The time interval between placement of additional layers shall be such that temperature of the epoxy -resin concrete does not exceed 140' F at any time during hardening. 3.10 NONWORKING (UNCRACKED) CONTRACTION JOINTS A. When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar or grout and the crack shall be routed and sealed. When a transverse random crack approximately parallels the planned contraction joint and is within a distance of 25 percent of the slab length from a contraction joint, the crack shall be routed and sealed, and the joint shall be filled with 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 12 11/06 epoxy -resin grout or mortar. When a transverse random crack is more than 25 percent of a slab length from the nearest contraction joint, both the joint and the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly cleaned. Cleaning and sealing of cracks and joints shall be as specified in Division 2 Section 02764 — "PAVEMENT JOINT SEALANTS", of these specifications. 3.11 SPALLING ALONG JOINTS AND CRACKS A. Spalls shall be repaired by making a saw cut at least 1 inch outside the spalled area and to a minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to a depth of 2 inches or 1/6 the slab thickness, whichever is greater. The concrete between the saw cut and the joint or primary crack shall be removed to a minimum depth of 2 inches below the original concrete surface, and to such additional depth where necessary to expose a surface of sound, unweathered concrete that is uncontaminated by oils, grease, deicing salts or solutions, or other substances that would inhibit the performance of the epoxy -resin bonding material. Removal of the concrete volume between the saw cut and the joint or primary crack shall be accomplished using a hydraulic impact hammer, or other methods approved by the Owner's Representative. The Contractor shall exercise care in removing the required concrete such that no damage is inflicted on the adjoining concrete slab. Damage of adjoining concrete shall be repaired by the Contractor at his expense to the satisfaction of the Owner's Representative. The concrete void to be patched shall be thoroughly cleaned with compressed air, sandblasting, or other approved methods to remove all loose material. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied to the dry, cleaned surface of all sides of the cavity, except the joint or primary crack face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Placement of portland-cement concrete or epoxy -resin concrete or mortar shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy concrete shall then be placed in the cavity in layers not exceeding 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during hardening. Mechanical plate, screed, float vibrators, or hand tampers shall be used to consolidate the concrete or mortar. Excess mortar or concrete on the adjacent surfaces of the hardened concrete shall be removed before it hardens. After the finishing operations and while the epoxy -resin concrete or mortar is still tacky, a thin coating of portland cement shall be uniformly spread on the surface of the repaired area and lightly brushed into the surface. If the spalled area to be patched abuts a working joint or a working crack which penetrates the full depth of a slab, an insert or other bond -breaking medium shall be used to maintain working joints or cracks during the repair work. Surface embedment of a flexible polyethylene or other suitable type hose shall be used for forming a groove along the working crack to be filled with appropriate type of joint -sealing material. The hose shall be removed carefully before the concrete hardens sufficiently to form a high bond. The groove shall be thoroughly cleaned and filled with a sealer as specified in Division 2 Section 02764 — "PAVEMENT JOINT SEALANTS", of these specifications. 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 13 11/06 3.12 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS A. Defective pavement areas shall be removed and replaced as specified herein with pavements of the thickness and quality required by these specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing reinforcement at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the required location, and the concrete shall be removed to provide an essentially vertical face in the remaining portion of the slab. Prior to placement of the fresh concrete, the face of the slab shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately 1/16-inch, and shall be applied by scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed on the vertical faces of adjacent slabs at the juncture with the slab to be patched as a bond -breaking medium. Placement of the fresh portland-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal and transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The joints shall be sealed as specified in Division 2 Section 02764, "PAVEMENT JOINT SEALANTS", of these specifications. The replaced pavements will be paid for at the contract price but no payment will be made for the defective pavements removed nor for the cost of removing the defective pavements. 3.13 TOLERANCE IN SLAB THICKNESS A. The thickness of the slab shall be determined by average caliper measurement of cores tested in accordance with ASTM C174. The Owner's Representative may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across the forms or in the plastic concrete behind the concrete placing operation. B. Areas found deficient in thickness shall be removed and replaced with concrete of the thickness shown on the plans at the Contractor's expense. If cores are used to determine the concrete thickness, the core holes shall be filled with non -shrink grout by the Contractor at the Contractor's expense. END OF SECTION 02751 01275506 REINFORCED CONCRETE FOR SITE WORK 02751 - 14 11/06 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 Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Division 2 Section 02751 — "Reinforced Concrete for Site Work". C. Division 2 Section 02741 — "Hot -Mix Asphaltic Concrete 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. 01275506 PAVEMENT JOINT SEALANTS 02764 - 1 11/06 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. 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 01275506 PAVEMENT JOINT SEALANTS 02764 - 2 11/06 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 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. 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. 01275506 PAVEMENT JOINT SEALANTS 02764 - 3 11 /06 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. 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 01275506 PAVEMENT JOINT SEALANTS 02764 - 4 11 /06 0605-2 SECTION 02830 - CHAIN LINK FENCING AND GATES PART 1-GENERAL 1.0 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. B. Division 5 section "Miscellaneous Fabrication". 1.1 DESCRIPTION OF WORK: A. Extent of chain link fences and gates is indicated on Drawings. Fence shall be nominal 6'-0" high unless indicated otherwise. PLEASE REFER TO THE DRAWINGS AND SPECIFICATIONS FOR CHAINLINK FENCE AND GATE COMPONENT SIZES. PROVIDE THE MOST STRIGENT SIZE, SPACING, ETC. 1.2 QUALITY ASSURANCE: A. Provide chain link fences and gates as complete units controlled by a single source including necessary i erection accessories, fittings, and fastenings. i 1.3 SUBMITTAL: A. Product Data: Submit manufacturer's technical data, and installation instructions for metal fencing, fabric, gates and accessories. PART 2-PRODUCTS 2.0 GENERAL: A. Dimensions indicated for pipe, roll -formed, and H-sections are outside dimensions, exclusive of coatings. Fence shall be based on design requirements of gaud rails as decided in the UBC 91 Building Code. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but are not limited to, the following: 1. Galvanized Steel Fencing and Fabric: a. Allied Tube and Conduit Corp. b. American Fence Corp. c. Anchor Fence, Inc. 2.1 STEEL FABRIC: A. Steel Fabric: Comply with Chain Link Fence Manufacturers Institute (CLFMI) Product Manual. Furnish one-piece fabric widths for fencing up to 12 feet high. Wire Size includes zinc or aluminum coating. CHAIN LINK FENCING AND GATES 02830 - 1 0605-2 1. Size: 1-3/4-inch mesh, 11 -gauge (0.120-inch diameter) wire. 2. Galvanized Steel Finish: ASTM A 392, Class II, with not less than 2.0 oz. zinc per sq. ft. of uncoated wire surface on wire coated before weaving or not less than 2.0 oz. zinc per sq. ft. of uncoated wire surface on wire of fabric coated after weaving as determined from the average of two or more samples and not less than 1.8 oz. zinc per sq. ft. of uncoated wire surface for any individual sample. 2.2 FRAMING AND ACCESSORIES: A. Steel Framework, General: Galvanized steel, ASTM A 120 or A 123, with not less than 1.8 oz. zinc per sq. ft. of surface. 1. Fittings and Accessories: Galvanized, ASTM A 153, with zinc weights per Table I. B. End, Corner and Pull Posts: Minimum sizes and weights as follows: unless indicated otherwise on the Drawings. 1. Up to 6' fabric height, for foul line and outfield fence 3" Nom. diameter, 7.58 lbs. per lin. ft., 3.5" O.D. standard weight pipe 2. 12'-0" high fabric for the backstop, 4" Nom. diameter, 10.79 lbs. per 1 in. ft., 4.5" O.D. standard weight pipe. 3. All posts for practice field dugouts, 3" Nom. diameter 7.58 lbs per lin. ft., 3.5" O.D. standard weight pipe. C. Line Posts: Space 8' - 0"' o.c. maximum, unless otherwise indicated, of following minimum sizes and weights as follows unless indicated otherwise on the Drawings. 1. Up to 6' fabric height in foul line and outfield fence, 2" Nominal diameter steel pipe, 3.65 lbs. per lin. ft., 2.375 O.D. standard weight pipe. 2. Up to 8'-0" fabric height in practice field dugout, 3" Nominal diameter, 7.58 lbs. per lin. ft., 3.5" O.D. standard weight pipe. 3. Up to 12'-0" fabric height on backstop fence, 3 1/2 " Nominal diameter, 9.11 lbs. per lin. ft., 4.0 O.D. standard weight pipe. 4. For the outdoor batting cage, 4" Nominal diameter 10.79 lbs. per lin. ft., 4.5 O.D. standard weight pipe. D. Gate Posts: Furnish posts for supporting single gate leaf, or one leaf of a double gate installation, for nominal gate widths as follows unless indicated otherwise on the Drawings: Leaf Width Gate Post Up to 6' 31/2" Nom. diameter, 4" O.D. Standard weight pipe From 6' to lbs./lin. ft. 9.11 4" Nom. diameter, 10.79 02830 - 2 CHAIN LINK FENCING AND GATES 0605-2 13'-0" 4 1/2" O.D. Standard weight pipe E. Top Intermediate and Bottom Rails: Manufacturer's longest lengths, with expansion type couplings, approximately 6" long, for each joint. Provide means for attaching top rail securely to each gate corner, pull and end post. 1. 6'-0" high foul line and outfield fence, 1 1/2" Nom. diameter, 2.72 lbs. per line. ft., 1.9" O.D. standard weight pipe unless indicated otherwise on the Drawings. 2. 12'-0" backstop fence, 2" Nom. diameter, 3.65 lbs. per lin. ft., 2.375" O.D. standard weight pipe unless indicated otherwise on the Drawings. 3. 8'-0" dugout fence, 1 1/2" Nom. diameter, 2.72 lbs per lin. ft., 1.9" O.D. standard weight pipe unless indicated otherwise on the Drawings. F. Tension Wire: 7-gage, coated coil spring wire, metal and finish to match fabric unless indicated otherwise. 1. Locate at bottom and top of fabric. G. Wire Ties: 11 ga. galvanized steel unless indicated otherwise. H. Post Brace Assembly: Manufacturer's standard adjustable brace at end and gate posts and at both sides of corner and pull posts, with horizontal brace located at mid -height of fabric. Use same material 14` as top rail for brace, and truss to line posts with 0.375" diameter rod and adjustable tightener unless indicated otherwise. I. Post Tops: Provide weathertight closure cap with loop to receive tension wire or toprail; one cap for each post. J. Stretcher Bars: One-piece lengths equal to full height of fabric, with minimum cross-section of 3/16" x 3/4". Provide one stretcher bar for each gate and end post, and 2-for each corner and pull post, except where fabric is integrally woven into post unless indicated otherwise. K. Stretcher Bars Bands: Space not over 15" o.c., to secure stretcher bars to end, corner, pull, and gate posts unless indicated otherwise. 2.3 GATES: A. Fabrication: Fabricate perimeter frames of gates from metal and finish to match fence framework. Assemble gate frames by welding or with special fittings and rivets, for rigid connections, providing security against removal or breakage connections. Provide horizontal and vertical members to ensure proper gate operation and attachment of hardware and accessories. Space frame members maximum of 8' apart unless otherwise indicated. 1. Install diagonal cross -bracing consisting of 3/8" diameter adjustable length truss rods on gates to ensure frame rigidity without sag or twist. B. Swing Gates: Fabricate perimeter frames of minimum 1.90" OD pipe unless indicated otherwise on the CHAIN LINK FENCING AND GATES 02830 - 3 0605-2 Drawings. C. Gate Hardware: unless indicated otherwise, provide hardware and accessories for each gate, galvanized per ASTM A 153, and in accordance with the following: 1. Hinges: Size and material to suit gate size, non -lift-off type, offset to permit 180 deg. gate opening. Provide 1-1/2 pair of hinges for each leaf over 6' nominal height. 2. Latch: Forked type or plunger -bar type to permit operation from either side of gate, with padlock eye as integral part of latch. 3. Keeper: Provide a Keeper for vehicle gates, which automatically engages the gate leaf and holds it open until manually released. 4. Double Gates: Provide gate stops for double gates consisting of mushroom or flush plate with anchors. Set in concrete to engage center drop rod or plunger bar. Provide locking devices and padlock eyes as an integral part of latch, requiring one padlock for locking both gate leaves. PART 3 - EXECUTION 3.0 INSTALLATION: A. Do not begin installation and erection before adjacent conduction is completed, unless otherwise permitted. B. Top Rails: Run rail continuously through post caps, bending to radius for curved runs. Provide expansion couplings as recommended by fencing manufacturer. C. Brace Assemblies: Install braces so posts are plumb when diagonal rod is under proper tension. D. Bottom Tie Down: Contractor to install 1 inch eye bolts at center of post spacing to tie bottom of fabric tightly. E. Tension Wire: Install tension wires through post cap loops before stretching fabric and tie to each post cap with not less than 6 ga. galvanized wire. Fasten fabric to tension wire using 11 ga. galvanized steel hog rings spaced 24" o.c. F. Gates: Install gates plumb, level, and secure for full opening without interference. Install floor/deck-set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. Tack weld hinges to Gate Posts and treat welded areas with a cold- galvanizing coating as shown on the Drawings. G. Tie Wires: Use U-shaped wire, conforming to diameter of pipe to which attached, clasping pipe and fabric firmly with ends twisted at least 2 full turns. Bend ends of wire to minimize hazard to persons or clothing. H. Fasteners: Install nuts for tension bands and hardware bolts on side of fence opposite fabric side. Peen ends of bolts or score threads to prevent removal of nuts. 02830 - 4 CHAIN LINK FENCING AND GATES 0605-2 END OF SECTION 02830 CHAIN LINK FENCING AND GATES 02830 - 5 0605-2 SECTION 04200 - UNIT MASONRY PART 1-GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Requirements for this section also are as specified in SECTION 04230 - 'REINFORCED UNIT MASONRY'. 1.1 DESCRIPTION OF WORK: A. Extent of each type of masonry work is indicated on drawings and in schedule. B. Type of masonry work required include: 1. Concrete masonry units. 1.2 QUALITY ASSURANCE A. Single -Source Responsibility for Masonry Units: Obtain exposed masonry units of uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from one manufacturer for each different product required for each continuous surface or visually related surfaces. B. Single -Source Responsibility for Mortar Materials: Obtain mortar ingredients of uniform quality, including color for exposed masonry, from one manufacturer for each cementitious component and from one source and producer for each aggregate. C. Field -Constructed Mock -Ups: Prior to installation of unit masonry, erect sample wall panels to further verify selections made under sample submittals and to demonstrate aesthetic effects as well as qualities of materials and execution. Build mock-ups to comply with the following requirements, using materials indicated for final unit of Work: 1. Retain and maintain mock-ups during construction in undisturbed condition as standard for judging completed unit masonry construction. 1.3 DELIVERY, STORAGE, AND HANDLING A. Deliver masonry materials to project in undamaged condition. B. Store and handle masonry units off the ground, under cover, and in a dry location to prevent their deterioration or damage due to moisture, temperature changes, contaminants, corrosion, and other causes. UNIT MASONRY 04200 -1 0605-2 1. Limit moisture absorption of concrete masonry units during delivery and until time of installation to the maximum percentage specified for Type I units for the average annual relative humidity as reported by the U.S. Weather Bureau Station nearest project site. C. Store cementitious materials off the ground, under cover, and in dry location. D. Store aggregates where grading and other required characteristics can be maintained. E. Store masonry accessories including metal items to prevent corrosion and accumulation of dirt. 1.4 PROJECT CONDITIONS A. Protection of Masonry: During erection, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1. Extend cover a minimum of 24 inches down both sides and hold cover securely in place. B. Do not apply roof loads for at least 12. C. Do not apply concentrated loads for at least 3 days after building masonry walls or columns. D. Staining: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Remove immediately any grout, mortar, and soil that come in contact with such masonry. E. Protect base of walls from rain -splashed mud and mortar splatter by means of coverings spread on ground and over wall surface. F. Protect sills, ledges, and projections from mortar droppings. G. Cold -Weather Construction: Do not perform masonry work when the weather conditions indicate that temperatures below 40 degrees F. will be encountered within 48 hours of the work. 1. Do not lay masonry units that are wet or frozen. 2. Remove any ice or snow formed on masonry bed by carefully applying heat until top surface is dry to the touch. 3. Remove masonry damaged by freezing conditions. PART 2-PRODUCTS 2.1 CONCRETE MASONRY UNITS (CMU) A. General: Comply with referenced standards and other requirements indicated below applicable to each form of concrete masonry unit required. 1. Provide special shapes where indicated and as follows: a. For lintels, comers, jambs, sash, control joints, headers, bonding, and other special conditions. 04200 - 2 UNIT MASONRY 0605-2 b. All exposed external corners of interior walls shall have 1" radius. B. Concrete Block: Provide units complying with characteristics indicated below for grade, Type, face size, exposed face, and under each form of block indicated, for weight classification. 1. All concrete masonry units shall be ASTM C90, Grade N, light weight, with a minimum compressive strength of 1900 psi on the net area (Pm =1500 psi) at 28 days. 2. Size: Manufacturer's standard 2 cell units with nominal face dimensions of 16" long x 8" high (15-5/8" x 7-5/8" actual) x thickness indicated. 3. Type I, moisture -controlled units. a. Cure units by autoclave treatment at a minimum temperature of 350 deg F. (176 deg. C.) and a minimum pressure of 125 psi. 5. Special inspection of construction procedures shall be provided by the Contractor during construction. C. FACE TEXTURE and COLOR 1. Provide exterior exposed CMU with either a Rock Face (Split Face) texture or Ground Face Texture as (where) indicated on the Drawings or required by the Work. 2. CMU colors shall be selected from all available colors without consideration as to levels of cost. D. Provide all CMU exposed to the exterior with a W.R. Grace DRY -BLOCK Block Admixture Integral Water Repellent Admixture mixed throughout the concrete during the manufacture of the concrete units in compliance with the admixture manufacturer's recommendations and instructions. 2.2 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I, except Type III may be used for cold -weather construction. Provide tinted natural color or white cement as required to produce required mortar color as selected by Architect to blend with CMU color selected. B. Hydrated Lime: ASTM C 207, Type S. C. Aggregate for Mortar: ASTM C 144, except for joints less than 1/4 inch use aggregate graded with 100 percent passing the No. 16 sieve. D. Water: Clean and potable. E. Provide a W.R. Grace DRY -BLOCK Mortar Admixture thoroughly mixed into the mortar and/or grout in compliance with the admixtures manufacturer's recommendations and instructions. 2.3 JOINT REINFORCEMENT, TIES AND ANCHORING DEVICES: A. Material: Comply with requirements indicated below for basic materials and with requirements indicated under each form of joint reinforcement, tie and anchor for size and other characteristics: UNIT MASONRY 04200 - 3 0605-2 B. CMU wall horizontal wall reinforcement shall be equal to Hohmann & Barnard Truss Type # 140 Truss -Twin -Mesh. and shall be located 16 inches vertically unless shown otherwise. C. For anchorage to steel framework, provide Hohmann & Barnard's or equal standard weld -on #359-C with backplate anchors and #302W column web wire tie sized to extend within 1 inch of masonry tack at 16" inches vertically and/or horizontally unless shown otherwise. D. Wire Size: 0.1875" diameter. E. All metal shall be mill galvanized. 2.4 INSULATION A. Foam -in -place Insulation shall be installed in all unreinforced CMU cells where shown on the Drawings and shall be equal to Core-Fill-500 "foam" insulation as manufactured by Tailored Chemical Products, Inc. Refer to Structural Drawings for reinforced CMU cell locations. B. Insulation shall be provided in all CMU masonry walls separating an interior space from the exterior OR an interior space from an interior space. Insulation shall not be installed in CMU that surrounds a column when exposed to the exterior. 2.5 MASONRY CLEANERS A. Clean all new masonry wall exterior and interior surfaces. B. Where existing masonry walls are to remain in interior spaces masonry surfaces shall be thoroughly cleaned of all foreign matter. C. Job -Mixed Detergent Solution: Solution of trisodium phosphate (1/2-cup dry measure) and laundry detergent (1 /2-cup dry measure) dissolved in one gallon of water. D. Acidic Cleaner: Manufacturer's standard -strength, general-purpose cleaner designed for new masonry surfaces of type indicated; composed of blended organic and inorganic acids combined with special wetting systems and inhibitors; expressly approved for intended use by manufacturer of masonry units being cleaned. E. MAKE SURE EXPOSED EXTERIOR SURFACES OF TINTED CMU WILL NOT BE ADVERSELY AFFECTED BY THE MASONRY CLEANING PRODUCTS. PRIOR TO ANY MASONRY CLEANING COMPLETE A TEST ON EACH TYPE OF CMU TEXTURE AND COLOR USED IN THE WORK TO DETERMINE IF ANY ADVERSE IMPACT OR CHARGE WILL OCCUR. CONTINUE THE TESTS UNTIL A MASONRY CLEANING PRODUCT HAS BEEN SELECTED THAT WILL NOT ADVERSLEY IMPACT OR CHANGE THE CMU TEXTURE OR COLOR. 2.6 MORTAR AND GROUT MIXES A. General: Do not add admixtures including coloring pigments, air -entraining agents, accelerators, retarders, water repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. Do not use calcium chloride in mortar or grout. 04200 - 4 UNIT MASONRY 0605-2 B. Mixing: Combine and thoroughly mix cementitious, water and aggregates in a mechanical batch mixer; comply with referenced ASTM standards for mixing times and water content. C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specification for types of mortar required, unless otherwise indicated. 1. Limit cementitious materials in mortar to portland cement -lime. 2. Use Type M mortar for masonry below grade and in contact with earth, and where indicated. 3. Use Type S mortar for reinforced masonry and where indicated. 2.7 FLASHING A. CMU Flashing shall be equal to "Blok-Flash" as manufactured by Mortar Net. Install at the bottom of all exterior CMU walls (adjacent to finished grade) and on all CMU lintels. 2.8 MASONRY DAMPROOFING A. Acceptable product: "Hydrocide 700 Mastic" manufactured by Sonnebom or approved equal. PART 3 - EXECUTION 3.0 INSTALLATION, GENERAL A. Do not wet concrete masonry units. B. Cleaning Reinforcing: Before placing, remove loose rust, ice and other coatings from reinforcing. C. Thickness: Build composite walls and other masonry construction to the full thickness shown. Build single-wythe walls to the actual thickness of the masonry units, using units of nominal thickness indicated. D. Build chases and recesses as shown or required to accommodate items specified in this and other Sections of the Specifications. Provide not less than 8 inches of masonry between chase or recess and jamb of openings and between adjacent chases and recesses. E. Leave openings for equipment to be installed before completion of masonry. After installation of equipment, complete masonry to match construction immediately adjacent to the opening. F. Cut masonry units with motor -driven saws to provide clean, sharp, unchipped edges. Cut units as required to provide continuous pattern and to fit adjoining construction. Use full-size units without cutting where possible. 1. Use dry cutting saws to cut concrete masonry units. 3.1 CONSTRUCTION TOLERANCES A. Variation from Plumb: For vertical lines and surfaces of columns, walls and arises do not exceed 1/4" in 10% or 3/8" in a story height not to exceed 20', nor 1/2" in 40' or more. For external corners, expansion joints, control joints, and other conspicuous lines, do not exceed 1/4" in any story or 20' maximum, nor 1/2" in 40'or more. For vertical alignment of head joints do not exceed plus or minus 1/4" in 10", 1/2" maximum. UNIT MASONRY 04200 - 5 0605-2 B. Variations from Level: For bed joints and lines of exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines, do not exceed 1/4" in any bay or 20' maximum, nor 1/2" in 40' or more. For top surface of bearing walls do not exceed 1/8" between adjacent floor elements in 10' or 1/16" within width of a single unit. 3.2 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint widths and for accurate locating of openings, movement -type joints, returns, and offsets. Avoid the use of less - than -half-size units at comers, jambs, and where possible at other locations. B. Lay up walls to comply with specified construction tolerances, with courses accurately spaced and coordinated with other construction. C. Pattern Bond: Lay exposed masonry in a running bond pattern. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 2 inches. Bond and interlock each course of each wythe at corners. Do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: In each course, rack back 1/2-unit length for one-half running bond or 1/3-unit length for one-third running bond; do not tooth. Clean exposed surfaces of set masonry, wet clay masonry units lightly (if required), and remove loose masonry units and mortar prior to laying fresh masonry. E. Built-in Work: As construction progresses, build -in items specified under this and other Sections of the Specifications. Fill in solidly with masonry around built-in items. Fill space between hollow metal frames and masonry solidly with mortar, unless otherwise indicated. Fill cores in hollow concrete masonry units with grout 3 courses (24 inches) under bearing plates, beams, lintels, posts, and similar items, unless otherwise indicated. 3.3 MORTAR BEDDING AND JOINTING A. Lay hollow concrete masonry units with full mortar coverage on horizontal and vertical face shells. Bed webs in mortar in starting course on footings and in all courses of piers, columns and pilasters, and where adjacent to cells or cavities to be reinforced or filled with concrete or grout. For starting course on footings where cells are not grouted, spread out full mortar bed including areas under cells. B. Tool exposed joints slightly concave using a jointer larger than joint thickness, unless otherwise indicated. C. Remove masonry units disturbed after laying; clean and reset in fresh mortar. Do not pound corners or jambs to shift adjacent stretcher units which have been set in position. If adjustments are required, remove units, clean off mortar and reset in fresh mortar. 3.4 STRUCTURAL BONDING OF MULTIWYTHE MASONRY 04200 - 6 UNIT MASONRY 0605-2 A. Corners: Provide interlocking masonry unit bond in each course at corners, unless otherwise shown. 1. For horizontally reinforced masonry, provide continuity at corners with prefabricated "L" units, in addition to masonry bonding. B. Intersecting and Abutting Walls: Unless vertical expansion or control joints are shown at juncture, provide same type of bonding specified for structural bonding between wythes and space as follows: 1. Provide individual metal ties. 2. Provide continuity with horizontal joint reinforcement using prefabricated 'T' units. C. Intersecting Load -Bearing Walls: If Carried up separately, block or tooth vertical joint 8" maximum offsets and provide rigid steel anchors spaced not more than 4'-0" o.c. vertically or omit blocking and provide rigid steel anchors at no more than 2'-0" o.c. vertically. Form anchors of galvanized steel not less than 1-1/2" x 1/4" x 2'-0" long with ends turned up not less than 2" or with cross pins. If used with hollow masonry units, embed ends in mortar -filled cores. D. Nonbearing Interior Partitions: Build full height of story to underside of solid floor or roof structure above, unless shown otherwise. 3.5 HORIZONTAL JOINT REINFORCEMENT A. General: Provide continuous horizontal joint reinforcement as indicated. Install longitudinal side rods in mortar for their entire length with a minimum cover of 5/8 inch on exterior side of walls, 1/2 inch elsewhere. Lap reinforcing a minimum of 6 inches. B. Cut or interrupt joint reinforcement at control and expansion joints, unless otherwise indicated. C. Reinforce walls with continuous horizontal joint reinforcing unless specifically noted to be omitted. D. Reinforce the following walls with continuous horizontal joint reinforcement: 1. Single wythe walls. 2. Multi-wythe walls with one or more stack bond wythes. 3. Hollow concrete masonry walls. 4. Multi wythe masonry walls. E. Provide continuity at comers and wall intersections by use of prefabricated "L" and "T" sections. Cut and bend reinforcement units as directed by manufacturer for continuity at returns, offsets, column fireproofing, pipe enclosures, and other special conditions. 3.6 ANCHORING MASONRY WORK A. General: Provide anchor devices of type indicated. B. Anchor masonry to structural members where masonry abuts or faces structural members to comply with the following: 1. Provide an open space not less than 1 inch in width between masonry and structural member, UNIT MASONRY 04200 - 7 0605-2 unless otherwise indicated. Keep open space free of mortar or other rigid materials. 2. Anchor masonry to structural members with flexible anchors embedded in masonry joints and attached to structure. 3. Space anchors as indicated, but not more than 16 inches o.c. vertically and 16 inches o.c. horizontally. 3.7 CONTROL AND EXPANSION JOINTS A. General: Install control and expansion joints in unit masonry where indicated or at 20 feet on -center (maximum) whether shown or not shown. Build in related items as the masonry progresses. Do not form a continuous span through movement joints unless provisions are made to prevent in -plane restraint of wall or partition movement. B. Build flanges of metal expansion strips into masonry. Lap each joint 4 inches in direction of water flow. Seal joints below grade and at junctures with horizontal expansion joints, if any. C. Build flanges of factory -fabricated expansion joint units into masonry. D. Build in non-metallic joint fillers where indicated. E. Build in horizontal pressure -relieving joints where indicated; construct joints by either leaving an air space or inserting non-metallic compressible joint filler of width required to permit installation of sealant and backer rod. 3.8 LINTELS A. Install steel or CMU lintels where indicated or required by the Work whether shown on the Drawings or not. B. Provide masonry lintels where shown and wherever openings of more than 2'-0" for block size units are shown without structural steel or other supporting lintels. Provide precast or formed -in -place masonry lintels. Cure precast lintels before handling and installation. Temporarily support formed -in - place lintels. 1. For hollow concrete masonry unit walls, use specially formed bond beam units with reinforcement bars placed as indicated and filled with coarse grout. C. Provide minimum bearing of 8 inches at each jamb, unless otherwise indicated. 3.9 FLASHING A. Install continuous "Blok-Flash" flashing on top of and at the bottom of all exterior CMU walls (adjacent To finished grade), and at all CMU or steel lintels. 3.10 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or if units do not match adjoining units. Install new units to match adjoining units and in fresh mortar or grout, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge any voids or holes, except weep holes, and completely 04200 - 8 UNIT MASONRY 0605-2 fill with mortar. Point -up all joints including corners, openings, and adjacent construction to provide a neat, uniform appearance, prepared for application of sealants. C. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Conduct/Test cleaning products on samples of each CMU color and/or texture to determine that Each CMU color and/or texture will not be adversely impacted (changed) by the cleaning product application. 2. Test cleaning methods on sample wall panel; leave 1/2 panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or Chisels. 4. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 5. Wet wall surfaces with water prior to application of cleaners; remove cleaners promptly by rinsing thoroughly with clear water. 6. Clean brick by means of bucket and brush hand -cleaning method described in BIA "Technical Note No. 20 Revised" to clean brick masonry made from clay or shale, except use masonry cleaner indicated below: a. Detergent. b. Acidic cleaner: apply in compliance with directions of cleaner manufacturer. 7. Clean concrete unit masonry to comply with masonry manufacturer's directions and applicable NCMA' TEK" bulletins. D. Protection: Provide final protection and maintain conditions, in a manner acceptable to Installer, that ensure unit masonry is without damage and deterioration at time of Substantial Completion. END OF SECTION 04200 UNIT MASONRY 0 04200 - 9 0605-2 SECTION 04721 - CAST STONE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Cast stone wall caps. B. Related Sections include the following: 1. Division 4 Section "Unit Masonry" for mortar and grout materials and installing cast stone units in unit masonry. 2. Division 7 Section "Joint Sealants" for cast stone sealant work. 1.3 DEFINITIONS A. Cast Stone: Architectural precast concrete building units intended to simulate natural cut stone. 1.4 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for cast stone units. B. Shop Drawings: Show fabrication and installation details for cast stone units. Include dimensions; details of reinforcement and anchorages, if any; and indication of finished faces. 1. Include building elevations showing layout of units and locations of joints and anchors. C. Samples: For each color and texture of cast stone required, 10 inches (250 mm) square in size. D. Samples for Initial Selection: For colored mortar, showing the full range of colors available. E. Samples for Verification: For each mortar color required, showing the full range expected in the finished construction. Make samples using the same sand and mortar ingredients to be used on Project. Label samples to indicate type and amount of colorant used. F. Full -Size Samples: For each type of cast stone unit required. Make available for Architect's review at Project site before installing cast stone. 1. Approved Samples may be installed in the Work. G. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project CAST STONE 04721-1 1004-2 names and addresses, names and addresses of architects and owners, and other information specified. 1. Include copies of material test reports for completed projects, indicating compliance of cast stone with ASTM C 1364. H. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of cast stone with requirements indicated. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing cast stone units similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to manufacture required units. B. Source Limitations for Cast Stone: Obtain cast stone units through one source from a single manufacturer. C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color, from one manufacturer for each cementitious component and from one source or producer for each aggregate. 1.6 DELIVERY, STORAGE, AND HANDLING A. Pack, handle, and ship cast stone units in suitable packs or pallets. 1. Lift with wide -belt slings; do not use wire rope or ropes that might cause staining. Move cast stone units, if required, using dollies with wood supports. 2. Store cast stone units on wood skids or pallets with nonstaining, waterproof covers. Arrange to distribute weight evenly and to prevent damage to units. Ventilate under covers to prevent condensation. B. Store installation materials on elevated platforms, under cover, and in a dry location. C. Store mortar aggregates where grading and other required characteristics can be maintained and contamination avoided. 1.7 COORDINATION A. Coordinate production and delivery of cast stone with unit masonry work to minimize the need for on -site storage and to avoid delaying the Work. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Architectural Cast Stone Corp., Fort Worth, TX 2. Classic Cast Stone of Dallas, Inc., Garland, TX 3. Concrete Specialty Co., Lubbock, TX 04721-2 CAST STONE i . 0605-2 4. Continental Cast Stone Manufacturing, Inc., Shawnee, KS 5. Dallas Cast Stone Co., Inc., Dallas, TX 6. ProSoCo, Inc., Kansas City, KS 7. Stone Castle Industries, Houston, TX 8. Stone Legends Div., C.S.C.S., Inc., Dallas, TX 9. United Cast Stone, Denton, TX 2.2 CAST STONE MATERIALS A. General: Comply with ASTM C 1364 and the following: B. White Portland Cement: ASTM C150, Type 1, containing not more than 0.60 percent total alkali when tested according to ASTM C114. C. Coarse Aggregates: Granite, quartz, or limestone complying with ASTM C 33; gradation as needed to produce required textures. D. Fine Aggregates: Manufactured or natural sands complying with ASTM C 33, gradation as needed to produce required textures. E. Air -Entraining Admixture: ASTM C 260, certified by the manufacturer to be compatible with other admixtures used. 1. Add to mixes for units exposed to the exterior at manufacturer's prescribed rate to result in an air content of 5 to 7 percent. F. Reinforcement: Deformed steel bars complying with ASTM A 615/A 615M. 1. Epoxy Coating: ASTM A 775/A 775M. 2. Galvanized Coating: ASTM A 767/A 767M. G. Embedded Anchors and Other Inserts: Fabricated from steel complying with ASTM A 36/A 36M, and hot -dip galvanized to comply with ASTM A 123. 2.3 CAST STONE UNITS A. Provide cast stone units complying with ASTM C 1364. 1. Provide units that are resistant to freezing and thawing as determined by laboratory testing according to ASTM C 666, Procedure A, as modified by ASTM C 1364. B. Reinforce units as indicated and as required by ASTM C 1364. Use galvanized or epoxy - coated reinforcement when covered with less than 1-1/2 inches (38 mm) of material. C. Provide all required anchorage devices, whether shown on the Drawings or not, needed to secure cast stone to all substrates, adjacent construction and adjacent cast stone units. D. Fabricate units with sharp arris and details accurately reproduced with indicated texture on all exposed surfaces, unless otherwise indicated. 1. Slope exposed horizontal surfaces at least 1:12, unless otherwise indicated. ` 2. Provide drips on projecting elements, unless otherwise indicated. E. Cure and finish units as follows: CAST STONE 04721-3 1004-2 1. Cure units in totally enclosed curing room under dense fog and water spray at 95 percent relative humidity for 24 hours. 2. Yard cure units until the sum of the mean daily temperatures for each day equals or exceeds 350 deg F. 3. Acid etch units to remove cement film from surfaces indicated to be finished. F. Color and Texture: Provide units with fine-grained texture and color as selected by the Architect. 2.4 MORTAR MATERIALS A. Provide mortar materials that comply with Division 4 Section "Unit Masonry." B. Color shall be tinted in colors as selected by the Architect but which closely matches the cast stone color. 2.5 ACCESSORIES A. Anchors: Type and size indicated, fabricated from stainless steel complying with ASTM A 276 or ASTM A666, Type 304. B. Dowels: Round stainless steel bars complying with ASTM A 276, Type 304, '/z inch (12 mm) diameter. C. Job -Mixed Detergent Solution: Solution of 1/2 cup (125 mL) of dry -measure tetrasodium polyphosphate and 1/2 cup (125 mL) of dry -measure laundry detergent dissolved in 1 gal. (4 L) of water. Verify compatibility with surrounding/adjacent masonry work. D. Proprietary Acidic Cleaner: Manufacturer's standard -strength, general-purpose cleaner designed for removing mortar/grout stains, efflorescence, and other construction stains from new masonry surfaces without discoloring or damaging masonry surfaces; EXPRESSLY APPROVED FOR INTENDED USE BY CAST STONE MANUFACTURER AND EXPRESSLY APPROVED BY CLEANER MANUFACTURER FOR USE ON CAST STONE AND ADJACENT MASONRY MATERIALS. 1. Products: Subject to compliance with requirements, provide one of the following: a. 202 New Masonry Detergent; Diedrich Technologies, Inc. b. 202V Vana-Stop; Diedrich Technologies, Inc. C. Sure Klean No. 600 Detergent; ProSoCo, Inc. d. Sure Klean Vana Trol; ProSoCo, Inc. 2.6 MORTAR MIXES A. Comply with requirements in Division 4 Section "Unit Masonry" for mortar mixes. PART 3 - EXECUTION 3.1 EXAMINATION 04721-4 CAST STONE i 0605-2 A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of cast stone. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install cast stone units to comply with requirements in Division 4 Section "Unit Masonry" for installing stone units. B. Set cast stone as indicated on Drawings. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure units in place. Set units accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. C. Drench units with clear water just before setting. D. Set units in full bed of mortar with full head joints, unless otherwise indicated. Build anchors and ties into mortar joints as units are set. 1. Fill dowel holes and anchor slots with mortar. 2. Fill collar joint solid as units are set. 3. Build concealed flashing into mortar joints as units are set. 4. Leave head joints open in coping and tops of other units with exposed horizontal surfaces. Keep joints clear of mortar, and rake out to receive sealant as specified. E. Rake out joints for pointing with mortar to depths of not less than 3/4 inch (19 mm). Rake joints to uniform depths with square bottoms and clean sides. Scrub faces of units to remove excess mortar as joints are raked. F. Point mortar joints by placing and compacting mortar in layers not greater than 3/8 inch (10 mm). Compact each layer thoroughly and allow to become thumbprint hard before applying next layer. G. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness, unless otherwise indicated. H. Provide expansion, control, and pressure -relieving joints of widths and at locations indicated. 1. Sealing joints is specified in Division 7 Section "Joint Sealants." 2. Keep joints free of mortar and other rigid materials. 3.3 INSTALLATION TOLERANCES A. Variation from Plumb: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m) or 1/4 inch in 20 feet (6 mm in 6 m) or more. B. Variation from Level: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 3/8 inch (9 mm) maximum. C. Variation in Joint Width: Do not vary joint thickness more than 1/8 inch in 36 inches (3 mm in 900 mm) or one-fourth of nominal joint width, whichever is less. CAST STONE 04721-5 1004-2 D. Variation in Plane between Adjacent Surfaces (Lipping): Do not exceed 1/16-inch (1.5-mm) difference between planes of adjacent units or adjacent surfaces indicated to be flush with units. 3.4 ADJUSTING AND CLEANING A. Remove and replace stained and otherwise damaged units and units not matching approved Samples. Cast stone may be repaired if methods and results are approved by Owner and the Architect. Once repaired, the Owner and/or Architect retains the right to still reject the repaired unit and have it replaced. B. Replace units in a manner that results in cast stone matching approved Samples, complying with other requirements, and showing no evidence of replacement. C. In -Progress Cleaning: Clean cast stone as work progresses. Remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Protect adjacent surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 3. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing thoroughly with clear water. 4. Clean cast stone by bucket and brush hand -cleaning method described in BIA Technical Notes No. 20 Revised II, using job -mixed detergent solution. 5. Clean cast stone with proprietary acidic cleaner applied according to manufacturer's written instructions. END OF SECTION 04721 04721-6 CAST STONE 0605-2 SECTION 05501 - METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to work of this Section. 1.2 SUMMARY A. This section includes the following metal fabrications: 1. Rough hardware. 2. Loose bearing and leveling plates. 3. Loose steel lintels. 4. Miscellaneous framing and supports for the following: a. Applications where framing and supports are not specified in other sections. 5. Miscellaneous steel trim. 6. Shelf and relieving angles. 7. Metal Stair Nosings 1.3 DEFINITIONS A. Definitions in ASTM E 985 for railing -related terms apply to this Section. 1.4 SYSTEM PERFORMANCE REQUIREMENTS A. Structural Performance: Design, engineer, fabricate, and install the following metal fabrications to withstand the following structural loads without exceeding the allowable design working stress of the materials involved, including anchors and connections. Apply each load to produce the maximum stress in each respective component of each metal fabrication. 1.5 SUBMITTALS A. General: Submit shop drawings in accordance with Conditions of Contract and Division 1 Specification Sections that illustrate all metal fabrications to be incorporated into the work. B. Product data for products used in miscellaneous metal fabrications, including paint products and grout. 1.6 PROJECT CONDITIONS A. Field Measurements: Check actual locations of walls and other construction to which metal fabrications must fit, by accurate field measurements before fabrication; show recorded measurements on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delay of Work. METAL FABRICATIONS 05501 -1 0605-2 1.7 SEQUENCING AND SCHEDULING A. Sequence and coordinate installation of wall handrails as follows: 1. Mount handrails only on completed walls. Do not support handrails temporarily by any means not satisfying structural performance requirements. 2. Mount handrails only on assemblies reinforced to receive anchors, and where the location of concealed anchor plates has been clearly marked for benefit of Installer. PART 2-PRODUCTS 2.1 FERROUS METALS A. Metal Surfaces, General: For metal fabrications exposed to view upon completion of the Work, provide materials selected for their surface flatness, smoothness, and freedom from surface blemishes. Do not use materials whose exposed surfaces exhibit pitting, seam marks, roller marks, rolled trade names, roughness, and, for steel sheet, variations in flatness exceeding those permitted by reference standards for stretcher -leveled sheet. B. Steel Plates, Shapes, and Bars: ASTM A 36 C. Steel Tubing: Product type (manufacturing method) and as follows: 1. Cold -Formed Steel Tubing: ASTM A 500, grade as indicated below: a. Grade A, unless otherwise indicated or required for design loading. D. Uncoated Structural Steel Sheet: Product type (manufacturing method), quality, and grade, as follows: 1. Cold -Rolled Structural Steel Sheet: ASTM A 611, grade as follows: a. Grade A, unless otherwise indicated or required by design loading. 2. Hot -Rolled Structural Steel Sheet: ASTM A 570, grade as follows: a. Grade 30, unless otherwise indicated or required by design loading. E. Steel Pipe: ASTM A 53; finish, type, and weight class as follows: 1. Black finish, unless otherwise indicated. 2. Type F, standard weight (schedule 40), unless otherwise indicated, or another weight, type, and grade required by structural loads. F. Brackets, Flanges and Anchors: Cast or formed metal of the same type material and finish as supported rails, unless otherwise indicated. G. Concrete Inserts: Threaded or wedge type; galvanized ferrous castings, either malleable iron, ASTM A 47, or cast steel, ASTM A 27. Provide bolts, washers, and shims as required, hot -dip galvanized per ASTM A 153. 05501 -2 METAL FABRICATIONS 0605-2 i 2.2 FASTENERS A. General: Provide zinc -coated fasteners for exterior use or where built into exterior walls. Select fasteners for the type, grade, and class required. B. Bolts and Nuts: Regular hexagon head type, ASTM A 307, Grade A. .J C. Lag Bolts: Square head type, FS FF-B-561. y5 D. Machine Screws: Cadmium plated steel, FS FF-S-92. E. Wood Screws: Flat head carbon steel, FS FF-S-111. F. Plain Washers: Round, carbon steel, FS FF-W-92. G. Drilled -In Expansion Anchors: Expansion anchors complying with FS FF-S-325, Group VIII (anchors, ' expansion, [nondrilling]), Type I (internally threaded tubular expansion anchor); and machine bolts complying with FS FF-B-575, Grade 5. H. Toggle Bolts: Tumble -wing type, FS FF-B-588, type, class, and style as required. I. Lock Washers: Helical spring type carbon steel, FS FF-W-84. 2.3 PAINT A. Shop Primer for Ferrous Metal: Manufacturer's or fabricator's standard, fast -curing, lead-free, universal modified alkyd primer selected for good resistance to normal atmospheric corrosion, for compatibility with finish paint systems indicated, and for capability to provide a sound foundation for field -applied topcoats despite prolonged exposure complying with performance requirements of FS TT-P-645. B. Galvanizing Repair Paint: High zinc dust content paint for regalvanizing welds in galvanized steel, with dry film containing not less than 94 percent zinc dust by weight, and complying with DOD-P- 21035 or SSPC-Paint-20. C. Bituminous Paint: Cold -applied asphalt mastic complying with SSPC-Paint 12 except containing no asbestos fibers. D. Zinc Chromate Primer: FS TT-P-645. 2.4 FABRICATION, GENERAL A. Form metal fabrications from materials of size, thickness, and shapes indicated but not less than that needed to comply with performance requirements indicated. Work to dimensions indicated or accepted on shop drawings, using proven details of fabrication and support. Use type of materials --, indicated or specified for various components of each metal fabrication. i B. Form exposed work true to line and level with accurate angles and surfaces and straight sharp METAL FABRICATIONS 05501 - 3 0605-2 edges. C. Shear and punch metals cleanly and accurately. Remove burrs. D. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent - metal corners to smallest radius possible without causing grain separation or otherwise impairing work. E. Remove sharp or rough areas on exposed traffic surfaces. F. Weld comers and seams continuously to comply with AWS recommendations and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so that no roughness shows after finishing and contour of welded surface matches those adjacent. G. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat -head (countersunk) screws or bolts. Locate joints where least conspicuous. H. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to provide adequate support for intended use. I. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. J. Cut, reinforce, drill and tap miscellaneous metal work as indicated to receive finish hardware, screws, and similar items. K. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. 2.5 ROUGH HARDWARE A. Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels, and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing woodwork to concrete or other structures. Straight bolts and other stock rough hardware items are specified in Division 6 sections. B. Fabricate items to sizes, shapes, and dimensions required. Furnish malleable -iron washers for heads and nuts which bear on wood structural connections; elsewhere, furnish steel washers. 2.6 STEEL ANDIRON FINISHES A. Galvanizing: Hot -dip galvanize items as indicated to comply with application standard listed below: 05501 - 4 METAL FABRICATIONS 0605-2 1. ASTM A123, for galvanizing steel andiron products 2. ASTM A153/A153M, for galvanizing, steel andiron hardware. 2.7 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction, made flat, free from warps or twists, and of required thickness and bearing area. Drill plates to receive anchor bolts and for grouting as required. Galvanize after fabrication. 2.8 LOOSE STEEL LINTELS A. Fabricate loose structural steel lintels from steel angles and shapes of size indicated for openings and recesses in masonry walls and partitions at locations indicated. B. Weld adjoining members together to form a single unit where indicated. C. Size loose lintels for equal bearing of one inch per foot of clear span but not less than 8 inches bearing at each side of openings, unless otherwise indicated. D. Galvanize all steel lintels located in exterior walls. 2.9 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports for applications indicated or which are not a part of structural steel framework, as required to complete work. B. Fabricate units to sizes, shapes, and profiles indicated and required to receive adjacent other construction retained by framing and supports. Fabricate from structural steel shapes, plates, and steel bars of welded construction using mitered joints for field connection. Cut, drill, and tap units to receive hardware, hangers, and similar items. 2.10 MISCELLANEOUS STEEL TRIM A. Provide shapes and sizes indicated for profiles shown. Unless otherwise indicated, fabricate units from structural steel shapes, plates, and steel bars, with continuously welded joints and smooth exposed edges. Use concealed field splices wherever possible. Provide cutouts, fittings, and anchorages as required for coordination of assembly and installation with other work. B. Galvanize miscellaneous framing and supports in the following locations: 1. Exterior locations. 2. Interior locations where indicated. 2.11 SHELF AND RELIEVING ANGLES A. Fabricate shelf and relieving angles from steel angles of sizes indicated and for attachment to concrete framing. Provide slotted holes to receive 3/4 inch bolts, spaced not more than 6 inches from ends and not more than 24 inches o.c., unless otherwise indicated. B. Galvanize shelf angles to be installed on exterior concrete framing. METAL FABRICATIONS 05501 - 5 0605-2 2.12 FINISHES, GENERAL A. Comply with NAAMM "Metal Finishes Manual" for recommendations relative to application and designations of finishes. B. Finish metal fabrications after assembly. 2.13 METAL STAIR NOSINGS A. Metal Stair Nosings shall be equal to Type 10.1 Cross Hatch patterned cast aluminum with concealed as manufactured by Wooster Products, Inc. PART 3 - EXECUTION 3.1 PREPARATION A. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, including concrete inserts, sleeves, anchor bolts, and miscellaneous items having integral anchors that are to be embedded in concrete or masonry construction. Coordinate delivery of such items to project site. B. Center nosings on tread widths with noses flush with riser faces and tread surfaces. C. Set sleeves in concrete with tops flush with finish surface elevations; protect sleeves from water and concrete entry. 3.2 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in -place construction; include threaded fasteners for concrete and masonry inserts, toggle bolts, through -bolts, lag bolts, wood screws, and other connectors as required. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installation of miscellaneous metal fabrications. Set metal fabrication accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. C. Field Welding: Comply with AWS Code for procedures of manual shielded metal -arc welding, appearance and quality of welds made, methods used in correcting welding work. 3.3 ADJUSTING AND CLEANING A. Touch -Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 requirements for touch-up of field painted surfaces. 1. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. B. For galvanized surfaces clean welds, bolted connections and abraded areas and apply galvanizing repair paint to comply with ASTM A 780. 05501 - 6 METAL FABRICATIONS END OF SECTION 05501 METAL FABRICATIONS 0605-2 05501 - 7 F:, 0605-2 SECTION 06100 - ROUGH CARPENTRY PART 1 - GENERAL 1.0 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.1 SUMMARY: A. Types of work in this section include rough carpentry for: 1. Wood framing. 2. Wood grounds, nailers, and blocking. 3. Wood furring. B. Finish carpentry is specified in another section within Division 6. 1.2 DEFINITIONS: A. Rough carpentry includes carpentry work not specified as part of other sections and which is generally not exposed, except as otherwise indicated. 1.3 SUBMITTALS: A. Product Data: Submit manufacturer's specifications and installation instructions for materials listed. B. Material Certificates: Where dimensional lumber is provided to comply with minimum allowable unit stresses, submit listing of species and grade selected for each use, and submit evidence of compliance with specified requirements. Compliance may be in form of a signed copy of applicable portion of lumber producer's grading rules showing design values for selected species and grade. Design values shall be as approved by the Board of Review of American Lumber Standards Committee. C. Wood Treatment Data: Submit chemical treatment manufacturer's instructions for handling, storing, installation and finishing of treated material. 1. Preservative Treatment: For each type specified, include certification by treating plant stating type of preservative solution and pressure process used, net amount of preservative retained and conformance with applicable standards. 2. For water-bome treatment include statement that moisture content of treated materials was reduced to levels indicated prior to shipment to project site. 1.4 PRODUCT HANDLING: A. Delivery and Storage: Keep materials under cover and dry. Protect against exposure to weather and ROUGH CARPENTRY 06100 - 1 0605-2 contact with damp or wet surfaces. Stack lumber as well as plywood and other panels; provide for air circulation within and around stacks and under temporary coverings including polyethylene and similar materials. 1.5 PROJECT CONDITIONS: B. Coordination: Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking, grounds and similar supports to allow attachment of other work. PART 2 - PRODUCTS 2.0 LUMBER, GENERAL: A. Lumber Standards: Manufacture lumber to comply with PS 20 "American Softwood Lumber Standard" and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee's (ALSC) Board of Review. B. Grade Stamps: Factory -mark each piece of lumber with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade, species, moisture content at time of surfacing, and mill. 2.1 MISCELLANEOUS LUMBER: A. Provide wood for support or attachment of other work including rooftop equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, grounds, stripping and similar members. Provide lumber of sizes indicated, worked into shapes shown, and as follows: B. Moisture content: 19 percent maximum for lumber items not specified to receive wood preservative treatment. C. Grade: Standard Grade light framing size lumber of any species or board size lumber as required. No. 3 Common or Standard grade boards per WCLIB or WWPA rules or No. 3 boards per SPIB rules. 2.2 MISCELLANEOUS MATERIALS: A. Fasteners and Anchorages: Provide size, type, material and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommended nails. 1. Where rough carpentry work is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners and anchorages with a hot -dip zinc coating (ASTM A 153). B. Building Paper: ASTM D 226, Type I; asphalt saturated felt, non -perforated, 15-lb. or 30-lb type as/where indicated on the Drawings. 2.3 WOOD TREATMENT BY PRESSURE PROCESS: 06100 - 2 ROUGH CARPENTRY 0605-2 A. Preservative Treatment: All lumber and plywood used for framing, grounds,nailers, blocking and furring shall comply with applicable requirements of AWPA Standards C2 (Lumber) and C9 (Plywood) and of AWPB Standards listed below. Mark each treated item with the AWPB Quality Mark Requirements. Pressure -treat above -ground items with water -borne preservatives to comply with AWPB LP-2. After treatment, kiln -dry lumber and plywood to a maximum moisture content, respectively, of 19 percent and 15 percent. Treat indicated items and the following: a. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers and waterproofing. b. Wood sills, sleepers, blocking, furring, stripping and similar concealed members in contact with masonry or concrete. C. Wood framing members less than 18" above grade. d. Wood floor plates installed over concrete slabs directly in contact with earth. Pressure -treat the following with water-bome preservatives for ground contact use complying with AWPB LP-22: a. Wood members in contact with ground. b. Wood members in contact with fresh water. 3. Complete fabrication of treated items prior to treatment, where possible. If cut after treatment, coat cut surfaces with heavy brush coat of same chemical used for treatment and to comply i with AWPA M4. Inspect each piece of lumber or plywood after drying and discard damaged or ,J defective pieces. B. Fire -Retardant Treatment: Where fire -retardant treated wood (" FRTW') is indicated, pressure impregnate lumber and plywood with fire -retardant chemicals to comply with AWPA C20 and C27, respectively, for treatment type indicated below; identify "FRTW' lumber with appropriate 7 classification marking of Underwriters Laboratories, Inc., U.S. Testing, Timber Products Inspection or other testing and inspecting agency acceptable to authorities having jurisdiction. PART 3 - EXECUTION 3.0 INSTALLATION, GENERAL: A. Discard units of material with defects which might impair quality of work, and units which are too small to use in fabricating work with minimum joints or optimum joint arrangement. B. Set carpentry work to required levels and lines, with members plumb and true and cut and fitted. C. Securely attach carpentry work to substrate by anchoring and fastening as shown and as required by recognized standards. D. Countersink nail heads on exposed carpentry work and fill holes. -- E. Use common wire nails, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will -, receive finish materials. Make tight connections between members. Install fasteners without splitting of wood; predrill as required. ROUGH CARPENTRY 06100 - 3 a 0605-2 3.1 WOOD GROUNDS, NAILERS, BLOCKING AND SLEEPERS: A. Provide wherever shown and where required for screeding or attachment of other work. Form to shapes as shown and cut as required for true line and level of work to be attached. Coordinate location with other work involved. B. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise indicated. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. C. Provide permanent grounds of dressed, preservative treated, key -bevelled lumber not less than 1- 1/2" wide and of thickness required to bring face of ground to exact thickness of finish material involved. Remove temporary grounds when no longer required. 3.2 WOOD FURRING: A. Install plumb and level with closure strips at edges and openings. Shim with wood as required tolerance of finished work. B. Furring to Receive Gypsum Drywall: Unless otherwise indicated, provide 1" x 2" furring at 16" o.c., vertically. C. Furring to Receive Plaster Lath: Unless otherwise indicated, provide 1" x 2" furring at 16" o.c., vertically. D. Suspended Furring: Provide size and spacing shown, including hangers and attachment devices. Level to a tolerance of 1 /8" in 10', except 1 /4" in 10' for thick -coat plaster work. 3.3 WOOD FRAMING, GENERAL: A. Provide framing members of sizes and on spacings shown, and frame openings as shown, or if not shown, comply with recommendations of "Manual for House Framing" of National Forest Products Association (N.F.P.A). Do not splice structural members between supports. B. Anchor and nail as shown, and comply with "Recommended Nailing Schedule" of "Manual for House Framing" and "National Design Specifications for Wood Construction" published by N.F.P.A. END OF SECTION 06100 06100 - 4 ROUGH CARPENTRY 0605-2 SECTION 06402 - INTERIOR ARCHITECTURAL WOODWORK PART 1-GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.1 SUMMARY A. This Section includes the following: 1. Wood cabinets (casework). 2. Cabinet tops (countertops). 3. Cabinet Hardware. B. Related Sections: The following sections contain requirements that relate to this section: 1. Division 6 Section "Rough Carpentry" for furring, blocking, and other carpentry work that is not exposed to view. 2. Division 8 Section "Flush Wood Doors" for doors specified by reference to architectural woodwork standards. 3. Division 9 Section "Painting" for final finishing of installed architectural woodwork. 1.2 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. 1. Product data for each type of product and process specified in this section and incorporated into items of architectural woodwork during fabrication, finishing, and installation. 2. Shop drawings showing location of each item, dimensioned plans and elevations, large-scale details, attachment devices, and other components. 3. Samples for initial selection purposes of the following in form of manufacturer's color charts consisting of actual units or section of units showing full range of colors, textures, and patterns available for each type of material indicated. a. Plastic laminate. 1.3 QUALITY ASSURANCE A. Manufacturer Qualifications: Firm experienced in successfully producing architectural woodwork INTERIOR ARCHITECTURAL WOODWORK 06402 - 1 0605-2 similar to that indicated for this Project, with sufficient production capacity to produce required units without causing delay in the Work. B. AWl Quality Standard: Comply with applicable requirements of "Architectural Woodwork Quality Standards" published by the Architectural Woodwork Institute (AWI) except as otherwise indicated. 1.4 DELIVERY, STORAGE, AND HANDLING A. Protect woodwork during transit, delivery, storage, and handling to prevent damage, spoilage, and deterioration. B. Do not deliver woodwork until painting, wet work, grinding, and similar operations that could damage, soil, or deteriorate woodwork have been completed in installation areas. If woodwork must be stored in other than installation areas, store only in areas whose environmental conditions meet requirements specified in "Project Conditions." 1.5 PROJECT CONDITIONS A. Environmental Conditions: Obtain and comply with Woodwork Manufacturer's and Installer's coordinated advice for optimum temperature and humidity conditions for woodwork during its storage and installation. Do not install woodwork until these conditions have been attained and stabilized so that woodwork is within plus or minus 1.0 percent of optimum moisture content from date of installation through remainder of construction period. B. Field Measurements: Where woodwork is indicated to be fitted to other construction, check actual dimensions of other construction by accurate field measurements before manufacturing woodwork; show recorded measurements on final shop drawings. Coordinate manufacturing schedule with construction progress to avoid delay of Work. PART 2-PRODUCTS 2.0 HIGH PRESSURE DECORATIVE LAMINATE MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering high pressure decorative laminates which may be incorporated in the work include but are not limited to the following: 1. NEMA LD 3, GP-50 (.050 inch nominal thickness) Plastic laminate a. Formica Corp. b. Micarta Div., Westinghouse Electric Corp. C. Nevamar Corp. d. Ralph Wilson Plastics Co. 2. Thermo set decorative overlay. a. Melamine or equal. 06402 - 2 INTERIOR ARCHITECTURAL WOODWORK 0605-2 2.1 MATERIALS A. General: Provide materials that comply with requirements of the AWI woodworking standard for each type of woodwork and quality grade indicated and, where the following products are part of woodwork, with requirements of the referenced product standards, that apply to product characteristics indicated: 5. Hardboard: ANSI/AHA A135.4 6. High Pressure Laminate: NEMA LD 3. 7. Medium Density Fiberboard: ANSI A208.2. 8. Particleboard: ANSI A208.1 9. Softwood Plywood: PS 1. 2.2 FABRICATION, GENERAL A. Wood Moisture Content: Comply with requirements of referenced quality standard for moisture content of lumber in relation to relative humidity conditions existing during time of fabrication and in installation areas. B. Fabricate woodwork to dimensions, profiles, and details indicated. Ease edges to radius indicated for the following: 1. Comers of cabinets and edges of solid wood (lumber) members less than 1 inch in nominal thickness: 1/16 inch. 2. Edges of rails and similar members more than 1 inch in nominal thickness: 1/8 inch. C. Complete fabrication, including assembly, finishing, and hardware application, before shipment to project site to maximum extent possible. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. D. Factory -cut openings, to maximum extent possible, to receive hardware, appliances, plumbing fixtures, electrical work, and similar items. Locate openings accurately and use templates or roughing -in diagrams to produce accurately sized and shaped openings. Smooth edges of cutouts and, where located in countertops and similar exposures, seal edges of cutouts with a water-resistant coating. E. All exterior exposed cabinet surfaces shall be clad with plastic laminate finish. F. All interior exposed cabinet surfaces shall be clad with a Thermo Set Decorative Overlay finish. 2.3 ARCHITECTURAL CABINET TOPS (COUNTERTOPS) A. Quality Standard: Comply with AWI Section 400 and its Division 400C. B. Type of Top: High pressure decorative laminate complying with the following: 1. Laminate Cladding for Horizontal Surface: High pressure decorative laminate as follows: 2. Grade: Custom. INTERIOR ARCHITECTURAL WOODWORK 06402 - 3 0605-2 3. Laminate Cladding for horizontal surface: High Pressure decorative laminating as follows: a. Colors, patterns, and finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: 1. Provide selections made by Architect from manufacturer's full range of standards colors and finishes in the following categories: a. Solid colors. b. Wood grains. c. Patterns. b. Grade: GP-50 (0.050-inch nominal thickness). 4. Edge Treatment: Same as laminate cladding on horizonal surfaces.. 2.4 LAMINATE -CLAD CABINETS (PLASTIC -COVERED CASEWORK) A. Quality Standard: Comply with AWI Section 400 and its division for laminate -clad cabinets. B. Grade: Custom -comply with WIC Section 5,"Plastic Casework" C. Type of Construction: Reveal Overlay (3/4") D. Laminates for horizontal, vertical, and edge shall be GP.-50,0.050 in.(0.711 mm) normal thickness. Unexposed surfaces - any hardwood. 2.5 FASTENERS AND ANCHORS A. Screws: Select material, type, size, and finish required for each use. Comply with FS FF-S-111 for applicable requirements. 1. For metal framing supports, provide screws as recommended by metal framing manufacturer. B. Nails: Select material, type, size, and finish required for each use. Comply with FS FF-N-105 for applicable requirements. C. Anchors: Select material, type, size, and finish required by each substrate for secure anchorage. Provide nonferrous metal or hot -dip galvanized anchors and inserts on inside face of exterior walls and elsewhere as required for corrosion resistance. Provide toothed steel or lead expansion bolt devices for drilled -in -place anchors. Furnish inserts and anchors, as required, to be set into concrete or masonry work for subsequent woodwork anchorage. 2.6 CABINET HARDWARE 06402 - 4 INTERIOR ARCHITECTURAL WOODWORK 0605-2 A. Cabinet hardware to be as follows: 1. Pulls: Stanley #4484 US32D (2 pulls for drawers over 30" wide) 2. Door Hinges: Grass #3903 with a seplate for 3/4" plywood doors and 1 1/8" doors (provide 4). 3. Drawer Guides: Grass #3211 (100 lb.), full extension. 4. Adjustable cabinet shelves for recessed application K&V #256 2C steel shelf supports and #255 2C plastered. 2.7 STAINLESS STEEL COUNTERTOP FINISH A. Stainless Steel Countertop Finish(es) shall be type 304 stainless steel with a satin US32D finish. PART 3 - EXECUTION 3.0 PREPARATION A. Condition woodwork to average prevailing humidity conditions in installation areas before installing. B. Deliver concrete inserts and similar anchoring devices to be built into substrates well in advance of time substrates are to be built. C. Before installing architectural woodwork, examine shop -fabricated work for completion and complete work as required, including back priming and removal of packing. 3.1 INSTALLATION A. Quality Standard: Install woodwork to comply with AWI Section 1700 for same grade specified in Part 2 of this section for type of woodwork involved. B. Install woodwork plumb, level, true, and straight with no distortions. Shim as required with concealed shims. Install to a tolerance of 1/8 inch in 8'-0" for plumb and level (including tops) and with no variations in flushness of adjoining surfaces. C. Scribe and cut woodwork to fit adjoining work and refinish cut surfaces or repair damaged finish at cuts. D. Anchor woodwork to anchors or blocking built in or directly attached to substrates. Secure to grounds, stripping and blocking with countersunk, concealed fasteners and blind nailing as required for a _ complete installation. Except where prefinished matching fastener heads are required, use fine finishing nails for exposed nailing, countersunk and filled flush with woodwork and matching final finish where transparent finish is indicated. E. Tops: Anchor securely to base units and other support systems as indicated. F. Complete the finishing work specified in this section to whatever extent not completed at shop or before installation of woodwork. INTERIOR ARCHITECTURAL WOODWORK 0 06402 - 5 0605-2 G. Refer to the Division 9 sections for final finishing, if any, of installed architectural woodwork. 3.2 ADJUSTMENT AND CLEANING A. Repair damaged and defective woodwork where possible to eliminate defects functionally and visually; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance. B. Clean woodwork on exposed and semiexposed surfaces. Touch up factory -applied finishes to restore damaged or soiled areas. 3.3 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensures that woodwork is being without damage or deterioration at time of Substantial Completion. END OF SECTION 06402 06402 - 6 INTERIOR ARCHITECTURAL WOODWORK 0605-2 SECTION 07210-BUILDING INSULATION PART 1-GENERAL 1.0 RELATED DOCUMENTS Drawing and general provisions of the contract, including General and Supplementary conditions and Division 1 Specification Sections, apply to this Section. 1.1 SUMMARY A. This Section includes the following: 1. Concealed building insulation. 2. Safing insulation B. Related Sections: The following sections contain requirements that relate to this section: 1. Division 4 Section "Unit Masonry" for insulation installed in cavity walls and masonry cells. 1.1 SUBMITTALS A. General: Submit each item in this Article according to the conditions of the contract and Division 1 Specification Sections. B. Product data for each type of insulation product specified. 1.2 QUALITY ASSURANCE A. Single Source responsibility for insulation products: obtain each type of Building insulation from a single source with resources to provide products compiling with requirements indicated without delaying the work. B. Fire Test Response Characteristics: Provide insulation and related materials with the fire test response characteristics indicated on drawings or specified elsewhere in this section as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency applicable to authorities having jurisdiction. Identify with appropriate marking of applicable testing and inspecting agency. 1. Surface burning characteristics: ASTM E 84 2. Fire Resistance Ratings: ASTM E 119. 1.4 DELIVERY, STORAGE, AND HANDLING BUILDING INSULATION 07210-1 0603-3 A. Protect insulation materials from physical damage and from deterioration by moisture, soiling, and other handling, storing, and protecting during installation. PART 2-PRODUCTS 2.0 MANUFACTURERS A. Manufactures: subject to compliance with requirements, provide insulation products by one of the following: 1. Glass -Fiber Insulation: Certain Teed Corporation Kuauf Fiber Glass GmbH Owens-Corning Fiberglass Corporation Schuller International, Inc. 2.1 INSULATION MATERIALS A. General: Provide insulation materials that comply with requirements and with referenced standards. 1. Surface burning characteristics: maximum flame -spread and smoke -developed indices of 25 and 50. B. Faced Mineral -Fiber Blanket Insulation: Thermal insulation combining mineral fibers of type described below with thermosetting resins to comply with ASTM C 665, Type 111, Class A (Blankets with reflective vapor -retarder membrane facing and flame spread of 25 or less); with foil dcrim- kraft vapor -retarder membrane on 1 face. 1. Mineral -Fiber Type: Fibers manufactured from glass. 2.3 SAFING INSULATION AND ACCESSORIES A. Safing insulation shall be equal to Thermal fiber safing insulation as manufactured by United States Gypsum Co. B. Caulking Compound: Material approved by manufacture for safing insulation for sealing joint between backing of safing insulation and edge of roof deck against penetration of smoke. C. Safing Clips: Galvanized steel safing clips approved by manufacture of sealing insulation for holding safing insulation in place. 07210 - 2 BUILDING INSULATION 0605-2 PART 3- EXECUTION 3.0 EXAMINATION A. Examine substrates and conditions, with installer present for compliance with requirements of Sections in which substrates and related work are specified and to determine if other conditions affecting performance of insulation are satisfactory. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.1 PREPARATION A. Clean substrates of substances harmful to insulations or vapor retarders, including removing projections capable of punching vapor retarders or that interfere with insulation attachment. 3.2 INSTALLATION, GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and application indicated. B. Install insulation that is undamaged, dry, unsoiled, and has not been exposed at any time to ice and snow. C. Extended insulation in thickness indicated to envelope area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Apply layer of insulation to produce thickness indicated. 3.3 INSTALLATION OF GENERAL BUILDING INSULATION A. Apply insulation units to substrates by method indicated, complying with manufactures written instructions. If no specific method is indicated, bond units to substrate with adhesive or use mechanical anchorage to provide permanent placement and support of units. B. Set vapor -retarder -faced -units with vapor retarder to warm side of construction, unless otherwise indicated. Do not obstruct ventilation spaces, except for firestoppoing. C. Install mineral- fiber blankets in cavities formed by framing members according to the following requirements: 1. Use blanket widths and lengths that fill cavities formed by framing members. Where more than one length is required to fill cavity, provide lengths that will produce a snug fit between ends. 2. Place blankets in cavities formed by framing members to produce a friction fit between edges of insulation and adjoining framing members. BUILDING INSULATION 07210-3 0603-3 3.5 INSTALLATION OF SAFING INSULATION A. Install sating insulation to fill gap edge of adjacent materials where shown on the drawing on safing clips spaced as needed to support insulation, but not further apart than 24 inches (610mm) O.C. Cuts safing insulation wider than gap to be filled to ensure compression fit and seal joint between insulation and edge of slab with caulking approved by safing insulation manufacture for this purpose. Leave no voids in completed installation. 3.5 PROTECTION A. General: protect installed insulation and vapor retarders from damage due to harmful weath exposures, physical abuse, and other causes. Provide temporary coverings or encloses where insulation is subject to abuse and cannot be controlled and protected by permanent construction immediately after installation END OF SECTION 07210 07210 - 4 BUILDING INSULATION i 0605-2 SECTION 07600 - FLASHING AND SHEET METAL PART 1 - GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to work of this Section. 1.1 SUMMARY A. This Section includes the following: 1. Metal counter flashing and base flashing (if any). 2. Metal wall flashing and expansion joints (if any). 3. Miscellaneous sheet metal accessories. B. Integral masonry flashings are specified as masonry work in Sections of Division 4. C. Roofing accessories installed integral with roofing membrane are specified in roofing system sections as roofing work. D. Roof accessory units of premanufactured, set -on type are specified in Division 7 Section 'Roof Accessories." 1.2 SUBMITTALS B. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification -- Sections. C. Product data, Flashing, Sheet Metal, and Accessories: Manufacturer's technical product data, installation instructions and general recommendations for each specified sheet material and fabricated product. 1.3 PROJECT CONDITIONS D. Coordinate work of this section with interfacing and adjoining work for proper sequencing of each installation. Ensure best possible weather resistance and durability of work and protection of materials and finishes. PART 2 - PRODUCTS 2.0 SHEET METAL FLASHING AND TRIM MATERIALS A. Zinc -Coated Steel: Commercial quality with 0.20 percent copper, ASTM A 526 except ASTM A 527 for lock -forming, G90 hot -dip galvanized, mill phosphatized where indicated for painting; 0.0359-inch FLASHING AND SHEET METAL 07600 - 1 0605-2 thick (20 gage) except as otherwise indicated. B. Copper: ASTM 370; temper HOO except where o6o is required for forming, 16 oz. except where shown otherwise. C. Miscellaneous Materials and Accessories: 1. Solder: For use with steel or copper, provide 50 - 50 tin/lead solder (ASTM B 32), with rosin flux. 2. Bituminous Coating: SSPC - Paint 12, solvent -type bituminous mastic, nominally free of sulfur, compounded for 15-mil dry film thickness per coat. 3. Mastic Sealant: Polyisobutylene; nonhardening, nonskinning, non-drying, nonmigrating sealant. 4. Elastomeric Sealant: Generic type recommended by manufacturer of metal and fabricator of components being sealed and complying with requirements for joint sealants as specified in Division 7 Section "Joint Sealers." 5. Adhesives: Type recommended by flashing sheet manufacturer for waterproof/weather- resistant seaming and adhesive application of flashing sheet. 6. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessory units as required for installation of work, matching or compatible with material being installed, noncorrosive, size and gage required for performance. 7. Elastic Flashing Filler: Closed -cell polyethylene or other soft closed -cell material recommended by elastic flashing manufacturer as filler under flashing loops to ensure movement with minimum stress on flashing sheet. 8. Roofing Cement: ASTM D 2822, asphaltic. 2.1 FABRICATED UNITS A. General Metal Fabrication: Shop -fabricate work to greatest extent possible. Comply with details shown and with applicable requirements of SMACNA "Architectural Sheet Metal Manual' and other recognized industry practices. Fabricate for waterproof and weather -resistant performance, with expansion provisions for running work, sufficient to permanently prevent leakage, damage, or deterioration of the work. Form work to fit substrates. Comply with material manufacturer instructions and recommendations for forming material. Form exposed sheet metal work without excessive oil - canning, buckling, and tool marks, true to line and levels indicated, with exposed edges folded back to form hems. A. Seams: Fabricate nonmoving seams in sheet metal with flat -lock seams. For metal other than aluminum, tin edges to be seamed, form seams, and solder. Form aluminum seams with epoxy seam sealer; rivet joints for additional strength where required. 07600 - 2 FLASHING AND SHEET METAL - 0605-2 B. Expansion Provisions: Where lapped or bayonet -type expansion provisions in work cannot be used or would not be sufficiently watertweatherproof, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with mastic sealant (concealed within joints). C. Sealant Joints: Where movable, nonexpansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant, in compliance with SMACNA standards. D. Separations: Provide for separation of metal from noncompatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer/fabricator. PART 3 - EXECUTION 3.0 INSTALLATION REQUIREMENTS A. General: Except as otherwise indicated, comply with manufacturer's installation instructions and recommendations and with SMACNA "Architectural Sheet Metal Manual." Anchor units of work securely in place by methods indicated, providing for thermal expansion of metal units; conceal fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weatherproof. B. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance. C. Install elastomeric flashing in accordance with manufacturer's recommendations. Where required, provide for movement at joints by forming loops or bellows in width of flashing. Locate cover or filler strips at joints to facilitate complete drainage of water from flashing. Seam adjacent flashing sheets with adhesive, seal and anchor edges in accordance with manufacturer's recommendations. D. Nail flanges of expansion joint units to curb nailers, at maximum spacing of 6 inches o.c. Fabricate seams at joints between units with minimum 3-inch overlap, to form a continuous, waterproof system. 3.1 CLEANING AND PROTECTION A. Clean exposed metal surfaces, removing substances that might cause corrosion of metal or deterioration of finishes. B. Protection: Advise Contractor of required procedures for surveillance and protection of flashings and sheet metal work during construction to ensure that work will be without damage or deterioration other than natural weathering at time of Substantial Completion. END OF SECTION 07600 FLASHING AND SHEET METAL 07600 - 3 0605-2 SECTION 07700 - ROOF SPECIALTIES AND ACCESSORIES PART 1 - GENERAL 1.0 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.1 DESCRIPTION OF WORK: A. Extent and locations of roof accessories is indicated on the drawings and by provisions of this section. B. Types of units specified in this section include the following: 1. Roof hatches. C. Refer to metal roofing system Sections of these specifications for roofing accessories to be built into roofing system (not work of this section). 1.2 SUBMITTALS: A. Product Data; Roof Accessories: Submit manufacturer's technical product data, rough -in diagrams, details, installation instructions and general product recommendations. 1.3 QUALITY ASSURANCE: A. Heat/Smoke Vent Compliance Labels: Provide units which have been tested, listed and labeled as follows: 1. Construction/Operation: UL-labeled. 2. Fire Resistance of Lids: UL Class "A". B. Standards: Comply with SMACNA "Architectural Sheet Metal Manual" details for fabrication of units, including flanges and cap- flashing to coordinate with type of roofing indicated. Comply with "NRCA Roofing and Waterproofing Manual" details for installation of units. PART 2 - PRODUCTS 2.0 GENERAL PRODUCT REQUIREMENTS: A. Provide manufacturers' standard units, modified as necessary to comply with requirements. Shop fabricate each unit to greatest extent possible. ROOF SPECIALTIES AND ACCESSORIES 07700 - 1 0605-2 2.1 MATERIALS, GENERAL: A. Zinc -Coated Steel: Commercial quality with 0.20 percent copper, ASTM A 525, G90 hot -dip galvanized, mill phosphatized. B. Insulation: Manufacturer's standard rigid or semi -rigid board of glass fiber of thickness indicated. C. Wood Nailers: Softwood lumber, pressure treated with water -borne preservatives for aboveground use, complying with AWPB LP-2; not less than 1-1/2" thick. D. Fasteners: Same metal as metals being fastened, or nonmagnetic stainless steel or other noncorrosive metal as recommended by manufacturer. Match finish of exposed fasteners with finish of material being fastened. E. Mastic Sealant: Polyisobutylene; nonhardening, nonskinning, nondrying, nonmigrating sealant. F. Elastomeric Sealant: Generic type recommended by unit manufacturer, which is compatible with joint surfaces; comply with FS TT-S-00227E, TT-S-00230C, or TT-S-001543A. G. Roofing Cement: ASTM D 2822, asphaltic. 2.3 PREFABRICATED ROOF HATCHES: A. General: Fabricate units of sizes shown, double -leaf type unless otherwise indicated, for 40 lbs. per sq. ft. external loading and 20 lbs. per sq. ft. internal loading pressure. Frame with 9" high integral - curb double -wall construction with 1-112" insulation, cant strips and cap flashing (roofing counter - flashing), with welded or sealed mechanical comer joints. Provide double -wall cover (lid) construction with 1" insulation core. Equip units with complete hardware set including hold -open devices, interior padlock hasps, and both interior and exterior latch handles. Provide gasketing. Fabricate units of following materials: 1. Materials: Aluminum B. Sloping Roofs: Where slope or roof deck exceeds 1/4" per ft., fabricate hatch curbs with a consistent height which will result in the tops of units that parallel the roof slope. C. Manufacturer: Subject to compliance with requirements, provide prefabricated roof hatch units by one of the following: 1. Bilco Co.; New Haven, CT 2. Bohem Skylights, Inc.; Burlington, NJ 3. Bristol Fiberlite Industries; Santa Anna, CA 4. Faulkner Plastics, Inc.; Tampa, FL 5. Hillsdale Industries, Inc.; Knoxville, TN 6. Naturalite, Inc.; Garland, TX 7. Milcor, Inc.; Lima, OH 8. O'Keefe's, Inc.; San Francisco, CA 9. Plasteco, Inc.; Houston, TX 07700 -2 ROOF SPECIALTIES AND ACCESSORIES 0605-2 PART 3 - EXECUTION _ 3.0 INSTALLATION: i A. General: Comply with manufacturer's instructions and recommendations. Coordinate with installation of roof deck and other substrates to receive accessory units, and vapor barriers, roof insulation, roofing and flashing; as required to ensure that each element of the work performs properly, and that combined elements are waterproof and weathertight. Anchor units securely to supporting structural substrates, adequate to withstand lateral and thermal stresses as well as inward and outward loading pressures. 1. Except as otherwise indicated install roof accessory items in accordance with construction details of "NRCA Roofing and Waterproofing Manual". B. Isolation: Where metal surfaces of units are to be installed in contact with noncompatible metal or corrosive substrates, including wood, apply bituminous coating on concealed metal surfaces, or provide other permanent separation. C. Flange Seals: Except as otherwise indicated, set flanges of accessory units in a thick bed of roofing cement, to form a seal. D. Cap Flashing: Where cap flashing is required as component of accessory, install to provide adequate waterproof overlap with roofing or roof flashing (as counter -flashing). Seal with thick bead of mastic sealant, except where overlap is indicated to be left open for ventilation. E. Operational Units: Test operate units with operable components. Clean and lubricate joints and hardware. Adjust for proper operation. F. Install roof hatches in strict compliance with manufacturer's instructions. 3.1 CLEANING AND PROTECTION: A. Clean exposed metal and plastic surfaces in accordance with manufacturer's instructions. Touch up damaged metal coatings. END OF SECTION 07700 ROOF SPECIALTIES AND ACCESSORIES 07700 - 3 0605-2 SECTION 08110 - STEEL DOORS AND FRAMES PART 1 - GENERAL 1.0 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.1 DESCRIPTION OF WORK: A. Extent of standard steel doors and frames is indicated and scheduled on drawings. B. Finish hardware is specified elsewhere in Division-8. C. Building in of anchors and grouting of frames in masonry construction is specified in Division 4. 1.2 QUALITY ASSURANCE: A. Provide doors and frames complying with Steel Door Institute "Recommended Specifications: Standard Steel Doors and Frames" (SDI-100) and as herein specified. B. Fire -Rated Door Assemblies: Where fire -rated door assemblies are indicated or required, provide fire -rated door and frame assemblies that comply with NFPA 80 "Standard for Fire Doors and Windows", and have been tested, listed, and labeled in accordance with ASTM E 152 "Standard Methods of Fire Tests of Door Assemblies" by a nationally recognized independent testing and inspection agency acceptable to authorities having jurisdiction. 1.3 SUBMITTALS: A. Product Data: Submit manufacturer's technical product data substantiating that products comply with requirements. B. Shop Drawings: Submit for fabrication and installation of steel doors and frames. Include details of each frame type, elevations of door design types, conditions at openings, details of construction, location and installation requirements of finish hardware and reinforcements, and details of joints and connections. Show anchorage and accessory items. 1. Provide schedule of doors and frames using same reference numbers for details and openings as those on contract drawings. 2. Indicate coordinate of glazing frames and stops with glass and glazing requirements. 1.4 DELIVERY, STORAGE AND HANDLING: A. Deliver hollow metal work cartoned or crated to provide protection during transit and job storage. Provide additional sealed plastic wrapping for factory finished doors. B. Inspect hollow metal work upon delivery for damage. Minor damages may be repaired provided refinished items are equal in all respects to new work and acceptable to Architect; otherwise, remove and replace damaged items as directed. STEEL DOORS AND FRAMES 08110 - 1 0605-2 C. Store doors and frames at building site under cover. Place units on minimum 4" high wood blocking. Avoid use of non -vented plastic or canvas shelters which could create humidity chamber. If cardboard wrapper on door becomes wet, remove carton immediately. Provide 1/4" spaces between stacked doors to promote air circulation. PART 2 - PRODUCTS 2.0 ACCEPTABLE MANUFACTURERS: A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering steel doors and frames which may be incorporated in the work include; but are not limited to, the following: 1. Steel Doors and Frames, (General): a. Allied Steel Products, Inc. b. Anweld/Div. American Welding & Mfg. Co. C. Ceco Corp. d. Copco Door Co. e. Curries Mfg., Inc. f. Dittco Products, Inc. g. Fenestra Corp. h. Kewanee Corp. i. Mesker Industries, Inc. j. Pioneer Bldrs. Products Corp./Div. CORE Industries, Inc. k. Steelcraft/Div. American Standard Co. I. Trussbilt, Inc. M. Republic Builders Products Corp./Subs. Republic Steel. 2.1 MATERIALS: A. Hot -Rolled Steel Sheets and Strip: Commercial quality carbon steel, pickled and oiled, complying with ASTM A 569 and ASTM A 568. B. Cold -Rolled Steel Sheets: Commercial quality carbon steel, complying with ASTM A 366 and ASTM A 568. C. Galvanized Steel Sheets: Zinc -coated carbon steel sheets of commercial quality, complying with ASTM A 526, with ASTM A 525, G60 zinc coating, mill phosphatized. D. Supports and Anchors: Fabricate of not less than 18 gage galvanized sheet steel. E. Inserts, Bolts, and Fasteners: Manufacturer's standard units, except hot -dip galvanize items to be built into exterior walls, complying with ASTM A 153, Class C or D as applicable. F. Shop Applied Paint: 1. Primer: Rust -inhibitive enamel or paint, either air -drying or baking, suitable as a base for specified finish paints. 08110 - 2 STEEL DOORS AND FRAMES 0605-2 2.2 FABRICATION, GENERAL: A. Fabricate steel door and frame units to be rigid, neat in appearance and free from defects, warp or v buckle_ Wherever practicable, fit and assemble units in manufacturer's plant. Clearly identify work that cannot be permanently factory- assembled before shipment, to assure proper assembly at - project site. Comply with SDI-100 requirements as follows: 1. Interior Doors: SDI-100, Grade II, heavy-duty, Model 1, minimum 18-gage faces. 2. Exterior Doors: SDI-100, Grade III, extra heavy-duty, Model 2, minimum 16-gage faces. B. Fabricate exposed faces of doors and panels, including stiles and rails of nonflush units, from only cold -rolled steel. C. Fabricate frames, concealed stiffeners, reinforcement, edge channels, louvers and moldings from either cold -rolled or hot- rolled steel (at fabricator's option). D. Fabricate ALL doors, panels, and frames from galvanized sheet steel. Close top and bottom edges of exterior doors as integral part of door construction or by addition of minimum 16-gage inverted steel channels. E. Exposed Fasteners: Unless otherwise indicated, provide countersunk flat Phillips heads for exposed screws and bolts. F. Finish Hardware Preparation: Prepare doors and frames to receive mortised and concealed finish hardware in accordance with final Finish Hardware Schedule and templates provided by hardware supplier. Comply with applicable requirements of ANSI A115 series specifications for door and frame preparation for hardware. 1. Reinforce doors and frames to receive surface -applied hardware. Drilling and tapping for surface -applied finish hardware may be done at project site. 2. Locate finish hardware as indicated on final shop drawings or, if not indicated, in accordance with "Recommended Locations for Builder's Hardware", published by Door and Hardware Institute. G. Shop Painting: 1. Clean, treat, and paint exposed surfaces of steel door and frame units, including galvanized surfaces. 2. Clean steel surfaces of mill scale, rust, oil, grease, dirt, and other foreign materials before application of paint. 3. Apply shop coat of prime paint of even consistency to provide a uniformly finished surface ready to receive finish paint. 2.3 STANDARD STEEL DOORS: A. Provide metal doors of types and styles indicated on Drawings or schedules. B. Doors shall be reinforced as necessary for hardware, glass lights or other associated accessories. C. Provide glass light trim for glazing by others at job site. STEEL DOORS AND FRAMES 08110 - 3 0605-2 D. Provide insulation in ALL exterior doors. 2.4 STANDARD STEEL FRAMES: A. Provide metal frames for doors, transoms, sidelights, borrowed lights, and other openings, of types and styles as shown on drawings and schedules. Conceal fastenings, unless otherwise indicated. Fabricate frames of minimum 16-gage cold -rolled furniture steel. 1. Fabricate frames with mitered corners, welded construction for exterior and interior applications. B. Door Silencers: Except on weatherstripped frames, drill stops to receive 3 silencers on strike jambs of single -swing frames and 2 silencers on heads of double -swing frames. C. Plaster Guards: Provide 26 gage steel plaster guards or mortar boxes, welded to frame, at back of finish hardware cutouts where mortar or other materials might obstruct hardware operation and to close off interior of openings. PART 3 - EXECUTION 3.0 INSTALLATION: A. General: Install standard sheet doors, frames, and accessories in accordance with final shop drawings, manufacturer's data, and as herein specified. B. Placing Frames: Comply with provisions of SDI-105 "Recommended Erection Instructions For Steel Frames", unless otherwise indicated. 1. Except for frames located at in -place concrete or masonry and at drywall installations, place frames prior to construction of enclosing walls and ceilings. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is completed, remove temporary braces and spreaders leaving surfaces smooth and undamaged. 2. In masonry construction, locate 3 wall anchors per jamb at hinge and strike levels. 3. At in -place concrete or masonry construction, set frames and secure to adjacent construction with machine screws and masonry anchorage devices. 4. Install fire -rated frames in accordance with NFPA Std. No. 80. 5. In metal stud partitions, install at least 3 wall anchors per jamb at hinge and strike levels. In open steel stud partitions, place studs in wall anchor notches and wire tie. In closed steel stud partitions, attach wall anchors to studs with tapping screws. B. Door Installation: 1. Fit hollow metal doors accurately in frames, within clearances specified in SDI-100. 2. Place fire -rated doors with clearances as specified in NFPA Standard No. 80. 08110 - 4 STEEL DOORS AND FRAMES 0605-2 3.1 ADJUST AND CLEAN: A. Prime Coat Touch -Up: Immediately after erection, sand smooth any rusted or damaged areas of prime coat and apply touch-up of compatible air -drying primer. B. Protection Removal: Immediately prior to final inspection, remove protective plastic wrappings from prefinished doors. C. Final Adjustments: Check and readjust operating finish hardware items, leaving steel doors and frames undamaged and in complete and proper operating condition. END OF SECTION 08110 STEEL DOORS AND FRAMES 08110 - 5 0605-2 SECTION 08330 - OVERHEAD COILING DOORS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following types of overhead coiling doors: 1. Fire -rated counter doors. 2. Powder -coated Exterior Insulated Slat Garage Doors. B. Related Sections include the following: 1. Division 8 Section "Door Hardware" for lock cylinders and keying. 2. Division 16 Section "Conductors and Cables" for electrical service and connections for powered operators, and accessories. 3. Division 16 Section "Disconnect Switches and Circuit Breakers" for disconnect switcher and circuit breakers for powered operators. 1.3 DEFINITIONS A. Operation Cycle: One complete cycle of a door begins with the door in the closed position. The door is then moved to the open position and back to the closed position. 1.4 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide overhead coiling doors capable of withstanding the effects of gravity loads and the following loads and stresses without evidencing permanent deformation of door components: 1. Wind load: Uniform pressure (velocity pressure) of 20 Ibf/sq. ft. (960P), acting inward and outward. B. Operation -Cycle Requirements: Design overhead coiling door components and operator to operate for not less than 20,000 cycles. ' 1.5 SUBMITTALS A. Product Data: For each type and size of overhead coiling door and accessory. Include details of construction relative to materials, dimensions of individual components, profiles, and finishes. Provide roughing -in diagrams, operating instructions, and maintenance information. Include the -4 OVERHEAD COILING DOORS 08331-1 0605-2 following: 1. Setting drawings, templates, and installation instructions for built-in or embedded anchor devices. 2. Summary of forces and loads on walls and jambs. 3. Motors: Show nameplate data and ratings; characteristics; mounting arrangements; size and location of winding termination lugs, conduit entry, and grounding lug; and coatings. 4. Fire -Rated Doors: Information describing ire -release system, including testing and resetting instructions. B. Shop Drawings: For special components and installations not dimensioned or detailed in manufacturer's data sheets. Wiring Diagrams: Detail wiring for power, signal, and control systems. Differentiate between manufacturer -installed wiring and between components provided by door manufacturer and those provided by others C. Samples for Initial Selection: Manufacturer's color charts showing the full range of colors available for units with factory -applied finishes. D. Samples for Verification: Of each type of exposed finish required, prepared on Samples of size indicated below and of same thickness and material indicated for Work. Where finishes involve normal color and texture variations, include Sample sets showing the full range of variations expected. 1. Curtain Slats: 12-inch (300-mm) length. 2. Bottom Bar: 6-inch (150-mm) length. 3. Guides: 6- inch (150-mm) length. 4. Brackets: 6 inches (150-mm) length. 5. Hood: 6 inches (150-mm) length. 6. Laminate -Clad Counter Panel Product: 6 inches (150-mm) square, for each type, color, pattern, and surface finish, laminated to core. E. Installer Certificates: Signed by manufacturer certifying that installers comply with specified requirements. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer who is an authorized representative of the overhead coiling door manufacturer for both installation and maintenance of units required for this Project. B. Source Limitations: Obtain overhead coiling doors through one source from a single manufacturer 1. Obtain operators and controls from the overhead coiling door manufacturer. C. Oversize Fire -Rated Door Assemblies: For units exceeding sizes of tested assemblies, provide certification by a testing agency acceptable to authorities having jurisdiction that doors comply with all standard construction requirements of tested and labeled fire -rated door assemblies, except for size. D. Listing and Labeling: Provide electrically operated fixtures specified in this Section that are listed 08331-2 OVERHEAD COILING DOORS 0605-2 and labeled. 1. The Terms "Listed" and "Labeled": As defined in NFPA 70, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" as defined in OSHA Regulation 1910.7. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturer: Subject to compliance with requirements, provide products by one of the following: 1. The Cookson Company. 2. Overhead Door Corporation. 3. Raynor Garage Doors. 4. Southwestern Steel Rolling Door Co. 2.2 DOOR CURTAIN MATERIALS AND CONSTRUCTION A. Aluminum Door Curtain Slats: ASTM B 209 (ASTM B 209M) or ASTM B 221 (ASTM B 2001 M), alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated. 1. Aluminum Extrusion Thickness: Not less than 0.051 inch (1.30mm). 2. Flat profile slats. 3. Insulation: For all exterior doors fill slat with manufacturer's standard rigid cellular polystyrene or polyurethane -foam -type thermal insulation complying with maximum flame - spread and smoke -developed indexes of 75 and 450, respectively, according to ASTM E 84. Enclose insulation completely within metal slat faces. 4. Inside Curtain Slat Face: To match material of outside metal curtain slat. B. Endlocks: Malleable -iron castings galvanized after fabrication, secured to curtain slats with galvanized rivets, or high- strength nylon. Provide locks on not less than alternate curtain slats for curtain alignment and resistance against lateral movement. C. Endlocks: Manufacturer's standard locks on not less than alternate curtain slats for curtain alignment and resistance against lateral movement. D. Windlocks: Malleable -iron castings secured to curtain slats with galvanized rivets or high -strength nylon, as required to comply with wind load. E. Bottom Bar: Manufacturer's standard continuous channel or tubular shape made from steel to suit type of curtain slats. 1. Astragal: Provide a replaceable, adjustable, continuous, compressible gasket of flexible vinyl, rubber, or neoprene, between angles or fitted to shape, as a cushion bumper for interior door. OVERHEAD COILING DOORS 08331-3 0605-2 F. Curtain Jamb Guides: Fabricate curtain jamb guides of angles, or channels and angles of material and finish to match curtain slats, with sufficient depth and strength to retain curtain, to allow curtain to operate smoothly, and to withstand loading. Provide continuous integral wear strips to prevent metal -to -metal contact and minimize noise of travel and removable stops on guides to prevent over - travel of curtain. 2.3 HOODS AND ACCESSORIES A. Hood: Form to entirely enclose coiled curtain and operating mechanism at opening head. Contour to suit end brackets to which hood is attached. Roll and reinforce top and bottom edges for stiffness. Provide closed ends for surface -mounted hoods and fascia for any portion of between - jamb mounting projecting beyond wall face. Provide intermediate support brackets as required to prevent sag. Fabricate hoods of stainless -steel sheet, Type 300 series, complying with ASTM A 240 (ASTM A 240M) or ATSM A 666, and not less than 0.025- inch (0.65-mm) thick, for stainless steel doors. 2. Shape: Square. B. Integral Frame, Hood, and Fascia: Provide welded assemblies of the following sheet metal: 1. Fabricate of not less than 0.0625-inch (1.6-mm) thick, stainless —steel sheet, Type 300 series, complying with ASTM A 240 (ASTM A 240M) or ATSM A 666. C. Smoke Seals: Provide UL-fisted and tested smoke -seal perimeter gaskets. D. Push/Pull Handles: For push -up -operated or emergency -operated doors, provide stainless -steel lifting handles on each side of door. E. Fabricate locking device assembly with lock, spring -loaded dead bolt, operating handle, cam plate, and adjustable locking bar to engage through slots in tracks: 1. Locking Bars: Single -jamb side, operable from inside and outside. F. REINFORCE FRAME HOOD AND FASCIA AS REQUIRED TO RECEIVE STOREFRONT FRAMING WHERE SHOWN ON THE DRAWINGS. 2.4 COUNTERBALANCING MECHANISM A. General: Counterbalance doors by means of adjustable -tension steel helical torsion spring, mounted around a steel shaft and contained in a spring barrel connected to door curtain with required barrel rings. Use grease -sealed bearings or self-lubricating graphite bearings for rotating members. B. Counterbalance Barrel: Fabricate spring barrel of hot -formed, structural -quality, welded or seamless carbon -steel pipe, of sufficient diameter and wall thickness to support rolled -up curtain without distortion of slats and to limit barrel deflection to not more than 0.03 in./ft. (2.5 mm/m) of span under full load. 08331-4 OVERHEAD COILING DOORS 0605-2 C. Provide spring balance of one or more oil -tempered, heat -treated steel helical torsion springs. Size springs to counterbalance weight of curtain, with uniform adjustment accessible from outside barrel. Provide cast -steel barrel plugs to secure ends of springs to barrel and shaft. D. Fabricate torsion rod for counterbalance shaft of cold -rolled steel, sized to hold fixed spring ends and carry torsional load. E. Brackets: Provide mounting brackets of manufacturer's standard design, either cast-iron or cold - rolled steel plate with bell -mouth guide groove for curtain. F. Where door unit is power operated provide safety interlock switch to disengage power supply when door is locked. G. Provide automatic- closing devise in operative during normal door operations with governor unit Complying with requirements of NFPA 80, with easily tested and reset release mechanism and designed to be activated by the following: 1. Governor: Oscillating type 2. Temperature rise and melting point of 165 deg. F (74 deg. C) replaceable fusible links, interconnected and on both sides of wall of door opening. 3. Building fire alarm and detection system and door -holder release devices. 2.5 FINISHES, GENERAL A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if.they are within one-half of the range of approved Samples. Noticeable variations in - the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.6 POWDER COAT FINISHES A. General: Remove or blend tool and die marks and stretch lines into finish. - B. Aluminum Powder -Coat Finish: Manufacturer's standard powder -coat finish consisting of primer and top coat according to coating manufacturer's written instructions for cleaning, pre-treatment, application, thermosetting and minimum dry film thickness shall be applied to all surfaces of Aluminum exterior doors. Color and gloss as selected by the Architect from all available manufacturer's colors. 2.7.1 ELECTRIC DOOR OPERATIONS A. General: Provide electric door operator assembly of size and capacity recommended and provided by door manufacturer for door specified, with electric motor and factory-prewired motor controls, starter, gear -reduction unit, solenoid -operated brake, clutch, remote -control stations, devices, integral gearing for locking door, and accessories required for proper operation. OVERHEAD COILING DOORS 08331-5 0605-2 B. Comply with NFPA 70. C. Disconnect Device: Provide hand -operated disconnect or mechanism for automatically engaging sprocket -chain operator and releasing brake for emergency manual operation while disconnecting motor, without affecting timing of limit switch. Mount disconnect and operator so they are accessible from floor level. Include interlock device to automatically prevent motor from operating when emergency operator is engaged. D. Design operator so motor may be removed without disturbing limit -switch adjustment and without affecting emergency auxiliary operator. E. Provide control equipment complying with NEMA ICS 1, NEMA ICS 2, and NEMA ICS 6, with NFPA 70 Class 2 control circuit, maximum 24-V, ac or dc. F. Door -Operator Type: Provide wall-, hood-, or bracket -mounted, jackshaft, gear -head -type door operator unit consisting of electric motor, enclosed worm -gear running -in -oil primary drive, chain and sprocket secondary drive, and quick disconnect -release for manual operation. G. Electric Motors: Provide high -starting torque, reversible, continuous -duty, Class A insulated, electric motors, complying with NEMA MG 1, with overload protection, sized to start, accelerate, and operate door in either direction, from any position, at not less than 213 fps (0.2 m/s) or more than 1 fps (0.3 m/s), without exceeding nameplate ratings or considering service factor. 1. Type: Polyphase, medium -induction type. 2. Service Factor: According to NEMA MG 1, unless otherwise indicated. 3. Coordinate wiring requirements and electric characteristics of motors with building electrical system. 4. Provide open dripproof-type motor, and controller with NEMA ICS 6, Type 1 enclosure. C. Remote -Control Station: Provide exterior units, full -guarded, standard -duty, surface -mounted, weatherproof type, NEMA ICS 6, Type 4 enclosure, key operated. D. Limit Switches: Provide adjustable switches, interlocked with motor controls and set to automatically stop door at fully opened and fully closed positions. E. Provide electric operators with ADA-compliant audible alarm and visual indicator lights. K. Provide manual door operation override as a backup operating system should the electric door operation system fail. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Install door and operating equipment complete with necessary hardware, jamb and head mold strips, anchors, inserts, hangers, and equipment supports according to Shop Drawings, manufacturer's written instructions, and as specified. 3.2 ADJUSTING 08331-6 OVERHEAD COILING DOORS 0605-2 A. Lubricate bearings and sliding parts; adjust doors to operate easily, free from warp, twist, or distortion and fitting weathertight for entire perimeter. 3.3 DEMONSTRATION A. Startup Services: Engage a factory -authorized service representative to perform startup services and to train Owner's maintenance personnel as specified below: 1. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. a. Test door closing when activated by detector or alarm connected fire -release system. Reset door -closing mechanism after successful test. 2. Train Owner's maintenance personnel on procedures and schedules related to startup and shutdown, troubleshooting, servicing, preventive maintenance, and procedures for testing and resetting release devices. 3. Review data in the maintenance manuals. Refer to Division 1 Section "Summary of the Work". 4. Schedule training with Owner with at least seven (7) days advance notice. END OF SECTION 08331 OVERHEAD COILING DOORS 08331-7 0605-2 SECTION 08410 - ALUMINUM ENTRANCES AND STOREFRONTS PART 1- GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.1 SUMMARY A. This Section includes the following types of aluminum entrance and storefront work: 1. Storefront -type framing system. 2. Operable Service Windows installed within the Storefront framing. 3. Construction and operation shall conform to ADA and TAS Regulations where indicated or required. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Glazing requirements for aluminum entrances and storefront, including entrances specified to be factory glazed, are included in Division 8 Section "Glass and Glazing." 2. Lock cylinders are included in Division 8 Section "Finish Hardware." 1.2 SYSTEM PERFORMANCE REQUIREMENTS A. General: Provide aluminum entrance and storefront assemblies that comply with performance characteristics specified, as demonstrated by testing the manufacturer's corresponding stock assemblies according to test methods indicated. B. Thermal Movement: Design the aluminum entrance and storefront framing systems to provide for expansion and contraction of the component materials. Entrance doors shall function normally over the specified temperature range. 1. The system shall be capable of withstanding a metal surface temperature range of 180 deg F (100 deg C) without buckling, failure of joint seals, undue stress on structural _ elements, damaging loads on fasteners, reduction of performance, stress on glass, or other detrimental effects. C. Design Requirements: Provide aluminum entrance and storefront systems that comply with structural performance, air infiltration, and water penetration requirements indicated. 1. Wind Loads: Provide aluminum entrance and storefront assemblies capable of withstanding wind pressures of 28 psf inward and 28 psf outward acting normal to the plane of the wall. D. Air Infiltration: Provide aluminum entrance and storefront framing system with an air infiltration rate of not more than 0.06 CFM per sq. ft. of fixed area (excluding operable door edges) when tested in accordance with ASTM E 283 at an inward test pressure differential of 1.57 psf. ALUMINUM ENTRANCES AND STOREFRONTS 08410 -1 0605-2 E. Water Penetration: Provide framing systems with no uncontrolled water penetration (excluding operable door edges) as defined in the test method when tested in accordance with ASTM E 331 at an inward test pressure differential of 6.24 Ibf per sq. ft. 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of the Contract and Division 1 Specification Sections. Product data for each aluminum entrance and storefront system required, including: a. Manufacturer's standard details and fabrication methods. b. Data on finishing, hardware and accessories. C. Recommendations for maintenance and cleaning of exterior surfaces. 2. Shop drawings for each aluminum entrance and storefront system required, including: a. Layout and installation details, including relationship to adjacent work. b. Elevations at 1/4-inch scale. C. Detail sections of typical composite members. d. Anchors and reinforcement. e. Hardware mounting heights. f. Provisions for expansion and contraction. g. Glazing details. 3. Hardware Schedule: Submit complete hardware schedule organized into sets based on hardware specified. Coordinate hardware with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish. Include item name, name of the manufacturer and complete designations of every item required for each door opening. 4. Samples for Initial Color Selection: Submit pairs of samples of each specified color and finish on 12-inch-long sections of extrusions or formed shapes. Where normal color variations are anticipated, include 2 or more units in each set of samples indicating extreme limits of color variations. 5. Samples for Verification Purposes: The Architect reserves the right to require additional samples, that show fabrication techniques and workmanship, and design of hardware and accessories. 6. Test Reports: Provide certified test reports from a qualified independent testing laboratory showing that aluminum entrance and storefront systems have been tested in accordance with specified test procedures and comply with performance characteristics indicated. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed installations of aluminum storefront and entrances similar in design and extent to those required for the project and whose work has resulted in construction with a record of successful in-service 08410 - 2 ALUMINUM ENTRANCES AND STOREFRONTS 0605-2 performance. B. Manufacturer's Qualifications: Provide aluminum entrances and storefront systems produced by a firm experienced in manufacturing systems that are similar to those indicated for this project and that have a record of successful in-service performance. C. Fabricator Qualifications: Provide aluminum entrances and storefront systems fabricated by a firm experienced in producing systems that are similar to those indicated for this Project, and that have a record of successful in-service performance. The fabricator shall have sufficient production capacity to produce components required without causing delay in progress of the Work. D. Single Source Responsibility: Obtain aluminum entrance and storefront systems from one source and from a single manufacturer. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver aluminum entrance and storefront components in the manufacturer's original protective packaging. B. Store aluminum components in a clean dry location away from uncured masonry or concrete. Cover components with waterproof paper, tarpaulin or polyethylene sheeting in a manner to permit circulation of air. 1. Stack framing components in a manner that will prevent bending and avoid significant or permanent damage. 1.6 PROJECT CONDITIONS A. Field Measurements: Check openings by accurate field measurement before fabrication. Show recorded measurements on shop drawings. Coordinate fabrication schedule with construction progress to avoid delay of the work. 1. Where necessary, proceed with fabrication without field measurements, and coordinate fabrication tolerances to ensure proper fit. 1.7 WARRANTY A. Warranty: Submit a written warranty, executed by the manufacturer, agreeing to repair or replace units that fail in materials or workmanship within the specified warranty period. Failures include, but are not necessarily limited to: 1. Structural failures including excessive deflection, excessive leakage or air infiltration. 2. Faulty operation. 3. Deterioration of metals, metal finishes and other materials beyond normal weathering. B. Warranty Period: Three (3) years after the date of Substantial Completion, for aluminum doors, frames and operating mechanisms. One (1) year for all other aluminum storefront work. ALUMINUM ENTRANCES AND STOREFRONTS 08410 - 3 0605-2 C. The warranty shall not deprive the Owner of other rights or remedies the Owner may have under other provisions of the Contract Documents, and is in addition to and runs concurrent with other warranties made by the Contractor under requirements of the Contract Documents. PART2- PRODUCTS 2.0 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering entrance and storefront systems that may be incorporated in the Work include, but are not limited to, the following: 1. Amadite Architectural Products. 2. Kawneer Company, Inc. 3. PPG Industries. 4. United States Aluminum Corp. 5. Vista Wall. 2.1 MATERIALS A. Aluminum Members: Alloy and temper recommended by the manufacturer for strength, corrosion resistance, and application of required finish; comply with ASTM B 221 for aluminum extrusions, ASTM B 209 for aluminum sheet or plate, and ASTM B 211 for aluminum bars, rods and wire. 1. Extrusion shall be 6063-T5 alloy and temper. B. Prime painted carbon steel reinforcement of aluminum framing members shall comply with ASTM A 36 for structural shapes, plates and bars, ASTM A 611 for cold rolled sheet and strip, or ASTM A 570 for hot rolled sheet and strip. C. Glass and Glazing Materials: Comply with requirements of "Glass and Glazing" section of these specifications. D. Fasteners: Provide fasteners of aluminum, nonmagnetic stainless steel, zinc plated steel, or other material warranted by the manufacturer to be noncorrosive and compatible with aluminum components, hardware, anchors and other components. 1. Reinforcement: Where fasteners screw -anchor into aluminum members less than 0.125 inches thick, reinforce the interior with aluminum or nonmagnetic stainless steel to receive screw threads, or provide standard noncorrosive pressed -in spliced grommet nuts. 2. Exposed Fasteners: Do not use exposed fasteners except for application of hardware. For application of hardware, use Phillips flat -head machine screws that match the finish of member or hardware being fastened. E. Concealed Flashing: 0.0179-inch (26 gage) minimum dead -soft stainless steel, or 0.026-inch- 08410 - 4 ALUMINUM ENTRANCES AND STOREFRONTS 0605-2 thick minimum extruded aluminum of alloy and type selected by manufacturer for compatibility with other components. F. Brackets and Reinforcements: Provide high -strength aluminum brackets and reinforcements; where use of aluminum is not feasible provide nonmagnetic stainless steel. G. Concrete and Masonry Inserts: Provide cast iron, malleable iron, or hot -dip galvanized steel inserts complying with ASTM A 123. H. Compression Weatherstripping: Manufacturer's standard replaceable compressible weatherstripping gaskets of molded neoprene complying with ASTM D 2000 or molded PVC complying with ASTM D 2287. I. Sliding Weatherstripping: Manufacturer's standard replaceable weatherstripping of wool, polypropylene, or nylon woven pile, with nylon fabric or aluminum strip backing, complying with AAMA 701.2. 2.2 COMPONENTS A. Storefront Framing System: Provide storefront and entrance framing systems fabricated from extruded aluminum members of size and profile indicated. Include subframes and other reinforcing members of the type indicated. Provide for center glazing storefront from i the exterior on all sides without projecting stops. Shop -fabricate and preassemble frame components where possible. Provide storefront frame sections without exposed seams. 1. Mullion Configurations: Provide pockets at the inside glazing face to receive resilient elastomeric glazing. Mullions and horizontals shall be one piece. Make provisions to drain moisture accumulation to the exterior. 2. Drawings and specifications are based upon the TRIFAB II 451 system as manufactured by the Kawneer Company, Inc. 2.3 FABRICATION A. General: Fabricate aluminum entrance and storefront components to designs, sizes and thicknesses indicated and to comply with indicated standards. Sizes and profile requirements are indicated on the drawings. Variable dimensions are indicated, with maximum and minimum dimensions required, to achieve design requirements and coordination with other work. B. Prefabrication: Complete fabrication, assembly, finishing, hardware application, and other work to the greatest extent possible before shipment to the Project site. Disassemble components only as necessary for shipment and installation. 1. Perform fabrication operations, including cutting, fitting, forming, drilling and grinding of metal work to prevent damage to exposed finish surfaces. Complete these operations for hardware prior to application of finishes. 2. Do not drill and tap for surface -mounted hardware items until time of installation at project site. ALUMINUM ENTRANCES AND STOREFRONTS 08410 - 5 0605-2 C. Welding: Comply with AWS recommendations. Grind exposed welds smooth to remove weld spatter and welding oxides. Restore mechanical finish. 1. Welding behind finished surfaces shall be performed in such a manner as to minimize distortion and discoloration on the finished surface. D. Reinforcing: Install reinforcing as required for hardware and as necessary for performance requirements, sag resistance and rigidity. E. Dissimilar Metals: Separate dissimilar metals with bituminous paint, or a suitable sealant, or a nonabsorptive plastic or elastomeric tape, or a gasket between the surfaces. Do not use coatings containing lead. F. Continuity: Maintain accurate relation of planes and angles with hairline fit of contacting members. 1. Uniformity of Metal Finish: Abutting extruded aluminum members shall not have an integral color or texture variation greater than half the range indicated in the sample pair submittal. G. Fasteners: Conceal fasteners wherever possible. 2.4 FINISHES A. General: Comply with NAAMM "Metal Finishes Manual' for recommendations relative to application and designations of finishes. B. Finish designations prefixed by "AA" conform to the system established by the Aluminum Association for designating aluminum finishes. C. Class I Medium Bronze Anodized Finish: Unless noted otherwise, provide AA-M12C22A44 (Mechanical Finish: as fabricated, nonsecular; Chemical Finish: etched, medium matte; Anodic Coating: Class I Architectural, film thicker than 0.7 mil) complying with AAMA AAMA 607.1. 2.5 VERTICAL SLIDING SERVING WINDOWS A. Vertical Sliding Serving Windows shall be equal to Series "cs" Serving Windows as manufactured by Nissen & Company (323) 723- 3636. B. Serving Windows shall have a clear, anodic hardcoat finish. C. Insect screens shall bronze aluminum. D. Provide a security latch on the operable serving windows. E. Glass shall be % inch thick clear safety glass. 08410 - 6 ALUMINUM ENTRANCES AND STOREFRONTS E 0605-2 PART 3 - EXECUTION 3.0 EXAMINATION A. Examine substrates and supports, with the Installer present, for compliance with requirements indicated, installation tolerances, and other conditions that affect installation of aluminum entrances and storefronts. Correct unsatisfactory conditions before proceeding with the installation. 1. Do not proceed with installation until unsatisfactory conditions are corrected. 3.1 INSTALLATION A. Comply with manufacturer's instructions and recommendations for installation. B. Set units plumb, level, and true to line, without warp or rack of framing members, doors, or panels. Install components in proper alignment and relation to established lines and grades indicated. Provide proper support and anchor securely in place. C. Construction Tolerances: Install aluminum entrance and storefront to comply with the following tolerances: 1. Variation from Plane: Do not exceed 1/8 inch in 12 feet of length or 1/4 inch in any total length. 2. Offset from Alignment: The maximum offset from true alignment between two identical members abutting end to end in line shall not exceed 1/16 inch. 3. Diagonal Measurements: The maximum difference in diagonal measurements shall not exceed 1/8 inch. 4. Offset at Corners: The maximum out -of -plane offset of framing at corners shall not exceed 1/32 inch. D. Separate aluminum and other corrodible metal surfaces from sources of corrosion or electrolytic action at points of contact with other materials. 1. Zinc or cadmium plate steel anchors and other unexposed fasteners after fabrication. 2. Paint dissimilar metals where drainage from them passes over aluminum. 3. Paint aluminum surfaces in contact with mortar, concrete or other masonry with alkali resistant coating. 4. Paint wood and similar absorptive material in contact with aluminum and exposed to the elements or otherwise subject to wetting, with two coats of aluminum house paint. Seal joints between the materials with sealant. E. Drill and tap frames and apply surface -mounted hardware items. Comply with hardware manufacturer's instructions and template requirements. Use concealed fasteners wherever possible. F. Set sill members and other members in bed of sealant as indicated, or with joint fillers or gaskets as indicated to provide weathertight construction. Comply with requirements of ALUMINUM ENTRANCES AND STOREFRONTS 08410 - 7 0605-2 Division 7 for sealants, fillers, and gaskets. G. Refer to "Glass and Glazing" Section of Division 8 for installation of glass and other panels indicated to be glazed into doors and framing, and not preglazed by manufacturer. 3.2 ADJUSTING A. Adjust operating hardware and serving windows to function properly, for smooth operation without binding, and for weathertight closure. 3.3 CLEANING A. Clean the completed system, inside and out, promptly after installation, exercising care to avoid damage to coatings. B. Clean glass surfaces after installation, complying with requirements contained in the "Glass and Glazing" Section for cleaning and maintenance. Remove excess glazing and sealant compounds, dirt and other substances from aluminum surfaces. 3.4 PROTECTION A. Institute protective measures required throughout the remainder of the construction period to ensure that aluminum entrances and storefronts will be without damage or deterioration, other than normal weathering, at time of acceptance. END OF SECTION 08410 08410 - 8 ALUMINUM ENTRANCES AND STOREFRONTS 0605-2 SECTION 08710 - FINISH HARDWARE PART 1 - GENERAL 1.0 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.1 DESCRIPTION OF WORK: A. Definition: "Finish Hardware" includes items known commercially as finish hardware which are required for swing, sliding and folding doors, except special types of unique and non -matching hardware specified in the same section as the door and door frame. B. Extent of finish hardware required is indicated on drawings and in schedules. 1.2 QUALITY ASSURANCE: A. Manufacturer: Obtain each type of hardware (latch and lock sets, hinges, closers, etc.) from a single manufacturer, although several may be indicated as offering products complying with requirements. B. Supplier: A recognized architectural finish hardware supplier, with warehousing facilities, who has been furnishing hardware in the project's vicinity for a period of not less than 2 years, and who is, or who employs an experienced architectural hardware consultant who is available, at reasonable times during the course of the work, for consultation about project's hardware requirements, to Owner, Architect and Contractor. C. Fire -Rated Openings: Provide hardware for fire -rated openings in compliance with NFPA Standard No. 80 and local building code requirements. Provide only hardware which has been tested and listed by UL or FM for types and sizes of doors required and complies with requirements of door and door frame labels. 1.3 SUBMITTALS: A. Product Data: Submit manufacturers technical product data for each item of hardware in accordance with Division-1 section "Submittals". Include whatever information may be necessary to show compliance with requirements, and include instructions for installation and for maintenance of operating parts and finishes. B. Hardware Schedule: Submit final hardware schedule in manner indicated below. Coordinate hardware with doors, frames and related work to ensure proper size, thickness, hand, function and finish of hardware. 1. Final Hardware Schedule Content: Based on finish hardware indicated, organize hardware schedule into "hardware sets" indicating complete designations of every item required for each door or opening. 1.4 PRODUCT HANDLING: A. Tag each item or package separately, with identification related to final hardware schedule, and FINISH HARDWARE 08710 -1 0605-2 include basic installation instructions with each item or package. B. Packaging of hardware is responsibility of supplier. As material is received by hardware supplier from various manufacturers, sort and repackage in containers clearly marked with appropriate hardware set number to match set numbers of approved hardware schedule. Two or more identical sets may be packaged in same container. C. Inventory hardware jointly with representatives of hardware supplier and hardware installer until each is satisfied that count is correct. D. Deliver individually packaged hardware items at the proper times to the proper locations (shop or project site) for installation. E. Provide secure lock -up for hardware delivered to the project, but not yet installed. Control handling and installation of hardware items which are not immediately replaceable, so that completion of the work will not be delayed by hardware losses, both before and after installation. PART2-PRODUCTS 2.0 MATERIALS AND FABRICATION. - A. General: 1. Hand of door: Drawings show direction of slide, swing or hand of each door leaf. Furnish each item of hardware for proper installation and operation of door movement as shown. 2. Fasteners: Provide hardware manufactured to conform to published templates, generally prepared for machine screw installation. Do not provide hardware which has been prepared for self -tapping sheet metal screws, except as specifically indicated. 3. Furnish screws for installation, with each hardware item. Provide Phillips flat -head screws except as otherwise indicated. Finish exposed (exposed under any condition) screws to match hardware finish or, if exposed in surfaces of other work, to match finish of such other work as closely as possible, including "prepared for paint" in surfaces to receive painted finish. 4. Provide concealed fasteners for hardware units which are exposed when door is closed, except to extent no standard units of type specified are available with concealed fasteners. Do not use thru-bolts for installation where bolt head or nut on opposite face is exposed in other work, except where it is not feasible to adequately reinforce the work. In such cases, provide sleeves for each thru-bolt or use sex screw fasteners. 5. Tools and Maintenance Instructions for Maintenance: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of finish hardware. PART 3 - EXECUTION 3.0 INSTALLATION: A. Mount Hardware units at heights indicated in 'Recommended Locations for Builders Hardware for Standard Steel Doors and Frames" by the Door and Hardware Institute, except as specifically indicated or required to comply with governing regulations, and except as may be otherwise directed by Architect. 08710 - 2 FINISH HARDWARE 0605-2 B. Install each hardware item in compliance with the manufacturer's instructions and recommendations. Wherever cutting and fitting is required to install hardware onto or into surfaces which are later to be painted or finished in another way, coordinate removal, storage and reinstallation or application of surface protections with finishing work specified in the Division-9 sections. Do not install surface - mounted items until finishes have been completed on the substrate. C. Set units level, plumb and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. D. Drill and countersink units which are not factory -prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards. E. Set thresholds for exterior doors in full bed of butyl -rubber or polyisobutylene mastic sealant. 3.1 ADJUST AND CLEAN: A. Adjust and check each operating item of hardware and each door, to ensure proper operation or function of every unit. Replace units which cannot be adjusted to operate freely and smoothly as intended for the application made. B. Clean adjacent surfaces soiled by hardware installation. C. Final Adjustment: Wherever hardware installation is made more than one month prior to acceptance or occupancy of a space or area, return to the work during the week prior to acceptance or occupancy, and make final check and adjustment of all hardware items in such space or area. Clean operating items as necessary to restore proper function and finish of hardware and doors. Adjust door control devices to compensate for final operation of heating and ventilating equipment. D. Instruct Owner's Personnel in proper adjustment and maintenance of hardware and hardware finishes, during the final adjustment of hardware. 3.2 HARDWARE SCHEDULE WHEN NOTED BELOW "SARGENT' PRODUCTS SHALL BE USED WITHOUT SUBSTITUTION. HW — 1 OPG NO.02 Exterior From Activity Room OPG NO. 04 Exterior From Track and Softball Locker Rooms OPG NO. 04A Exterior From Coaches' Offices Each to Have: 1 ea. Pemko Cont. Hinge CFM83SLFHD 628 1 ea. Sargent Exit Devices 16 — 8804 PTB 630 1 ea. LCN Closer 4041 x TB 689 1 ea. Rockwood Kickplate 10" x 12" LDW 630 1 ea. Rockwood Stop 481 626 1 set Pemko Threshold 170A 719 1 ea. Pemko Door Bottom 315 CN 628 1 set Pemko W/S 316AS 719 FINISH HARDWARE 08710 - 3 0605-2 HW — 2 OPG NO.03 Exterior From Activity Room Each Pr. To Have: 1 ea. Pemko Cont. Hinges CFM835LFHD 628 1 ea. Sargent Exit Device 16 — 8804 PTB 630 1 ea. Sargent Steel Removable Mullion Field Painted 1 ea. LCN Closers 4041 x TB 689 1 ea. Rockwood Stop 481 630 1 ea. Rockwood Kickplate 10 x 2 LDW 630 1 set Pemko Threshold 170A 719 1 set Pemko Door Bottom 315 CN 628 1 set Pemko W/S 316AS 719 HW — 3 OPG NO. 1A Track and Softball Locker Rooms from Hallway From Toilet Each Door to Have: 3 ea. McKinney Hinges TA2714 4.5 x 4.5 652 1 ea. Sargent Privacy 8265 LW1 L 630 1 ea. LCN Closers 4041 — Cush x TB 689 1 ea. Rockwood Kickplate 10" x 2" LDW 630 3 ea. Trimco Silencers 1229A Gray HW — 4 OPG NO.02 Activity Room from Janitor Each Door to Have: 3 ea. McKinney Hinges TA2714 4.5 x 4.5 652 1 ea. Sargent Lock 8204 LW1 L 630 1 ea. LCN Closers 4041 — Cush x TB 689 1 ea. Rockwood Kickplate 10" x 2" LDW 630 3 ea. Trimco Silencers 1229A Gray HW — 5 OPG NO. 1A Lockers to Vestibule OPG NO. 1A Vestibule to Activity Room Each Door to Have: 4 ea. McKinney Hinges TA2714 4.5 x 4.5 652 1 ea. Sargent Lock 8237 LW1 L 630 1 ea. LCN Closers 4041 — Cush x TB 689 1 ea. Rockwood Stop 409 630 1 ea. Rockwood Stop/Holder 494 626 1 ea. Rockwood Kickplate 10" x 2" LDW 630 3 ea. Trimco Silencers 1229A Gray I- HW — 6 OPG NO.02 Coaches Storage from Coaches Offices I OPG NO. 1 A Storage from Track and Softball Locker Rooms Each Door to Have: 3 ea. McKinney Hinges T4A3786 4.5 x 4.5 652 i 08710 - 4 FINISH HARDWARE 0605-2 1 ea. Sargent Lock 8204 LW1 L 630 1 ea. Glynn/Johnson O/H Stop GJ90 x TB 689 3 ea. Trimco Silencers 1229A Gray HW-7 - All Doors shall be equipped with a Sargent Cylinder, Keyed to the Owner's system. END OF SECTION 08710 FINISH HARDWARE 08710 - 5 0605-2 SECTION 09301 -TILE PART 1-GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.1 SUMMARY A. This Section includes the following: 1. Interior Floor Quarry Tile Base B. Related Sections: The following sections contain requirements that relate to this Section: 1. Division 3 Section "Concrete Work" for monolithic slab finishes specified for tile substrates. 2. Division 7 Section "Joint Sealers" for sealing of expansion, contraction, control, and isolation joints in tile surfaces. 1.2 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data for each type of product specified. C. Shop drawings indicating tile patterns and locations and widths of expansion, contraction, control, and isolation joints in tile substrates and finished tile surfaces. D. Samples for initial selection purposes in form of manufacturer's color charts consisting of actual tiles or sections of tile showing full range of colors, textures, and patterns available for each type and composition of tile indicated. Include samples of grout and accessories involving color selection. 1.3 QUALITY ASSURANCE A. Single -Source Responsibility for Tile: Obtain each color, grade, finish, type, composition, and variety of tile from a single source with resources to provide products of consistent quality in appearance and physical properties without delaying progress of the Work. B. Single -Source Responsibility for Setting and Grouting Materials: Obtain ingredients of a uniform quality from one manufacturer for each cementitious and admixture component and from one source or producer for each aggregate. C. Installer Qualifications: Engage an experienced Installer who has successfully completed the installations similar in material, design, and extent to that indicated for Project. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until TILE 09301 - 1 0605-2 time of use. Comply with requirement of ANSI A137.1 for labeling sealed the packages. B. Prevent damage or contamination to materials by water, freezing, foreign matter, and other causes. C. Handle tile with temporary protective coating on exposed surfaces to prevent coated surfaces from contacting backs or edges of other units. If despite these precautions coating does contact bonding surfaces of tile, remove coating from bonding surfaces before setting tile. 1.5 PROJECT CONDITIONS A. Maintain environmental conditions and protect work during and after installation to comply with referenced standards and manufacturer's printed recommendations. B. Vent temporary heaters to exterior to prevent damage to tile work from carbon dioxide buildup. C. Maintain temperatures at 50 deg F (10 deg C) or more in tiled areas during installation and for 7 days after completion, unless higher temperatures are required by referenced installation standard or manufacturer's instructions. 1.6 EXTRA MATERIALS A. Deliver extra materials to Owner. Furnish extra materials that match products installed as described below, packaged with protective covering for storage and identified with labels clearly describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 3 percent of amount installed, for each type, composition, color, pattern, and size. PART 2-PRODUCTS 2.0 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Quarry Tile Base a. Daltile b. Metropolitan C. American Olean i 2. Latex -Emulsion -Based Latex -Portland Cement Mortars: a. American Olean Tile Co., Inc. b. Bostik Construction Products Div. C. DAP Inc. Div.; USG Corp. d. L & M Mfg. Inc. e. Summitville Tiles, Inc. f. Laticrete International, Inc. 3. Acrylic Emulsions for Latex -Portland Cement Grouts: 09301 - 2 TILE 0605-2 a. American Olean Tile Co., Inc. b. Bostik Construction Products Div. C. DAP Inc. Div.; USG Corp. d. L & M Mfg. Inc. e. Summitville Tiles, Inc. f. Laricrete International, Inc. 4. Organic Adhesives, Type I a. American Olean Tile Co., Inc. b. Boiardi Products, Corp. C. Custom Building Products d. DAP, Inc. Div. USG Corp. e. Laticrete International, Inc. 2.1 PRODUCTS, GENERAL A. ANSI Standard for Ceramic Tile: Comply with ANSI A137.1 "American National Standard Specifications for Ceramic Tile" for types, compositions, and grades of tile indicated. 1. Furnish tile complying with "Standard Grade" requirements unless otherwise indicated. B. Colors, Textures, and Patterns: Where manufacturer's standard products are indicated for tile, grout, and other products requiring selection of colors, surface textures, patterns, and other appearance characteristics, provide specific products or materials compling with the following requirements: 1. Provide selections from manufacturer's full range of standard colors, textures, and patterns for products of type indicated. C. Factory Blending: For tile exhibiting color variations within the ranges selected during sample submittals, blend tile in factory and package accordingly so that tile units taken from one package show the same range in colors as those taken from other packages and match approved samples. D. Mounting: Where factory -mounted tile is required, provide back- or edge -mounted the assemblies as standard with manufacturer unless another mounting method is indicated. E. Factory -Applied Temporary Protective Coating: Where indicated under tile type, protect exposed surfaces of tile against adherence of mortar and grout by precoating them with a continuous film of petroleum paraffin wax, applied hot. Do not coat unexposed tile surfaces. 2.2 SETTING MATERIALS A. Latex -Portland Cement Mortar: ANSI A118.4, composition as follows: 1. Latex additive (water emulsion) of type described below, serving as replacement for part or all of gauging water, combined at job site with prepackaged dry mortar mix supplied or specified by latex additive manufacturer. a. Latex Type: Manufacturer's standard. 2.3 GROUTING MATERIALS TILE 09301 - 3 0605-2 A. Latex -Portland Cement Grout: ANSI A118.6, color as selected from all available colors, composition as follows: Latex additive (water emulsion) serving as replacement for part or all of gauging water, added at job site with dry grout mixture, with type of latex and dry grout mix as follows: a. Latex Type: Manufacturer's standard. b. Dry Grout Mixture: Dry -set grout specified or supplied by latex additive manufacturer. Use latex additive without retarder with dry -set grout. C. Color will be as selected by Architect. B. Grout for Tile Base shall have acid resistant additive as recommended by tile manufacturer. 2.4 MISCELLANEOUS MATERIALS A. Temporary Protective Coating: Provide product indicated below that is formulated to protect exposed surfaces of tile against adherence of mortar and grout, is compatible with tile and mortar/grout products, and is easily removable after grouting is completed without damaging grout or tile. Petroleum paraffin wax, fully refined, tasteless, odorless, containing at least 0.5 percent oil with a melting point of 120 deg F (49 deg C) to 140 deg F (60 deg C) per ASTM D 87. Grout release in form of manufacturer's standard proprietary liquid coating that is specially formulated and recommended for use as a temporary protective coating for tile. 2.5 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with requirements of referenced standards and manufacturers including those for accurate proportioning of materials, water, or additive content; type of mixing equipment, selection of mixer speeds, mixing containers, mixing time, and other procedures needed to produce mortars and grouts of uniform quality with optimum performance characteristics for application indicated. PART 3 - EXECUTION 3.0 EXAMINATION A. Examine substrates and areas where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. 1. Verify that substrates for setting tile are firm, dry, clean, and free from oil or waxy films and curing compounds. 2. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed before installing tile. B. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.1 INSTALLATION, GENERAL A. ANSI Tile Installation Standard: Comply with parts of ANSI 108 series of the installation standards included under "American National Standard Specifications for the Installation of Ceramic Tile" that 09301 - 4 TILE 0605-2 apply to type of setting and grouting materials and methods indicated. B. TCA Installation Guidelines: TCA "Handbook for Ceramic Tile Installation"; comply with TCA installation methods indicated. C. Extend tile work into recesses and behind equipment and fixtures to form a complete continuous installation without interruptions except as otherwise shown. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. D. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so that plates, collars, or covers overlap tile. E. Jointing Pattern: Unless otherwise shown, lay tile in running bond pattern. Lay out tile base work and center tile base fields in both directions in each space or on each wall area. Adjust to minimize tile base cutting. Provide uniform joint widths unless otherwise shown. F. Expansion Joints: Locate expansion joints and other sealant -filled joints, including control, contraction, and isolation joints, where indicated or required during installation of setting materials, mortar beds, and tile. Do not saw cut joints after installation of tiles. 3.2 CLEANING AND PROTECTION A. Cleaning: Upon completion of placement and grouting, clean all tile base surfaces so they are free of foreign matter. 1. Remove latex-portland cement grout residue from tile bases as soon as possible. 2. Unglazed tile bases may be cleaned with acid solutions only when permitted by tile and grout manufacturer's printed instructions, but no sooner than 14 days after installation. Protect metal surfaces, cast iron, and vitreous plumbing fixtures from effects of acid cleaning. Flush surface with clean water before and after cleaning. B. Finished Tile Work: Leave finished installation clean and free of cracked, chipped, broken, unbonded, and otherwise defective tile work. C. Provide final protection and maintain conditions in a manner acceptable to manufacturer and installer that ensures that the is without damage or deterioration at time of Substantial Completion. 1. When recommended by tile manufacturer, apply a protective coat of neutral protective cleaner to completed tile walls and floors. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. 2. Prohibit foot and wheel traffic from tiled floors for at least 7 days after grouting is completed. D. Before final inspection, remove protective coverings and rinse neutral cleaner from tile surfaces. END OF SECTION 09301 TILE 09301 - 5 0605-2 SECTION 09511 - ACOUSTICAL CEILINGS PART 1 - GENERAL 1.0 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.1 SUMMARY: A. Extent of each type of acoustical ceiling is shown and scheduled on drawings. B. Types of acoustical ceilings specified in this section include the following: 1. Acoustical panel ceilings, exposed suspension. 1.2 SUBMITTALS: A. Product Data: Submit manufacturer's technical data for each type of acoustical ceiling unit and suspension system required. B. Samples for Verification Purposes: Submit the following: 1. 6" square samples of each acoustical panel type, pattern and color. C. Certificates: Submit certificates from manufacturers of acoustical ceiling units and suspension systems attesting that their products comply with specification requirements. 1.3 QUALITY ASSURANCE: A. Coordination of Work: Coordinate layout and installation of acoustical ceiling units and suspension system components with other work supported by, or penetrating through, ceilings, including light fixtures, HVAC equipment, fire -suppression system components (if any), and partition system (if any). 1.4 DELIVERY, STORAGE AND HANDLING: A. Deliver acoustical ceiling units to project site in original, unopened packages and store them in a fully enclosed space where they will be protected against damage from moisture, direct sunlight, surface contamination or other causes. B. Before installing acoustical ceiling units, permit them to reach room temperature and a stabilized moisture content. C. Handle acoustical ceiling units carefully to avoid chipping edges or damaging units in any way. ACOUSTICAL CEILINGS 09511 -1 0605-2 1.5 PROJECT CONDITIONS: A. Space Enclosure: Do not install interior acoustical ceilings until space is enclosed and weatherproof, wet -work in space is completed and nominally dry, work above ceilings is complete, and ambient conditions of temperature and humidity will be continuously maintained at values near those indicated for final occupancy. 1.6 EXTRA MATERIALS: A. Deliver extra materials to Owner. Fumish extra materials described below matching products installed, packaged with protective covering for storage and identified with appropriate labels. 1. Acoustical Ceiling Units: Fumish quantity of full size units equal to 2.0% of amount installed. 2. Exposed Suspension System Components: Fumish quantity of each exposed component equal to 2.0% of amount installed. PART 2-PRODUCTS 2.0 ACOUSTICAL PANELS: A. Type 1 Acoustic Panels shall be equal to Auratone with square edges- 12ft. x 4 ft. x 5/8 inch - "Fissured" in white. B. Type 2 Acoustic Panels shall be equal to USG Clean Room Climaplus Vinyl Panel- 2ft. x 4ft. x '/z inch. 2.1 METAL SUSPENSION SYSTEMS, GENERAL: A. Standard for Metal Suspension Systems: Provide metal suspension systems of type, structural classification and finish indicated which comply with applicable ASTM C 635 requirements. B. Finishes and Colors: Provide manufacturer's standard factory- applied finish; white. C. Attachment Devices: Size for 5 times design load indicated in ASTM C 635, Table 1, Direct Hung. D. Hanger Wire: Galvanized carbon steel wire, ASTM A 641, soft temper, prestretched, Class 1 coating, sized so that stress at 3- times hanger design load (ASTM C 635, Table 1, Direct Hung), will be less than yield stress of wire, but provide not less than 12 gage. E. Edge Moldings and Trim: Metal or extruded plastic of types and profiles indicated or, if not indicated, provide manufacturer's standard molding for edges and penetrations of ceiling which fits with type of edge detail and suspension system indicated. F. Hold -Down Clips for Non -Fire -Rated Ceilings: For interior ceilings composed of lay -in panels weighing less than 1 lb. per sq. ft., provide hold-down clips spaced Z-0" o.c. on all cross tees. 09511 - 2 ACOUSTICAL CEILINGS 0605-2 G. Impact Retention Clips: Provide manufacturer's standard impact clip system design to absorb impact forces against lay -in panels for Type 11 acoustical panel installation. 2.2 EXPOSED METAL DIRECT -HUNG SUSPENSION SYSTEMS: A. Wide -Face Capped Double -Web Steel Suspension System shall be equal to USG Donn DX Main and Cross - runners roll from pre -painted or electrolytic zinc -coated cold rolled steel sheet, with refinished 15/16 inch wide metal caps on flanges. Use with Type I acoustical panels. Color shall be white. B. Non -Fire -Resistance -Rated Double Web Steel Suspension System: Manufacturer's standard system roll -formed double webb, painted, hot dipped galvanized steel tee from prefinished -° cold -painted aluminum cap. Suspension system shall be equal to DONN "ZXLA" environmental suspension system. Use with Type 3 acoustical panels. PART 3 - EXECUTION 3.0 PREPARATION: A. Coordination: Furnish layouts for inserts, clips, or other supports required to be installed by other trades for support of acoustical ceilings. 1. Furnish concrete inserts and similar devices to other trades for installation well in advance of time needed for coordination of other work. B. Measure each ceiling area and establish layout of acoustical units to comply with reflected ceiling plans and to balance border widths at opposite edges of each ceiling unless otherwise shown. Avoid use of less -than -half width units at borders unless approved by Architect. 3.1 INSTALLATION: A. General: Install materials in accordance with manufacturer's printed instructions, and to comply with governing regulations, fire -resistance rating requirements as indicated, and CISCA standards applicable to work. B. Arrange acoustical units and orient directionally -patterned units (if any) in manner shown by reflected ceiling plans. 1. Install the with pattern running in one direction. 2. If any acoustical panel is required to be cut so it will fit in the required opening. C. Install suspension systems to comply with ASTM C 636, with hangers supported only from building structural members. Locate hangers not less than 6" from each end and spaced 4'-0" along each carrying channel or direct -hung runner, unless otherwise indicated, leveling to tolerance of 1 /8" in 12'-0". 1. Secure wire hangers by looping and wire -tying, either directly to structures or to inserts, eye -screws, or other devices which are secure and appropriate for substrate, and which will not deteriorate or fail with age or elevated temperatures. ACOUSTICAL CEILINGS 09511 -3 0605-2 2. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum which are not part of supporting structural or ceiling suspension system. Splay hangers only where required to miss obstructions and offset resulting horizontal force by bracing, countersplaying or other equally effective means. D. Install edge moldings of type indicated at perimeter of acoustical ceiling area and at locations where necessary to conceal edges of acoustical units. 1. Sealant Bed: Apply continuous ribbon of acoustical sealant, concealed on back of ' vertical leg before installing moldings. 2. Screw -attach moldings to substrate at intervals not over 16" o.c. and not more than 3" from ends, leveling with ceiling suspension system to tolerance of 1/8" in 12'-0". Miter corners accurately and connect securely. E. Install acoustical panels in coordination with suspension system, with edges concealed by support of suspension members. Scribe and cut panels to fit accurately at borders and at penetrations. 1. Install hold-down clips in areas indicated, and in areas where required by governing regulations or for fire -resistance ratings; space as recommended by panel manufacturer, unless otherwise indicated or required. 3.2 CLEANING: A. Clean exposed surfaces of acoustical ceilings, including trim, edge moldings, and suspension members; comply with manufacturer's instructions for cleaning and touch-up of minor finish damage. Remove and replace work that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. END OF SECTION 09511 09511 - 4 ACOUSTICAL CEILINGS 0605-2 SECTION 09650 - RESILIENT FLOORING PART 1 - GENERAL 1.0 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.1 DESCRIPTION OF WORK: A. Extent and patterns of resilient flooring and accessories is shown on Drawings and in schedules. 1.2 QUALITY ASSURANCE: A. Manufacturer: Provide each type of resilient flooring and accessories as produced by a single manufacturer, including recommended primers, adhesives, sealants, and leveling compounds. B. Installer's Qualifications: Engage Installer who is certified in writing by resilient flooring manufacturer as qualified for installation of sheet vinyl employing heat welded seams. 1.3 SUBMITTALS: A. Product Data: Submit manufacturer's technical data for each type of resilient flooring and accessory. B. Samples for Initial Selection Purposes: Submit manufacturer's standard color charts in form of actual sections of resilient flooring, including accessories, showing full range of colors and patterns available, for each type of resilient flooring required. C. Maintenance Instructions: Submit 2 copies of manufacturer's recommended maintenance practices for each type of resilient flooring and accessory required. 1.4 PROJECT CONDITIONS: A. Maintain minimum temperature of 65 degrees F (18 degrees C) in spaces to receive resilient flooring for at least 48 hours prior to installation, during installation, and for not less than 48 hours after installation. Store resilient flooring materials in spaces where they will be installed for at least 48 hours before beginning installation. Subsequently, maintain minimum temperature of 55 degrees F (13 degrees C) in areas where work is completed. B. Install resilient flooring and accessories after other finishing operations, including painting, have been completed. Do not install resilient flooring over concrete slabs until the latter have been cured and are sufficiently dry to achieve bond with adhesive as determined by resilient flooring manufacturer's recommended bond and moisture test. PART2-PRODUCTS 2.0 ACCEPTABLE MANUFACTURERS: A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering RESILIENT FLOORING 09650 -1 0605-2 products which may be incorporated in the work include, but are not limited to, the following: 1. Manufacturers of Rubber Wall Base: a. Roppe (Group I,II,III,and IX colors) b. Johnsonite (Color match and additional colors) 2.1 ACCESSORIES: A. Rubber Wall Base: Provide rubber base complying with FS SS-W-40, Type 11, with matching end stops and preformed or molded corner units, 4 inches high, from all colors. Use premolded corners. Units to be cove, set -on type. B. Adhesives (Cements): Waterproof; stabilized type as recommended by flooring manufacturer to suit material and substrate conditions. PART 3 - EXECUTION 3.0 INSPECTION: A. Require Installer to inspect surfaces to determine that they are satisfactory. A satisfactory surface is defined as one that is smooth and free from cracks, holes, ridges, coatings preventing adhesive bond, and other defects impairing performance or appearance, and does not vary from level more than 1 /8" in 10 feet. B. Perform bond and moisture tests on concrete subfloors to determine if surfaces are sufficiently cured and dry as well as to ascertain presence of curing compounds. C. Do not allow resilient flooring work to proceed until all surfaces are satisfactory. 3.1 PREPARATION: A. Prepare surfaces as follows: 1. Use leveling and patching compounds as recommended by manufacturer for filling small cracks, holes and depressions in surfaces. 2. Remove coatings from surfaces that would prevent adhesive bond, including curing compounds incompatible with adhesives, paint, oils, waxes and sealers. B. Broom clean or vacuum surfaces to be covered, and inspect surfaces. 3.2 INSTALLATION OF ACCESSORIES: A. Apply wall base to walls, columns, pilasters, casework and other permanent fixtures in rooms or areas where base is required, utilizing methods recommended by manufacturer. Install base 09650 - 2 RESILIENT FLOORING 0605-2 in lengths as long as practicable, with preformed corner units, or fabricated from base materials with mitered or coped inside comers. Tightly bond base to substrate throughout length of each piece, with continuous contact at horizontal and vertical surfaces. Cut/trim wall base to fit profile/contours of adjacent construction. 1. On masonry surfaces, or other similar irregular substrates, fill voids along top edge of resilient wall base with manufacturer's recommended adhesive filler material. 3.5 CLEANING AND PROTECTION: A. Perform following operations immediately upon completion of resilient flooring: 1. Sweep or vacuum floor thoroughly. 2. Do not wash floor until time period recommended by resilient base manufacturer has elapsed to allow resilient base to become well -sealed in adhesive. 3. Damp -mop base being careful to remove black marks and excessive soil. 4. Remove any excess adhesive or other surface blemishes, using appropriate cleaner recommended by resilient flooring manufacturers. B. Protect resilient base against damage during construction period to comply with resilient base manufacturer's directions. 3.6 EXTRA STOCK: A. Deliver stock of maintenance materials to Owner. Furnish maintenance materials from same manufactured lot as materials installed and enclosed in protective packaging with appropriate identifying labels. 1. Rubber wall base: Furnish not less than ten lineal feet of each two hundred lineal feet or faction thereof, for each type, color, pattern, and size installed. END OF SECTION 09650 RESILIENT FLOORING 09650 - 3 0605-2 SECTION 09900 - PAINTING PART 1-GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to this section. 1.1 SUMMARY A. This Section includes surface preparation, painting, and finishing of exposed interior and exterior items and surfaces. 1. Surface preparation, priming, and finish coats specified in this section are in addition to shop priming and surface treatment specified under other sections. B. Paint exposed surfaces whether or not colors are designated in "schedules," except where a surface or material is specifically indicated not to be painted or is to remain natural. Where an item or surface is not specifically mentioned, paint the same as similar adjacent materials or surfaces. If color or finish is not designated, the Architect will select from standard colors or finishes available. 1. Painting includes field painting exposed bare and covered pipes and ducts (including color -coding), hangers, exposed steel and iron work, and primed metal surfaces of mechanical and electrical equipment. C. Painting is not required on prefinished items, finished metal surfaces, concealed surfaces, operating parts, and labels. 1. Concealed surfaces not to be painted unless noted otherwise include wall or ceiling surfaces in the following generally inaccessible areas: a. Foundation spaces. b. Furred areas. C. Utility tunnels. d. Pipe spaces. e. Duct shafts. 2. Finished metal surfaces not to be painted include: a. Anodized aluminum. b. Stainless steel. C. Chromium plate. d. Copper. e. Bronze. f. Brass. g. Prefinished metal grating panels 3. Operating parts not to be painted include moving parts of operating equipment such as the following: a. Valve and damper operators. b. Linkages. PAINTING 09900 - 1 0605-2 C. Sensing devices. d. Motor and fan shafts. 4. Labels: Do not paint over Underwriter's Laboratories, Factory Mutual or other code - required labels or equipment name, identification, performance rating, or nomenclature plates. D. Related Sections: The following sections contain requirements that relate to this section: 1. Division 5 Section "Steel" for shop priming steel. 2. Division 5 Section "Metal Fabrications" for shop priming ferrous metal. 3. Division 8 Section "Steel Doors and Frames" for shop priming ferrous metal used in doors and frames fabrication. 1.2 SUBMITTALS A. Product Data: Manufacturer's technical information, label analysis, and application instructions for each material proposed for use. 1. List each material and cross-reference the specific coating and finish system and application. Identify each material by the manufacturer's catalog number and general classification. B. Samples for initial color selection in the form of manufacturer's color charts. C. Samples for verification purposes: Provide samples of each color and material to be applied, with texture to simulate actual conditions, on representative samples of the actual substrate. Define each separate coat, including block fillers and primers. Use representative colors when preparing samples for review. Resubmit until required sheen, color, and texture are achieved. 1.3 QUALITY ASSURANCE A. Single -Source Responsibility: Provide primers and undercoat paint produced by the same manufacturer as the finish coats. B. Coordination of Work: Review other sections in which primers are provided to ensure compatibility of the total systems for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. 1. Notify the Architect of problems anticipated using the materials specified. C. Material Quality: Provide the manufacturer's best quality trade sale paint material of the various coating types specified. Paint material containers not displaying manufacturer's product identification will not be acceptable. 1. Proprietary names used to designate colors or materials are not intended to imply that products named are required or to exclude equal products of other manufacturers. 1.4 DELIVERY, STORAGE, AND HANDLING 09900 - 2 PAINTING 0605-2 A. Deliver materials to the job site in the manufacturer's original, unopened packages and containers bearing manufacturer's name and label and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. 4. Thinning instructions. 5. Application instructions. 6. Color name and number. B. Store materials not in use in tightly covered containers in a well -ventilated area at a minimum ambient temperature of 45 deg F (7 deg C) or as recommended by the manufacturer. Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and application. 1.5 JOB CONDITIONS A. Apply water -based paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 50 deg F (10 deg C) and 90 deg F (32 deg C) or as recommended by the manufacturer. B. Apply solvent -thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 deg F (7 deg C) and 95 deg F (35 deg C) or as recommended by the manufacturer. C. Do not apply paint in snow, rain, fog, or mist, when the relative humidity exceeds 85 percent, at temperatures less than 5 deg F (3 deg C) above the dew point, or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by the manufacturer during application and drying periods. 2. DO NOT apply paint when weather forecasts predict the potential for wind blown dust/dirt during the time required to apply paint and required time for applied paint to fully cure. PART 2 - PRODUCTS 2.0 Schedule of Coatings A. Concrete and Concrete Masonry Units: (Water based epoxy over a 100% Acrylic Block Filler) PAINTING 09900 - 3 0605-2 1. Primer: Heavy Duty Block Filler equal to Sherwin Williams B42W46. 2. Intermediate Coat: Water Based Catalyzed epoxy applied at a spreading rate recommended by the manufacturer to achieve a dry film thickness of 2.5 to 4.0 mils DFT equal to Sherwin Williams Epoxy B70. 3. Topcoat: Water Based Catalyzed epoxy applied at a spreading rate recommended by the manufacturer to achieve a dry film thickness of 2.5 to 4.0 mils DFT equal to Sherwin Williams Epoxy B70. B. Interior Ferrous And Galvanized Steel: 1. Primer: Water Based Catalyzed Epoxy primer/sealer applied at spreading rate recommended by the manufacturer equal to Sherwin Williams Heavy Duty Epoxy B70 (3.0 to 5.0 mils DFT). 2. Intermediate Coat: Water Based Catalyzed Epoxy applied at a spreading rate recommended by the manufacturer to achieve a dry film thickness of 2.5 to 3.0 mils DFT equal to Sherwin Williams Epoxy B70. 3. Topcoat: Water Based Catalyzed Epoxy applied at a spreading rate recommended by the manufacturer to achieve a dry film thickness of 2.5 to 3.0 mils DFT equal to Sherwin Williams Epoxy B70. C. Exterior Ferrous And Galvanized Steel: 1. Primer: Expoxy primer/sealer applied at spreading rate recommended by the manufacturer equal to Sherwin Williams Heavy Duty Epoxy B67W300 Seriers. 2. Intermediate Coat: Epoxy applied at a spreading rate recommended by the manufacturer to achieve a dry film thickness of 3.0 to 8.0 mils equal to Sherwin Williams Heavy Duty Epoxy B67W300 series. 3. Topcoat: Semigloss, aliphaticpolyurethane enamel applied at a spreading rate recommended by manufacturers to achieve a dry film thickness of 2.0 to 4.0 mils equal to Sherwin Williams Corothane 11 Low VOC Satin Finish B65W200 Series. PART 3 - EXECUTION 3.0 EXAMINATION A. Examine substrates and conditions under which painting will be performed for compliance with requirements for application of paint. Do not begin paint application until unsatisfactory conditions have been corrected. 1. Start of painting will be construed as the Applicator's acceptance of surfaces And conditions within a particular area. 09900 - 4 PAINTING 0605-2 3.1 PREPARATION A. General Procedures: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items in place that are not to be painted, or provide surface -applied protection prior to surface preparation and painting. Remove these items if necessary for complete painting of the items and adjacent surfaces. Following completion of painting operations in each space or area, have items reinstalled by workers skilled in the trades involved. Clean surfaces before applying paint or surface treatments. Remove oil and grease prior to cleaning. Schedule cleaning and painting so that dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. B. Surface Preparation: Clean and prepare surfaces to be painted in accordance with the manufacturer's instructions for each particular substrate condition and as specified. Provide barrier coats over incompatible primers or remove and reprime. Notify Architect in writing of problems anticipated with using the specified finish -coat material with substrates primed by others. Cementitious Materials: Prepare concrete to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation. a. Use abrasive blast -cleaning methods if recommended by the paint manufacturer. b. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause blistering and burning of finish paint, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's printed directions. Ferrous Metals: Clean nongalvanized ferrous -metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with recommendations of the Steel Structures Painting Council. a. Touch up bare areas and shop -applied prime coats that have been damaged. Wire -brush, clean with solvents recommended by the paint manufacturer, and touch up with the same primer as the shop coat. 4. Galvanized Surfaces: Clean galvanized surfaces with non- petroleum -based solvents so that the surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. 3.2 APPLICATION A. Apply paint in accordance with manufacturer's directions. Use applicators and techniques PAINTING 09900 - 5 0605-2 best suited for substrate and type of material being applied. B. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. 1. Paint colors, surface treatments, and finishes are indicated in "schedules." 2. Provide finish coats that are compatible with primers used. 3. The number of coats and film thickness required is the same regardless of the application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. Sand between applications where sanding is required to produce an even smooth surface in accordance with the manufacturer's directions. 4. Apply additional coats when undercoats, stains, or other conditions show through final coat of paint until paint film is of uniform finish, color, and appearance. Give special attention to ensure that surfaces, including edges, corners, crevices, welds, and exposed fasteners, receive a dry film thickness equivalent to that of flat surfaces. 5. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures, grille covers, grilles, and similar components are in place. Extend coatings in these areas as required to maintain the system integrity and provide desired protection. 6. Paint surfaces behind movable equipment same as similar exposed surfaces. Paint surfaces behind permanently fixed equipment with prime coat only before final installation of equipment. 7. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. 8. Omit primer on metal surfaces that have been shop -primed and touch up painted. B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. Allow sufficient time between successive coats to permit proper drying. Do not recoat until paint has dried to where it feels firm, and does not deform or feel sticky under moderate thumb pressure and where application of another coat of paint does not cause lifting or loss of adhesion of the undercoat. C. Minimum Coating Thickness: Apply materials at not less than the manufacturer's recommended spreading rate. Provide a total dry film thickness of the entire system as recommended by the manufacturer. D. Prime Coats: Before application of finish coats, apply a prime coat of material as recommended by the manufacturer to material that is required to be painted or finished and has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to assure a finish coat with no burn through or other defects due to insufficient sealing. E. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling such as laps, irregularity in texture, skid marks, or other surface imperfections. 09900 - 6 PAINTING 0605-2 F. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not in compliance with specified requirements. 3.3 CLEANING A. Cleanup: At the end of each work day, remove empty cans, rags, rubbish, and other discarded paint materials from the site. B. Upon completion of painting, clean glass and paint -spattered surfaces. Remove spattered paint by washing and scraping, using care not to scratch or damage adjacent finished surfaces. 3.4 PROTECTION A. Protect work of other trades, whether to be painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as acceptable to Architect. B. Provide "wet paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others for protection of their work after completion of painting operations. 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. END OF SECTION 09900 PAINTING 09900 - 7 0605-2 SECTION 10160 - TOILET PARTITIONS PART 1 - GENERAL 1.0 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.1 SUMMARY: A. Extent of toilet partitions is indicated on drawings. B. Types of toilet compartments include: 1. Design — Overhead Braced, Floor Mounted. 2. High Density Polyethelene (HDPE) Partition 3. Note that layout, construction and operation shall conform to ADA and TAS Regulations where indicated or required. 1.2 SUBMITTALS: j A. Product Data: Submit manufacturers detailed technical data for materials, fabrication, and J installation, including catalog cuts of anchors, hardware, fastenings, and accessories. ''. B. Shop Drawings: Submit shop drawings for fabrication and erection of toilet partition assemblies not fully described by product drawings, templates, and instructions for installation of anchorage devices built into other work. C. Samples: Submit full range of color samples for each type of unit required. Submit 6" square samples of each color and finish on same substrate to be used in work, for color verification after selections have been made. 1.3 QUALITY ASSURANCE: A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication where possible, to ensure proper fitting of work. However, allow for adjustments within specified tolerances where ever taking field measurements before fabrication might delay work. B. Coordination: Furnish inserts and anchorages which must be built into other work for installation of toilet partitions and related work; coordinate delivery with other work to avoid delay. TOILET PARTITIONS 10160 - 1 0605-2 PART 2 - PRODUCTS 2.0 MANUFACTURERS: A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products which may be incorporated in the Work include, but are not limited to, the following, unless noted otherwise; 1. Accurate Partitions Div., United States Gypsum Co. 2. American Sanitary Partition Corp. 3. Global Steel Products Corp. 4. Sanymetal Products Co. 5. Weis-Robart Partitions, Inc. 2.1 MATERIALS: A. General: Provide materials which have been selected for surface flatness and smoothness. Exposed surfaces which exhibit pitting, seam marks, roller marks, stains, discolorations, telegraphing of core material, or other imperfections on finished units are not acceptable. B. All material shall be fabricated of High Density Solid Polyethylene Plastic (HDPE) and shall be non -absorbent, waterproof with a self lubricating surface which resists graffiti. 1. Pilasters (overhead -braced): 20 gage. one (1) inch thick 2. Pilasters (unbraced): one (1) inch thick 3. Panels and Screens: one (1) inch thick 4. Doors: one (1) inch thick C. Concealed Anchorage Reinforcement: Minimum 12-gage galvanized steel sheet. D. Concealed Tapping Reinforcement: Minimum 14-gage galvanized steel sheet. E. Brackets: Manufacturer's design for attaching panels to walls and pilasters, shall be full height, continuous brackets. F. Hardware and Accessories: Manufacturer's standard design, heavy- duty operating hardware and accessories of chromium -plated non-ferrous cast alloy ("Zamac") designed to comply with ADA and TAS Standards. In lieu of manufacturer's standard hinges, provide Model FS-902 continuous stainless steel hinges as manufactured by MARKAR Products, Inc. All toilet partition doors shall have ADA/ TAS compliant surface mounted latches and coat hook - bumpers. G. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel, chromium -plated steel, or brass finished to match hardware, with theft -resistant type heads and nuts. For concealed anchors, use hot -dip galvanized, cadmium -plated, or other rust - resistant protective -coated steel. H. All panels shall be attached to the wall with stainless steel "Double Ear' continuos wall 10160 - 2 TOILET PARTITIONS 0605-2 brackets. 2.2 FABRICATION: A. General: Furnish standard doors, unless otherwise indicated. Furnish units with cutouts, drilled holes, and internal reinforcement to receive partition -mounted hardware, accessories, as indicated. B. Door Dimensions: Unless otherwise indicated, furnish 24" wide inswinging doors for ordinary toilet stalls and 36" wide outswinging doors at ADA/TAS accessible stalls equipped for use by handicapped. 2.3 FINISHES: A. High Density Polyethelene (HDPE) Plastic 1. Colors: Two of manufacturer's standard colors in each room, as indicated or, if not indicated, as selected by Architect. PART 3 - EXECUTION 3.0 INSTALLATION: A. General: Comply with manufacturer's recommended procedures and installation sequence. B. Hang doors and adjust so that tops of doors are parallel with overhead -brace when doors are in closed position. 3.1 ADJUST AND CLEAN: A. Hardware Adjustment: Adjust and lubricate hardware for proper operation. Set hinges on inswing and outswinging doors to return to fully closed position. B. Clean exposed surfaces of partition systems using materials and methods recommended by manufacturer, and provide protection as necessary to prevent damage during remainder of construction period. END OF SECTION 10160 TOILET PARTITIONS 10160 - 3 0605-2 SECTION 10500 - METAL LOCKERS PART 1 - GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.1 SUMMARY A. This Section includes Plastic lockers and related equipment as indicated on drawings. B. Types of products in this section include the following: 1. Standard student lockers. a. Fifteen (15) inch x Fifteen (15) inch x Sixty (6) inch high double tier 1.2 SUBMITTALS A. Submit the following in accordance with Conditions of Contract and Division Specification sections. B. Product data and installation instructions for plastic locker units. C. Color Samples on squares of same metal to be used for fabrication of lockers. D. Shop Drawings that show metal lockers in dimensioned relation to adjacent surfaces. Show lockers in detail, method of installation, fillers, trim, base, and accessories. Include locker numbering sequence information. 1.3 QUALITY ASSURANCE A. Uniformity: Provide metal lockers that are standard products of single manufacturer, with interchangeable like parts. Include necessary mounting accessories, fittings, and fastenings. 1.4 JOB CONDITIONS A. Do not deliver metal lockers until building is enclosed and ready for locker installation. Protect from damage during delivery, handling, storage, and installation. PART 2-PRODUCTS 2.0 LOCKERS A. Manufacturer: Subject to compliance with requirements furnish lockers equal to: METAL LOCKERS 10500 - 1 0605-2 1. Republic Storage Systems - Heavy Duty Ventilated Lockers. B. Materials S 1. Sheet Steel: Mild cold -rolled and leveled furniture steel, free from buckle, scale, and u surface imperfections. d 2. Fasteners: Cadmium, zinc, or nickel -plated steel; exposed bolt heads, slotless type; self-locking nuts or lock washers for nuts on moving parts. 3. Equipment: Hooks and hang rods of cadmium -plated or zinc -plated steel. C. Fabrication, General 1. Construction: Fabricated lockers square, rigid, and without warp, with metal faces flat and free of dents or distortion. Make exposed metal edges safe to touch. Weld frame members together to form rigid, one-piece structure. Weld, bolt, or rivet other joints and connections. Grind exposed welds flush. Do not expose bolts or rivet heads on fronts of locker doors or frames. 2. Frames: Fabricate of 16-gage channels or 12-gage angles, minimum, with continuous stop/stike formed on vertical members. 3. Finishing: Chemically pretreat metal with degreasing and phosphatizing process. Apply baked -on enamel finish to all surfaces, exposed and concealed, except plates and nonferrous metal. i a. Color: Provide locker units in color(s) selected by Architect from the !� manufacturer's standard colors. Concealed parts shall be the same color. D. Locker Accessories H 1. Locking: Fabricate lockers to receive the following locking devices: a. Recessed handle shall accept regulation padlock. j 2. Equipment: Fumish each locker compartment with the following items, unless otherwise shown: a. Double -Tier Units: One hat/book shelf, one double -prong hook and not fewer than 2 single -prong wall hooks per compartment. 3. Number Plates: Manufacturer's standard etched, embossed, or stamped, nonferrous metal number plates with numerals not less than 3/8 inches high. Number lockers in sequence as directed by Architect. Attach plates to each locker door, near top, centered, with at least 2 fasteners of same finish as number plate. In general, each room shall have its own sequence. 4. Filler Panels: Provide filler panels where indicated, or as required, of not less than 18- gage steel sheet, factory fabricated and finished to match locker units. 10500 - 2 METAL LOCKERS 0605-2 3.0 EXECUTION A. Install lockers at the locations shown on the Drawings in accordance with the manufacture's instructions for plumb, level, ridged and flush installations. B. Anchor the units to the wall through the locker back and the floor using #8 pan head wood screws. Lockers are joined side by side with stainless steel sex bolts. There must be furring installed between any wall and the lockers. C. Attach number plates after lockers are in place. 3.1 WARRANTY A. Locker manufactures shall warranty the lockers for a period of 10 years against rust, delamination or breakage of any of the plastic components under normal use. 3.2 ADJUST AND CLEAN A. Adjust doors and latches to operate easily without binding. Verify that integral locking devices are operating properly. B. Touch up marred finishes, but replace units that cannot be restored to factory -finished appearance. Use only materials and procedures recommended or furnished by locker manufacturer. END OF SECTION 10500 METAL LOCKERS 10500 - 3 0605-2 SECTION 10800 -TOILET AND BATH ACCESSORIES PART 1 - GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.1 SUMMARY A. This Section includes the following toilet accessory items: 1. Electric Hand Dryers 2. Toilet tissue dispenser 3. ADA Toilet Paper Dispenser 4. Grab bars. 5. Stainless steel mirror units. 6. Shower Curtain Rods 7. Shower Curtains 8. ADA Shower Seating 9. Custodian Shelves 10. Waste Receptacles 11, Soap Dish 12. Soap Dispenser 1.2 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specifications Sections. B. Product Data for each toilet accessory item specified, including details of construction relative to materials, dimensions, gages, profiles, method of mounting, specified options, and finishes. C. Schedule: Indicating types, quantities, sizes, and installation locations (by room) for each toilet accessory item to be provided for project. D. Setting Drawings: Where cutouts are required in other work, provide templates, substrate preparation instructions, and directions for preparing cutouts and for installation of anchorage devices. 1.3 QUALITY ASSURANCE A. Inserts and Anchorages: Furnish inserts and anchoring devices that must be set in concrete or built into masonry; coordinate delivery with other work to avoid delay. 1.4 PROJECT CONDITIONS A. Coordination: Coordinate accessory locations, installation, and sequencing with other work to TOILET AND BATH ACCESSORIES 10800 - 1 0605-2 avoid interference and to assure proper installation, operation, adjustment, cleaning, and servicing of toilet accessory items. 1.5 WARRANTY A. Special Project Warranty: Provide manufacturer's written 5-year warranty against silver spoilage of mirrors, agreeing to replace any mirrors that develop visible defects within warranty period. PART 2-PRODUCTS 2.0 PRODUCTS A. Provide accessories equal to units as listed herein. 1. Electric Hand Dryers: Fastaire "Aire Towel Model #HDO3) as manufactured by Fastaire (858) 454-5548. No SUBSTITUTIONS (one (1) per restroom and/ or toilet) 2. Tissue Holder: Model #OFUX3 or #RD3-4 as manufactured by Vandal Stop Products @www.vspengineering.com (one (1) per water closet) 3. ADA Single Roll Tissue Holder: ASI 0263-1A (one (1) per ADA water closet) 4. Grab Bars: 1-1/2" stainless steel, 18 gauge with 1-1/4" clearance, as shown and in compliance with ADA requirements. 5. Mirrors: ASI 8026 Frameless Stainless Steel Mirror; sizes and locations as shown on the Drawings. 6. Shower Curtain Rods: ASI Model 1214 (one (1) per shower stall) 7. Shower Curtains and Hooks: ASI Model 1200-V curtain and Model 1200-SHU Hooks (one (1) curtain per shower stall plus hooks as required). 8. ADA Shower Seating: ASI Model 8206 (one(1) per ADA shower). 9. Custodial Shelf Unit: ASI 1308-4 (one (1) per Janitor Room). 10. Waste Receptacles: Rubbermaid Model 3964 "Plaza Container" 50 gallon unit with Model 3958 "Rigid Liner". Provide one (1) per restroom, locker room, and/ or toilet, two (two) per concession area, eight (8) to be located elsewhere in the work where directed by the architect. 11. Recessed Soap Dish and Bar: ASI Model 7410 WS (one (1) per shower stall). 12. Soap Dispenser: Model #SD-JLP or #SD-JST as manufactured by Vandal Stop Products @ www.vspengineering.com (one (1) per two lays or one (1) per toilet and one (1) per other sinks). PART 3 - EXECUTION 3.0 INSTALLATION A. Install toilet accessory units in accordance with manufacturers' instructions, using fasteners appropriate to substrate and recommended by manufacturer of unit. Install units plumb and level, firmly anchored in locations and at heights indicated. 10800 - 2 TOILET AND BATH ACCESSORIES 0605-2 B. Secure mirrors to walls in concealed, tamperproof manner with special hangers, toggle bolts, or screws. Set units plumb, level, and square at locations indicated, in accordance with manufacturer's instructions for type of substrate involved. 3.1 ADJUSTING AND CLEANING A. Adjust toilet accessories for proper operation and verify that mechanisms function smoothly. Replace damaged or defective items. B. Clean and polish all exposed surfaces in strict accordance with manufacturer's recommendations after removing temporary labels and protective coatings. END OF SECTION 10800 TOILET AND BATH ACCESSORIES 10800 - 3 0605-2 SECTION 10950 - MISCELLANEOUS SPECIALTIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.2 SUMMARY A. Provide and install miscellaneous specialties as indicated on the drawings. This Section includes: 1. Windscreen 2. Fence Guard 3. Pitching Rubbers 4. Flag Poles 5. Home Plate 6. 1st, 2"d, & 3`d Bases 7. Sporturf 8. Batting Cage Nets 9. Batting Cage Backdrop 10. Outfield Distance Markers 11. Weather Vanes 12. CMU Vent Louver 13, Copula Louvers 14. Benches 15. Picnic Tables 16. Trash Receptacles B. Related Sections: 1. 3300 CONCRETE WORK 2. 4200 UNIT MASONRY 3. 06100 ROUGH CARPENTRY 1.3 SUBMITTALS A. Product Data: Submit manufacturer's detailed technical data for materials, fabrication, and installation, including catalog cuts of anchors, hardware, fastenings, and accessories. B. Submit full range of color samples for each type of unit required. C. Submit 6 inch square samples of each color and finish on same substrate to be used in MISCELLANEOUS SPECIALTIES 10950 - 1 0605-2 Work, for color verification after selections have been made. 1.4 QUALITY ASSURANCE A. Source Quality Control: 1. Field Measurements: a. Take field measurements before preparation of shop drawings and fabrication, where possible, to ensure proper fitting of work. b. Allow for adjustments within specified tolerances where taking of field measurements before fabrication might delay work. C. Single Source Responsibility: Provide each type of miscellaneous specialty as a complete unit. Produce as single manufacturer, including all necessary mounting accessories, fittings, and fastenings. B. Coordination: Furnish inserts and anchorages which must be built into other Work for installation of related Work; coordinate delivery with other Work to avoid delay. PART 2-PRODUCTS 2.1 WINDSCREEN A. Provide an 70% windbreak windscreen equal to the "Vinyl -Coated Polyester #02950 (7ft. height) and #03115 (5 % ft. height) in colors as selected as supplied by Mid -America Sales Assoc. (800) 264-4519. B. Provide all required windscreen accessories including Self locking Tie Wraps, Steel S Hooks and Poly Twine. C. Provide approximately Thirty (30) linear feet of Windscreen attached to the outfield fence in fifteen (15) locations and approximately Fifty (50) linear feet of Windscreen attached to the Junior League outfield fence centered a line extended from home plate through the pitchers mount out to the center field fence. D. Provide approximately Twenty (20) feet of Windscreen in sixteen (16) locations attached to, the backstop fence where shown on the Drawing. E. Provide Windscreen on all Electric Transformer chainlink gates. 2.2 FENCE GUARD A. Provide a fence guard equal to "Original' #1923 Standard Fence Guard in four (4) different 10950 - 2 MISCELLANEOUS SPECIALTIES 0605-2 colors as selected from the manufacturer's standard colors plus all required fence guard ties as required as supplied by Mid -America Sales Assoc. (800) 264-4519. 2.3 PITCHING RUBBER A. Provide pitching rubbers equal to "RPP-PS Pitcher's Plate Pro Style (6"x6"x24")" (provide one (1) for the Junior Field plus four (4) for the Junior Field bull pens) and "RPP-YPS Youth Pro Style (4"x4"x18")" for the other Fifteen (15) fields per playing fields and thirty (30) for the other field's bull pens for a total of Fifty (50) complete units as supplied by Rodgers (800) 829-7311. 2.4 FLAGPOLES A. Provide one (1) 35 foot (exposed) high flagpoles equal to "Commercial Ground set Cone — Tapered Aluminum Flagpole" as manufactured by Concord Industries, Inc. per playing field for a total of sixteen (16) complete units. B. Provide manufacturer's standard Ground Mount for specified length plus manufacturer's standard ground set collar. D. Shaft finish shall be clear anodized aluminum and the Ball shall be gold anodized aluminum. E. Provide all required footing components for a complete installation. 2.5 HOMEPLATE A. Provide sixteen (16) Home plates equal to RHP-PS Pro Style- Removable with steel anchor and plug as supplied by Rodgers (800) 829-7311. B. Provide thirty-four (34) RHP-BP Bull pen- Solid White (3 spike) Home Plates (2 per bull pen) as supplied by Rodgers (800) 829-7311. 2.6 15f 2nd and 3rd BASES A. Provide fifteen (15) sets of 1 s` 2nd and 3`d base complete sets #RBBS-Y for the twelve (12) Softball Fields and three (3) Little League Fields and one (1) set of 15` 2nd and P base #RBBS-T for the Junior Baseball Field. Also provide twelve (12) additional sets (15` 2nd and 3`d bases) for the Alternate Base Locations (where shown on the Drawings) of #RBBS-Y compatible Anchor Systems. 2.7 SPORTURF A. Provide, where shown on the Drawings, glue down Sporturf equal to "Bermuda Extreme" #03231 as supplied by Mid -America Sales Assoc. (800) 264-4519. 2.8 BATTING CAGE NETS MISCELLANEOUS SPECIALTIES 10950 - 3 0605-2 A. Provide four (4) sets of batting cage nets per Batting Cage Building for a total of sixteen (16) kits equal to Super Series Batting Tunnels as manufactured by MASA (800) 264- 4519. B. Each batting cage net shall be installed in an outside/open air building pavilion location. Therefore, provide an outdoor batting cage installation kit that includes all necessary hanging ropes, cables, clips, eye bolts, turnbuckles and attachment devices required for installation. 2.9 BATTING CAGE BACKDROPS A. Provide one (1) "Backdrop and Pitcher's Trainer' per batting cage as manufactured by MASA (800) 264-4519. The distance "numbers" shall be supplied by the Owner. B. Include all necessary and required attachment devices for a complete installation. 2.10 OUTFIELD DISTANCE MARKERS A. Provide three (3) 4 '/ ft. x 2 ft. with 18 inches high numbers equal to "Outfield Distance Banners" #01538 with a black background and white numbers as supplied by MASA. (800) 264-4519. B. The banners shall be hung horizontally with self-locking tie wraps attached through the windscreen and tied directly to the chain link fence fabric. 2.11 WEATHER VANES A. Weather Vanes shall be a 35 inch (L) x 27 inch (H) copper "Pitcher with Standard Directions #321 as manufactured by The Weathervane Factory (800) 255- 5025. B. Provide sixteen (16) weathervanes. C. Provide a metal roof cap where weathervane attaches to the roof. Isolate dissimilar metals. 2.12 CMU VENT LOUVER A. CMU Vent Louvers shall be equal to "C" Series Cast Aluminum Vents with an exterior operated Damper and spring loaded hinges as manufactured by Sunvent Industries (800) 325- 4115. B. CMU Vents shall have a factory painted Kynar finish in colors as selected to match the tinted CMU color. 2.13 COPULA LOUVERS A. Copula Louvers shall be equal to Model DC-7034 Hurricane Flat Blade Front Louvers as 10950 - 4 MISCELLANEOUS SPECIALTIES 0605-2 manufactured by Construction Specialties Inc. B. Copula Louvers shall have a powder coating in color that match the metal roof colors. C. Coordinate Copula Louvers with Mechanical Damper Refer Mechanical Specifications and Drawings. PART 3 - EXECUTION 3.1 INSPECTION A. Examine substrates and adjoining surfaces before installation to insure adjacent Work has been completed. B. Prepare substrates and adjoining surfaces as required. C. Install as recommended by the manufacturer. D. Install level and plumb as required. E. Clean adjacent surfaces and leave in a clean condition. END OF SECTION 10950 MISCELLANEOUS SPECIALTIES 10950 - 5 SECTION 11311 SUBMERSIBLE WASTEWATER LIFT STATION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Lift Station Pumps and Equipment. B. Station Electrical and Controls Requirements. 1.2 RELATED SECTIONS A. Section 02665 — Piping, Valves and Fittings. B. All concrete sections. C. All Electrical Sections. 1.3 REFERENCES A. American Society for Testing and Materials (ASTM) B. National Electrical Manufacturers Association (NEMA) 1.4 DEFINITIONS A. Not Used. 1.5 SYSTEM DESCRIPTION A. General 1. The station shall include lag submersible grinder pumps located in a fiberglass wet well structure complete with valve vault. The package shall include stainless steel guide rails, lifting chains, electrical controls and all piping valves and fittings necessary for a complete working lift station. B. Design Requirements 1. Provide submersible grinder wastewater pumps. 2. Provide pumps that are automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the discharge connection. 3. Provide cable support consisting of a wire braid sleeve with attachment tails for connection to the underside of the access frame. 4. Sealing design shall incorporate metal -to -metal contact between machined surfaces. 5. Provide an adequately designed cooling system for each unit. 6. Provide an adequate length of stainless steel chain for each pump to lift the pump. The working load of the lifting system shall be 50% greater than the pump unit weight. Cables will not be allowed. 7. Provide motors that are able to operate dry without damage while pumping under load. 8. The motors and pumps shall be designed and assembled by the same manufacturer. 01275506 SUBMERSIBLE WASTEWATER LIFT STATION 11311 - l - l l /06 1.6 SUBMITTALS A. In addition to the requirements of Section 01300 - Submittals, submit the following: 1. Manufacturer's certified rating curves showing pump characteristics of head, brake horsepower, discharge, efficiency, required net positive suction head, and allowable suction lift. Catalog sheets showing a family of curves will not be acceptable. 2. Literature and drawings describing the equipment in sufficient detail, including parts list and materials and details of construction, to indicate full compliance with these specifications. 3. Certified dimensional drawings of each item of equipment and auxiliary apparatus to be furnished. 4. Schematic electrical wiring diagrams and other data as required for completion of each pump installation. 5. Certified copies of a report covering each test and capacity, power and efficiency curves based on shop test results, shall be prepared by the pump manufacturer and delivered to the Engineer not less than 10 days prior to shipment of the equipment from the factory. If performance tests are not conducted on the unit, certified test reports of an identical unit shall be included. 6. Manufacturer's recommended list of spare parts. 7. Submit evidence that he can deliver a replacement for any part furnished within three working days, except major castings which shall be delivered within 10 working days. 1.7 DELIVERY AND STORAGE A. Crate, deliver and uncrate all parts and equipment so as to protect against any damage. Clean and lubricate in preparation for testing and field painting. B. Properly protect all finished iron or steel surfaces that are not painted to prevent rust and corrosion. C. Do not dismantle factory assembled parts and components for shipment unless permission is received in writing from the Engineer. PART 2 - PRODUCTS 2.1 GRINDER PUMP A. Each grinder pump shall be a heavy duty pump modified to be used as a grinder. Each grinder pump shall contain special cutters to reduce sewage to a fine slurry. The stationary cutter shall consist of hardened 316 "L" stainless steel and the rotary cutter shall consist of chrome alloyed cast iron. The cutter materials shall provide maximum corrosion and abrasion resistance. The remaining portion of the grinder pumps, with the exception of seal materials and wet end, shall be similar to the heavy duty pumps used in larger pump stations for daily operation. 2.2 REQUIREMENTS A. Furnish and install two submersible non -clog wastewater pump(s). Each pump shall be equipped with an 11 HP, submersible electric motor connected for operation on 480 volts, 3 phase, 60 hertz, 3 wire service, with 30 feet of submersible cable (SUBCAB) suitable for submersible pump applications. The power cable shall be sized according to NEC and ICEA 01275506 SUBMERSIBLE WASTEWATER LIFT STATION 11311 - 2 11 /06 standards and also meet with P-MSHA Approval. The pump shall be supplied with a mating cast iron 2 inch discharge connection and be capable of delivering 106 GPM at 81 feet TDH. An additional point on the same curve shall be 180 GPM at 52 feet total head. Shut off head shall be 105 feet (minimum). Each pump shall be fitted with an adequate length feet of stainless steel chain. The working load of the lifting system shall be 50% greater than the pump unit weight. 2.3 PUMP DESIGN A. The MP Grinder pump(s) shall be automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet -well. Sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing of the discharge interface with a diaphragm, 0-ring or profile gasket will not be acceptable. No portion of the pump shall bear directly on the sump floor. 2.4 PUMP CONSTRUCTION A. Major pump components shall be of grey cast iron, ASTM A-48, Class 35B, with smooth surfaces devoid of blow holes or other irregularities. All exposed nuts or bolts shall be AISI type 304 stainless steel or brass construction. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. B. Sealing design shall incorporate metal -to -metal contact between machined surfaces. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Fittings will be the result of controlled compression of rubber O-rings in two planes and O-ring contact of four sides without the requirement of a specific torque limit. C. Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered as adequate or equal. No secondary sealing compounds, elliptical 0- rings, grease or other devices shall be used. 2.5 COOLING SYSTEM A. Motors are sufficiently cooled by the environmental atmosphere or pumped media. A water jacket is not required. 2.6 CABLE ENTRY SEAL A. The cable entry seal design shall preclude specific torque requirements to insure a watertight and submersible seal. The cable entry shall consist of a single cylindrical elastomer grommet, flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter and compressed by the body containing a strain relief function, separate from the function of sealing the cable. The assembly shall provide ease of changing the cable when necessary using the same entry seal. The cable entry junction chamber and motor shall be separated by a stator lead sealing gland or terminal board, which shall isolate the interior from foreign material gaining access through the pump top. Epoxies, silicones, or other secondary sealing systems shall not be considered acceptable. 01275506 SUBMERSIBLE WASTEWATER LIFT STATION 11311 - 3 11 /06 VOLTAGE SENSITIVE SOLID STATE SENSORS AND TRIP TEMPERATURE ABOVE 125°C (260°F) SHALL NOT BE ALLOWED. C. The thermal switches and FLS shall be connected to a Mini CAS (Control and Status) monitoring unit. The Mini CAS is designed to be mounted in any control panel. 2.14 CONTROL SYSTEM A. Scope: Provide a control system, assembled and supplied by the pump manufacturer containing all of the mechanical and electrical equipment necessary to provide for the complete operation of the submersible pumps. B. Enclosure: The control panel enclosure shall be rated Nema 4X and shall be constructed of 304 stainless steel. A single, three point lockable exterior latch shall be included to allow entry to the panel. Multiple, screw type fasteners are not allowable. A polished inner door shall be mounted on a continuous aluminum aircraft type hinge and shall contain cutouts for the protrusion of the circuit breakers and provide protection of the personnel from internal live voltages. All control switches, pilot indicators, elapsed time meters and other devices shall be mounted on the external surface of the dead front. The dead front door shall open a minimum of 150 degrees to allow for access to the equipment for maintenance. A 3/4" break shall be formed around the perimeter of the dead front to provide rigidity. A back plate shall be manufactured from 12 gauge sheet steel and be finished with a primer coat and two coats of baked on white enamel. All hardware shall be mounted using stainless steel machine thread screws. Sheet metal screws shall not be acceptable. All installed devices will be permanently - identified with engraved legends. C. Power Distribution: 1. The panel power distribution shall include all necessary components and be wired with stranded copper conductors rated at 90 degrees "C". Conductor terminals shall be as recommended by the device manufacturer. 2. The power system shall contain incoming power terminals, motor circuit breakers and control circuit breaker. All circuit breakers shall be heavy duty thermal magnetic, similar or equal to Square D type FAL. Each breaker shall be sized to adequately meet the operating conditions of the load and have a minimum interrupting capacity of 10,000 amps at 230 V and 18,000 at 460 V. Breakers shall be indicating type, providing an "on -off -tripped" positions of the handle. They shall be quick make -quick break on manual and automatic operation and have inverse time characteristics. Breakers shall be designed so that tripping of one pole automatically trips all poles. 3. A main disconnect shall be included and mounted on the inner door of the control panel. 4. Motor starters shall be open frame, across the line, NEMA rated with individual overload protection in each phase. Motor starter contacts and coil shall be replaceable from the front of the starter without removal of the starter from its mounted position. Overload protection shall be via solid state units. Typical units are Square D Motor Logic. Definite purpose contactors, fractional size starters and horsepower rated contactors or relays shall not be used. 5. A lightning -transient protector shall be provided. The device shall be a solid state device with a response time of less than 5 nano -seconds with a withstanding surge capacity of 6500 amperes. Units shall be instant recovery, long life and have no holdover currents. 6. The following components shall also be supplied as standard equipment a. 12 pin plug in phase/voltage monitor with two double pole double throw contacts -- b. Nema 4 rated Hand Off Auto switches 01275506 SUBMERSIBLE WASTEWATER LIFT STATION 11311 - 6 11/06 C. Run/Overtemp/Moisture indicator light for each pump d. Elapsed time meters for each pump C. 50 watt condensation heater with thermostat f. Control wiring to be 18AWG copper tinned rated at 105 degrees C. g. Each wire shall be numbered corresponding to the wiring diagram h. Alarm Silence Switch to mute alarm horn i. Non resettable event counters for each pump j. A duplex GFCI receptacle mounted in the inner door, 15 amp rating k. An interior work light with on/off switch on inner door D. Level Control System: Level control shall be via a TimeMark 4052 level controller and submersible pressure transducer. Transducer shall be equipped with a 30 foot cable assembly. No exceptions will be allowed. E. Pump Protection: The panel shall be equipped with MiniCAS relays to function in conjunction with the motor thermistors and FLS sensor. The MiniCAS is a solid state device that provides a signal to the pump moisture and thermal measuring devices. The relay, in conjunction with the monitoring device, shall measure the moisture and thermal conditions in the motor stator and provide an indication of an out of tolerance condition. The relay shall operate from a 110 VAC or 24VAC power source and shall provide a signal current of less than 7 volts at 30 mA to the control device. F. High Level Alarm: The panel shall be equipped with a light and horn to give indication of a high level condition in the wet well. The horn shall provide a signal of not less than 90 db at 10 feet and shall be mounted to the side of the enclosure. A backup float shall also be furnished, terminated dry contacts, indicating a high level condition. G. RTU/Radio: An MDS Model 9810 MDS radio with NWD diagnostics card shall be provided. A UPS, rated at 450VA shall also be provided to power the radio and PLC during a power outage. The PLC shall be a SCADAPack, Model P1-100-01-0-0. All programming of radio and PLC to be by others (City of Lubbock). No exceptions will be allowed. H. Miscellaneous: 1. A final as built drawing, encapsulated in mylar, shall be attached to the inside of the front door. A list of all legends shall be included. 2. All control panels shall be listed by a nationally recognized testing laboratory and apply the certification necessary to indicate the NRTL approval. To insure single source responsibility, the pump, pump motor and control system shall be manufactured by a single source. 3. All equipment shall be guaranteed for a period of three (3) years from the date of shipment. The guarantee is effective against all defects in workmanship and / or defective components. The warranty is limited to the replacement or repair of the defective equipment. PART 3 - EXECUTION 3.1 GUIDE RAILS A. Provide twin guide rails for each pump of sufficient length to remove the pumps from the wet well. B. Construct guide rails from schedule 40, type 304 stainless steel. C. Provide intermediate guide supports as required but at a minimum spacing of 20 feet. 01275506 SUBMERSIBLE WASTEWATER LIFT STATION 11311 - 7 11/06 3.2 ALUMINUM HATCHES (WET WELL) A. Heavy duty aluminum access cover (Flygt model FDRNSH-O or equivalent): size according to dimensions. B. Cover shall be capable of supporting 300 pounds per square foot. C. Cover shall include opening assist device. D. Cover shall include secondary containment for control of entry to confined space by means of a hinged grating with 4" x 4" openings. Secondary containment device must have means of locking separate from primary cover. 3.3 SOURCE QUALITY CONTROL A. Test the pumps at the factory for capacity, and power requirements at the specified rated condition, shutoffhead, operating head extremes, and at as many other points as necessary for accurate performance curve plotting. All tests and test reports shall be made in conformity with the requirements and recommendations of the Hydraulic Institute Standards. 3.4 INSTALLATION A. Install pumps in strict accordance with the manufacturer's instructions and recommendations. Installation shall include furnishing the required grease for initial operation. The grades of grease shall be in accordance with the manufacturer's recommendations. B. Set anchor bolts in accordance with the manufacturer's recommendations. C. Furnish all drain and flushing water piping required. 3.5 FIELD QUALITY CONTROL A. Tests. After all pumps have been completely installed, conduct, in the presence of the Engineer, such tests as are necessary to indicate that the pumps conform to the specifications. Perform tests for a period of 24 consecutive hours. B. Manufacturer's Field Service. 1. Qualifications. Provide a factory trained, qualified, and experienced representative from the pump manufacturer. 2. Inspections. Manufacturer's representative is to inspect the completed pump installation and make all final adjustments necessary to initialize pump operation. 3. Training. Manufacturer's representative will instruct the Owner's Operations Personnel in the proper care and operation of the equipment, for a minimum of 8 hours. C. Provide a performance chart showing curves for torque, current, power factor, input/output KW and efficiency for the motors. 3.6 PROTECTIVE COATINGS A. All surfaces coming into contact with sewage, other than stainless steel or brass, shall be protected by an approved sewage resistant coating. Impeller shall be sprayed with PVC Epoxy primer. Pump exterior shall be sprayed with PVC epoxy primer, with chloric rubber paint finish. 01275506 SUBMERSIBLE WASTEWATER LIFT STATION 11311 - 8 11/06 3.7 TOOLS AND SPARE PARTS A. Provide all special tools, if required for operation and maintenance of the equipment. B. All spare parts listed in the manufacturer's recommended spare parts list, including at least the following: 1. A supply of all required lubricants, sufficient for one year's normal operation. C. Furnish all tools and spare parts in containers clearly identified with indelible markings as to their contents. Pack each container with its contents suitably protected for long periods of storage. Furnish all tools in steel tool boxes. END OF SECTION 01275506 SUBMERSIBLE WASTEWATER LIFT STATION 11311 - 9 11 /06 0605-2 SECTION 13010 —SOFTBALL FIELD CONSTRUCTION PART I — GENERAL 1.01 RELATED DOCUMENTS A. The general provisions of the Contract, including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1) apply to the Work specified in this section. 1.02 SUMMARY A. The Work included in this Section is the complete construction of the softball playing fields including the clay infield grass infield and outfields and the irrigation system for each competitive field area. Refer to the Hugo Reed and Associates, Inc. and Parkhill, Smith and Cooper, Inc. Civil Drawings for all of the PART II — PRODUCTS A. INFIELD CLAY MIX: NOTE: Playing Field Contractor to receive entire field cavity 6" below finished grade. 1. Skinned infield clay mix shall be installed to a compacted depth of six (6) inches. Infield mix shall be pre -mixed and processed to approximate percentages of 60% sand, 20% silt and 20% clay mixture and red in color. Submit samples and testing analysis to Architect's representative prior to work commencement for approval. Refer to the Drawings. 2. Eight foot radius unless shown otherwise on the Drawings around pitcher's rubber to receive pitcher's mound soil mix. Mound Mix (red) shall be pre -mixed and processed to approximately 50% clay, 50% sand mixture. Submit sample and testing analysis to Architect's representative for approval prior to work commencement. 3. Twelve foot radius unless shown otherwise on the Drawings from six feet directly behind home plate shall receive home plate materials and shall be the same blend as the pitcher's mound mix. 4. All skinned infield area shall then have an Aftapulgite Soil Conditioner Diamond Pro. mixed in thoroughly with the top one inch of infield clay. This Soil Conditioner shall be applied at a rate of 7.5 lbs. per square foot. NOTE: Suggested suppliers of playing field mixtures are: Partac Peat Corporation 800.247. BEAM Kelsey Park Great Meadow, NJ Fax 908-637-8421 Morie Company 1201 N. High St. Millville, NJ 08332 SOFTBALL FIELD CONSTRUCTION 13010-1 0605-2 t Wessco P.O. Box 4025 Copley, OH 44321 B. OUTFIELD PREPARATION & CONSTRUCTION NOTE: Playing Field Contractor to receive outfield cavity 6" below finished grade. 1. Entire area outside of skinned infield to the outside outfield fence shall be covered in this scope or work. 2. Six (6) inches of sandy loam top -soil shall be delivered to jobsite free of all foreign materials with no rock or aggregate over one (1) inch in diameter. 3. Topsoil shall be placed in two lifts of three (3) inches each. Topsoil to be compacted and leveled to grade +-1/2". Granulated rubber, at the rate of three (3) lbs. per square foot shall be placed and tilled thoroughly and uniformly into the topsoil, or mixed thoroughly prior to placing of mix. Granulated rubber shall be recycled, post -consumer car tires and shall be granulated at a uniform W in diameter. Rubber and topsoil shall be a homogenous mixture with uniform ingredients throughout. A sample of the topsoil and the rubber particles shall be approved by the Architect's representative prior to any placement. 4. Final grade shall then be achieved with laser levels and shall not vary from finished line and grade more than %" prior to placement of sod. NOTE: Within the design -construct plans submitted by the Playing Field Contractor, there must be three (3) 2" quick coupler connections installed adjacent to the fence at the first base, home plate and third base locations for instant access for watering between games if needed. Coordinate the Playing Field Work with the irrigation plans developed by Hugo Reed and Associates, Inc. PART III — EXECUTION A. See and refer to the above description. END OF SECTION 13010 I SOFTBALL FIELD CONSTRUCTION 13010-2 !_ 0605-2 SECTION 13122 - SHADE SHELTERS PART 1 - GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division I Specification Sections, apply to work of this Section. 1.01 SCOPE A. This Section of the specifications shall cover the construction and installation of shade shelters over the seating/ bleacher areas as shown on the Drawing 1.02 COMPLIANCE WITH STANDARD A. Comply with the following codes and standards except as modified herein: 1. IBC 2003 1.03 SUBMITTALS A. Submit four (4) copies of the shop drawings of the structures. Drawings shall be sealed and Signed by a State of Texas Registered Structural Engineer who shall be under contract to the manufacturer. PART 2 -PRODUCTS 2.01 MANUFACTURERS A. The following list of manufacturers and suppliers are those known to be acceptable in this bid. This list is provided for the convenience of the Contractor in preparing his bid. 1. Sun Ports International, Inc. 2. Shade Concepts 8319 Chancellor Row Hunter Knepshield Dallas, Texas 75247 P.O. Box 260677 (214) 905- 9500 Plano, Texas 75026 (214) 905- 9514 (800) 451-4138 (214) 850- 5651 mobile Attn: Ed Knepshield -- Dhaymannesunports.com Attn: Dot Haymann SHADE SHELTERS 13122-1 0605-2 3. Cedar Forest Products Co. Paul E. Allen Co., Inc. Rt. 1 Box 185 Italy, Texas 76651 (214) 483- 6883 Fax (214) 483- 7406 Attn.: Debra J. Finch 2.02 SHADESURE CLOTH A. Shadesure cloth shall be a knitted high density polyethylene (HDPE), color concentrated and ultra violet light stabilized, monofilament and tap yarn, in a relationship of 57% and 43% respectively 1. Burst strength: 48 pounds per square foot. 2. Approximate shade: 40% (light colors); 80% (dark colors). 3. Nominal thickness: 0.045- inch. 4. Fire retardancy: ASTM E84-91A: Class I (FSI 10) Flamespread; Smoke - developed index (SDI) 30. 5. Conforms to: IBC 2003 B. Contractor shall provide color samples for selection by the Owner. Provide a 5 year limited cloth warranty up to Four (4) different colors shall be selected C. Provide a painted and galvanized steel tube structure with associated reinforced concrete footing as required to support the shade shelter. Design for a 120 mph wind uplift load. The Shade shelter shall be designed, sealed and signed by a State of Texas Registered Structural Engineer. Refer to Section 09900- Painting for painting requirements. D. Coordinate heights of shade shelters and heights of actual aluminum bleachers to be installed so an average height standing person cannot reach the shade shelters structure from the top most bleacher seat. For pricing purposes the height of the Shade Shelters shall be plus or minus one (1) foot. END OF SECTION 13122-2 SHADE SHELTERS 0605-2 SECTION 13122- METAL BUILDING SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to work of this Section. 1.2 SUMMARY A. This section includes a single -story, one- span, rigid frame type of pre-engineered metal building of the nominal length, width, eave, height, and roof pitch indicated. 1. Roof system consists of the manufacturer's standard standing -seam roof with U.L. Class 90 construction and with seams closed by a motorized seamer. 2. Roof system includes soffit panels and insulation. B. Included as a part of the building system are structural framing (columns, rafters, poultry wire, Purlins, wall girls, wind beams and wind struts); pre -finished roofing and soffit; roof insulation; metal flashings; trim; gutters and downspouts; diagonal bracing; fasteners, anchorages and connectors; anchor bolts; accessories and other components and materials required for complete and watertight installation. C. Related Sections: The following sections contain requirements that relate to this section: 1. Concrete floor and foundations and installation of anchor bolts are specified in Division 3 Section "Concrete Work." 2. Concrete masonry exterior walls are specified in Division 4 Section "Unit Masonry". 3. Concrete masonry exterior wall backup materials are specified in Division 4 Section "Reinforced Masonry". 4. Aluminum windows and frames are specified in Division 8 Section "Aluminum Window". 5. Sealants and caulking are specified in Division 7 Section "Joint Sealers". 6. Steel doors and frames are specified in Division 8 Section "Steel Doors and Frames". 7. Finish hardware and provisions for master keying are specified in Division 8 Section "Finish Hardware". 1.3 SYSTEM PERFORMANCE REQUIREMENTS A. General: Engineer, design, fabricate and erect the pre-engineered metal building system to withstand loads from winds, gravity, structural movement including movement thermally induced, and to resist in-service use conditions that the building will experience, including exposure to the weather, without failure. B. Structural design for the pre-engineered metal building shall be by a Professional Engineer Registered in the State where the Project is located, employed by the manufacturer, and all shop and erection drawings for the pre-engineered metal building for this project shall bear his seal and signature. METAL BUILDING SYSTEMS 13122-9 0605-2 C. This engineer shall have no responsibility for foundation design but shall provide the Architect with loads on the foundation from the metal building plus any special requirements of his building system on the construction of the foundation. D. Design Loads: Basic design loads, as well as auxiliary and collateral loads, are indicated on the Drawings. E. Structural Framing and Roof Panels: Design primary and secondary structural members and exterior covering materials for applicable loads and combinations of loads in accordance with the Metal Building Manufacturers Association's (MBMA) "Design Practices Manual" except that wind loads shall be based on the 2003 International Building Code as called out on the Drawings and the roof live load of 20 psf shall be non -reducible. 1. Structural Steel: Comply with the American Institute of Steel Construction's (AISC) "Specifications for the Design, Fabrication and Erection of Structural Steel for Building's for design requirements and allowable stresses. 2. Light Gage Steel: Comply with the American Iron and Steel Institute's (AISI) "Specification for the Design of Cold Formed Steel Structural Members" and "Design of Light Gage Steel Diaphragms" for design requirements and allowable stresses. 3. Welded Connections: Comply with the American Welding Society's (AWS) "Standard Code for Arc and Gas Welding in Building Construction" for welding procedures. 1.4 SUBMITTALS A. General: Submit the following in accordance with Conditions of the Contract and Division 1 Specification Sections. B. Product data consisting of metal building system manufacturer's product information for building components and accessories. C. Shop drawings for metal building structural framing system, roofing and siding panels, and other metal building system components and accessories that are not fully detailed or dimensioned in manufacturer's product data. 1. Structural Framing: Furnish complete erection of drawings prepared by or under the supervision of a professional engineer legally authorized to practice in the jurisdiction where the Project is located. Include details showing fabrication and assembly of the metal building system. Sow anchor bolts settings and sidewall, end wall, and roof framing. Include transverse cross -sections. 2. Roofing and Soffit Panels: Provide layouts of panels on walls and roofs, details of edge conditions, joints, comers, custom profiles, supports, anchorages, trim, flashings closures, and special details. Include transverse cross -sections. 3. Building Accessory Components: Provide details of metal building accessory components to clearly indicate methods of installation including the following: a. Sheet Metal Accessories: Provide details of gutters, downspouts, and other sheet metal accessories showing profiles, methods of joining, and anchorages. D. Samples of initial selection purposes in form of manufacturer's color charts or chips showing full 13122-2 METAL BUILDING SYSTEMS 0605-2 range of colors, textures, and patterns available for metal roofing and siding panels with factory -applied finishes. E. Samples for verification purposes of roofing and siding panels. Provide sample panels 12 inch long by actual panel width, in the profile, style, color, and texture indicated. Include clips, battens, fasteners, closures, and other panel accessories. F. Installer certificates signed by the metal building manufacturer certifying that the installer complies with requirements included under the "Quality Assurance" Article. In addition, after erection of the metal building components, a registered Professional Engineer with the manufacturer shall visit the site and give written certification that the erection is in accordance with the manufacturer's standards and instructions. G. Professional engineer's certificate prepared and signed by a Professional Engineer, legally authorized to practice in the jurisdiction where Project is located, verifying that the structural framing and covering panels meet indicated loading requirements and codes of authorities having jurisdiction. Include therewith a listing of design loads, load combinations and other criteria upon which the design was based. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer to erect the Pre-engineered metal building who has specialized in the erection and installation of types of metal buildings systems similar to that required for this project and who is certified in writing by the metal building system manufacturer as qualified for erection of the manufacturer's products. B. Manufacturer's Qualifications: Provide pre-engineered metal buildings manufactured by a firm experienced in manufacturing metal buildings systems that are similar to those indicated for this project and have a record of successful in-service performance. C. Single -Source Responsibility: Obtain the metal building system components, including structural framing, wall and roof covering, and accessory components, from one source from a single manufacturer unless otherwise specified. D. Design Criteria: The Drawings indicate size, profiles, and dimensional requirements of the pre-engineered metal buildings and are based on the specific type and model indicated. Metal building systems having equal characteristics by other manufacturers may be considered provided that deviations in dimensions and profiles are minor and do not change the design concept or intended performance as judged by the Architect. The burden of proof equality is on the proposer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver prefabricated components, sheets, panels and other manufactured items so they will not be damaged or deformed. Package wall and roof panels for protection against transportation damage. B. Handling: Exercise care in unloading, storing, and erecting wall and roof covering panels to METAL BUILDING SYSTEMS 13122-9 0605-2 prevent bending, warping, twisting, and surface damage. 1. Republic Storage Systems - Heavy Duty Ventilated Lockers. 1.7 WARRANTY A. Roofing and Soffit Panel Finish Warranty: Furnish the roofing and siding panel manufacturer's written warranty, covering failure of the factory- applied exterior finish on metal wall and roof panels within the warranty period. This warranty shall be in addition to and not a limitation of other rights the Owner may have against the Contractor under the Contract Documents. 1. Warranty period for factory- applied exterior finishes on wall and roof panels is 20 years after the date of Substantial Completion. 1.8 COORDINATION A. The General (Prime) Contractor and the Metal Building Contractor shall have a complete understanding as to the furnishing of their respective items of construction to avoid duplication or omissions in their work. Also there shall be the fullest cooperation between the aforementioned and the work of other trades. PART2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Shall be subject to compliance with requirements as outlined above under "Quality Assurance". The dimensions, details and materials specified herein and shown on the Drawings are based on those manufactured by the Star Building Systems Division of H.H. Robertson. The burden of proof of equality is on the proposer. 2.2 MATERIALS A. Hot -Rolled Structural Steel Shapes: Comply with ASTM A36 or A529. B. Steel Tubing or Pipe: Comply with ASTM A500, Grade B, ASTM A501, or ASTM A53. C. Steel Members Fabricated from Plate or Bar Stock: Provide 50,000 psi minimum yield strength. D. Steel Members Fabricated by Cold Forming: Comply with ASTM A607, Grade 55. E. Cold -Rolled Carbon Steel Sheet: Comply with requirements of ASTM A366 or ASTM A568. F. Hot -Rolled Carbon Steel Sheet: Comply with requirements of ASTM A568 or ASTM A569. G. Structural Quality Zinc -coated (Galvanized) Steel Sheet: Comply with ASTM A446 with G90 coating complying with ASTM A525. Grade to suit manufacturer's standards. H. Bolts for Structural Framing: Comply with ASTM A307 or ASTM A325 as necessary for design loads and connection details. 13122-4 METAL BUILDING SYSTEMS 0605-2 Thermal Insulation: Glass fiber blanket insulation, complying with ASTM C991, of 0.6 lb per cu. ft. density, thickness as indicated, with UL flame spread classification of 25 or less, and 2 inch wide continuous vapor -tight edge tabs. 1. Vapor Barrier: Vinyl reinforced vinyl facing. 2. Retainer Strips: 26-gage (0.0179 inch) formed galvanized steel retainer clips colored To Match the insulation facing. 3. For roof installation, furnish a steel banding support system. 4. R-Factor shall be 22 for all roof insulation. 5. Provide Poultry Wire wherever thermal insulation is installed. J. Paint and Coating Materials: Comply with performance requirements of the federal specifications indicated. Unless specifically indicated otherwise, compliance with compositional requirements of federal specifications indicated is not required. 1. Shop Primer for Ferrous Metal: Fast -curing, lead free, universal primer, selected by the manufacturer for resistance to normal atmospheric corrosion, compatibility with finish paint systems, and capability to provide a sound foundation for field -applied topcoats despite prolonged exposure. Comply with FS TT-P-645. 2. Shop Primer for Ferrous Metal: Fast -curing, lead-free, abrasion -resistant, rust inhibitive primer selected by the manufacturer for compatibility with substrates with types of alkyd finish paint systems indicated and for capability to provide sound foundation for field - applied topcoats despite prolonged exposure. Comply with FS TT-P-86, Types I, II, or III. 3. Shop Primer for Galvanized Metal Surfaces: Zinc dust -zinc oxide primer selected by the manufacturer for compatibility with substrate. Comply with FS TT-P-641. 2.3 STRUCTURAL FRAMING A. Rigid Frames: Provide factory -welded, shop -painted, built-up "I —beam" —shape frames consisting of tapered or parallel flange beams and parallel flange columns (columns are not to be tapered). Furnish frames with attachment plates, bearing plates, and splice members. Factory drill for field -bolted assembly. 1. Provide length of span and spacing of frames indicated. Slight variations in length of span and frame spacing may be acceptable if necessary to meet manufacturer's standard. 2. Provide rigid frames at end walls where indicated. B. Secondary Framing: Provide the following secondary framing members: 1. Roof Purlins, Parapet Wall Girls: "C"- or "Z" shaped sections fabricated from 16 gage minimum (0.0598 inch) shop -painted roll -formed steel. Purlin spacers shall be fabricated from 14- gage (0.0747 inch) cold -formed galvanized steel sections. 2. Eave Struts: Unequal flange "C" —shaped sections formed to provide adequate backup for both wall and roof panels. Fabricate from 16-gage minimum (0.0598 inch) shop - painted roll -formed steel. 3. Flange and Sag Bracing: 1 5/8 by 1 5/8 inch angles fabricated from 16-gage (0.0598 inch) shop -painted roll -formed steel. 4. Wind Struts at all parapet walls: Double "C" shaped members, hot -rolled wide -flange sections or built-up I -Shaped members. METAL BUILDING SYSTEMS 13122-9 0605-2 C. Wind Bracing: Provide adjustable wind branding using % inch diameter threaded steel rods; comply with ASTM A36 or ASTM A572, Grade D. Locate interior end band bracing only where indicated. D. Bolts: Provide shop -painted bolts except when structural framing components are in direct contact with roofing and siding panels. Provide zinc -planted or cadmium -plated bolts when structural framing components are in direct contact with roofing and siding panels. E. Shop Painting: Clean surfaces to be primed for loose mill scale, rust, dirt, oil, grease, and other matter precluding paint bond. Follow procedures of SSPC-SP3 for power -tool cleaning, SSPC-SP7 for brush-off blast cleaning, and SSPC-SP1 for solvent cleaning. 1. Prime structural steel primary and secondary framing members with the manufacturer's standard rust -inhibitive primer. 2. Prime galvanized members, after phosphoric acid pretreatment, with manufacturer's standard zinc dust -zinc oxide primer. 2.4 METAL ROOFING PANELS during A. Standing Seam Panel Profile: 3" high x 12" wide panel B. Panel Style: Trapezoidal rib, double lock standing seam, containing a factory applied hot melt mastic, continuously locked together by an electric powered mechanical seaming device installation. Provide in maximum possible length to minimize number of end joints, complete with start and finish panels, flashing and eave trim. C. Gauge: 24 gauge (UL-90 rated) D. Substrate: Galvalume steel sheet, 0.5 ounces per square foot with a minimum yield of 50,000 psi. E. Clip: Articulating clip, providing thermal expansion or contraction, correcting for out -of -plane sub -framing alignment to a maximum of 7 degrees. F. Texture: Smooth G. Color: To be selected from Manufacturer's full array of standard color selections K Acceptable Product: Standing Seam roof system to be equal to Double-Lok 124 Mechanically Seamed Roof System as produced by MBCI. Construction No. 287 is to be used for installation requirements. 2.5 PERFORATED SOFFIT PANELS A. Soffit panels shall be equal to MBCI "Perforated Artisan Series LIZ", 26 gauge panels made from cold formed steel conforming to ASTM A792-83, Grade E with a minimum yield strength of 80 ksi. The steel is to be AZ50 aluminum -zinc -alloy coated (galvalume) . The panels are to have a coverage width of 12". Color is to be selected from Manufacturer's full array of standard color selections. 2.6 NON -PERFORATED METAL PANELS 13122-6 METAL BUILDING SYSTEMS 0605-2 A. Soffit panels shall be equal to MBCI "Non -Perforated Artisan Series LIZ", 26 gauge panels made from cold formed steel conforming to ASTM A792-83, Grade E with a minimum yield strength of 80 ksi. The steel is to be AZ50 aluminum -zinc -alloy coated (galvalume). The panels are to have a coverage width of 12". Color is to be selected from Manufacturer's full array of standard color selections. 2.7 PANEL FASTENERS A. Self -tapping screws, bolts, nuts, self-locking rivets, self-locking bolts, end -welded studs, and Other suitable fasteners designed to withstand design load (UL 90 requirements, Construction No. 287 for the standing seam roof). 1. Provide metal -backed neoprene washers under heads of fasteners bearing on weather side of panels. 2. Use aluminum or stainless steel fasteners for exterior application and galvanized or cadmium -plated fasteners for interior applications. 3. Locate and space fastenings in true vertical and horizontal alignment. Use proper tools to obtain controlled uniform compression for positive seal without rupture of neoprene washer. 4. Provide fasteners with heads matching color of roofing or siding sheets by means of plastic caps or factory -applied coating. 2.8 PANEL ACCESSORIES A. Provide the following sheet metal accessories factory -formed of the same material in the same Finish as roof and wall panels: 1. Flashings. 2. Closers. 3. Fillers. B. Flexible Closure Strips: Closed -cell, expanded cellular rubber, self -extinguishing flexible closure strips. Cut or premold to match configuration of roofing and siding sheets. Provide closure strips where indicated or necessary to ensure weathertight construction. C. Sealing Tape: Pressure -sensitive 100 percent solids grey polyisobutylene compound sealing tape with release paper backing. Provide permanently elastic, non -say, nontoxic, non -staining tape % inch wide and 1/8 inch thick. D. Joint Sealant: One -part elastomeric polyurethane, polysulfide, or silicone rubber sealant as recommended by the building manufacturer. 2.9 SHEET METAL ACCESSORIES A. General: Provide coated steel sheet metal accessories with coated steel roofing and siding panels. B. Gutters: Form in 8-foot —long sections, complete with end pieces, outlet tubes, and other special pieces as required. Size in accordance with SMACNA. Join sections with riveted and soldered or sealed joints. Provide expansion -type slip joint at center of runs. Furnish gutter supports spaced 36 inches on center, constructed of same metal as gutters. Provide bronze, METAL BUILDING SYSTEMS 13122-9 0605-2 copper, or aluminum wire ball strainers at outlets. Finish to match roof fascia and rake. C. Downspouts: Form in 10-foot-long sections, complete with elbows and offsets. Join sections with 1 '/z inch telescoping joints. Provide fasteners designed to hold downspouts securely 1 inch away from walls; locate fasteners at top and bottom and at approximately 5 feet on center in between. Finish and colors to match roof panels or CMU color as selected by the Architect. 2.10 FABRICATION A. General: Design prefabricated components and necessary field connections required for erection to permit easy assembly and disassembly. 1. Fabricate components in such a manner that once assembled, they may be disassembled, repackaged, and reassembled with a minimum about of labor. 2. Clearly and legibly mark each piece and part of the assembly to correspond with previously prepared erections drawings, diagrams, and instruction manuals. B. Structural Framing: Shop -fabricate framing components to indicated size and section with base plates, bearing plates, and other plates required for erection, welded in place. Provide holes for anchoring or connections shop -drilled or punched to template dimensions. PART 3- EXECUTION a line. carry 3.1 ERECTION A. Framing: Erect framing true to line, level, plumb, rigid, and secure. Level base plates to a true even plane with full bearing to supporting structures, set with double -nutted anchor bolts. Use non -shrinking grout to obtain uniform bearing and to maintain a level base line elevation. Moist cure grout for not les than 7 days after placement. B. Pulins and Girts: Secure purins and girts to structural framing and hold rigidly to a straight brace purlins as per manufacturers standards. C. Overall Roof Bracing: Provide diagonal rod or angle bracing in roof as required. 1. Where diaphragm strength of roof covering is adequate to resist wind forces, rod or angle bracing will not be required. D. Wall Bracing: 1. Provide Portal Frames as indicated on the Drawings. 2. CMU wall at the back is to serve as a shear wall. E. Framed Opening: Provide shapes of proper design and size to reinforce openings and to loads and vibrations imposed, including equipment furnished under mechanical and electrical work. Securely attach to building structural frame. 3.2 ROOFING, SOFFITS AND OTHER PANELS A. General: Arrange and nest sidelap joints so prevailing winds blow over, not into, lapped joints. 13122-8 METAL BUILDING SYSTEMS J 0605-2 Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weathertight enclosure. Avoid "panel creep" or application not true to line. Protect factory finishes from damage. 1. Field cutting or exterior panels by torch is not permitted. 2. Flash and seal roof panels at eave and rake with rubber, neoprene, or other closures to exclude weather. B. Roof Sheets: Provide sealant tape at lapped joints of ribbed or fluted roof sheets and between roof sheets and protruding equipment, vents, and accessories. 1. Apply a continuous ribbon of sealant tape to clean, dry surface of the weather side of fastenings on end laps, and on side laps of corrugated nesting -type, ribbed, or fluted panels and elsewhere as needed to make roof sheets weatherproof to driving rains. C. Standing -Seam Roof Panel System: Fasten roof panels to purlins with concealed clip in -r Accordance with the manufacturers instructions. 1. Install clips at each support over thermal block spacers with self -drilling fasteners. 2. At end laps of panels, install tape calk between panels. 3. Install factory -calked cleats at standing -seam joints. Machine -seam cleats to the panels to provide a weathertight joint. D. Sheet Metal Accessories: Install gutters, downspouts and other sheet metal accessories in accordance with manufacturers recommendations for positive anchorage to building and weathertight mounting. E. Thermal Insulation: Install insulation concurrently with installation of roof panels in accordance with manufacturer's directions. Install blankets straight and true in one-piece lengths with both sets of tabs sealed to provide a complete vapor barrier. 1. Roof Installation: The fiber glass blanket roof insulation shall be installed using a poultry wire support system. Provide full width poultry wire in each purlin by and extend one run at right angles to the purlins directly over each roof beam. Poultry wire shall be stretched tight, wrapped around end wall eave beams and crimped together with special joining tab. The insulation shall be pulled taut over the purlins and spacer blocks installed before attaching the roof panels. The vapor barrier facing shall face toward the interior of the building. Cleaning and Touch-up: Clean component surfaces of matter that could preclude paint bond. Touch up abrasions, marks, skips, or other defects to shop -primed surfaces with same type material as shop primer. END OF SECTION 13122 METAL BUILDING SYSTEMS 13122-9 0605-2 SECTION 13124 —ALUMINUM BLEACHERS PART I — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This section includes the design, fabrication and erection of Frame Type Bleachers in thirty-two (32) locations where shown on the Drawings, including all superstructure to be supported on concrete slabs. B. The Work of this Section also includes the aluminum planks required to be installed as part of the dugout benches (typical for 32 locations) where shown on the Drawings. 1.3 QUALITY ASSURANCE A. Manufacturer: Southern Bleacher Company, P.O. Box One, Graham, Texas 76450. 800-433-0912; 817-549-0733; fax 817-549-1365. B. Manufacturer's Qualifications: Must have (10) years of experience in the manufacture of bleachers and grandstands similar to the ones included in this project. Welders must be AWS certified. C. Source Quality Control: Mill Test Certification. 1.4 BUILDING CODES A. Design and fabrication must conform to Uniform Building Code, NFPA 101 Life Safety Code, Americans Disabilities Act (ADA) and Texas Accessibility Standards (TAS). 1.5 WARRANTY A. Manufacturer must warrant its Frame Type Bleacher to be free from defects in material and workmanship for a period of one year from date of Final Acceptance. PART II — PRODUCTS 2.1 ACCEPTABLE MANUFACTURER A. Southern Bleacher Company -, B. Sturdisteel; Shultz Industries, P.O. Box 2655, Waco, TX 76702; 1-800- 433-3116 C. Other manufacturers must be approved seven calendar days before the bidding date in accordance with SECTION 01631 — SUBSTITUTIONS. 2.2 FRAME -TYPE BLEACHERS ALUMINUM BLEACHERS 13124-1 0605-2 13124-2 A. DESCRIPTION: 1. Each unit shall be comprised of a five (5) row -four (4) elevated Rows plus one (1) seat run capable to be attached to concrete construction, Non -Elevated Frame -Type Bleacher a. Rise and Depth: 12" rise; 26" depth; seat 17" above tread. b. Framework: Prefabricated angle frames spaced at 6' and connected by cross braces. C. Seats: Nominal 2 x 10 anodized aluminum plank with 2 x 10 anodized end caps. d. Treads and Risers: manufacturers standard sections. e. Aisles: To be 4'-0" wide with 34" aluminum handrail and intermediate rail at approximately 22" above tread. Handrail diameter shall be no larger than 1 1/2 " in diameter. Handrails with rounded ends are discontinuous to allow access to seating through a 24" wide space. Provide concrete insert set front leg of first handrail in concrete deck as shown on the drawing. Aisle steps shall have contrasting color nosing. f. Half Steps in Aisles: Half steps to be shown in the Drawings. B. MATERIAL AND FINISHES 1. FRAMEWORK a. Extended aluminum alloy 6063-T6, millfinish, with webb, wall and flange thickness required to comply with loading and applicable code requirements. 2. EXTRUDED ALUMINUM a. Seat Planks; Riser planks; step closures: Extruded aluminum alloy 6063-T6, clear anodized 204R1, AA- M10C22A31, Class II, with wall thickness of .094" b. Tread Planks: Extruded aluminum alloy 6063-T6, mill finish, with wall thickness of .094". 3. ACCESSORIES a. Channel End Caps: Aluminum Alloy 6063-T6, clear anodized 204R1, AA-M10C22A31, Class 11. b. Hardware: (1) Bolts, Nuts: Hot -dipped galvanized or plated. (2) Hold -Down Clip Assembly: Aluminum 6061-T6. C. Guardrailing: Anodized aluminum tube 1 5/8" O.D. with galvanized chainlink. d. Crossbracing: Extruded aluminum angle 6061-T6 mill finish. e. Aisle Nosing: Aluminum 6063-T6, dark bronze anodized 204R1, AA-M10C22A31, Class II. ALUMINUM BLEACHERS 0605-2 C. FABRICATION 1. DESIGN LOAD a. Live Load: 100 psf gross horizontal projection b. Lateral sway load: 24 plf seat plank C. Perpendicular sway load: 10 plf seat plank d. Live Load of Seat & Tread Plank: 120 plf e. Guardrail: 100 plf vertical & 50 plf horizontal 2. SHOP WELDED CONNECTIONS a. All welded connections to be by certified welders conforming to AWS Standards. b. Manufacturer shall submit certifications of welders. 3. Design shall be designed to comply with ADA and TAS requirements for handicapped access. PART III — EXECUTION 3.1 INSTALLATION A. Install bleachers in strict accordance with manufacturer's installation procedures and recommendations. B. Bleachers shall be anchored to a concrete footing (sized as required for loading), coat all aluminum in direct contact with the concrete with as asphaltic paint. C. Care shall be exercised to not damage the concrete slab located beneath bleachers. 3.2 CLEAN UP A. All components shall be inspected for defects and as such shall be corrected at the finish of the Work. END OF SECTION 13124 ALUMINUM BLEACHERS 13124-3 Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 1 ADDENDUWADDENDA: The Proposer acknowledges the receipt of Addendum / Addenda issued for this project. Having carefully examined the UNIFORM GENERAL CONDITIONS and SUPPLEMENTARY GENERAL CONDITIONS of the CONTRACT, the SPECIFICATIONS, DRAWINGS, and ANY ADDENDA to the drawings and specifications prepared by Larry Rodgers Design Group on this Project, as well as the site and all conditions affecting the work, the undersigned proposes to furnish and install all labor, materials, and equipment necessary to complete the entire work in accordance with the above documents for the following sums: Irrigation System: Part 1: For mobilization, field verification of existing conditions, warranty, field staking assistance, central programming assistance, creating final as -built documents, project superintendent and administrative services, the total sum of - Part 2: For materials and supplies necessary to complete the project, the total sum of ($ Part 3: For labor, equipment, trenching and installation of all irrigation components, sprinkler heads, field controllers, valves, central computer, piping, zone valves and related products, the total sum of: Part 4: For labor, equipment and material for the construction for the pump station, concrete slab, footings and wetwell construction, electrical services from the meter to the pump controls, and other related equipment and services, the total sum of Unitized total for all parts 1, 2, 3, and 4 Base Bid: ($ Contractor's Name: Project Foreman: Alternate #1: Delete lowering of sprinklers to finish grade after turf is established. Deduct $ Alternate #2: Furnish and install water conditioning/PH control system: SO2 Solutions (775) 331.6600 Add $ Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 2 Alternate #3: Furnish and install fertigation system with conical type storage tanks (3) 1000-gallon tanks, (1) 500 gallon mounted on a containment slab. Flowtronex #3 Triplex Add $ Turf Feeding Systems, (800) 728-4504, Model 3000, Add $ Alternate #4: Delete Rain Master interface to Flowtronex pump interface with software and wiring and high speed internet capabilities: Deduct $ Alternate #5: Deduct for all road crossing sleeves to be PVC encased in 6" concrete Deduct $ OR Alternate #6: Deduct for all road crossings to be class 52 ductile iron, no sleeve or HDPE as detailed Deduct $ Alternate #7: Delete the additional spare yellow, 24 volt control wire for quick couplers and mainline as specified: Deduct $ Alternate #8: Reduce PVC rating of solvent weld PVC from Schedule 40 ASTM to Class/PR160: Deduct $ Note on Unit Pricing: The unit pricing schedule will be used only for deducting from or adding to the cost of the project. The unit price should not be used as determining the total cost of the project. All costs are installed costs, including the necessary fittings or other hardware, and shall include amounts for profit and overhead. For changes to the estimated quantities of work in the bid, the Bidder agrees that the unit prices bid can be used to compute dollar values for all changes of not more than 10%, plus or minus of the value of the irrigation system. The irrigation contract for the construction of the irrigation system and appurtenance to serve the Lubbock Athletic Complex is a lump sum contract. The lump sum total contract is the total lump sum of part 1, part 2, part 3 and part 4 as shown on page 1 of the irrigation bid proposal. The bid proposal includes lump sum bid prices of certain alternatives. Any such bid alternatives accepted by the City of Lubbock Parks and Recreation will be added to or subtracted from the total lump sum Contract Price on page 1 of the bid proposal. So long as there are no changes (additions or deletions) of any unit quantities as shown on pages 3 through 8 of the bid proposal, all construction as required by the plans and specifications and construction documents will be constructed by the contractor for the total lump sum price of this contract. Whereas City of Lubbock Parks and Recreation, Architect or Irrigation designer may make additions or deletions of any one or more of the unit quantities shown on pages 3 through 8 and the cost whether a reduction or an increase shall be determined by the unit price for such quantity added or deleted as noted on the final as -built plan. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 3 Please provide your quantity estimates if they differ from the listed ones to assist our evaluation of your bid proposal. 1) Furnish and install a 4 to 8 GPM, full or part circle gear driven rotary type sprinkler with stainless steel riser, check valve on a 3/4" Lasco T722-212 swing joint. Nozzle will be a low angle trajectory type with adjustable radius. Nozzle selection will be based on field conditions and arc needed to prevent overspray onto hardscape areas. Spacing will be based on 100% overthrow and will use the 2.5 LA series for 90 to 140 degree arc, 4.5 LA series for 141 to 220 degree arc, 6.0 LA series for 221 to 300 degree arc, 8.0 LA series fof 301 to 360 degree arc. Spacing will be based _ on 100% overthrow and will be spaced 25 to 35 feet apart. Hunter # I-20-ADS/36S-4.5/8.0 LA $ each (Contractor estimate (LRDG estimate 2) Furnish and install a 7.5 to 18 GPM, full or part circle gear driven rotary type sprinkler with stainless steel riser, check valve on a 1" Lasco T922-212 swing joint. Nozzle will be a standard trajectory type with field adjustable radius. Nozzle selection will be based on field conditions and arc needed to prevent overspray onto hardscape areas. Spacing will be based on 100% overthrow and will use the #7 series for 90 to 140 degree arc, #10 series for 141 to 220 degree arc, #15 series for 221 to 330 degree arc, #20 series for 360 degree arc. Spacing will be based on 100% overthrow and will be spaced 36 to 55 feet apart. Hunter # I-25-ADS/36S-10/20 $ each (Contractor estimate ) (LRDG estimate ) 3) Furnish and installon the ball field playing areas a 8.5 to 15 GPM, full or part circle gear driven rotary type sprinkler with stainless steel riser, check valve on a 1" Lasco T922-212 swing joint. Nozzle will be a standard trajectory type with field adjustable radius. Nozzle selection will be based on field conditions and arc needed to prevent overspray onto skinned areas. Spacing will be based on 100% overthrow and will use the #40 series for 90 to 140 degree arc, #41 series for 141 to 220 degree arc, #43 series for 360 degree arc. Spacing will be based on 100% overthrow and will be spaced 40 to 45 feet apart. Hunter # I-42-ADS/36S-40/41/43 $ each (Contractor estimate ) (LRDG estimate ) Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 4 5) Furnish and install V quick coupling valve on a swing joint. Hunter QC 1 OOY $ each (Contractor estimate (LRDG estimate 6) Furnish and install automatic electrically actuated remote control valve in valve box as per City of Lubbock detailed standards. (Contractor estimate } Hunter PVG-IOTA-AS $ each (Contractor estimate Hunter PVG-151A-AS $ each (Contractor estimate ) Hunter PVG-201 A -AS $ each 7) Install a City of Lubbock provided wireless field controller. Contractor to furnish and install proper surge/electrical protection for the 24 VAC wiring and 120 VAC wiring. (Contractor estimate _) Rain Master, 24 Station $ each (Contractor estimate _� Rain Master, 32 Station $ each (Contractor estimate ) Rain Master, 40 Station $ each (Contractor estimate ) Rain Master, 48 Station $ each 8) Furnish and install 72" square Reinforced Concrete Pipe wetwell structure and accessories. (LRDG estimate 12' vertical depth) $ /vert ft 9) Furnish and install 24" HDPE, SDR 11 intake pipe and fittings. (LRDG estimate') $ /lin ft DR18 PVC alternate $ /lin ft 11) Furnish and install 16" Class 52 ductile iron parking lot sleeve. (Contractor estimate ') $ /lin ft (LRDG estimate ) 12a) Furnish and install 12" Class/ PR 200 / SDR21 gasketed PVC pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 12b) Furnish and install 12" HDPE, SDRI 1 parking lot crossing mainline pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 12c) Furnish and install 12" Class 52 ductile iron parking lot sleeve. (Contractor estimate ') $ /lin ft Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 5 (LRDG estimate ) 13a) Furnish and install 10" Class/PR 200/ SDR21 gasketed PVC pipe and fittings. (Contractor estimate ') $ /lin ft _ (LRDG estimate ) 13b) Furnish and install 10" HDPE, SDR11 parking lot crossing mainline pipe and fittings. (Contractor estimate ') $ Ain ft (LRDG estimate ) 13c) Furnish and install 10" Class 52 ductile iron parking lot crossing. (Contractor estimate ') $ /lin ft (LRDG estimate ) - 14a) Furnish and install 8" Class/PR 200 /SDR21 gasketed PVC pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 14b) Furnish and install 8" HDPE, SDRI 1 --. Parking lot crossing mainline pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 14c) Furnish and install 8" Class 52 ductile iron Parking lot crossing. (Contractor estimate ') $ /lin ft (LRDG estimate ) 15a) Furnish and install 6" Class/PR 200 / SDR21 gasketed PVC pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) -� 15b) Furnish and install 6" HDPE, SDRl1 parking lot crossing mainline pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 15c) Furnish and install 6" Class 52 ductile iron parking lot crossing. - < (Contractor estimate ') $ /lin ft (LRDG estimate ) 17) Furnish and install 4" Class/PR 200/ SDR 21 gasketed PVC pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 6 17b) Furnish and install 4" Yelo-mine pipe and fittings on bridge crossings (Contractor estimate ') (LRDG estimate ) 17c) Furnish and install 4" Class 52 ductile iron road sleeve or bridge crossing. (Contractor estimate ') (LRDG estimate ) 18) Furnish and install 3" Class/PR 200 / SDR21 gasketed PVC pipe and fittings. (Contractor estimate ') (LRDG estimate ) 19a) Furnish and install 1/2" Schedule 40/ ASTM 1785/ PR 300 solvent weld PVC pipe and fittings. (Contractor estimate ') (LRDG estimate ) 19b) Furnish and install 2 1/2" class/PR 160 solvent weld PVC pipe and fittings. (Contractor estimate ') (LRDG estimate ) 20a) Furnish and install 2" Schedule 40/ ASTM 1785/ PR 280 solvent weld PVC pipe and fittings. (Contractor estimate ') (LRDG estimate ) 20b) Furnish and install 2" class/PR 160 solvent weld PVC pipe and fittings. (Contractor estimate ') (LRDG estimate ) 20c) Furnish and install 2" HDPE, SDRI I pipe and fittings. (Contractor estimate ') (LRDG estimate ) 21a) Furnish and install 1 1/2" Schedule 40/ ASTM 1785/ PR 330 solvent weld PVC pipe and fittings. (Contractor estimate ') (LRDG estimate ) 21b) Furnish and install 1 1/2" class/PR 160 solvent weld PVC pipe and fittings. (Contractor estimate ') (LRDG estimate ) 11, ra R 9 a, a, /lin ft /lin ft Ain ft /lin ft /lin ft /lin ft /lin ft /lin ft /lin ft /lin ft Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 7 21 c) Furnish and install 1 1 /2" HDPE, SDRI 1 pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 22a) Furnish and install 1 1/4" Schedule 40/ ASTM 1785/ PR 370 solvent weld PVC pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 22b) Furnish and install 1 1/4" class/PR 160 solvent weld PVC pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 22c) Furnish and install 1 1/4" HDPE, SDRI 1 pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 23a) Furnish and install V Schedule 40/ ASTM 1785/ PR 450 solvent weld PVC pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 23b) Furnish and install 1" class/PR 160 solvent weld PVC pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 23c) Furnish and install V HDPE, SDRI 1 pipe and fittings. (Contractor estimate ') $ /lin ft (LRDG estimate ) 24) Furnish and install 12" gasketed/push-on isolation valve w/box and sleeve. (Contractor estimate (LRDG estimate ) 25) Furnish and install 10" gasketed/push-on isolation valve w/box and sleeve. (Contractor estimate (LRDG estimate ) 26) Furnish and install 8" gasketed/push-on isolation valve w/box and sleeve. (Contractor estimate (LRDG estimate ) 27) Furnish and install 6" gasketed/push-on isolation valve w/box and sleeve. (Contractor estimate ^) $ each $ each $ each each Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request (LRDG estimate ) 28) Furnish and install 4" gasketed/push-on isolation valve w/box and sleeve. (Contractor estimate ) (LRDG estimate ) 29) Furnish and install 3" gasketed/push-on isolation valve w/box and sleeve. (Contractor estimate (LRDG estimate ) 30) Furnish and install 2" isolation valve before the automatic valve w/box. Install as per City of Lubbock standard parks detail. (Contractor estimate �) (LRDG estimate ) 31) Furnish and install 1 1 /2" isolation valve before the automatic valve w/box. Install as per City of Lubbock standard parks detail. (Contractor estimate ) (LRDG estimate ) 32) Furnish and install 1" isolation valve before the automatic valve w/box. Install as per City of Lubbock standard parks detail. (Contractor estimate (LRDG estimate ) 31) Furnish and install 1 " Bermad air and vacuum relief valve. (Contractor estimate ) (LRDG estimate ) 32) Furnish and install #8-3, 120 volt power wire in 1 1 /2" conduit. (Contractor estimate (LRDG estimate ) 33) Furnish and install #10-3, 120 volt power wire in 1 1/4" conduit. Page 8 $ each $ each $ each $ each each $ each _') $ /lin ft w/o conduit $ /lin ft (Contractor estimate ') (LRDG estimate ) w/o conduit 34) Furnish and install # 12-1, 24 volt common wire w/connectors. (Contractor estimate ') 35) Furnish and install #14-1, 24 volt wire w/connectors. $ /lin ft $ /lin ft /lin ft Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 9 (Contractor estimate ') $ /lin ft 36) Furnish and install Paige P7171 pump and weather station communication cable. (Contractors estimate ') $ /lin ft (LRDG estimate ) Equipment & Operator Rates: 1) Irrigation Superintendent $ /Hour 2) Irrigation Foreman $ /Hour 3) Electrical Technician $ /Hour 4) General Laborer $ /Hour 5) 65 H.P. Rubber Tire Back -Hoe & Operator $ /Hour 6) 50 H.P. Tractor/Loader & Operator $ /Hour 7) Pick -Up Truck $ /Hour 8) 2 Ton Dump Truck $ /Hour 9) 40 H.P. Trencher/Puller & Operator $ /Hour 10) 75 H.P. Trencher/Puller & Operator $ /Hour 11) John Deere #490 Excavator/Track-Hoe w/Operator $ /Hour 12) John Deere #690 Excavator/Track-Hoe w/Operator $ /Hour 13) Vermeer T-555/T-600 Track Trencher w/Operator $ /Hour 14) Tesmec T-900 Track Trencher w/Operator $ /Hour 15) Articulating Loader w/3 Yard Bucket & Operator $ /Hour IRRIGATION PROJECT REQUIREMENTS 1.01 OBJECTIVE/SCOPE A. The objective of these specifications is to provide an irrigation system, which will effectively irrigate all areas to be covered and shall be installed in a professional, workmanlike manner. The specifications, design details, and irrigation drawings are to be considered part of the Contract and the Contractor shall follow the specifications with due perseverance. The work contemplated by the specifications consists of the provisions of labor, material, equipment and services required for all work as described herein. Unless otherwise specified, the plans and specifications are intended to include everything obviously prerequisite and necessary for the proper installation and completion of the work whether each necessary item is mentioned herein or not. B. The plans and specifications are intended to be cooperative and any item called for in one and not the other shall be as binding as if called for in both. If a discrepancy exists between an item called for in the plan and the specifications, the specifications takes precedence. C. All work specified herein or called for on the drawings will be executed in accordance with all governing ordinances, laws and regulations that meet all City of Lubbock parks and regulations details. If the Contractor performs any work contrary to such codes, laws, city details or regulations, they shall assume full responsibility and bear all costs necessary to correct the work, without additional cost to the City of Lubbock. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 10 D. The contractor shall abide by, and comply with the true intent and meaning of the drawings and specifications taken as a whole of any manifest error or omission, should any exist. Figured dimensions of the drawing shall take precedence over measurements by scale E. These specifications, design details and irrigation design LRDG be considered part of the Contract. are to F. Finish work including setting all heads, quick coupling valves, controllers and valve boxes to grade or as specified by the City of Lubbock Parks and Recreation. Raising and lowering heads to proper height, filling trenches that have settled, packing soil firmly around heads and valve boxes is considered guaranty work and shall be done at no additional cost to the City of Lubbock Parks and Recreation during the guaranty period. G. Contractor will be provided with a location to store project equipment and materials. The contractor will be responsible to install temporary security fencing around the perimeter of the "lay -down site". All products except pipe will be stored inside a lockable storage container/trailer withing the fenced compound. The pipe must be covered as detailed. H. Permits and licenses necessary for the prosecution of the work shall be secured and paid for by the contractor. I. The Contractor shall keep himself fully informed of all laws, ordinances and regulations of the Federal, State, County and City of Lubbock in any manner affecting those engaged or employed in the work or the materials used in the work or in any way affecting the conduct of the work and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. The contractor shall observe and comply with all such laws, ordinances and regulations and shall protect and indemnify the City of Lubbock Parks and Recreation, Architect and Larry Rodgers Design Group against the violation of such infraction whether by himself or by his employees. 1.02 QUALITY ASSURANCE A. The installation contracting firm shall furnish a team with considerable experience and have demonstrated ability in the installation of a new irrigation system on a Large Athletic Complex in a neat, orderly, and responsible manner in accordance with recognized standards of workmanship. To demonstrate ability, experience and financial stability necessary for this Project, submit with bid proposal the following: • List of 4 projects completed in the last 2 years that involved the installation of a new irrigation system on a 50 acre or larger Athletic Complex. Description of projects shall include: - Name of project. - Location of the project - Owner/Project manager with phone numbers for reference. - Brief description of work and project budget. • A statement of qualifications indicating experience of project superintendent, including minimum requirement of 7 years experience in irrigation system installation, and 2 years employment with project contractor. Project superintendent must remain on -site representative of Contractor throughout length of project. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 11 B. In order to provide a minimum level of workmanship, all installation personnel who are expected to work with any component of the electrical system components shall have attended and satisfactorily passed the Paige Electric Company certification, Irrigation Association or equal program. The certification program shall cover irrigation wires, cables, proper installation and splicing methods and protecting electronic equipment from lightning and power surges. It is the responsibility of the contractor to obtain such certification and to provide a copy of the "certificate of successful completion" for each person installing electrical products on the project. The document will be included with the submittals as noted in the submittals section of the specifications. 1.03 STAKING A. The City of Lubbock Parks and Recreation is to provide to the Contractor the staking services of Larry Rodgers Design Group who is experienced with staking and recording as -built information up to (4) site visits. Any additional fee for recording as -built information or additional site visits will be invoiced from Larry Rodgers Design to the contractor and included in the irrigation price. Contractor will provide 2-3 English speaking representatives for facilitation of the staking activities. -- B. The Contractor and Larry Rodgers Design Group will stake out the sprinkler locations prior to ditching. The Contractor will be responsible to provide and coordinate the limits of grassing and have the drainage installed prior to irrigation staking of the area. Prior to installation the city of Lubbock project representative will check all locations and give his approval or disapproval. C. Routing of the pipe will be in accordance with the irrigation plan except that the City of Lubbock Parks and Recreation reserves the right to change the routing of the pipe from that shown on the plan and to change the depth of the trench and cover the pipe in case of rock or other obstacle. In no event will field changes of this nature affect the cost of the project except where these changes may alter the quantity of material to be provided according to the plan, or where the excess depth of trench and backfill is required. D. Stakes will be clearly marked and flagged to designate the type of equipment to be installed at that point. Stakes will be placed accurately to allow particular equipment to be installed within one (1) foot from the indicated position; it will be clearly marked to indicate the base position. The Contractor's Agent will maintain this staking; replacing all stakes disturbed to the correct position, until all equipment is in place, and its position is properly indicated on the "As -Built" plan. Failure to protect stakes will result in the Contractor being charged for their replacement. 1.04 AS-BUILUCONSTRUCTION RECORD DRAWING A. The As-Built/Construction Record Drawing (CRD) plan shall be an original of the irrigation system as constructed. It shall indicate the location of all sprinklers, valves (air, isolation, reducing, relief, and drain), controllers, wire routing, pipe routing, sizing pies and mainline valves, and field controller station assignments. The construction record drawing will be prepared in AutoCAD format with each component residing on its own layer and data will be gathered with G.P.S. mapping equipment using differential surveying with sub -meter accuracy. Irrigation Specifications for Lubbock Athletic Complex g Revised for November 18, 2006 review request Page 12 B. Contractor field note drawings must be submitted with each payment request. All payment requests made without an attached current Contractor As -Built drawings may be refused by the City of Lubbock Parks and Recreation, until such time that the field notes are submitted. C. The field notes will be made by an agent of the Contractor. The preparation of field notes will be in a legible format 30" x 42" sheet as provided by Larry Rodgers Design Group. D. Immediately upon installation of any piping, wire, valves, and sprinkler heads, etc., the Contractor will clearly indicate the changes on a set of drawings. The Contractor will submit the field notes to LRDG at the time of each future visit, any delays in this process will result in delays of future "as -staked plans". E. On a print of the As -Staked plan, the Contractor's Agent will satisfactorily indicate the location of work in progress. This plan will be available to the City of Lubbock Parks and Recreation and any member of the design team. If at any time a copy of this plan or a portion of it is required by the City of Lubbock Parks and Recreation or member of the design team, the original working plan will be made available and submitted in the manner requested. F. This plan will be kept clean, dry, and safe from damage at all times. It will be brought up- to- date at the close of the working day on every Friday and will accurately indicate all equipment placed at that time. G. As-Built/CRD Requirements: The Contractor will provide and locate all of the following equipment on the as-built/construction record drawings. - sprinklers, gear driven 360 degree rotor type - sprinklers, gear driven adjustable part circle rotor coverage - sprinklers, spray head type - lateral isolation valves - mainline isolation valves - air release valves - drain valves - automatic zone control valves - mainline pipe routing and sizes - lateral pipe routing and sizes - all wire splices - (120 volt, 24 volt and communication) - all 120 volt wire paths and sizes - all existing utilities and drainage. H. Prior to final acceptance or substantial completion walk thru of the completed installation, the Contractor will be responsible for providing complete "As-Built/CRD" data to the Irrigation designer showing all of the above components 1.05 DRAWING, EXPLANATIONS & VERIFICATION OF DIMENSIONS A. All plot dimensions are approximate. Before proceeding with the work, the Contractor shall carefully check and verify all dimensions and shall report all variations from those indicated in the plot plan to the City of Lubbock Parks and Recreation and Designer. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 13 B. For purposes of clearness and legibility, the piping lines and the electrical lines are diagrammatic, the size and location of equipment are drawn to scale wherever possible. C. No consideration will be given to any design changes until after the awarding of the contract. Should any changes be deemed necessary after awarding of the contract, for proper installations and operation of the system, the City of Lubbock Parks and Recreation with the Contractor will negotiate such changes on a unit basis. 1.06 CHANGES IN WORK A. The City of Lubbock Parks and Recreation reserves the right to require alterations, additions to or deletions from, the work shown on the drawings, or described in the specifications without rendering the contract void. The changes shall not in any way effect the time of completion of the work as agreed upon, except as shall be further agreed at the time such changes are made. B. No material of any kind shall be installed on the project until they have been approved by Larry Rodgers Design Group and the City of Lubbock Parks and Recreation's Representative who also reserve the right to observe installation of the irrigation system at any time and to reject any and/or all materials or workmanship that does not meet project specifications and/or industry standards. C. Additions or deletions in the quantity or work as set forth in these specifications and accompanying drawings may be ordered by the City of Lubbock Parks and Recreation or Architect to the contract price or estimate has been adjusted to the satisfaction of both the Contractor and the City of Lubbock Parks and Recreation and have been accepted in writing by the City of Lubbock Parks and Recreation. 1.07 WORKING DURING ADVERSE WEATHER A. Actual construction on the site will cease during heavy rains or other inclement weather that will adversely affect the quality of the work or cause damage to the site, when in the opinion of the City of Lubbock Parks and Recreation or Architect damage to the site may result. B. The Contractor will be required to protect all work and materials against damage or injury from weather. If in the opinion of the City of Lubbock Parks and Recreation any work or materials have been damaged or injured by reason of failure to protect such, all such materials or work shall be removed and replaced at the expense of the Contractor. 1.08 SUPERINTENDENT A. The Contractor shall keep on this job a full time, competent superintendent and any _. necessary assistants all of who must be approved by the City of Lubbock Parks and Recreation's Representative. The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given by the Contractor. B. The name of the Superintendent and all support personnel shall be submitted with qualifications of each, prior to the award of the contract. hrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 14 C. The Contractor shall not replace his superintendent, as identified to the City of Lubbock Parks and Recreation without written approval of the City of Lubbock Parks and Recreation or his Representative. D. Under no circumstances shall an employee of any subcontractor serve as a project superintendent. Only persons skilled in the type of work, which they are to perform, shall be employed. The Contractor shall at all times maintain discipline and good order among his employees and shall not employ on the site any unfit person or persons or anyone unskilled in the work assigned him. 1.09 PROTECTION OF PROPERTY A. All trees, shrubs, flowers, fences, buildings, walks, roadways, utilities, drainage and other property shall be protected from damage. Any damage shall be repaired or replaced to the City of Lubbock Parks and Recreation's satisfaction at the Contractor's expense. The Contractor shall restore all areas to their original condition. Contractor shall be responsible to contact the utility and local "locate/blue stake/miss dig" companies and the City of Lubbock Parks and Recreation's Representative for locations of all utilities on the property and expose all utilities by vacuum excavation methods, all other digging and exposing methods will not be allowed. If the area was marked and the Contractor damages utilities, the utilities shall be repaired at the Contractor's expense. B. The Contractor will expose all underground utilities, existing irrigation components, drainage or other underground equipment by vacuum excavation methods to get approval to go over or under work by others. Machines for vacuum excavation can be found at www.vacmasters.com or call 1.800.466.7825 for information on machinery. This underground utility information shall be noted on the As-Built/CRD drawing. In the event there is damage to other equipment in the ground the contractor shall immediately repair the broken item and restore it to original condition. C. If, in the opinion of the City of Lubbock Parks and Recreation or his Representative, a malfunction or other failure renders the irrigation system or portion of the system inoperable and this results in damage to the project during the construction period, the cost of corrective work necessary to an acceptable condition shall be the obligation of the Contractor. D. The Contractor shall at all times keep the premises on which the work is being done, and adjoining premises clean of rubbish caused by his work. Upon completion of the job, the contractor shall clean up all debris caused by his work and leave the job in a neat and clean condition. All debris removed from the job will be taken away by the Contractor. E. The Contractor shall confine his apparatus, storage of materials and construction operations to such limits as may be directed by the City of Lubbock Parks and Recreation's Representative, and shall not unreasonably encumber the premises with his materials. The Contractor is responsible for the security of material and equipment. Responsible for all theft, vandalism, arson, or other loss of any improvement until final acceptance of the project by the City of Lubbock Parks and Recreation. F. The Contractor shall provide all temporary light and power from the utility company. All such wiring, service and control switches & circuit protections will comply with the local underwriter's codes, sales and regulations. Upon conclusion of the temporary wiring, the Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 15 Contractor shall bear all expenses required for repairing any damage incurred by him during the use of the temporary power and light. G. The Contractor shall provide and maintain in a sanitary condition enclosed weather tight toilets for use by all construction personnel at locations approved by the City of Lubbock Parks and Recreation. 1.10 SCHEDULE OF WORK A. The Contractor shall commence the construction of the project on or before: (see date in General conditions) B. The Contractor shall complete the project and have it ready for final inspection by the City of Lubbock Parks and Recreation and Larry Rodgers Design Group by: or 30 days before the final grassing date that has been established in the General Conditions. C. The above dates take into consideration of the local average climatic range and usual industry conditions. D. If the Contractor does not maintain this schedule; the City of Lubbock Parks and Recreation will have the option of ordering the Contractor to bring men and equipment onto the work site. If the Contractor does not or cannot maintain his schedule after such an order, the City of Lubbock Parks and Recreation will have the option of bringing additional contractors onto the job to supplement Contractor's work and to back -charge the Contractor of any additional costs of the supplemental work over and above the Contract amount. E. In the event the project is not proceeding as specified, the Contractor shall within (5) days of the beginning of such delay, notify the City of Lubbock Parks and Recreation in writing, of the causes of the delay, who shall ascertain the facts and the extent of the delay and notify the Contractor of it's decision in the matter. 1.11 RECOVERY FOR COSTS OF DELAY A. If the Irrigation or general Contractor fails to complete the project within the specified time, the City of Lubbock Parks and Recreation is entitled to seek liquidated damages from the Contractor at the amount of % of the bid price per week from the specified completion date to the actual completion date. 1.12 ADDENDA A. Supplemental instructions, interpretations and modifications may be used in the form of written addenda to the drawings and specifications. If issued, they will be mailed or "FAXED" to all prospective Bidders no later than 3 calendar days prior to the bid date. Failure of any bidder to receive any such addendum or interpretation shall not relieve such Bidder from such obligation under his bid submitted. All addenda issued shall become part of the Contract Documents. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 16 1.13 LIST OF IRRIGATION MATERIAL FOR APPROVAL A. The materials chosen for the design of the sprinkler system have been specifically referred to by manufacturer so as to enable the irrigation designer to establish the level of quality and performance required by the system design. When terms "or equal", "equal to", "or approved equal", "or accepted equivalent" and other similar terms are used, provide only the specific product or products specified, or approved by written Addendum. Approved substitutions may, because of different size, weight, configuration or other characteristics, require modifications to other elements of the work.. If such substitutions are used, all such modifications to other elements of the work must be shown by shop drawings or other submittals as appropriate, and approved by the Irrigation designer. Any costs associated with such modifications will be at the Contractor's expense. For consideration of proposed equal equipment, the Contractor shall submit to Larry Rodgers Design Group not less than 7 days prior to the bid opening a list of material under consideration. B. The Contractor shall submit (4) copies of a material list, complete with manufacturer's name and product numbers, (4) lists of comparable installations in operation under similar operating conditions, including customer address and location of installation. Any engineering drawings that would alter the system design of the proposed changes will be the responsibility and expense of the Contractor to provide. C. Notification of the submitted data for consideration of "as -equal" to the equipment specified herein, will be by Larry Rodgers Design Group three days prior to the bid opening. The "Or Equal" judgment has been addressed at the Federal I" Circuit Court in the case of Whitten Corp. vs. Paddock Inc. April 12, 1974 . The case noted 4 major rulings regarding specifications: 1) The court ruled that "proprietary specifications are not a violation of anti-trust laws". Further, the court stated that "trained professionals", i.e. specifiers, "make informed judgments on products which they feel best serve the clients needs". 2) The court ruled that other suppliers or manufacturers can qualify as "Or Equal" only when the specifier chooses to waive specifications or permit those suppliers or manufacturers to bid. It clearly states that the specifying source is charged with the responsibility and judgment for determining whether a proposed substitution is an "Or Equal". 3) The specifier "may waive specifications in order to obtain a more desirable product for the client". 4) "The burden is on the supplier or manufacturer who has not been specified to convince the specifier that their product is equal or better for the purpose of a particular project." D. The specific materials to be used will be as designated on the plan or in the bid schedule of Unit Prices. All materials to be incorporated in this will be new and of the best quality, meeting the requirements for such materials and for the purpose intended. 1.14 SUBMITTALS A. (4) material lists of all products and materials to be used on the project shall be submitted to Larry Rodgers Design Group for review and approval. Then sent to the City of Lubbock Parks and Recreation's representative by Larry Rodgers Design Group for written approval prior to the installation of the irrigation system. The City of Lubbock Parks and Recreation's representative and Larry Rodgers Design Group reserve the right to reject any and all materials that have been installed but have not been approved. Four material list sets will be required, one of which will be returned approved or not approved , to the Contractor for corrections. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 17 B. The source for such products shall be submitted to Larry Rodgers Design Group, with detailed descriptions in the form of samples, shop drawings, specifications, tests or other means necessary to adequately describe the items submitted. C. If it is found that the sources of supply have not furnished products meeting the intent of the contract documents/specifications, the Contractor shall thereafter replace from the approved source and shall remove completed work incorporating products, which do not meet contract requirements. D. If rejected materials, equipment or work is not removed within (48) hours from the date of letter of notification, and the City of Lubbock Parks and Recreation shall have the right and authority to stop the Contractor and his work immediately, which will not extend the completion date. The City of Lubbock Parks and Recreation shall have the right to arrange for removal of said rejected materials, equipment or work at the cost and expense of the Contractor. E. The failure of the City of Lubbock Parks and Recreation or Larry Rodgers Design Group to condemn improper materials and/or workmanship shall not be considered as a waiver of any defect which may be discovered later, or for work actually defective. F. Coordinate the preparation and processing of submittals with the performance of the work so that work will not be delayed by submittals. No extension of time will be allowed because of failure to properly coordinate and sequence submittals. G. Included are, but not limited to for submittal are: 1. Sprinkler head manufacture (each type with CIT data) • Full Circle gear driven rotors, I-20, I-25 & I-42 series • Spray heads with MP Rotator nozzles 2. Automatic control valve manufacture • 2" remote control valve • 1 1/2" remote control valve • 1" remote control valve • Quick coupling valve and accessories 3. Piping system: • 3" to 12" gasketed PVC mainline manufacturer f • HDPE mainline manufacturer • Parking lot crossing sleeving material & manufacturer • 2 1/2" and below PVC lateral piping manufacturer & type 4. Mainline fittings: epoxy coated ductile iron unless noted otherwise • Pump station discharge pipe details • 4" to 12" change of direction • 6" to 12" service saddles • 3" & 4" service tee manufacturer • 4" to 12" joint restraint manufacturer • PVC to HDPE transition fitting type and manufacturer 5. Lateral fittings and swing joint • Standard solvent weld PVC manufacturer 0 Gasketed PVC manufacturer Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 18 • 1" (I-25 & I-42) swing joint, manufacturer & part #'s • V (I-20) swing joint, manufacturer & part #'s • Spray head riser assembly, manufacturer & part #'s • Quick coupling valve swing joint, manufacturer & part #'s • Service tap coupling or saddle, manufacturer & part #'s 6. Wire components • 120 volt wire type, manufacturer & part #'s • 24 volt, manufacturer & part #'s • Bonding wire, manufacturer & part #'s • Grounding wire, manufacturer & part #'s • Pump station monitoring wire, manufacturer & part #'s • Weather station wire, manufacturer & part #'s • Additional telemetry wires, manufacturer & part #'s 7. Electrical components • 120 volt connectors, manufacturer & part #'s • 24 volt connectors, manufacturer & part #'s • Communication cable connectors, manufacturer & part #'s • Power conditioner, manufacturer & part #'s • Surge suppression device(s), manufacturer & part #'s • Grounding rods, manufacturer & part #'s • Grounding plates, manufacturer & part #'s • Cadweld ground wire to rod/plate connection device, manufacturer & part #'s • Grounding enhancement material, manufacturer & part #'s • Waterproof junction boxes, sizes, manufacturer & part #'s • Slice/turf type valve boxes and covers, manufacturer & part #'s • Telemetry & radio reservoir fill, manufacturer & part #'s 8. Isolation valves • 4" to 12" for mainline piping, manufacturer & part #'s • Mainline isolation valve access box and lid, manufacturer & part #'s • 2" and below isolation valves, manufacturer & part #'s • 2" drain valves, manufacturer & part #'s • 2" and below access box, manufacturer & part #'s and lid 9. Other valves • Air relief, manufacturer & part #'s • Reservoir fill automatic valve, manufacturer & part #'s • Flow meter, manufacturer & part #'s • Master valve for controller zone areas 10. Pump Station components and design: • Station layout on skid • Pump selection for turbine pumps, manufacturer & part #'s • Pressure maintenance pump selection, manufacturer & part #'s t • Check valve, manufacturer & part #'s • Pressure relief valve, manufacturer & part #'s r • Manifold sizing and material, manufacturer & part #'s • Skid material • Filtration devices and sizing, manufacturer & part #'s • Intake pipe, manufacturer & part #'s • Intake screen detail Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 19 • Flow meter, manufacturer & part #'s • Electrical diagrams • One line electrical diagram for power company • Motor starters, manufacturer & part #'s • Operator Interface Control, manufacturer & part #'s • VFD, manufacturer & part #'s • Other safety components, manufacturer & part #'s 11. Certificate of completion of crew working with electrical and HDPE • Paige/other electrical classes • ISCO/other HDPE classes H. Include manufacturer's standard printed product data sheets, hi -lighting the specific component, as well as recommendations for application and use. Note compliance with standards, application of labels and seals, notation of field measurements which have been checked, and special coordination requirements. All of the above items are to be listed with: 1. Agent and/or local distributor 2. Local address, phone # and contact person 3. Manufacturer's warranty 4. Assemble with tabs for each section as requested 1.15 INSPECTIONS & TESTING OF WORK & MATERIALS A. The inspection and testing of materials and finished articles to be incorporated in the work at the site shall be made by bureaus, laboratories or agencies approved by Larry Rodgers Design Group. The Contractor shall pay the cost of such inspection and testing. The Contractor shall furnish evidence satisfactory to City of Lubbock Parks and Recreation that the material and finished articles have passed the required tests prior to the incorporation of such articles into the work. B. The presence or observations of the City of Lubbock Parks and Recreation, City of Lubbock Parks and Recreation's Representative or Larry Rodgers Design Group at the site shall not be construed to, or in any manner relieve the Contractor of the responsibility for strict compliance with the provisions of the contract documents. 1.16 TESTING A. The Contractor is responsible for furnishing a completed system ready to operate. All costs for testing the system and repairs of any leaks or deficiencies of any kind will be borne by the Contractor. B. The entire system will be constructed to successfully withstand, when completed, a -- hydrostatic pressure 50% more than the operating pressure without showing a leakage in excess of one gallon per hour for each one thousand feet of pipe. All lines will be tested for leakage after placement of partial or complete backfill. All air will be expelled from the line before making the test and the section to be shut off from all other parts of the system, and pressure will be applied by a force pump. A displacement meter will be placed in the discharge line of the force pump for measuring the rate of loss. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 20 C. The testing for leakage will be done under the supervision of the City of Lubbock Parks and Recreation, and all pipe, joints and appurtenances will be inspected while the system is under test pressure, and leaks corrected as directed. The testing will extend over a period of time sufficient to allow for a complete inspection, but in no case for less than one hour. D. Required certificates of inspection shall be incurred by the Contractor. The Contractor having secured all certificates of inspection will deliver it to the City of Lubbock Parks and Recreation upon completion. If any work should be covered up without approval it shall be uncovered for examination at the Contractor's expense. E. Upon notice from the Contractor that the work is completed, the City of Lubbock Parks and Recreation and/or Larry Rodgers Design Group shall make a final inspection of the work and shall notify the Contractor of all instances where the work and/or products fail to comply with the drawings and specifications, as well as any defects discovered. The Contractor shall immediately make such alterations as are necessary to make the work comply with the full intent of the project. F. The final payment shall not be due until the IContractor has completed all the work necessary and reasonably incidental to the Contract including final clean up. G. Acceptance of the work and the making of final payment shall not constitute a waiver of any claims by the City of Lubbock Parks and Recreation. Payments otherwise due to the Contractor may be withheld by the City of Lubbock Parks and Recreation because of defective work not remedied and unadjusted damage to others by the Contractor, Subcontractors, vendors or laborers. H. All equipment Grounding will be checked by the supplier of the irrigation control system. The resistance readings will be recorded for each location. The contractor will be responsible for all lightning/environmental related damage until this procedure is completed. I. The contractor will be responsible to have a local inspection of all 100 volt and higher components, including but not limited to Earth grounding National Electric Code article 250, equipment bonding NEC and IEEE standard 1100-1999 with the installation to act as a shield protecting the other wires from outside interference. (see Paige April, 2001 Technical Bulletin for additional details) 1.17 BALANCING AND ADJUSTMENT A. The Contractor will be responsible for the balancing and adjustments of the various components of the system so the overall operation of the system is the most efficient. Including but not limited to; synchronization of the controllers, adjustments to pressure reducing valves, setting are and radius adjustments of all sprinkler heads to prevent overspray, and individual station adjustments on the controllers. 1.18 CITY OF LUBBOCK PARKS AND RECREATION'S RESPONSIBILITY FOR MAINTENANCE Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 21 A. It will be the responsibility of the City of Lubbock Parks and Recreation to maintain the system in working order during the guarantee period, performing necessary minor repairs, keeping grass from obstructing the sprinkler heads, protecting against vandalism, and preventing damage during the landscape maintenance operation. B. Prior to the completion of the work, the City of Lubbock Parks and Recreation may take over operation and/or use of the uncompleted project or portions thereof. Such prior use of facilities by the City of Lubbock Parks and Recreation shall not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the contract. 1.19 SERVICE BY CONTRACTOR A. The Contractor will service the system at the City of Lubbock Parks and Recreation's request during the guarantee period. The City of Lubbock Parks and Recreation will pay for any work performed, which is not covered by the guarantee. If requested by the City of Lubbock Parks and Recreation, the Contractor will furnish the City of Lubbock Parks and Recreation with a schedule of service fees. 1.20 SUBSTANTIAL COMPLETION INSPECTION A. The Contractor shall notify the City of Lubbock Parks and Recreation's representative in writing that the irrigation system is ready for inspection. All items shall be substantially complete. B. Perform the following prior to inspection: -, 1. Complete all cleanup. 2. Submittals of all materials and information as specified. 3. Complete the training program for the controllers. 4. Construction Record drawing field notes complete. C. Contractor shall be responsible for notifying the Irrigation designer in advance of the following observation meetings, according to the time indicated: 1. Head location staking - 15 days notice. 2. Final Acceptance - 15 days. 3. Final walk through - General Items to be reviewed a Has contractor recorded as-builts in legible acceptable format, all dimensions noted for: - Mainline isolation valves. - Lateral isolation valves. - Air release valves. - Master control valves. - Drain valves. - Flow meters. - Automatic control valves. - Pipe sizes noted with change of direction dimensions. - All 120 volt wire paths noted. - All communication cable routings, noted. a - 24 volt wires routings where it deviates from mainline and lateral trenches. - All wire splices: - 24 volt Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 22 - 120 volt - Communication - Sprinkler additions, deletions, changes or programming changes. b. Parts lists and trouble shooting manuals on all equipment? (as noted in submittals). C. Training sessions with manufacturers scheduled? - Equipment? - Pump Station? d. Review all times irrigation malfunctions disrupted Lubbock Athletic Complex or related property and assign value from schedules of values in submittals? e. Is contractor's storage/work area clean and restored to original condition? - Define Date to be Completed f. Was irrigation completed when specified and agreed to? - Define actual date of substantial completion. g. Review submittals and review if City of Lubbock Parks and Recreation received copy of booklet and checklist is completed? Including copy. h. Has system been pressure checked and draw downs noted at 50% above operating pressure? i. Have circuit breakers at power sources been labeled properly? j. Is pump station operating properly and have all training sessions been scheduled? k. Filtration equipment working properly? Have all necessary personal been instructed on proper operations. 1.21 WARRANTY A. The Contractor is to provide the City of Lubbock Parks and Recreation an irrigation system that is free from defects in material and workmanship for a period to be not less than one year from final date of acceptance. B. If, during such warranty period, any such product fails due to improper installation or defective material, the Contractor will repair the defective component free of charge. C. The Contractor will have 24 hours to respond to the failure. In the event the Contractor does not respond within this time frame, the City of Lubbock Parks and Recreation will back charge the Contractor the same schedule of service fees as provided to him for such repairs. D. The performance bond shall remain in full force and effect through the guarantee period. PART 2: MATERIAL 2.01 PIPE A. Pipe sizes will conform to those shown of the Irrigation plan. No substitutions of smaller I pipe can be made, but substitution of larger pipe sizes can be approved. All pipe damaged or rejected because of defects or non-conformance to the specifications will be removed from the site at the time of said rejection. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 23 B. Pipe indicated on the plan as 3" and smaller shall be solvent weld, belled end polyvinyl chloride (PVC), sch 40 or as noted on the plan. 4" to 12" pipe as indicated on the plan will be gasketed type with internal ring gasket, SDR21, class/PR 200 PVC as manufactured by JM, Jet Stream or PW pipe, unless noted on plan. C. Galvanized steel pipe and fittings installed above ground shall be Schedule 40 galvanized steel painted with a rust resistant paint, with a color that will help to blend into the surroundings. D. All gasketed pipe shall have 2" wide purple warning tape directly fastened to the top of the pipe. The tape shall run continuously the entire length of the pipe. The tape must be attached directly to the pipe every 5 feet with plastic adhesive tape with the following printed: "Caution: Non Potable Water - Do Not Drink". 2.02 FITTINGS A. All change of direction fittings for 3" and above pipe will be epoxy coated ductile iron type as manufactured by Harco or Leemco. B. All threaded fittings shall be Schedule 80 unless noted on the plan. C. All 2" solvent weld fittings will be Schedule 40 as manufactured by Dura or Lasco, no Spears equal. 2.03 VALVES, VALVE BOXES AND WRENCHES A. Mainline gate valves will be resilient wedge seat construction, designed for 150 lbs. of cold water working pressure, and will have iron bodies with brass trim. All valves will be of the non -rising stem type, with 2" square nut on stem, AWWA approved as manufactured by Waterous, Kennedy, Nibco or Clow with 10-year warranty. B. Lateral and drain valves will be of the type and size as specified on the plan and installed at every low point of the mainline. C. Each valve placed below grade must be placed in a valve box. The box will be marked "water". All isolation valve boxes will be as manufactured by Armor #181113 or Carson #910 with 8" PVC sleeve, as noted on the plans. • Mainline isolation valve boxes to have Brown lids • Lateral isolation valve boxes to have Green lids • Drain valve boxes to have Grey lids • Other standard valve boxes Carson #1419 or Armor #170101 o Automatic control valve boxes to have green lids #173134 0 120 volt splice boxes to have black lids #174508 o Communication splice boxes to have grey lids #174511 D. The contractor shall furnish the City of Lubbock Parks and Recreation 2 sets of operational keys for each type of valve installed. They will be of sufficient length to operate each valve smoothly and efficiently. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 24 E. All valves will have a "Caution: Reclaimed Water — Do Not Drink" tag attached to the valve handle and on top of the valve box. 2.04 THRUST BLOCKS or JOINT RESTRAINTS A. Will be composed of concrete aggregates meeting ASTM specifications C-33, and Portland Cement meeting ASTM specification C-150, or Air Entrained Portland Cement meeting ASTM specification C-175. Mix shall be no leaner than one (1) cement, two and one-half (2-1 /2) sand, five (5) stone, having a compressor strength of not less than two thousand (2,000) PSI, in thirty-six hours (36 hrs.) when using high early cement (types III or IIIa) or seven (7) days when using standard cement (types I or Ia). B. Thrust blocking will be installed in accordance with J-M installation Guide #TR-533A 11-77. C. Concrete thrust blocks may perform poorly in unstable soils, particularly in silt and clay with liquid content greater than 50% and in highly organic soils (i.e. peat and muck). This is because thrust forces exerted to a thrust block transfers to a relatively small contact area behind the block. The continual thrust force will gradually embed the thrust block further and further into the soil, all the while disjoining pipe connections either at the thrust block or an adjacent joint. D. Because joint restraints mechanically attach pipe and fittings together, forming a single unit, thrust forces dissipate by the resistive, frictional force along the linked pipe sections. By mechanically attaching pipe and fittings with joint restraints, thrust forces cancel at each connection. Thrust forces that exists transfer to the next joint but at a much -reduced intensity due to the pipe -soil frictional resistance. At some distance from a bend or size reduction, thrust forces totally dissipates, making the system stable regardless of soil composition and stability. Please contact Leemco for recommendations regarding applications not found in the literature or in technical bulletins for installation procedures. 2.05 MASTER VALVES A. Each Master valve will be a diaphragm operated, single seat, type or angle type as manufactured by Hunter in a normally closed configuration with 24 volt power signal from the field controller required to open. 2.06 SPRINKLERS A. All rotary pop-up sprinklers and quick coupler valves will be attached to the irrigation system piping with Lasco triple swing joints at the location and grades as indicated on the irrigation plan, properly fitted and adjusted, ready for use. B. They will be of the size and type as indicated on the plan. The performance selection was based on the Center for Irrigation Technology (CIT) space performance testing. Contractor will furnish CIT data showing 1.2 or better scheduling co -efficient (SC) and 85% or better distribution uniformity and Christiansen's uniformity. C. The covers of all quick couplers using reclaimed water shall be permanently attached to the locking valve and permanently colored purple. These quick couplers will be different Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 25 from other quick couplers on site to prevent the key from being used with a potable water quick coupler. D. Furnish and install a'/z to 4 GPM, full or part circle, spray type sprinkler on 1/2" cut-off riser. Nozzle will be a multitrajectory rotating stream type adjustable radius and arc as manufactured by MP Rotator or approved equal. Nozzle selection will be based on field conditions to prevent overspray onto hardscape areas. Spacing will be based on 100% overthrow and will use the 1000 series for spacing of 8 feet to 12 feet, 2000 series for spacing of 13 feet to 18 feet, 3000 series for spacing of 19 feet to 24 feet and MP strips for areas as needed for strip areas 4' to 8'. E. Furnish and install a 2 to 8 GPM, full or part circle gear driven rotary type sprinkler with stainless steel riser, check valve on a 3/" Lasco T722-212 swing joint. Nozzle will be a low angle trajectory type with adjustable radius. Nozzle selection will be based on field conditions and arc needed to prevent overspray onto hardscape areas. Spacing will be based on 100% overthrow and will use the 2.5 LA series for 90 to 140 degree arc, 4.5 LA series for 141 to 220 degree arc, 6.0 LA series for 221 to 300 degree arc, 8.0 LA series for 301 to 360 degree arc. Spacing will be based on 100% overthrow and will be spaced 25 to 35 feet apart. F. Furnish and install a 7.5 to 18 GPM, full or part circle gear driven rotary type sprinkler with stainless steel riser, check valve on a 1" Lasco T922-212 swing joint. Nozzle will be a standard trajectory type with field adjustable radius. Nozzle selection will be based on field conditions and arc needed to prevent overspray onto hardscape areas. Spacing will be based on 100% overthrow and will use the #7 series for 90 to 140 degree arc, #10 series for 141 to 220 degree arc, #15 series for 221 to 330 degree arc, #20 series for 360 degree arc. Spacing will be based on 100% overthrow and will be spaced 36 to 55 feet apart. G. Furnish and installon the ball field playing areas a 8.5 to 15 GPM, full or part circle gear driven rotary type sprinkler with stainless steel riser, check valve on a 1" Lasco T922-212 swing joint. Nozzle will be a standard trajectory type with field adjustable radius. Nozzle selection will be based on field conditions and arc needed to prevent overspray onto skinned areas. Spacing will be based on 100% overthrow and will use the #40 series for 90 to 140 degree arc, #41 series for 141 to 220 degree arc, #43 series for 360 degree arc. Spacing will be based on 100% overthrow and will be spaced 40 to 45 feet apart. 2.07 FIELD CONTROLLERS A. All field controllers will be completely installed in accordance with the City of Lubbock's regulations, standards and recommendations and connected to the valves in correct zones at the grades and locations as approved by the City of Lubbock Parks and Recreation's onsite representative and Lubbock Athletic Complex designer. B. Each zone shall be properly identified labeled and adjusted ready for use. C. Field controllers will be as manufactured by the manufacture as listed on the plans complete with manufacturer's lightning and surge protection. D. Each station will be equipped with circuit protection consisting of a 24-volt power output indicator light, an "On -Off -Auto" manual switch, choke, transorb and replaceable gas pill that shunts high voltage directly to ground. The kit will protect up to 6KV and 3KA Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 26 surges in accordance with I.E.E.E. standard 587. The kit will also provide protection to the pump/master valve and field common wires. E. Each controller will have internal "Stand -Alone" programming capabilities with non- volatile 10-year memory of last program entered. F. System will be capable of sending and receiving diagnostic information back to the central computer. G. Each controller will have a laminated blueprint of the area controlled attached to the door housing. 2.08 120 VOLT WIRING A. Wire sizes on the plan are for copper wire. #8 and smaller wire will be solid, #4 and larger will be stranded. All splices will be done with 3M Scotchlok Epoxy Splice kits and located in Armor #190104 series marked "electrical". Each splice will have a minimum of 18" of excess above final grade for future maintenance. B. All wiring shall be done in accordance with applicable electrical codes and manufacturer's recommendations. All wire will be provided by the same manufacturer Paige or approved equal. C. All wires & circuits shall be identifiable by color -coding. D. Power wiring (120 VAC no conduit): All power cables are type Tray Cable; they are to be UL listed for direct burial, and rated at 600 volts. The cable shall include three conductors, which are to be colored per wire industry standard or numbered as 1, 2, and 3. The size of the "hot" and "common" conductors are to be as shown on the irrigation plans, and the size of the "ground" conductor as required by the National Electrical Code, or larger. The inner copper conductors shall are to be covered with high dielectric PVC and Nylon. The outer jacket will be black PVC and is to be sunlight resistant. [Paige Electric Co., LP specification number P7266D for 10 AWG and smaller and specification number P7267D for 8 AWG and larger.] E. Power wiring (120 VAC in conduit): All power wires are single conductor type ; they are to be THHN/UL listed for conduit installation, and rated at 600 volts. The wires shall include three conductors, which are to be colored per wire industry standard or numbered as 1, 2, and 3. The size of the "hot" and "common" conductors are to be as shown on the irrigation plans, and the size of the "ground" conductor as required by the National Electrical Code, or larger. 2.09 GROUNDING A. Irrigation system grounding circuits consist of ground rods, ground plates, copper strips, straps, and solid copper wire. Ground rods are usually adequate for safety and for protection of electro-mechanical equipment. However, when protecting electronic equipment, such as this irrigation system, ground plates shall be used in conjunction with ground rods. Plates exhibit low inductance/impedance characteristics and are better ` suited for the protection of electronic equipment. It may be necessary to use access boxes Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 27 and to label grounding conductors at the equipment for the convenience of electrical inspectors. (3) 10' x 5/8" diameter copper clad rods, spaced 15' — 20 apart in a triangular or in -line pattern, driven at every controller location and a bare copper wire one size larger than the wire supplying power to the field controller or #6 which ever is larger, set 150' into an irrigated area. When the soil conditions dictate, additional grounding equipment, such as Paige/Loresco "Power Fill" low -resistivity grounding backfill, will be required to achieve the 5 - 10 Ohms resistance. In soil conditions where (3) 10' rods and a single copper plate can not be used, the contractor shall use (3) copper ground plates and enhancement material at each controller location in place of the ground rods. B. The local irrigation materials representative and/or manufacturer's service representative must test, inspect, and approve grounding when the first controller is set. In addition to prior to operating the system all controllers must be tested. The system will remain the responsibility of the contractor, their suppliers and insurance companies for all environmental condition that harms the control system prior to the test be conducted. C. A list of all Ohms resistance reading by satellite number will be supplied to Larry Rodgers Design Group for recording purposes. Earth resistance shall be measured and recorded after the installation of the grounding grid(s), and every three months thereafter for the first year. This data should be used to determine the most critical times of the year, based on soil moisture content and lightning frequency. The resistance shall be tested and recorded every six months thereafter, at these most critical dates, to ensure that proper contact with the soil is maintained at all times. Resistance measurement shall be made using commercially available instruments, in accordance with the latest requirements of NFPA 780. Follow instrument manufacturer's specific operating instructions. D. All grounding and equipment bonding with be installed as per NEC, IEEE and other local codes. In addition see Paige technical bulletin April, 2001 for additional requirements. Soil needs moisture to conduct electricity. Moisture content within the sphere of influence, as defined in the installation section of the specifications, of the electrodes shall be a minimum of 15% by weight. If this minimum level of moisture is not present, it shall be added by using irrigation products such as bubblers, sprinklers, drip emitters, etc. E. Lightning and Grounding Theory 1) - Path of lightning - Lightning is a high voltage -high current electrical discharge made up of a broad range of frequencies. It follows the path of least impedance, not the path of least resistance. In order for a grounding grid to be effective it should provide a discharge path to earth that has much lower impedance than the path to the electronic equipment. A large portion of the impedance of a grounding circuit is due to its inductance. Circuits containing flat electrodes give lower impedance and the best results. Round electrodes and conductors should be minimized. 2) - Skin Effect — This is a phenomenon that explains the behavior of electrical flow in conductors at various frequencies of current. At low frequencies (direct current and 60 cycles per second), electricity flows through the complete cross-section of the conductor. At higher frequencies, it flows only on the skin of the conductor or grounding electrode. For example, at 1 Mega -Hertz, which is about the midrange of lightning frequencies, the skin of a conductor/electrode that carries electrical flow is only 0.026" thick. Ground rods and wires offer very little skin for conducting, while plates are all skin. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 28 3) - Sphere of influence - Electrodes need a certain amount of the soil surrounding them to effectively dissipate lightning energy. This space is known as the sphere of influence and is shown in figures I and I for ground rods and ground plates, respectively. This is the basis for determining proper electrode spacing, so they do not compete for the same soil. 2.09 24 VOLT WIRING A. All 24-volt control wires from the controllers to the remote control valves shall be #14 PE or OF/UL approved 600-volt direct burial wire. All 24-volt common wires shall be #12 PE or UF/UL approved 600-volt direct burial wire and shall be white in color. B. All 24 volt splices shall be done with 3M DBY kits or King One Step Connectors #70- 566. NO SPEARS PEN TIGHT OR RAIN BIRD SNAP TIGHT CONNECTORS WILL BE ALLOWED. C. Wire will be furnished in 2500' reels and all splices needed for "teeing -off' will be done in valve boxes with a minimum of 18" extra lead wire provided for modifications and future use. All wire will be supplied and produced by the same manufacturer Paige or approved equal. 2.10 AIR RELIEF VALVES A. Air and vacuum relief valves will be sized as per the legend and installed with the same size ball valve as per detail, as manufactured by Bermad or Crispin at all high points or dead ends of the mainline with a minimum quantity of 1 per area. 2.11 SWING JOINTS A. All gear driven sprinkler heads will be installed on Lasco unitized swing joints, as noted on the plan, with O-Ring seal. 2.12 SLEEVING A. All piping under parking lots and islands crossings shall be made with Sch 40 galvanized steel or ductile iron pipe, two sizes larger than the mainline which will be HDPE Drisco pipe, SDR11. 2.13 FERTIGATION PUMP A. Will be supplied by the manufacturer of fertigation equipment. 2.14 SULFEROUS GENERATOR for PH CONTROL A. The generator will be constructed with type 316 stainless steel in a mono -frame construction. It will include a full protective metal cage surrounding a high temperature burning chamber and hot gas lines. The storage hopper will be manufactured from lightweight aluminum and include a safety latch on the lid. I_ B. The burning chamber air inlet will include a safety shutoff device to prevent S02 gas from escaping from the burning chamber to the surrounding atmosphere in the event of a Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 29 power or pump failure. The unit will include a vapor recovery system to remove the vapor, smoke and odor from the S02 generator during operation. C. The water intake lines will be constructed with solid hard line products, equipped with quick disconnect couplers for routine maintenance. Stainless steel water lines will be used for the burning chamber cooling ring and vapor tower scrubbing operation. D. The generator will be sized by the manufacturer based on the size of the storage reservoir and daily usage as defined on the irrigation plans. It will include the automation option with low level storage hopper indicator switch that will be incorporated into the pump station telemetry system. The manufacturer will include a site inspection by their designated regional or national representative during the start-up and training session. During this session the representative will furnish the operator with an easy to use maintenance, installation, operation and service manual. In addition the representative will conduct a basic chemistry lesson and leave a water quality testing kit for the operator to use. E. The Sulfurous generator manufacturer will be submitted with the bid proposal, possible manufactures include Harmon, Aqua So2 or Sweetwater. 2.15 WEATHER STATION A. The weather station shall be designed to provide weather information for the various industries and to calculate E.T. (Evapotranspiration) using varying mow heights of the grass and manufactured by: Campbell Scientific or approved equal. The standard sensors monitored shall include: 1) Temperature 5) Rainfall 2) Wind Speed 6) Barometric Pressure 3) Wind Direction 7) Relative Humidity 4) Solar Radiation 8) Soil Temperature B. All of the instrumentation shall be of the highest quality available for the application and conform to Environmental Protection Agency Standards (EPA-450/4-87-013). The weather station software shall operate in the Windows20008 or Windows980 environment on a standard Pentium III or higher computer. The unit shall be capable of programming an unlimited number of alarms for each parameter being monitored. The user shall be able to define at what time each day E.T. is calculated for the previous 24 hours taking into account total rainfall, average rate of rainfall, and maximum rate of rainfall. The E.T. shall then be calculated for up to 5 different mowing heights that are user defined. The Penman -Monteith formula for E.T. is the preferred formula for the E.T. calculation but others may be submitted for approval as an equal. The E.T. calculations will be made at the weather station and not in the user's computer. The system shall be designed to accommodate additional sensors and capable of measuring each sensor every 1 second. The system shall be capable of monitoring any device with an electronic, digital or analog output. The measurements will be stored and put into hourly, daily, monthly and yearly reports. All equipment will be shipped pre -wired and ready for set-up as delivered. All measurement electronics and communications equipment shall be housed in a steel NEMA style enclosure with all 110-volt power being isolated with limited user access. All telephone equipment (standard) will be digitally ready and completely wired. The communications with the printer or computer shall use a four Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 30 wire, two pair cable with drain connected to a short -haul modem capable of transmitting the data up to 15,000'. The weather station shall contain all of the materials, equipment, and necessary hardware to install the weather station. This shall include, but not be limited to, the weather station will all of the sensors pre -wired and mounted, communications modems, lightning protection (both 110 volt and communication cable), anchor bolts, grounding materials, and installation and City of Lubbock Parks and Recreation's manuals. 2.16 TURN -OVER EQUIPMENT A. The following equipment will be supplied by the Contractor to the City of Lubbock -Parks and Recreation after the final walk-through. (10) 1" Quick coupling valve keys with 1" hose swivel ( 2) Operating keys for each type of isolation valve ( 1) Ditch Witch 950R/T Fault locater, wire tracer receiver and transmitter in hard case ( 1) Dickson #PW455-R022, 0-200 PSI, 24 hour, pressure recorder (1-800-323-2448) ( 1) Rain Bird Pressure Hose Gauge Assembly & Pitot tube (25) 1" Lasco swing joints to match ones as installed on I-25 & I-42 sprinklers (25) 3/4 " Lasco swing joints to match ones as installed on I-20 sprinklers PART 3: INSTALLATION 3.01 EXCAVATION, TRENCHING, AND BACK FILLING A. Trenches for the piping system, wiring and allied material will be excavated of sufficient depth and width to permit proper handling and installation of the materials in full compliance of all updated OSHA rules and regulations as defined and found at the following website: www.osha.p-ov/SLTC/constructiontrenching/index.htmi. B. Trenches for ten inch (10") to twenty inch (20") pipe will be excavated to a depth so as to provide minimum soil coverage over the top of the pipe thirty inches (30") and to a minimum width of twelve inches (12") wider than the pipe size that is being installed. C. Trenches for three inch (3 ") to eight (8") inch pipe will be excavated to a depth so as to provide a minimum soil coverage over the top of the pipe to twenty-four inches (24") or as indicated on the plan and to a minimum width of 8" wider than the pipe size that is being installed. D. Trenches for two inch (2") pipe will be excavated to a depth so as to provide a minimum soil coverage over the top of the pipe eighteen inches (18") or as indicated on the plan and to a minimum width of 5" wider than the pipe size that is being installed. E. It is anticipated that rock may be encountered during the construction activity. The following conditions shall govern the construction activities in all areas of the site where rock is encountered: 1. Mainline piping; Rock material that can not be removed by a Vermeer T655/600 series or equivalent sized track trencher, John Deere 450LC/Caterpillar 345B/Case CX460 or equivalent sized track hoe excavator, is considered rock and shall be brought to the Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 31 attention of the City of Lubbock Parks and Recreation and an adjustment to the price agreed upon before excavation of these area proceeds via a Change Order. 2. Lateral piping: Rocky material that can not me removed by a Vermeer V-8100/Ditch Witch RT90/Case 960 or equivalent sized trencher with rock wheel is considered rock and shall be brought to the attention of the City of Lubbock Parks and Recreation and an adjustment to the price agreed upon before excavation of these area proceeds via a Change Order. F. Contractor will include in the bid price all bedding requirements as specified. Contractor will be required and prepared to produce 'h" minus screened excavated material from the trench excavation for bedding. When additional backfill material is needed to replace unsuitable materials, it will be the City of Lubbock Parks and Recreation's responsibility and expense to supply such material to a central stockpile on -site. It will also be the Contractor's responsibility to dispose of the unsuitable material. G. Installation by trenchless method with a Ditch Witch RT90 vibratory plow will be encouraged and must be approved by the City of Lubbock Parks and Recreation; pipe manufacturer and the conditions will permit. H. All water, sewer, drainage, electrical and all other utility lines will be protected where cut or damaged by the Contractor, will be repaired at the expense of the Contractor and to the satisfaction of the City of Lubbock Parks and Recreation or Larry Rodgers Design Group. I. Backfill shall be compacted to 95% standard proctor density. All trench excavation will be compacted in 6" lifts to insure no settlement in future. Compaction around all sprinkler heads and valve boxes will use pneumatic hand tampers "powder -puffs". Contractor will be responsible for the restoration of all settlement for a period of two (2) years from acceptance. Contractor will be required to submit compaction reports from a soil engineer showing conformance, as requested. J. All holes/pits/trenches/manway openings, etc, that are to be left open for more than 24 hours or when workers are not present, shall be surrounded with a 48 inch high mesh fence with highly visible orange plastic coating. The fence shall be securely anchored with tension wires and posts as required to prevent sagging and located a minimum of 3 feet from the opening so as to prevent an individual, should they fall across the fencing, from falling into the opening. Holes shall also be covered, when not being worked in, with three quarter inch plywood or a metal grating that will prevent small children from entering the hole. K. Confined Space Entry: All operations involving entry into confined spaces shall meet the requirements of OSHA 29 CFR 1910.146, AFOSH Std 91-25, and specifically the following: a. All entry supervisors, attendees, and confined space entrants shall have been properly trained in the safety hazards, proper use of Personal Protective Equipment (PPE), entry procedures, and self -rescue. Records of this training must be readily available. b. Entry supervisors shall maintain a Master Entry Plan (MEP) consisting of: Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 32 (1) Descriptions of confined spaces to be entered including location, ` classification, and acceptable entry conditions (2) Designation of authorized entry supervisors, entrants, and attendees (3) Identification of the types of tasks to be performed in the confined space, including duration (4) Procedures for entry, and emergency rescue (5) Identification of Personal Protective Equipment (PPE), communication equipment, rescue equipment, and monitoring equipment; conditions under which 1 they will be used; and verification of condition of equipment (6) Designation of frequency and type of atmospheric monitoring (7) Designation of controls required (e.g., lockout/tagout, ventilation, etc.) (8) Procedures for communication during confined space operations 3.02 TESTING AND FLUSHING OF THE SYSTEM A. The entire system shall be tested at 50% more than the normal working pressure for a period of one hour. Upon any visual inspection of the ground, should any leak be found, it shall be promptly repaired and re -tested until satisfactory. This test shall be under static conditions. B. All electrical circuits will be tested in accordance with the control system manufacturer's recommendations prior to automatic sequencing. C. Each hole will be isolated and inspected by the City of Lubbock Parks and Recreation's representative prior to the installation of any sprinkler heads. During this inspection all the pipe system will be "flushed" with water that is to be provided by the City of Lubbock Parks and Recreation. 3.03 PIPE AND FITTINGS A. Suitable tools for safe and convenient handling of the pipe will be used. Exercise care in handling, loading and storing of PVC pipe. All PVC pipe shall be transported in a vehicle that allows length of pipe to lie flat so as not to subject it to undue bending or concentrated external loads. No transporting of pipe will be allowed using a forklift or forks attached to a loader bucket. Pipe that is being loaded and unloaded with a forklift shall have carpet wrapped around forks. The interior of all pipe, fittings and valves will be cleaned before being assembled into piping system and will be kept clean up to the time of completion and acceptance of the project. All open ends of pipe and fittings must be suitably blocked or covered during lunch hour and at night to prevent entry of ground vermin, leaves, etc. B. Appropriate pipe fittings must be inserted in the line where the angle exceeds four degrees (4) off center. All male threads on screwed pipe and fittings will be coated with an approved pipe thread compound before being made up. Pipe compound will not be applied to female threads on fittings or valves. C. Each pipe will be supported uniformly throughout its length and will not rest on any boulder, rock or other unyielding structure unless otherwise specifically designed on the drawings. i Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 33 D. Unless otherwise specified or indicated on the drawings, all sharp changes will be made - with (2) forty-five degree (45°) elbows and a nipple or short length of pipe as the conditions may require. E. All elbows, tees, and fittings will be suitably thrust blocked with concrete, or stabilized with EBAA joint restraints to prevent the breaking or blow off of the joint. In connecting bell -ring PVC, the installer will make certain that each rubber ring gasket is carefully fitted in place, free from all foreign objects, and properly seated and that these rubber rings are not out of position, buckled, jammed, or "fish -mouthed". F. All road crossings will be made with ductile iron or galvanized steel pipe. Transition coupling length will be 2x the diameter of the pipe and a minimum of 12" long. G. If, at any time, the mainline must drop more than 12" to cross a road, connect to another pipe or any other reason, the drop will be made with steel as shown on the bridge crossing detail. H. Solvent weld PVC: Plastic pipe shall be installed as recommended by the manufacturer to provide for expansion and contraction. PVC Solvent and primer shall be stored in proper storage unit that will never allow a drop below 40 degrees. 1. Plastic pipe shall be cut with the assistance of a squared in sawing vise, or in a manner to insure a square cut. Burrs shall be removed prior to installation so that a smooth unobstructed flow will be obtained. 2. Plastic to plastic solvent weld type joints shall be made in the following manner: a. Thoroughly clean the mating pipe and fitting with a clean, dry cloth. All solvent weld joints on PVC piping shall use a cleaner and ASTM F656 primer prior to solvent application. b. Apply a uniform coat of primer to the outside of the pipe with a natural bristle brush. c. Apply primer to the fitting in a similar manner. d. Apply again a light coat of solvent to the pipe and quickly insert it into the fitting. e. Give the pipe or fitting a quarter turn to insure even distribution of the solvent and make sure the pipe is inserted to the full depth of the fitting socket. f. Hold in position for 2 minutes to 15 minutes depending on temperature. g. Wipe off excess solvent that appears at the outer shoulder of the fitting. h. Let pipe cure 12 to 96 hours depending on temperature before pressurizing system. i. Temperature ranges 60 to 100 degrees optimum quick set and cure short times, 40 to 59 degrees mid set and cure times, 0 to 39 degrees maximum set and cure times. j. Refer to IPS Weld -On or T-Christy line of cements, primers & cleaner recommended installation guide for matching the proper solvent with temperature conditions. 3. The joints shall be allowed to set at least 24 hours before water pressure is applied to the system. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 34 4. All pipelines shall be thoroughly flushed before any heads are installed. Test for pressure and leakage on each line separated by valves, at pressures from 100 PSI to 150 PSI. Gauged for one (1) hour. All pipe, while stored on site, will be covered and protected from the suns UV rays in addition to the mud or blowing sand. When the pipe is to be transported from the delivery truck to storage the forks on the lift will be covered with carpet or another material to prevent any deterioration of the pipe. When the pipe is transported from the storage area to the installation area the bed and sides of the trailer will be covered with carpet or another material to prevent deterioration. The pipe rack supports are not to exceed a 5' span. Any pipe left uncovered for more than 14 days on site will be removed from the property and replaced with new pipe from the same manufacturer at no additional cost to the project. All personal involved with the HDPE fusing operation must have completed a full day training session as offered by ISCO or approved equal HDPE manufacturer and have a certificate showing successful completion of the seminar. All HDPE fusing for pipe 3" and larger must be completed with a Data logger device. Data will be reviewed and analyzed for acceptable joint fusion after each area is completed and must accompany the payment request. 3.04 THRUST BLOCKS A. Thrust blocks will be installed at all tees, reducer fittings, mainline isolation valves, bends, or end of all pipelines. Thrust blocks will be poured in forming material, placed between solid ground and the fittings to be anchored. The area of backing will be sufficient to permit no movement whatsoever of the pipe when placed under test pressures for final acceptance. 3.05 POP-UP ROTARY SPRINKLERS AND QUICK COUPLING VALVES A. All sprinklers and quick coupling valves will be installed on triple swing joints, and will be set plumb and level with the horizon at locations staked by Larry Rodgers Design Group and approved by the City of Lubbock. Heads in turf areas, where grass is not established, will be installed on risers extending at least three inches (3 ") above grade. B. All sprinkler equipment will be connected to the lateral or main line piping by using a Lasco swing joint as listed in the details. C. In the event the walk or concrete paths have not been installed, the Contractor will stub extra pipe and riser within 5' of the path. When the path is complete the Contractor will install the sprinkler within 6" of the cart path edge. D. After turf is established and the ground has settled, the Contractor will, within ten (10) ` days of notification, lower heads to finish grade. Where heads are installed along walks, roads, etc. they will be permanently positioned, elevation of sprinkler heads and quick coupler valves is critical and the Contractor will exercise care and set them exactly or at slightly below grade. 3.06 FIELD CONTROLLERS Irrigation Specifications for Lubbock Athletic Complex _ Revised for November 18, 2006 review request Page 35 A. Work involving connection to 120 volt or greater electrical service shall be executed by a licensed and bonded electrician and performed in accordance with prevailing codes and regulations. B. All field controllers will be completely installed on approved pedestals mounted in accordance with City of Lubbock's recommendations and will be connected to solenoids in correct zones at the locations and grades as approved by the City of Lubbock Parks and Recreation, and will be properly fitted, labeled and adjusted, ready for use. Label each field satellite unit with letter designation with 4" high vinyl adhesive letters on inside of front panel cover. Lettering material to be approved by City of Lubbock Parks and Recreation prior to installation. 3.07 CONTROL WIRING (24 volt) A. All wiring to be used for connecting the remote control solenoids to the field controllers, and from field controller to the power source and central controllers will be OF or PE/UL approved 600 volt, single solid copper wire. B. Verification of wire types and installation procedures will be checked by the Contractor to conform to local codes. C. A minimum of eighteen inches (18") of wire for an expansion loop will be allowed at each electric control valve for contraction of wire or tightening of wire, in addition to every change of direction fitting. D. At no place in the entire wire network will the wire be tight, it must be "snaked" into the trenches to provide expansion. It will be bundled every 10' with electrical tape or wire ties. E. All wire will be furnished in 2500' reels and all splices needed for "teeing -off' will be done in valve boxes with minimum 18" excess for future. F. All 24 volt wiring shall be run with, or be in a common trench with, the main or lateral piping system. The only exception is to get from the controller to the pipe location. G. All splices are to be made out of the active play areas and will be placed in an appropriate valve box with a flush lid and a minimum of 18" of excess for future use. H. All expansion loops will be formed by wrapping wire at least 8 times around a 3/4" pipe and withdrawing the pipe. I. Install one control wire to each electric control valve to the designated controller. J. Only one common wire will be installed from each controller to the designated valves. No grouping of common wires between controllers adjacent to each other will be permitted. K. Contractor to install (1) extra #14 wire the length of mainline that each controller operates, in addition to (2) #14 wire to each quick coupling valve for future irrigation needs. This wire will be a yellow color, different from any other 24-volt wire colors and can be used in the future. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 38 cables. The spacing between any two electrodes shall be as shown in the detail of page 1, so that they don't compete for the same soil. The earth -to -ground resistance of this circuit is to be measured using a Megger°, or other similar instrument, and the reading is to be no more than 10 ohms. If the resistance is more than 10 ohms, additional ground plates and PowerSeto are to be installed in the direction of an irrigated area at a distance of 10', 12', 14', etc. It is required that the soil surrounding copper electrodes be kept at a minimum moisture level of 15% at all times by dedicating an irrigation station at each controller location. The irrigated area should include a circle with a 10-foot radius around the ground rod and a rectangle measuring 1- foot X 24-feet around the plate. All underground circuit connections are to be made using an exothermic connection process by utilizing products such as the Cadweld "Plus One -Shot" kits. Solder shall not be allowed to make connections. In order to ensure proper ignition of the "Plus One - Shot", the Cadweld Plus Control Unit #PLUSCU shall be used. The bare copper wires are to be installed in as straight a line as possible, and if it is necessary to make a turn or a bend it shall be done in a sweeping curve with a minimum radius of 8" and a minimum included angle of 90°. Mechanical clamps shall be permitted temporarily during the resistance test process, but are to be replaced with Cadweld "Plus One -Shot" kits immediately thereafter. H. BONDING The above grounding circuit is referred -to as "supplementary grounding" in the NEC. And for safety reasons, the NEC requires that all supplementary grounds be "bonded" to each other and to the service entrance ground (power source) as shown below. This is also "recommended practice" of IEEE Standard 1100-1999. Note that this is in addition to the equipment ground, which is commonly referred -to as "the green wire." The Black, White and Green wires must always be kept together in a trench/conduit/tray/etc. The bonding conductors are to be 4 AWG solid bare copper unless the system power conductors are larger than 1/0 AWG, in which case they are to be 2 AWG solid bare copper. All splices to the bonding conductors shall be made using a Cadweld "Plus One - Shot" kit. I. SHIELDING The bonding conductors are to be installed in such a way so that they also act as shielding conductors. This becomes a network of solid bare copper wire over all the main bundles of other wires and cables as shown in the detail. The bare copper wire is to be installed as close to the surface as possible, yet being sufficiently below the ground level as to prevent damage from maintenance equipment such as aerators. And it must be placed above all other valve/power/communication wires and cables, per detail, and installed in all trenches as shown on the electrical plan drawings. It is not necessary to install this conductor over short wire runs (less than 150 feet) away from the main wire bundles. The conductor is laid in as straight a line as possible, and when necessary to make bends, do so in a sweeping motion using the following detail as a guideline. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 39 The shield network is to be connected to the service entrance earth ground, to all electronic equipment ground lugs, and all equipment supplementary grounding electrodes. One such network is necessary for each power source. Do not interconnect the equipment ground wires from different power sources. When joining bare copper wires, do so using an ERICO CADWELD "Plus One -Shot" kit. 3.10 SOD RESTORATION A. Contractor will exercise great care when removing and replacing sod in all areas where there is existing turf. The Contractor will repair and/or replace all areas of turf with a compatible sod type, as identified by the City of Lubbock Project Superintendent, which was disturbed with construction efforts. The turfgrass and top 1 1/2" of soil are to be removed prior to excavating. Remove all existing turfgrass using approved mechanical sod cutter over trench routing to width of trench excavation. Store removed sod in shaded area. Re -lay sod same day following completion of backfill and compaction of that days excavation. Sod not re-laid within same day shall be covered with wetted burlap or canvas tarp. B. The sod will be replaced within 72 hours of all areas disturbed. The Contractor will maintain the sod until the roots are sufficient to live in the same environment as the established turf. C. All areas where sod is used may be mounded up to V above existing grade. Contractor will be responsible for all construction settlement for a period of one year after acceptance. D. Construction may be halted by the Lubbock Athletic Complex Superintendent, City of Lubbock Parks and Recreation's Representative or Irrigation Designer if warranty, clean up, repairs or other "housekeeping duties" are deemed necessary. This will not effect the completion date. E. Contractor will furnish and install "Turf Type" tires on all trenchers, backhoe, or other equipment that may come in contact with the turf. 3.09 ELECTRICAL SERVICE A. Electrical service of proper voltage and phase and necessary monitoring devices will be furnished to a meter device as required by local electrical codes with connection enclosure(s) to a point within 100' of the pump house by the City of Lubbock Parks and Recreation. The City of Lubbock Parks and Recreation will also furnish a computer protected type circuit breaker on the master building panel for the automatic central control computer. Wiring inside the pump house and for controllers including, but not limited to; installing a panel board, installing the necessary primary disconnect, fuse boxes and controls, electric lights and switches, and attaching wires to the same will be the responsibility of the Contractor. B. All electrical equipment and wiring will comply with local and state codes and is installed by those skilled and licensed in the trade. Unless governing codes specify otherwise, 24 VAC control wire may be installed by the Contractor. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 40 PART 4: PREFABRICATED, SKID MOUNTED PUMP STATION 4.01 GENERAL A. Furnish and install a prefabricated, skid mounted, pumping plant complete with automatic control valve, flow meter, filter assembly, all automatic electrical control components and attached hardware a part of the skid assembly. B. To provide single -source responsibility for manufacture, warranty, service and personnel training for the pumping system. Pumping system shall conform to these specifications in all respects. C. Due to the custom building nature of the types of pumping plants used in this industry, each listed manufacturer will be required to submit for approval, to Larry Rodgers Design Group, their data as listed below. D. Manufacturer will supply a complete set of operating instructions and service manuals to the City of Lubbock Parks and Recreation at the time of installation. E The pumping system shall automatically maintain a constant discharge pressure regardless of varying flow demands within the station rating. Pumping system shall conform to the following specifications in all respects. This specification covers the minimum requirements, however, it should not be construed as all-inclusive. It is the successful vendor's responsibility to include all necessary appurtenances to provide for a complete, automatic, smooth operating, and reliable pumping system. The manufacturer shall supply a complete set of general arrangement drawings, electrical power schematics, and control schematics in the operations & service manual or other data that any members of the team may require. F. During non -irrigation times, the pressure maintenance pump (PM) will cycle on and off as required to maintain irrigation system pressure. The start and stop pressures shall be a differential off of set point. The cycling pressures can be user selected and can be set i substantially below normal set point pressure, if desired. If the PM pump cannot maintain the desired pressure, then the VFD will start the first pump and will gradually ramp the pressure up to desired irrigation pressure. The start pressure of the VFD pump shall be a differential below the set point. The pump speed will be modulated to hold a constant discharge pressure regardless of flow. As the flow rate increases and the VFD pump can no longer maintain pressure while at maximum speed, the next sequential pump will be started and the VFD driven pump will accordingly reduce its speed and modulate. An algorithm shall be included for accurately reducing the VFD pump speed as the next sequential pump is started so that no pressure surges are generated during the transition (even with across the line starting). If the user prefers to switch the VFD from pump to pump for sequential starting, he can select this option with the OID. As the flow continues to increase, pumps will sequentially be started until all pumps are running. As the flow begins to decrease, pumps will be sequentially turned off until only a single VFD driven pump is operating. When a no flow condition occurs, PLC must check and verify ` pump curve position prior to station shutdown I 4.02 SUBMITTALS i_ Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 41 A. In addition to general section specification noted as "List of Material for Approval" include the following: B. Submit four copies of each shop drawing of the proposed pumping plant in an AutoCAD format. Showing products required for proper installation, their relative locations, critical dimensions, complete descriptive bulletins of every primary components as noted in the specifications, sequence charts from no flow to full flow, back to no flow, pump performance curves for each pump, wiring diagram on the control panel, electrical schematic showing power wiring and station dimension prints showing outside and in - station piping and complete specifications for the system. In addition to a complete specification in word format for the pumping system proposed as an equal. C. Person who is responsible. This person will be held responsible for anything and everything associated with the manufacture, installation, and start-up, warranty service and any other problem that may come up during the operation of the pumping system. A statement of full conformance to the following specifications signed by an officer of the manufacturer. D. If the data submitted above, in the opinion of Larry Rodgers Design Group & City of Lubbock Parks and Recreation, shows the proposed pumping station to be an equal to the station specified herein, Larry Rodgers Design Group & City of Lubbock Parks and Recreation will notify the Contractor in writing with an approved set of submittals. The "Or Equal" judgment has been addressed at the Federal 0 Circuit Court in the case of Whitten Corp. vs. Paddock Inc. April 12, 1974. The case noted 4 major rulings regarding specifications: 1) The court ruled that "proprietary specifications are not a violation of anti-trust laws". Further, the court stated that "trained professionals", i.e. specifiers, "make informed judgments on products which they feel best serve the clients needs". 2) The court ruled that other suppliers or manufacturers can qualify as "Or Equal" only when the specifier chooses to waive specifications or permit those suppliers or manufacturers to bid. It clearly states that the specifying source is charged with the responsibility and judgment for determining whether a proposed substitution is an "Or Equal". 3) The specifier "may waive specifications in order to obtain a more desirable product for the client". 4) "The burden is on the supplier or manufacturer who has not been specified to convince the specifier that their product is equal or better for the purpose of a particular project." E. Manufacturer: The pumping system shall be of the type manufactured by the manufacturer(s) listing in the next section or equal, approved by the purchaser prior to bid opening. The station shall be of the model number and capacities as shown in the attached technical data sheet. For consideration of a proposed equal system, the Contractor shall furnish the following data to Larry Rodgers Design Group at least 10 - days prior to the date of the bid opening: - Location of closest VFD factory trained service centers with reference list. - Manufacturers complete pump station U.L. file number. -, - A copy of the manufacturer's certificate of insurance showing a minimum coverage of $1,000,000 and excess liability coverage of no less than $5,000,000 - A minimum list of 10 similar installations within a 100 mile radius of the site with installation/start-up date, end user's name, phone number and location. In addition to a reference list of no less than 100 similar installations completed over the past 4 years. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 42 F. If, in the opinion of Larry Rodgers Design Group, the data submitted shows the pumping system to be an equal to the system specified, the contractor submitting for equal status shall be notified not less than 3 days prior to the bid opening date. All plan holders will also receive the notification at the same time as the contractor requesting "as -equal". 4.03 PREQUALIFIED MANUFACTURER (s) A. Flowtronex PSI, Ltd. * 10661 Newkirk Rd. Dallas, TX 75220 * (800) 786-7480 4.04 RULES AND REGULATIONS A. Work and materials shall be in accordance with the latest edition of the National Electrical Code, NEMA, Uniform Plumbing Code, UL, ASME and other applicable state or local laws or regulations. Nothing in these drawings or specifications is to be construed to permit work, which would not conform to code. B. When the specifications call for materials or construction of a better quality or larger size than required than codes and regulations, provide the quality and size stated in the specifications. C. The control panel with controls shall be built in accordance N.E.C., and U.L. standards. The pump station including electrical components and enclosure shall be labeled as a complete U.L. listed assembly with manufacturer's U.L. label applied to the pump station. All equipment and wiring shall be mounted within the enclosure and labeled for proper identification. All adjustments and maintenance shall be able to be done from the front of the control enclosure. A complete wiring circuit and legend with all terminals, components, and wiring identification shall be provided. Main disconnect shall be interlocked with door. Cabinet to be lockable 4.05 INSPECTIONS/APPROVALS A. An inspection will occur prior to the installation of the pumping plant at the manufacturer facility. During the inspection an evaluation of the system appearance and conformation to the specifications will be completed. B. Deficiencies, if any, will be identified by Larry Rodgers Design Group in the form of a punch list. Corrections will be performed prior to the shipment to the job site installation and start-up. C. A complete submittal package will be submitted to L.R.D.G. to verify the pump station is in complete accordance with the specifications. The City of Lubbock Parks and Recreation will be under no obligation to pay for the pumping equipment until L.R.D.G. approves the submittals. 4.06 INSTALLATION A. Manufacturer will provide a service technician to supervise and assist the installation of the station, pumps, motors, and provide a preliminary check of all components. E B. After -the installation of the station the Contractor shall complete the hook-up' of electrical power. f Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 43 C. The Contractor shall complete the connection of the discharge from the pumping station to the distribution system and the filling of the reservoir so that water can be pumped. D. Prior to the start-up of the pump station the Manufacturer's "Responsible person" will inspect and approve the installation or make the necessary changes required. 4.07 START-UP AND TESTING A. After the installation is complete the manufacturer shall furnish a technician to start and calibrate the station to satisfy the performance demands as specified. B. The technician shall conduct training of the operating personnel to familiarize them with the system's operation, maintenance and minor adjustments after the irrigation system installation is complete even if multiple visits are required during the 2 year warranty period. C. The complete pumping system shall operate without undue vibration throughout the range of operating conditions. The unit shall be given a running test of normal start and stop conditions under load. During each test, each pump shall demonstrate its ability to operate without undue vibration or overheating, and shall demonstrate without question its general fitness for service. All defects will be corrected and adjustments made at the expense of the manufacturer. 4.08 WARRANTY A. Is to be free from defects in material and workmanship under normal use and operation for a period of two (2) years from the date of effective use, or 30 months from date of shipment, whichever occurs first. B. If, during such warranty period, any such product proves to be defective, the manufacturer will repair or replace the defective product. Provided that all installation and operation responsibilities have been properly performed, manufacturer will provide a replacement part or component and field installation during the warranty life. C. Manufacturer shall maintain a Factory Trained and Managed Service Network to execute all warranty claims. All service entities must maintain as their primary core business the maintenance, service and repair of pump systems and shall be supported by a Factory Direct Service Group to include dedicated factory phone support technicians for 24/7 technical assistance. The manufacturer shall provide 24/7 technical phone support to the end user during and after the warranty period. Authorized Service Technicians must be Factory Trained and maintain a minimum of 25 hours per year of on going in -factory training. D. The customer will perform an establish, methodical maintenance service program as provided by the manufacturer in writing to avoid premature failure. Because of varied conditions beyond the control of manufacturer, this warranty will not include damage under the following conditions: • Default of any agreement with manufacturer. 0 Misuse, abuse, or failure to conduct routine maintenance. Irngation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 44 • Handling any liquid other than irrigation water with a PH outside of 6.5 to 8.0 • Exposure to electrolysis, erosion, or abrasion. • Presence of destructive gaseous or chemical solutions. • Over voltage or unprotected low voltage. • Unprotected electrical phase loss or phase reversal. 4.09 BASE A. The base shall be structurally sound with provisions for mounting and support of all the equipment provided including but not limited to the following; pumps, motors, valves, piping, electrical components and other equipment specified. All components will be installed in a professional, workmanlike manner. B. The structural base shall be fabricated from 8" I-beam w/ channel supports suitable for supporting all parts of the pumping system including the filter assembly and flow meter. C. The steel skid shall be of sufficient size to completely enclose the outside diameter of the wetwell allowing sealing and leveling grout to be placed between the foundation slab and the structural members. A hinged door, not less than 18" square, shall be built into the skid to provide access into the wetwell to minimize contamination. D. Pump mounting pedestal constructed from channel iron shall provide a raised portion of the base with provisions for mounting and securing pumps. Pumps will be mounted on 1" thick steel plate. E. All 1/4" deck plate, and 1" steel plate, shall be 100% seal welded to main structural members. Skip welding is not acceptable. 4.10 PUMPS A. Shall be manufactured by Goulds, IDP, Cornell or as listed on the plans, 1800-RPM maximum pump speed. The vertical turbine pumps should be manufactured according to the standards of the Hydraulic Institute and to ANSI specification no. B58.1. the bowl assembly, column pipe, line -shaft, head shaft, and discharge head shall be of U.S. manufacture. A pressure maintenance pump shall be provided to maintain system pressure during non -irrigation periods. The pump shall be of the submersible type with stainless steel housing and stainless steel impeller. Pressure maintenance pump shall be as manufactured by Grundfos Pump shall be sized to prevent main pump cycling B. Bowl assembly including suction case, intermediate bowls, and discharge bowls shall be of cast iron. The impellers shall be made of bronze, balanced, and have porcelain enamel lined water passageways for high efficiencies. They shall be adjusted vertically by means of an adjusting nut located at the top of the motor. All bowls larger than 8" should be of the flanged type construction. The impellers shall be C83800 bronze and of the enclosed type design. Pump shaft shall be AISI 416 SS turned and ground. The shaft shall be supported by bronze bearings above and below each impeller. C. Each pump shaft shall be of two-piece construction, turned, ground and polished type 416 stainless steel. It shall be of size large enough to transmit the horsepower required by the Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 45 pump. Column pipe should be A53, Grade B schedule 40 material, in inter -changeable sections not more than 10 feet in length. Pump line shaft shall be AISI 416 SS. The size of the shaft shall be no less than determined by ANSI specification B58.1, Section 4.2, Table 4. Bearing retainers shall be bronze with rubber bearings D. Each pump suction strainer shall be corrosion resistant type with an area not less than four times the suction bell inlet area. The suction bell bearing shall be extra long and - permanently greased packed and sealed with a bronze sand collar. E. The discharge column pipe shall be furnished in interchangeable sections with flanged or threaded couplings. The column pipe should be A53, Grade B, and Schedule 40 material, _. in inter -changeable sections not more than 6 feet in length. Pump line shaft shall be AISI 416 SS. The size of the shaft shall be no less than determined by ANSI specification B58.1, Section 4.2, Table 4. Bearing retainers shall be bronze with rubber bushings. F. The discharge head shall be provided with a drain for the stuffing box wastewater. No wastewater is to be permitted to run onto the skid. The discharge head shall include a cast iron stuffing box complete with gland, bypass line, bronze bushing, and packing and water slinger. The discharge head shall be of the fabricated steel type with a minimum 60,000-PSI tensile strength. The discharge shall have a working pressure of not less than 275 PSI and incorporate a 150 ANSI discharge flange. Complete discharge head shall be hydrostatically tested to a minimum of 413 PSI. A product lubricated high-pressure stuffing box containing at least six rings of packing and two lantern rings shall be provided. Packing shall be compressed around shaft by an adjustable two-piece gland. Dual bypass tubing shall be included for proper packing lubrication and cooling. The discharge head stuffing box area shall also include a drain, which will be piped back to the wet well. Discharge head to be designed to include leakless configuration. Discharge head shall incorporate an integral air separation chamber, allowing air to be discharged through an air release line mounted on top of head. 4.11 MOTORS A. Motors shall be sized so that the horsepower is at least 98% of the maximum brake horsepower shown on any point of the pump performance curve. Motors shall be rated for continuous duty and be designed to carry the maximum thrust load of the pump. Motors shall be rated and tagged for VFD service, proper ambient temperature and proper altitude per motor manufacturer's recommendations. Motor for pressure maintenance pump shall be a stainless steel submersible type with a 1.15 service factor. Motor shall be as manufactured by Grundfos or Franklin. B. Motors shall be equipped with non -reverse ratchets to prevent reverse rotation of the pumps. C. Shall be of vertical hollow shaft type in a TEFC or WP-1 enclosure. The motor shall be suitable for full voltage, part winding, VFD, or other starting as required by the local electric company. D. The thrust bearing shall be a size of ample capacity to carry the weight of all rotating parts plus the hydraulic thrust of the pump. The bearings shall be of such size and rating that the average life is no less than five years continuous operation. Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 46 E. Shall be manufactured by Newman, U.S. Motor, premium energy efficient type, vertical hollow shaft motors to meet the minimum industry efficiency ratings. 4.12 PIPING A. All fabricated grooved piping shall conform to ASTM specification A53 for grade B welded or seamless pipe. Piping 16" and smaller shall be Schedule 80. B. Drains are to be provided from any possible low point in the system and are to be equipped with brass 3/4" valves. No drain water is to run on top of the deck plate. Including but not limited to the following: - (3) 1" FIPT tapped outlets with plugs will be provided for fertigation system in addition to a 2" FIPT tapped outlet for the water conditioning equipment. - Manifold piping between pump check valves and the station discharge valve. - A wash down/blow-out 2" brass valve shall be provided downstream of the check valve, upstream of the station isolation valve. 4.13 PUMP CHECK VALVE A. Each pump shall be equipped with a check valve. They shall be of the silent operating type that begins to close as forward velocity diminishes and be fully closed at zero velocity preventing flow reversal. Valve bodies shall be cast from ASTM-126C cast-iron or better and shall be free from blowholes, sand holes, and other impurities. B. The valve design shall incorporate a center guided, spring loaded poppet, guided at opposite ends and having a short linear stroke that generates a flow area equal to the pipe diameter. Internals shall be machined bronze disc, seat, and stem guide. Seat shall be Buna-N to provide resilient sealing. Valves shall be sized to permit full pump capacity to discharge through them without exceeding a pressure drop of 2.5 PSI. C. Shall be manufactured by Empire or Val Matic, no other equal. Valves 4" and smaller to be pressure rated for 250 PSI, 6" to 10" to be pressure rated to 150 PSI. Valves 12" and larger check valves to be globe style with 150 PSI rating. 4.14 ISOLATION VALVES A. Isolation valves shall be located between the pump check valves and the pump discharge header, they shall be rated at 200 PSI working pressure, victaulic butterfly type providing expansion and vibration reduction. B. Butterfly valve installed downstream of the main control valve shall isolate the pumping system from the piping distribution system. Valves shall be rated at 150 PSI working pressure. C. Isolation ball valves shall be located on the main control valve body at each inlet, each outlet, and at diaphragm entry. Ball valves shall be rated at 400 PSI working pressure and shall be bronze body with chrome ball and Teflon seats. The actuating handle shall rotate 90 degrees from full open to full closed. 4.15 AIR RELEASE VALVE Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 47 A. A properly sized air release valve shall be installed on top of the stuffing box mounting plate of each discharge head. Valve shall function to release separated air (Generated by the starting of the pumps) to atmosphere. Discharge of air release valve shall be vented back to the wet well. Valve shall have cast iron body and cover with stainless steel internal trim, and a viton orifice button to prevent malfunctions due to corrosion. 4.16 SYSTEM RELIEF VALVE A. A system relief valve is to be provided downstream of discharge manifold and before the connection to the filtration device. The valve shall maintain a constant inlet pressure set as called out in the Technical Specifications by bypassing or relieving excess pressure without causing surges. The relief valve shall be of the hydraulically operated pilot controlled diaphragm type. An indicator shall be provided on top of the valve to show the position of the seat from full -open to full -closed. B. The valve shall be set to 10 PSI above operating pressure and will relieve when inlet pressure exceeds spring setting on pilot. Valve shall be quick opening and slow closing to minimize surging. C. A Wye strainer shall be installed in the inlet side of the valve body to provide clean water to the CRL pilot. A wafer style butterfly valve shall be installed on the inlet of the relief valve. D. When used with wet pit vertical turbine pumping stations, the system relief valve discharge shall be piped to the clear well and discharge below the water level through perforated pipe, which shall direct the discharge in a horizontal plane and reduce discharge velocity so as not to interfere with the pump suctions. E. When used with booster stations, the system relief valve shall discharge to atmosphere. The piping from the valve discharge shall be installed by the CONTRACTOR as shown on the drawings. 4.17 PRESSURE GAUGES A. A set of 4" silicone filled pressure gauges shall be mounted on the discharge header and downstream of the filtration system, with an isolation ball valve. All gauges shall be silicon filled to reduce wear due to vibration. Accuracy shall be within 2%. Gauge diameter shall be 3 1/2" minimum. Range shall be at least 30% higher than the highest pressure attainable from the pumps at shutoff head conditions. Stainless steel back & bronze internal. 4.18 PUMP EXPANSION AND VIBRATION JOINTS A. Pump isolation valves shall be connected into the discharge header with grooved type couplings to provide for expansion and vibration dampening. 4.19 ELECTRICAL CONTROL PANELS A. The pumping station electrical controls shall be mounted in self-contained NEMA 4 enclosures, fabricated from not less than 12 gauge steel (60" wide and larger to be 10 Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 48 gauge or thicker). Door gaskets of close grain neoprene sponge shall be provided around each door as an effective weather and dust seal. All electrical panel doors shall be prefabricated from not less than 12 gauge steel, be lockable and painted Powder coat. All enclosure cut-outs to be done by laser for proper fit, sealing and coating retention. All indicating lights, reset buttons, speed potentiometer, selector switches and the operator interface device shall be mounted on enclosure door and also be rated NEMA 4. All internal components shall be mounted and secured to the removable back plate assembly. A closed type cooling system shall be included to cool the enclosure and reject heat from the VFD. Open type cooling systems allowing outside ambient air to enter the panel are not acceptable. B. All external operating devices shall be dust and weatherproof. Operating handles for each pump disconnect shall be provided in the front or the side of the panel doors. Reset buttons for each starter overload relay and all indicating lights, reset buttons, speed potentiometer, selector switches and the operator interface device shall be mounted on enclosure door and also be rated NEMA 4. C. All internal components of the panels shall be mounted on removable back pans. Mounting screws for components shall be tapped into the panel enclosures. All enclosure cutouts to be done by laser for proper fit, sealing and coating retention. D. All internal wiring within and interconnecting between the panels shall be complete, and no field wiring within the panels shall be required. Cable raceways shall be self- contained within the enclosures, wiring troughs are permitted. VFD status and internal parameters must be viewable without the opening of the enclosure door E. Individual panels shall be gasketed and mounted together to form a single NEMA 4 enclosure with individual access doors to the motor starters, sequence control and other control systems. F. No pressure gauges, pressure switches, water activated devices, water line connections, or water lines of any sort shall be installed in any UL listed electrical control panel. A closed type cooling system shall be included to cool the enclosure and reject heat from the VFD. Open type -cooling systems allowing outside ambient air to enter the panel are not acceptable. G. No 460/480-volt devices shall be in the same cabinet with lower voltage components including but not limited to the PLC controller, relays, pressure switches, VFD Drives and any other device that uses less than 460 volts to operate. 4.20 MOTORS STARTERS A. The pump motor starters shall be contained within a separated NEMA 4 enclosure, with separation, and shall be fused with 120 volt operating coils. Overload fused relays shall be installed on each leg. Circuit breakers with less than 200,000 AIC are not permitted. Motor starters shall meet I.E.C. standards and shall be rated for a minimum of 1,250,000 operations. Fuses shall supply short circuit protection to each motor and shall be rated for a minimum 200,000 amp interrupting capacity B. Motor starter shall be combination, part wind, non -reversing type utilizing two (2) NEMA sized, horsepower rated contactors and overload relays in parallel, which are both Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 49 electrically and mechanically interlocked to allow the VFD to operate on any of the - motors with a timed sequence of operation. Definite -purpose contactors are not acceptable. Fuses shall supply short circuit protection to each motor and shall be rated for a minimum 200,000 amp interrupting capacity. Circuit breakers rated at less than fault current available to the motor shall have current -limiting fuses in series, sized so that no range of over -current is left unprotected. C. Motor Starters shall be manufactured by Allen Bradley, equipped with an optical isolator and phase angle transducer for 100 H.P. and above. D. When the pumps are not started from the VFD, the pumps station manufacturer shall provide part -winding starting on all motors 20 to 30 HP. Timers for the starting shall be external to the PLC. Fuses shall be provided for short circuit protection to the motors and be rated at not less then the fault current available to the motor. The motor starters shall be manufactured by Allen Bradley or approved equal. F. When the pumps are not started from the VFD, the pump station manufacturer shall provide electronic soft starts on all motors 40 to 125 HP. The starter logic function shall be "Soft Start" with a selectable kick-start. The acceleration ramp time is DIP switch selectable from 2 to 30 seconds. The initial torque shall be adjustable via a digital switch with 10 settings from 5 % to 90 % of locked rotor torque. The current is held at 150% of full load for a time. The following protections shall be provided in the "starting" and "running" modes: Start fault, Line fault, Temperature fault, and Stalled motor. When these conditions are detected, the soft start will not operate or will shutdown if it is operating. To be Allen-Bradley SMC II or SMC Plus. G. The variable speed drive starter shall be a digital, pulse width modulation (PWM) variable frequency drive (VFD) with IGBT transistors. The VFD shall include a 3% input line reactor to protect against voltage transients. The VFD shall have a minimum wire to wire efficiency of 98.5%, and shall be rated up to 550 volt operation in order to eliminate nuisance tripping at marginally high voltage conditions. Incoming power end shall be protected by fast acting semiconductor fuses. Any VFD error messages shall be displayed on a 80 character LCD readout in English or any one of 11 other languages. The following fault protection circuits shall be included: Overcurrent (240%), Overvoltage (130%), Undervoltage (65%), Overtemperature (70 Deg. C), Ground fault, and motor overload. The VFD shall be capable of starting into a rotating load and accelerate or decelerate to setpoint without safety tripping. The VFD shall have an automatic extended power loss ride through circuit which will utilize the inertia of the pump to keep the drive powered. Minimum power loss ride -through shall be one cycle based on full load and no inertia. The VFD shall be optimized for a 3 kHz carrier frequency to reduce motor noise. The VFD shall employ three current limit circuits to provide "tripless" operation. The following operating information shall be displayed on the VFD LCD: KWH, elapsed time, output frequency (Hz), motor speed (RPM), motor current (amps), and voltage. Line reactor will be installed on input of VFD to protect against voltage transients. The VFD LCD display shall continuously scroll through all operating information and shutdown faults while the drive is running and while stopped. The information shall be viewable through a water tight plexiglass window on the control panel door. VFD shall be as manufactured by ABB or approved equal. 4.21 PUMP MASTER SEQUENTIAL CONTROL IN SEPARATE CABINET Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 50 A. A separate NEMA 4 sequential control panel, fabricated from not less than 14 gauge steel, is to contain all pump starting and stopping sequence logic circuits, safety shutdown circuits, control disconnect and secondary distribution breakers mounted on separate back panel. No pump starting and stopping sequence control circuits shall be located in the enclosures containing motor starters. All pump Man -Off -Auto switches, indicating lights and safety shutdown reset switches shall be mounted on the front of the enclosure door. Each outside enclosure door shall be fabricated from 12 gauge steel. B. A circuit breaker shall be used to completely isolate the incoming electrical power from the master pump sequencing control. C. An externally mounted control transformer shall provide the secondary voltage to the control system. The transformer enclosure shall be NEMA 3R. D. Variable frequency drive will exclude the need for a pressure reducing control valve for maintaining system pressure. System pressure shall be monitored and converted to analog signals. The drive shall utilize these analog signals for variable speed control of pump and motor. E. Sequence of operation will provide for the jockey/pressure maintenance pump variable control until the maximum output is obtained, variable shall then be converted to the main pump. Drive shall operate main pumps until maximum output of each pump is reached, pumps shall be latched on fixed speed. Upon irrigation decreasing demand controls shall reverse operation to a no flow demand. F. Any VFD error messages shall be displayed on a 40-character LCD readout in English or any one of 8 other languages. G. Pressure transducers shall sense irrigation system pressure and feed analog board of the programmable controller. H. Pump station manufacturer shall provide a programmable controller override capability in the event of a component failure. The override will allow the pumps to be operated in the manual position with the low pressure, high pressure, low level and phase/low voltage safeties operational to protect the irrigation & pumping system. I. All pump starting circuits, time delay circuits, station circuits and any optional equipment control circuits shall be listed in the next section under programmable controller. J. A Man -Off -Auto selector switch with green running pilot light shall be provided for each of the pumps. Red indicating pilot lights shall indicate individual safety shutdown functions. A start -run selector switch with amber pilot light start function indicator shall be provided for safety control reset circuit. K. The VFD shall be capable of starting into a rotating load and accelerate or decelerate to set point without safety tripping. The VFD shall have an automatic extended power loss ride through circuit, which will utilize the inertia of the pump to keep the drive powered. 4.22 PROGRAMMABLE CONTROLLER Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 51 A. During non irrigation times, the pressure maintenance pump (PM) will cycle on and off as required to maintain irrigation system pressure. The start and stop pressures shall be a differential off of set point. The cycling pressures can be user selected and can be set substantially below normal set point pressure, if desired. If the PM pump cannot maintain the desired pressure, then the VFD will start the first pump and will gradually ramp the pressure up to desired irrigation pressure. The start pressure of the VFD pump shall be a differential below the set point. The pump speed will be modulated to hold a constant discharge pressure regardless of flow. As the flow rate increases and the VFD pump can no longer maintain pressure while at maximum speed, the next sequential pump will be started and the VFD driven pump will accordingly reduce its speed and modulate. An algorithm shall be included for accurately reducing the VFD pump speed as the next sequential pump is started so that no pressure surges are generated during the transition (even with across the line starting). If the user prefers to switch the VFD from pump to pump for sequential starting, he can select this option with the OID. As the flow continues to increase, pumps will sequentially be started until all pumps are running. As the flow begins to decrease, pumps will be sequentially turned off until only a single VFD driven pump is operating. When a no flow condition occurs, PLC must check and verify pump curve position prior to station shutdown. The controls are to provide complete instrumentation and controls to automatically start, stop and modulate pump speed(s) to smoothly, efficiently and reliably pump variable flow rates at a constant discharge pressure. Full alarms and safety features needed to protect the equipment and irrigation piping system. All electrical controls shall be U.L. Listed as an Industrial Control Device. B. A programmable controller may be used to control all of the functions of the system. Relays may be used for interface & back-up purposed only. Timers may be used for the startlrun controls of the part wind starters if detailed in the technical specifications. The unit will be guaranteed for 5 years after the date of acceptance. All control logic shall be handled by an industrial grade programmable logic controller (PLC) with a 160 character LED industrial operator interface providing data entry and read-out capabilities. PLC shall provide demand controlled sequential pump start-up, shutdown and safety features through its pressure sensing, flow sensing and voltage sensing devices. C. PLC shall have LED indicators for input, output, and six diagnostic read-outs showing PC Run, CPU Fault, and two communications, (battery and force). An LED visual status light is provided for each 1/0 to indicate on/off status. PLC shall be provided with a built in EEPROM, capacitor, and battery for memory backup. All logic for system control, timing, and control of VFD speed shall be handled by the PLC. PLC shall have a built in clock calendar. The PLC shall be as manufactured by Allen Bradley D. Control software shall be parameter driven, fully documented, and allow user to easily change ALL operational parameters. All alarms will be indicated by a red general alarm light. Specific alarm conditions along with procedures for correction will be displayed in English on the operator interface display (OID). Standard control features and equipment, which need to be included as a minimum, are as follows: 1. Alarms and shutdowns: • Low discharge pressure • High discharge pressure (Attempt restart)* • Low reservoir/incoming pressure level • Phase loss (Attempts restart)* • Low voltage (Attempts restart)* Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 52 • Phase unbalance (Attempts restart)* • Phase reversal • Individual motor overload/phase loss (indicates which individual motor was shut down) Manual reset only. Automatic reset is not acceptable. • VFD fault (shutdown VFD pump only and attempts restart)* 2. * Three unsuccessful restarts in a 30 minute period will give hard shutdown. 3. All alarms will be indicated by a red general alarm light. Specific alarm conditions along with procedures for correction will be displayed in English on the operator interface display (OID). E. Panel face switches and lights: Controls shall be designed so operator can discretely start and stop all pumps in all modes of operation including manual mode, operator interface failure, VFD bypass and PLC bypass modes with enclosure doors closed and disconnect switch fully engaged. Enclosure shall include the following switches/ or indicator lights: • Individual pump run lights • Individual pump on/off switches • System Hand/Off/Automatic switch • Mode Select switch - allows automatic bypass mode of operation, which can be used if VFD should fail. • VFD selector switch - in manual mode, allows user to select which pump will be run off the VFD. • Reset - Acknowledges pump station alarms • Speed potentiometer - in manual mode, allows user to adjust VFD pump speed • Low discharge pressure override switch - disables low discharge pressure alarm F. Six distinct set point pressures (normal, lockouts 1 & 2, and 3 high elevation). The lockout feature gives the user the flexibility to lower the set point pressure automatically at days and times, and "locking out" the operation of one or more of main pumps if local power authority imposes penalties for operating these pumps during such times. It also allows user to set a maximum RPM for the VFD pump during these lockout times so that user can limit amperage draw during penalty periods. The high elevation set point can be tied into a computerized irrigation system, or directly linked to high elevation satellites. When high elevation satellites are operating, control software will automatically and gradually elevate the pressure to the new desired set point. When finished, the high set point will be lowered back to normal. The high elevation set point will only be used if called out on the technical data sheet. G. Selectable days and times for operation of fertigation pump. H. Software will be included to automatically and gradually ramp up irrigation system pressure to the desired operating pressure (i.e., 1 PSI every 4 seconds) without overshooting design pressure. This feature operates whenever pressure drops below set point pressure. This ramp up time is fully adjustable by the operator. This control feature is based on an increase in pressure over a pre -defined time period. The acceleration control on the VFD is NOT an acceptable means of adjusting pressure ramp up speed. I. Software will be included for optionally maintaining a lower irrigation system pressure when not irrigating. Reduced pressure values will be shown in the technical data sheet. Controls will cycle the PM pump at these reduced pressures during non irrigation times and pressure will gradually increase to design pressure when the irrigation periods begin. r Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 53 J. Neither flow meter nor VFD output frequency shall be used for shutting down last VFD driven pump. Controls and software shall incorporate a method to eliminate excessive cycling of VFD pump at very low flow conditions, yet not run the pump excessively at any flow conditions. K. The pump station software program shall be user friendly enough to enable the set point pressure from being raised or lowered by the end user at the pump station or through the remote monitoring software package if provided. The pump station software ladder logic shall be written in such a way that no other value would require changing if the set point pressure had to be adjusted. Pressure maintenance pump and main irrigation pump start pressures, the pressure maintenance pump stop pressure, low discharge shutdown and high discharge shutdown shall not be at a specific value but a differential pressure off of set point (i.e. pressure maintenance pump (PMP) to start 5 psi below set point and stop 5 psi above setpoint). L. Automatic alternation of VFD driven pumps. This shall be accomplished by incorporating dual mechanically and electrically interlocked contactors allowing alternation of the VFD between pumps. M. Real time clock calendar allows PLC to internally provide all date and time functions used above. Two separate dynamically scaleable adjustable PID set point (6) control loops for both low flow and high flow pressure stability. N. User shall be able to field select either of two modes of VFD operation. Auto switch VFD option allows VFD to sequentially start each pump with reduced voltage. The standard mode of operation starts the first main pump on the VFD and the remaining pumps start across the line as required. O. Shut off algorithm for fixed speed pumps to minimize pump cycling while also remaining responsive to sudden flow reductions. Minimum run timers alone for minimizing fixed speed pump cycling is not acceptable. Discharging through relief valve during pump transitions is not acceptable. P. PLC bypass switch allows user to manually operate" pumps should PLC fail. The bypass switch shall be din -rail mounted inside the enclosure. When in bypass the station shall be capable of running all pumps in the manual mode with door operator switches. Any excess flow and pressure shall be bypassed through the pump station relief valve Q. System can be immediately and directly switched from manual to automatic mode of operation. This allows for manual pressurization and immediate switching capability to automatic. R. Light test sequence. Pressing the reset button for 5 seconds illuminates all lights. S. Rate of pressure change algorithm to rapidly determine if there is an irrigation demand and immediately cycle on the VFD pump, in lieu of waiting for pressure to drop to a predetermined start pressure. _ T. All pump station shutdowns shall be of the controlled type that sequentially retires pumps at user selectable intervals to reduce water hammer within the irrigation system. Phase Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 54 fault shutdown shall have accelerated rate to minimize motor damage. All pump system r shut downs shall be of a controlled type that sequentially retires pumps at intervals appropriate to the specific individual alarms. U. All operating functions will be programmed to be remotely read on the central computer. The pump station manufacturer will supply all wire between the pump and central computer or the radio telemetry equipment. In addition, the manufacturer will furnish all related software, training required to have the operator fully literate with this equipment. V. The pump station software program shall be user friendly enough to enable the set point pressure from being raised or lowered by the end user at the pump station or through the remote monitoring software package if provided. The pump station software ladder logic shall be written in such a way that no other value would require changing if the set point pressure had to be adjusted. Pressure maintenance pump and main irrigation pump start pressures, the pressure maintenance pump stop pressure, low discharge shutdown and high discharge shutdown shall not be at a specific value but a differential pressure off of set point (i.e. pressure maintenance pump (PMP) to start 5 psi below set point and stop 5 psi above set point). 4.23 OPERATOR INTERFACE DEVICE (OID) A. The pump station shall include a NEMA 4, 40 character LED display and keypad mounted on the control panel door. This device will allow the operator to view and selectively modify all registers in the PLC. The unit shall store its messages in non- volatile memory. The operator interface device shall incorporate password protection for protecting data integrity. The device will allow for display and modification of all timers, set points, lockout times, etc. The device shall communicate with the PLC through the programming port, and shall include an RS232 communications port allowing a printer to be attached for real time station status logging. B. In addition to normal data entry keys, the device shall include a minimum of the following function keys labeled: • Pressure, Flow and System Status: The current pressure, flow, VFD RPM and system status overview shall be displayed. Codes or Faults ID numbers shall not be adequate. • Current Condition of all Alarms: The input state and alarm state for all active alarms shall be shown • Pump Runtime and Starts: Runtime and number of starts for each pump shall be readily. The starts and runtime must be verified by electrical pump feedback. The OID will include a grand total and since reset value for each pump. • Alarm History: The last nine alarms shall store in PLC Memory with detailed information about time, pressure and flow at the time of occurrence. The log will r also include diagnostic and recommendations for correction of condition. • Total Flow Output: This total shall include a grand total since commission and a total since reset. i • The display shall provide detailed diagnostic information to the operator about the logical state, which starts and stops irrigation pumps. This diagnostic information will provide direct insight to controller internal logic. • Stations Events: The last 255 events shall be stored in PLC memory. This will include all alarms, individual pump starts and stops, and change in system status I i Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 55 C. The pump station software program shall be user friendly enough to enable the set point pressure from being raised or lowered by the end user at the pump station or through the remote monitoring software package if provided. The pump station software ladder logic shall be written in such a way that no other value would require changing if the set point pressure had to be adjusted. Pressure maintenance pump and main irrigation pump start pressures, the pressure maintenance pump stop pressure, low discharge shutdown and high discharge shutdown shall not be at a specific value but a differential pressure off of set point (i.e. pressure maintenance pump (PMP) to start 5 psi below set point and stop 5 psi above setpoint). 4.24 REMOTE PUMP SYSTEM MONITOR A. Pump station monitoring software shall have been developed internally by the pump system manufacturer and shall operate within the Windows® operating platform in addition to operate within the Rain Master control system. Software shall be graphic with full mouse (point and click) control. The monitoring system shall be capable of communicating at baud rates from 300 Baud to 19,200 Baud. User shall be able to view and/or change any and all station operating parameters (i.e. set point pressure, lockout times, ramp up speed, et), and also acknowledge and reset fault conditions. The pump station software shall be field configurable for direct hardware connect, phone modem, radio modem, or cellular modem. The software shall enable users to locally and/or remotely access (the same or multiple) pump stations simultaneously. Software shall support program -to -program network communications via TCP/IP to allow the exchange of settings and data with other applications hosted on the same or a remote PC. Software shall support simultaneous monitoring to the same pump station by any computer networked (LAN, WAN or WWV to the PC that is connected to the station (via direct or dialup). Complete historical reporting capabilities shall be included. All required PLC interface card(s), modem and hardware required (other than computer, monitor screen, and direct burial cable) shall be supplied by pump station manufacturer. B. The monitoring software shall provide the ability for auto -data log -download. This feature shall allow the timed retrieval of pump station historical data in order for complete station history storage and recall. Display of historical information shall be in a logical, graphical format. The data shall also be available as tabular information, either for screen viewing or for ASCII export to external programs. The file format shall be non- proprietary and a description supplied with the software. C. The monitoring system shall store up to 4 channels of data for analysis and system performance verification. These 4 channels shall be easily user selectable at any time through the graphic interface in the Windows environment. These 4 channels shall be capable of recording any of the following information: • Irrigation system pressure as well as set -point pressure • Pump station tank pressure (if so equipped) • System flow rate • Auxiliary system pressure (as equipped) • Auxiliary system flow rate (as equipped) • VFD motor speed (as equipped) ___ 0 Any auxiliary analog equipment such as level and temperature sensors h-rigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 56 D. The system shall also store all station events for retrieval and graphical display. The events, which are recorded, shall be as follows: • Pump start XL (across the line) • Pump starts VFD (variable speed drive) • Pump stop • All pump switch -setting changes • Controller power loss • System switch setting changes • Faults - system and individual pump • Automatic and manual fault reset E. The pump monitoring system shall graphically display the following real time information: • Pump run status • Pump RPM • Motor/pump hours • Pump system fault • Individual pumps faults • Pump control panel switch status • System flow rate • System total flow • All pump control system monitoring pressures F. The pump monitoring system shall allow remote control of the pump system. Functions are to include: • Ability to read from or write to any valid register within the station controller (PLC) • User defined set of register synonyms for routine setting changes • System fault information including time of occurrence • Pump system lockout scheduling G. Manufacturer shall provide the following monitor and control items: • Software - to be developed "in-house" and be fully documented and serviceable. • Hardware - limited to pump system and communication support, including PLC interface card • Graphical display of data log values will be included with user selectable ranges of 15 minutes, 1/2 hour, 1 hour, 12 hour, and 24 hours per screen. • Monitoring software shall be user configurable. • Communications shall be with both: o Direct connection - communicate via buried cable shall be Paige Electric #P7171D for a 2 pair (4 wires) #18 AWG shielded buried cable and: o Radio frequency to match the City of Lubbock. Control system H. Password security shall be provided to guard against unauthorized system changes. The j system shall be equipped with a remote sentry system which will provide a simple means of remotely monitoring equipment alarm conditions and notifying a digital cell phone or pager if any alarm condition occurs. The system shall be programmed via Windows based software. The sentry system shall have complete battery back-up capabilities for operation during power outages. The sentry system parameters shall be stored in Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 57 nonvolatile memory. The sentry unit shall operate on 12 to 24 volts AC or DC with a 9v alkaline battery for backup operation. The manufacturer shall provide din -rail connector and computer cables for all software. The sentry system shall have the following minimum requirements. o Four dry contact inputs to separately monitor four different alarms o Independent trigger time per input (up to two hours per input) o Independent repeat timer per input (up to two hours per input) o User definable, individual alarm code for each input o 29 character dialing string with special termination characters o LED activity indicators for each input. 4.25 PRESSURE TRANSDUCERS A. The pressure transducer shall be utilized for providing all pressure signals for the control logic. Pressure transducer shall be a solid-state bonded strain gage type with an accuracy of plus/minus 0.20% and constructed of 316L stainless steel. Transducer shall be rated for station discharge pressure as shown on technical data sheet, and shall provide gauge pressure output, rather than an absolute. Pressure transducer constructed of plastic is not acceptable. Threshold transducers are not acceptable. Pressure transducer shall be as manufactured by GP50 or GEM. 4.26 LOW WATER LEVEL SAFETY SHUTDOWN A. A separate reservoir low water level safety shutdown shall be provided. The reservoir level shall be continuously monitored by a liquid level sensor. When low level is sustained for a period of time, a 120v AC signal shall be directed to start reservoir pump, or open filling valve, through dry -contact closure of a relay which shall be mounted at the filling source. Signal shall be maintained until reservoir is filled to the upper sensor. Upon cessation of signal, relay shall drop out and pump shall stop or valve shall close. An HOA selector switch with green light shall be mounted on the control panel face. The low water level safety shall de -energize all pumps after a time delay when the reservoir water level drops to a predetermined point. A red pilot light shall indicate a low water level shutdown condition. Resetting shall be automatic after the reservoir has risen to a safe level. 4.27 LOW SYSTEM PRESSURE SAFETY SHUTDOWN - , A. Low discharge pressure is to be sensed by the pump starting switch gauge. When the station discharge pressure decreases to the pump start set point and maintains a start signal for an adjustable time, the pumps will de -energize and remain so until the circuit is automatically reset. An indicator light shall illuminate to indicate a low discharge pressure shutdown has occurred. 4.28 PUMP MOTOR RUNNING METERS A. Each pump motor starter shall be equipped with an elapsed time meter reading up to 9999.9 hours in tenths of hours. The meters shall be installed in the electrical control panel behind the glazed front door. 4.29 LIGHTNING, GROUNDING PACKAGE and SURGE ARRESTER Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 58 A. All electrical equipment shall be protected by a U.L.c xx approved Category C and Category B surge arrester to suppress voltage surges on incoming power. The devise under IEEE C62.41 Category C will withstand a impulse of IOKv/IOKa and Category B to withstand a ring wave of 6Kv/500a and a impulse of 6Kv/3Ka. Pass voltage for a 480v devise to the end equipment shall not exceed 1,50OV-1,800V when subjected to a 8ms * 20ms wave shape resulting in the following performance statistics: 3720 joules minimum with a power dissipation of 82,500,000VA at 1,800V maximum pass voltage to the protected equipment. Response time shall be less that 5 nanoseconds B. Pump station manufacturer shall include and supply a grounding packing for the pumping station. Package shall include U.L. listed 5/8" x '10 copper clad ground rod; 4"x 96" grounding plate with '25 of #4 bare copper wire and 100 pounds of grounding enhancing material and Cadweld GT1161G igniter. 4.30 SECONDARY CONTROL CIRCUIT BREAKERS A. Single -pole, secondary distribution circuit breakers, with trip amp ratings, specified in the Technical Specifications, shall supply power to each pump starter coil circuit, the control system, each safety circuit, the duplex ground fault receptacle and to other circuits as specified. 4.31 PHASE FAILURE -LOW VOLTAGE SAFETY SHUTDOWN A. An individual motor phase failure and low voltage safety circuitry shall retire any pump that experiences low voltage, phase failure or phase unbalance as monitored at the load - side of each pump motor contactor. Each pump motor shall have its individual protective device and time delay to allow for transient low voltage during motor starting to allow maximum motor protection. Separate main phase failure and low voltage safety circuit shall also be provided to retire the pumping system if it experiences low voltage, phase failure or phase reversal as monitored at line -side of control enclosure. Phase monitor shall have a time delay to allow for transient low voltage during motor starting and to allow maximum motor protection. Operator interface device (OID), mounted in enclosure door, shall signal phase failure for any affected pump. The individual pumps or pumping system shall not operate until the voltage problem has been corrected and safety has been manually reset. Single incoming phase monitor safety circuit is not acceptable. 4.32 MAIN STATION FUSED DISCONNECT A. A three -pole main station fused disconnect shall be mounted in a separate NEN1A 4 enclosure to completely isolate the electrical system from the incoming power. The fused disconnect shall conform to the requirements of the National Electrical Code or any applicable local code. The main disconnect shall have a through the door operator, and shall be sized as shown in the technical data sheet including horsepower rating. Disconnect shall be as manufactured by ABB or Allen-Bradley. 4.33 RESERVOIR FILLING FROM REMOTE SOURCE A. Space shall be provided in the panel for starting and stopping a remote reservoir filling source. The control shall sense the water level in the reservoir through probes suspended form an electrode holder. When the water falls below the water probe, a signal will be 47 l Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 59 sent, energizing a remote relay. The relay shall remain energized until the water reaches the upper probe in the wet well. The control will then de -energize the relay. Each transfer signal shall be controlled by a Man -Off -Auto selector switch with green running pilot light. 4.34 SKID WIRING A. All skid wiring shall conform to National Electrical Code standards. All wiring From control panels to motors shall be in solid conduit with type THHN copper conductors rated at not less than 600 volts AC and of proper size to carry the full load amperage of the motors without exceeding 70% capacity of the conductor. A grounding cable sized to National Electrical Code requirements shall be included in the rigid conduit. There shall be no splices between the motor starters and the motor connection boxes. B. The wiring to the flow switches and the water level electrode controls shall be 16 gauge, 10 strand copper conductors rated at 600 volts AC, contained in rigid conduit supported per NEC Code. 4.35 PAINTING A. The motors shall be painted with an industrial grade heat resistant enamel. B. Piping shall be grit -blasted with #50 steel grit per SSPC-10 to a near white metal condition. The cleaned steel surface shall be immediately primed with an industrial grade primer to thickness of 2 1/2 to 3 mils epoxy primer. The finish coat shall be acrylic enamel to a thickness of no less than 3 mils and applied through an electrostatic method to insure proper adhesion. Manufacture shall provide a touch up kit for City of Lubbock Parks and Recreations use. Powder coating will not be an accepted paint process since powder coating can not be field applied. C. The control panels shall be dip cleaned, acid etched and neutralized, iron phosphate coated, sealed and painted to a thickness of not less than 3 mils using a gray polyurethane base industrial outdoor enamel. 4.36 HYDROSTATIC TEST A. On completion of assembly, the pumping station shall be hydrostatically tested at not more than 200% of the maximum pump shut off head. 4.37 ELECTRICAL TEST A. Before shipment, the assembled pumping station shall be thoroughly tested electrically at the rated voltage and hertz as previously specified in the Special Conditions. 4.38 FLOW METER A. The flow sensor will be compatible with the Rain Master irrigation system controls. B. The pump station shall have a flow sensor installed, which shall be utilized for control and to display the pump station flow rate, and to display total flow through the pump station controller operator interface device (OID). Flow meter shall be electro magnetic Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 60 flow meter comprised of two major components, a primary head and a signal converter. Flow meter signal converter shall produce two separate signals, pulse and 4-20mA, in linear proportion to flow rate. Flow meter shall read flows from 0-40 fps, with a worst case inaccuracy of 0.5% of indicated value (not a percentage of full scale) at 1.3 fps or greater. Flows less than 1.3 fps shall have a lower accuracy with accuracy applying to indicate value (not full scale). Flow meter shall be sized so that maximum system flow lies between 16 and 24 fps through the meter. Meter shall be installed according to manufacturer's recommendations. Manufacturer shall have a US based manufacturing and assembly center. Flow meter shall be as manufactured by Krohne. C. Primary Head: The flow tube shall be a ANSI B16.5 class 150 flanged for sizes less than 24" and AWWA class D flanged for sizes above 24" with a 304SS spool. Wetted liner shall be hard rubber. Liner shall extend beyond the ends of the flow tube and over the flange faces. Liner shall remain stable and in place under a 500 in Bar absolute vacuum or pressure situation. Liner shall be rated for the medium pumped. magnetic coils shall be wound by the flow meter manufacturer and held in place in such a way as to prevent any fluctuation in the magnetic field generated. Magnetic coils in flow tubes 6" and smaller shall be epoxied together through a fusion bonding process, which renders the magnetic coil a single solid piece with no loose windings. Electrodes shall be from Hastelloy C4. They shall be inserted from the inside of the flow tube, and shall be sealed along their length. Electrodes sealed at one or more discrete points shall not be accepted. The wires connecting the electrodes to the primary head shall be fastened in place along their entire length to prevent the transmission of erroneous data or signal noise acquired through signal wire movement. All wiring shall be brought into the primary head connection box and terminated. The shroud protecting the coils and electrodes shall be welded in place, and internally pressure tested to 1.5 atmospheres with air pressure. On completion, the flow tube shall be finish painted on all outside metallic surfaces. Primary head shall be NEMA 6 rated. D. Signal Converter: The signal converter shall be NEMA 4X rated, and shall house the microprocessor -based electronics required for magnet excitation and flow measurement. Functions and data requirements shall be set by either a PC or by a hand held programmer. Unit shall process flow using a bipolar pulsed DC signal. Power supply shall be 115/230VAC 48-64 Hz. Outputs shall be 4-20 mA and pulsed output scalable at 0- 100Hz or 0-1000 Hz for full scale range. Signal converter shall also include a binary output to indicate direction of flow. E. Grounding rings: Where magnetic flow meters are placed in a pipeline that insulates the water from ground (e.g. epoxy lined steel pipe or plastic) grounding rings are required at both ends of the flow meter to eliminate eddy currents that may exist within the medium being pumped. Grounding rings and flow meter body must be grounded properly, in accordance with manufacturers recommendations. F. Calibration and Testing: Meter shall be hydraulically calibrated on a testing device that is z at least 10 times more accurate than the meter, and shall not be calibrated against a master meter. Each and every flow meter produced by the flow meter manufacturer shall be flow tested and hydraulically calibrated according to this procedure. Manufacturer's test and calibration equipment shall be internationally certified, and shall be re -certified every three years. Calibration shall be accomplished through direct volumetric comparison, on rigs certified as having a measurement error of equal to or less than 0.03% A calibration certificate shall be issued for each and every flow meter produced by the flow meter manufacturer. Calibration certificate shall be traceable to the US National Bureau of Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 61 Standards. Meters shall be calibrated under standard conditions to a measurement error of less than 0.50% of rate. 4.39 WYE STRAINER WITH AUTO FLUSH A. The pump station manufacturer shall provide an automatic flushing wye strainer mounted and wired on skid. The wye strainer basket shall be piloted in both body and cover and fabricated from 24 gauge stainless steel with perforations as shown in the technical specification The body of the strainer shall be cast iron with flanged connections. Pressure drop through the strainer shall be not more than 1.75 PSI at full station capacity. The strainer shall be automatically flushed after a specific pump station run duration period. This timer is adjustable through the computer operator interface device (OID) as called out for in these specifications. An H.O.A. selector switch shall be mounted on the control panel face. Provided as an integral part of the strainer package shall be a normally closed solenoid operated valve: The PLC shall initiate the flushing cycle by opening the 2" solenoid valve for 15 seconds. The flushing duration shall be an adjustable timer through the computer interface device. A 2" ball valve shall be supplied to isolate the solenoid valve from the irrigation system. The wye strainer size shall be specified in the technical data sheet. The flush line shall be piped to skid edge. Others to supply flush line back to supply pond. B. The Contractor shall pipe from the "blow -down" valve to a discharge point no closer than 500' to the intake structure, a 3" PVC line. 4.40 INJECTION PUMP OUTLET A. Pumping system shall include a 2" FIPT outlet ball valve on the discharge pipe downstream of the filtration for a future water conditioning system. 4.41 INTERFACE A. Rain Master Interface. Control panel shall include components for communicating with control system. The components will transmit actual flow, pump station running, pump station alarm, each pump running, and remote lake fill/low water level. 4.42 DISCHARGE DOG LEG A. The pump station manufacturer shall supply the discharge pipe connecting the turbine pump station discharge to the irrigation main line. The discharge pipe shall be sized per the drawings and shall be: HDPE SDR7 or othe non metallic material with a 2" FIPT outlet on the manifold for an acid injection type water conditioning system. B. The pump station manufacturer shall supply the discharge pipe connecting the pump station discharge to the irrigation main line. The discharge pipe shall be painted the same as the main pump station and shall be sized per the technical data sheets. 4.43 MOTOR SPACE HEATER Irrigation Specifications for Lubbock Athletic Complex Revised for November 18, 2006 review request Page 62 A. The pump station manufacturer shall provide on each pump motor a 120 volt, single phase space heater of ample size to prevent condensation within the motor. The space heater shall be de -energized when the motor is running. 4.44 POWER LINE CONDITIONER A. The pump station manufacturer shall supply a 120 volt, single phase regulated power conditioner prewired inside a separate NEMA 4 ventilated enclosure mounted on the pump station rated for the KVA and breakers as called out on the technical data sheets. The input voltage range will be +10%/-20% of input nominal voltage. The output voltage regulation will be + or - 3% for an input line variation of +10%/-20%. The harmonic distortion shall not be less than 3% total RMS content at full load. The input/output surge suppression module shall easily attenuate and absorb repeated 6,000 volt or larger spikes without damage while protecting the load. The power conditioner shall be as manufactured by Topaz., Centrex or Wiremold. 4.45 POWER ZONE A. The pump station manufacturer shall provide an auxiliary power supply, pre -wired and mounted on the skid. It should be capable of delivering 120 volt, single-phase power, with KVA and breaker ratings as called out in the technical data sheets. 4.46 STATION HEATER A. The pump station manufacturer shall provide a three phase, heavy duty, industrial rated heater, with KW rating as called out in the technical data sheets. The heater shall be provided with an internal protected disconnect switch, thermostat, and thermal safety overload shutdown. The heater shall be pre -wired and securely mounted on the skid. 4.47 RESERVOIR INLET SCREEN A. A reservoir inlet screen shall be provided at the inlet to the horizontal induction tube leading from the lake to the clear well. All of the screen shall be in a vertical plane with the screen area called out in the Technical Specifications. The screen shall be 16 gauge; type 304 flattened stainless steel expanded metal, with maximum 3/8" x 7/8" openings. The bottom of the screen shall be carbon steel and shall be epoxy coated to a thickness not less than 4 mils. B. The screen shall be of the type listed on the plans complete with all the controls required to operate the unit as per the manufacturer specifications. C. The screen outlet connection shall be compatible with the horizontal induction tube.