HomeMy WebLinkAboutResolution - 2001-R0480 - Contract For Road And Canopy Improvements Project - Sandia Construction, Inc. - 11/08/2001Resolution No. 2001-RO480
November 8, 2001
Item No. 33
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Contract per Bid #213-
01/RS for the entrance road and canopy improvements project, by and between the City
of Lubbock and Sandia Construction, Inc. of Lubbock, Texas. Said Contract is
attached hereto and incorporated in this resolution as if fully set forth herein and shall
be included in the minutes of the City Council.
Passed by the City Council this 8th day of November , 2001.
r,-'fdN MAYOR
ATTEST:
Rebecca Garza, City Secreta
APPROVED AS TO CONTENT:
Victor Kilman, rchasing Manager
APPROVED AS TO FORM:
Willi aas
Co ct Manager/Attor
gs/ccdocs/Contract-Sandia Const Bid213-01/RS.res
Oct. 29, 2001
•�.�".S. X00 � " � �y�0
r rfZ9lorA3s
CITY OF LUBBOCK
SPECIFICATIONS FOR
ENTRANCE ROAD & CANOPY IMPROVEMENTS
ITB #213-01/RS
FAA AIP NO. 3-48-0138-23-01
A G0ify oO/ PoAatiked Ptogress"
CITY OF LUBBOCK
Lubbock, Texas
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
162513TH STREET
LUBBOCK, TEXAS 79401.
PH: (806)775-2167
FAX:(806)775-2164
hftp://purchasing.ci.lubbock.tx.us
ITB #213-011RS, Addendum #1
ADDENDUM #1
ITB #213-01/RS
Entrance Road and Canopy
Improvements
MAILED TO VENDOR: September 13, 2001
CLOSE DATE: September 25, 2001 @ 2:00 P. M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB.documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. In the General Instructions to Bidders, Page 3, Item 11.1 and 11.2, all questions/clarifications must be
submitted to the Purchasing Office in writing no later than five (5) calendar days prior to the bid
closing date.
2. In the General Conditions of the Agreement, Page 7, Section 28, Item A General Liability Insurance,
please delete the requirement for Pressurized Vessel Endorsement.
3. ADD the following to paragraph 32.3 of the GENERAL INSTRUCTIONS TO BIDDERS:
Bidders are reminded that there is a goal of 9%DBE participation of the total value of work on this
project. Further, that there is a requirement that within ten calendar days following the close date,
Bidders will furnish a list of all DBE contractors contacted and all responses received therefrom to
Ron Shuffield, Senior Buyer. Finally, Bidders shall be required upon award to furnish an executed
agreement between the Bidder and the DBE contractor specifying to work to be performed and the
` total dollar value of the work to be performed.
All requests for additional information or clarification must be submitted in writing and directed to:
Ron Shuffield, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to
or Email to:
213-01 /RSadd 1
(806)775-2164
Rshuffield@mail.ci.lubbock.tx.us
THANK YOU,
Cl
K
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
NI
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: ENTRANCE ROAD & CANOPY IMPROVEMENTS
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 213-01/RS
ACCOUNT NUMBER: 253.1524.07685
FAA AIP NUMBER: 3-48-0138-23-01
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
L�
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
FAA MANDATORY CONTRACT PROVISIONS
BID SUBMITTAL
LIST OF SUBCONTRACTORS
INSURANCE REQUIREMENT AFFIDAVIT
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIAL PROVISIONS
SPECIFICATIONS
INDEX
r
k
NOTICE TO BIDDERS
^� NOTICE TO BIDDERS
•`` ITB #213-01/RS
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in
the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401,
until 2:00 o'clock a.m. on September 25th, 2001 or as changed by the issuance of formal addenda to all
planholders, to furnish all labor and materials and perform all work for the construction of the following described
project with a budget amount of $357,300:
ENTRANCE ROAD & CANOPY IMPROVEMENTS
After the expiration of the time and date above first written, said sealed bids will be opened in the office of
the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is
actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above
first written.
Bids are due at 2:00 o'clock p.m. on September 25th, 2001 and the City of Lubbock City Council will
consider the bids on October 11th, 2001 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon
thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities.
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. Said statutory bonds should be issued by a company carrying a current Best Ratina of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the
total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary
bonds within fifteen (15) days after notice of award of the contract to him. The bid bonds of all bidders shall be
retained until after the award of contract is made. The bid bond of the successful bidder shall be retained until the
contract is fully executed by all parties, the receipt of all necessary insurance certificates, and the posting of
performance and payment bonds. The failure of the bidder to accept an award and file acceptable insurance
certificates and required bonds within 15 days after notice of award shall be just cause for cancellation of the
award and forfeiture of the bid bond to the City of Lubbock as liquidated damages. Award may then be made to
the next lowest responsive and responsible bidder.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all
local conditions under which the work is to be done. It shall be understood and agreed that all such factors have
been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non-
mandatory pre-bid conference on September 12th, 2001 at 9:00 o'clock a.m., LUBBOCK INTERNATIONAL
AIRPORT - AMBASSADOR ROOM, Lubbock, Texas.
Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 -13`h
Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may obtained by the
bidder for a $100 non-refundable charge per set. Plans and specifications may be obtained through
Parkhill, Smith & Cooper, 4222 85th St., Lubbock, TX 79423, Phone: (806) 473-2200. Plans and ..
specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method
parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and
the bidder's account number.
I- CONTINUED NEXT PAGE -
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which
document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision
of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale
and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage
scale.
The City of Lubbock hereby notes all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or
national origin in consideration for an award. The City of Lubbock does not discriminate against persons with
disabilities. City of Lubbock pre-bid meetings and bid openings are available to all persons regardless of disability.
If you would like bid information made available in a more accessible format or if you require assistance, please
contact the City of Lubbock Human Relations Office at (806) 775-2281 at least 48 hours in advance of the
meeting.
CITY OF LUBBOCK
Victor Kilman
Purchasing Manager
7
I
I
GENERAL INSTRUCTIONS TO BIDDERS
I
I
GENERAL INSTRUCTIONS TO'BIDDERS
1 BID DELIVERY. TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish ENTRANCE ROAD &
CANOPY IMPROVEMENTS per the attached specifications and contract documents. Sealed bids will be
received no later 2:00 p.m. CST, September 25th at the office listed below. Any bid received after the
date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting
documentation must be in a sealed envelope or container plainly labeled in the lower left-hand comer:
"ITB #213-011RS ENTRANCE ROAD & CANOPY IMPROVEMENTS" and the bid opening date and time.
Bidders must also include their company name and address on the outside of the envelope or container.
Bids must be addressed to:
R Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE-BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre-bid meeting
will be held at 9:00 a.m. September 12th , 2001 in LUBBOCK INTERNATIONAL AIRPORT -
AMBASSADOR ROOM, Lubbock, Texas. All persons attending the meeting will be asked to identify
themselves and the prospective bidder they represent.
2.2 It is the bidder's responsibility to attend the pre-bid meeting though the meeting is not mandatory. The
`- City will not be responsible for providing information discussed at the pre-bid meeting to bidders who do
not attend the pre-bid meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the
event the Purchasing Department deems the interpretation to be substantive, the interpretation will be
made by written addendum issued by the Purchasing Department. Such addendum issued by the
Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will
become part of the bid package having the same binding effect as provisions of the original bid. NO
VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for
interpretation considered, the request must be submitted in writing and must be received by the
City of Lubbock Purchasing Department no later than ten (10) days before the bid closing date.
I 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in
preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with
any individuals, employees, or representatives of the City and any information that may have been read in
any news media or seen or heard in any communication facility regarding this bid should be disregarded in
preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Purchasing Manager and a clarification obtained before the bids are received,
and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it
shall be deemed that the bidder fully understands the work to be included and has provided
sufficient sums in its bid to complete the work in accordance with these plans and specifications.
If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions,
then it shall be deemed for all purposes that the plans and specifications are sufficient and
adequate for completion of the project. It is further agreed that any request for clarification must
be submitted no later than ten (10) calendar days prior to the opening of bids.
5 BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder..
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from
public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the
event a public information request is received for a portion of your bid that you have marked as being
confidential information, you will be notified of such request and you will be required to justify your legal
position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In
the event that it is determined by opinion or order of the Texas -Attorney General or a court of competent
jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the
Government Code and Section 252.049 of the Local Government Code, then such information will be
made available to the requester.
6.3 Marking your entire bid CON FIDENTIAUPROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may
be required to pay.
8 CONFLICT OF INTEREST
8.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock in regard to this bid.
8.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special
_._ treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other
exercise of discretion concerning this bid.
9 CONTRACT DOCUMENTS
9.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
9.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for
the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
10 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge. The contract documents may be examined without charge as noted in the Notice to Bidders.
11 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
} 11.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the
bidder's responsibility to advise the Purchasing Manager if any language, requirements etc., or any
combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source.
'S Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing
Office no later than ten (10) calendar days before the bid closing date. A review of such notifications will
be made.
11.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL
INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE
SUBMITTED IN WRITING NO LATER THAN TEN (10) CALENDAR DAYS PRIOR TO THE BID
CLOSING DATE AND ADDRESSED TO:
i RON SHUFFIELD, SENIOR BUYER
City of Lubbock
1625 13th Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: rshuffield@mail.ci.lubbock.tx.us
12 TIME AND ORDER FOR COMPLETION
12.1 The construction covered by the contract documents shall be fully completed within 180 (ONE HUNDRED
EIGHTY) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by
the City of Lubbock to the successful bidder.
12.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
13 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
14 AFFIDAVITS OF BILLS PAID
The City of Lubbock, prior to final acceptance of this project, requires 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.
15 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the
Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
a 3
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to
procure a satisfactory project.
16 GUARANTEES
16.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
16.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be
recognized and accommodated and will not, in any way, result in hardware, software or firmware failure.
The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the
procedures it intends to follow in order to comply with all the obligations contained herein.
16.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
16.4 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 specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
17 PLANS FOR THE CONTRACTOR
The Contractor will be furnished ten (10) sets of plans and specifications, and related contract documents for his
use during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
18 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
(d) A letter, on Contractor and Subcontractor insurer's letterheads, stating the Worker's Compensation
Insurance Experience Rating for Contractor and Subcontractor.
(e) If, after award of contract, the Contractor adds or substitutes subcontractors, then an insurer's letter
stating the Worker's Compensation Insurance Rating shall be provided to the City for each added or
substituted subcontractor.
19 TEXAS STATE SALES TAX
19.1 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.
4
19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
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, and the private utility owner, as applicable, at
Contractor's expense.
21 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
22 EXPLOSIVES
22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of
the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use
utmost care so as not to endanger life or property and the Contractor shall further use only such methods
as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
22.3 In all cases where explosives are to be used during the construction of the project contemplated by this
1 contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
23 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
24 INSURANCE
24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City
and written notice of cancellation or any material change will be provided thirty (30) days in advance of
cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right
to subrogation against the city. 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
s. 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.
{ 5
24.2 The insurance certificates furnished shall name the City of Lubbock (the City) as additional insured. It
shall be the contractor's responsibility to provide to the owner all proof of coverage insurance documents
including workers compensation coverage for each subcontractor.
25 LABOR AND WORKING HOURS
25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
25.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
25.1.3 A longer workweek is authorized under Section 01140 — Work Restrictions of the specifications.
25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
25.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn}, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
27 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
28 PREPARATION FOR BID
28.1 The bidder shall submit his bid in duplicate on forms furnished by the City or electronically reproduced by
the bidder. Forms electronically reproduced by the bidder must be identical in every respect to the forms
furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the
price for which he intends to do the work contemplated or furnish the materials required. Such prices shall
be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in
29
ti30
words and the price written in figures, the price written in words shall govern. Bidder's bid submittal
must be in duplicate and must include the following:
■ Bid Submittal Form
■ List of Subcontractors
■ City of Lubbock Insurance Requirement Affidavit
■ Bid Bond
• DBE Requirements (See Section 32.3 Below)
28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If
the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner (The City does not accept bids by fax.
However, there are companies in Lubbock that will receive, seal, and deliver faxed bids. These
companies are listed in the Yellow Pages under Mailing Services. Bids delivered using this service must
be delivered on-time and addressed as specified in the Notice to Bidders and endorsed on the outside of
the envelope in the following manner.):
28.3.1 Bidder's name
28.3.2 Bid for [title].
28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders
(b) General Instructions to Bidders
(c) Bid Submittal Form and "Exhibit A"
(d) Statutory Payment and Performance Bonds
(e) Contract
(f) General Conditions of the Agreement
(g) Special Provisions
(h) Technical Specifications
(i) Insurance Certificates
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock
reserves the right to reject any bid if the evidence submitted by, or. investigation of, the bidder fails to satisfy the
City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the
work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) Worker's Compensation Experience Rating.
31 BID AWARD
31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion.
31.2 The City reserves the right to accept the Total Base Bid and Alternate Bids in any order or combination
that serves its best interests. The low bid shall be determined on the price combination of the Total Base
Bid and any accepted Options.
31.3 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
31.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
31.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
31.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR
FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS
INVITATION TO BID.
31.7 The successful bidder must satisfy the City as to the bidder's ability to perform the work and meet all
contractual obligations set forth in the contract to be executed.
32 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS
32.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to submit bids and
will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration of an award.
32.2 A DBE is defined as a small business concern which is at least 51 % owned and controlled by one or more
socially and economically disadvantaged individuals, or in the case of any publicly owned business, at
least 51 % of the stock of which is owned by one ore more socially and economically disadvantaged
individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic
Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans.
32.3 Good Faith Efforts (Information to be submitted)
City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of
responsiveness.
Each solicitation for which a contract goal has been established will require the bidders/offerors to submit
the following information with its bid as a condition of responsiveness:
1. The names and addresses of DBE firms that will participate in the contract;
2. A description of the work that each DBE will perform;
3. The dollar amount of the participation of each DBE firm participation;
4. Written and signed documentation of commitment to use a DBE subcontractor whose
participation it submits to meet a contract goal;
5. Written and signed confirmation from the DBE that it is participating in the contract as
provided in the prime contractor's commitment; and
6. If the contract goal is not met, evidence of good faith efforts.
j$ 32.4 Demonstration of good faith efforts
The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so
either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are
found in Attachment 7 of the Airport's DBE plan, http://purchasing.ci.lubbock.tx.us/vendor.htm .
The following personnel are responsible for determining whether a bidder who has not met the contract
goal has documented sufficient good faith efforts to be regarded as responsive: Persons assigned to
evaluate bids or proposals as specified on the City's "Request to Solicit Competitive Bids or Proposals —
Procurement Document Submittal Form."
c We will ensure that all information is complete and accurate and adequately documents and bidder's good
faith efforts before we commit to the performance of the contract by the bidder.
32.5 Administrative reconsideration
Within 10 days of being informed by City of Lubbock that it is not responsive because it has not
documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders
should make this request in writing to the following reconsideration official: Victor Kilman, Purchasing
Department, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration official will not
have played any role in the original determination that the bidder did not make/document sufficient good
faith efforts.
As part of this reconsideration, the bidder will have the opportunity to provide written documentation or
argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so.
The bidder will have the opportunity to meet in person with our reconsideration official to discuss the issue
of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder a written
decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or
`3
make adequate good faith efforts to do so. The result of the reconsideration process is not
administratively appealable to the Department of Transportation.
32.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor to make
good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a
contract with another certified DBE, to the extent needed to meet the contract goal. The City will require
the prime contractor to notify the DBE Liaison Officer (DBELO) immediately of the DBE's inability or
s:
unwillingness to perform and provide reasonable documentation.
In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and
to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the
contractor fails or refuses to comply in the time specified, our contracting office will issue an order
stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to
comply, the contracting officer may issue a termination for default proceeding.
32.7 Counting DBE Participation
The City will count DBE participation toward overall goals as provided in 49 CFR 26.55.
Yy 32.8 Certification
_ _ The DBELO will use the certification standards of Subpart D of part 26 and the certification procedures of
Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in DOT -assisted contracts.
In addition, the Department of Aviation has approval from Citibus, the City's transit authority and the
Affirmative Action and Contract Compliance Division of the City of Houston, Texas to assist in applying
certification standards. To be certified as a DBE, a firm must meet all certification eligibility standards.
The City will make their certification decisions based on the facts as a whole.
32.9 Process
The City's certification application form and documentation requirements are found in Attachment 5 of the
Airport's DBE Plan.
For information about the certification process or to apply for certification, firms should contact: Mark
Earle, Director of Aviation, Lubbock International Airport, Rt. 3 Box 389, Lubbock, Texas 79403, 806/775-
3126, mearleCaD-mail.ci.lubbock.tx.us.
In the event the City proposes to remove a DBE's certification, the City will follow procedures consistent
with 26.87. Attachment 6 to the Airport's DBE Plan sets forth these procedures in detail. To ensure
separation of functions in a decertification, the City has determined that the Purchasing Manager will serve
as the decision maker in decertification proceedings. The City has established an administrative "firewall"
to ensure that the Purchasing Manager will not have participated in any way in the decertification
proceeding against the firm (including the decision to initiate such a proceeding).
If the City denies a firm's application or decertifies it, the firm may not reapply until 12 months have passed
from our action.
32.10 Certification Appeals
Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such appeals
may be sent to:
Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7' St., SW,
Room 2104, Washington, DC 20590.
The City will promptly implement any DOT certification appeal decision affecting the eligibility of DBEs for
all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of its application
was erroneous).
32.11 "Recertifications"
The City will review the eligibility of DBEs that the City might have certified under former part 23, to make
sure that they meet the standards of Subpart D of part 26. The City will complete this review within four
years beginning October, 1999. In order to comply with requirements of re -certification each currently
certified DBE the airport works with as well as any new applicant for certification will be required to submit
a Statement of Personal Net Worth as shown in Exhibit 9 of the Airport's DBE plan.
For firms that the City has certified or reviewed and found eligible under part 26, the City will review their
eligibility every five years following the date of their certification. These reviews will include the following
components:
1. The City of Lubbock will require that the firm complete a new DBE Certification Form.
2. The City of Lubbock may use on-site visits where necessary to make proper determinations.
3. The City of Lubbock will use any discretion to certify a firm on reliance of the decisions made by
DOT or another recipient, to make an independent certification decision based on additional
documentation provided by another recipient or to require the applicant to proceed through our
application procedure without regard to the action of the other recipient
4. City of Lubbock reserves the right to determine recertification procedures on a case-by-case
basis.
32.12 "No Change" Affidavits and Notices of Change
The City will require all certified DBEs to inform the DBELO, in a written affidavit, of any change in its
circumstances affecting its ability to meet size, disadvantaged status, ownership or control criteria of 49
CFR part 26 or of any material changes in the information provided with the DBE's application for
certification.
_ The City will also require all owners of all DBEs the City has certified to submit, on the anniversary date of
their certification, a "no change" affidavit meeting the requirements of 26.836). The text of this affidavit is
the following:
10
I swear (or affirm) that there have been no changes in the circumstances of [name of DBE firm] affecting
its ability to meet the size, disadvantaged status, ownership, or control requirements of 49 CFR part 26.
There have been no material changes in the information provided with [name of DBE]'s application for
certification, except for any changes about which you have provided written notice to the City of Lubbock
„ under 26.83(1). [Name of firm] meets Small Business Administration (SBA) criteria for being a small
business concern and its average annual gross receipts (as defined by SBA rules) over the firm's previous
three fiscal years do not exceed $16.6 million.
The City will require DBEs to submit with this affidavit documentation of the firm's size and gross receipts
The City will notify all currently certified DBE firms of these obligations by newsletter or direct mail
beginning October, 2000. This notification will inform DBEs that to submit the "no change" affidavit, their
owners must swear or affirm that they meet all regulatory requirements of part 26, including personal net
worth. Likewise, if a firm's owner knows or should know that he or she, or the firm, fails to meet a part 26
eligibility requirement, the obligation to submit a notice of change applies.
32.13 Bidders List
The City of Lubbock will create a bidders list, consisting of information about all DBE and non -DBE firms
that bid or quote on DOT -assisted contracts. The purpose of this requirement is to allow use of the
bidders list approach to calculating overall goals. The bidders list will include the name, address,
DBE/non-DBE status, age, and annual gross receipts of firms.
` The City will collect this information in the following ways: a notice in all solicitations and direct request to
firms quoting on subcontracts to report information directly to the DBELO. The City of Lubbock will work
closely with all prime bidders in order to collect necessary information of all firms who quote to them on
contracts.
32.14 Monitoring Payments to DBEs
The City will require prime contractors to maintain records and documents of payments to DBEs for three
years following the performance of the contract. These records will be made available for inspection upon
request by any authorized representative of the City of Lubbock or DOT. This reporting requirement also
extends to any certified DBE subcontractor.
The City will keep a running tally of actual payments to DBE firms for work committed to them at the time
of contract award.
The City will perform interim audits of contract payments to DBEs. The audit will review payments to DBE
subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the dollar
amounts stated in the schedule of DBE participation.
32.15 Reporting to DOT
The City will report DBE participation to DOT annually on Form 4630, as modified for use by FAA
recipients.
33 Veteran's Preference
It shall include in all contracts for work on any project funded under the grant agreement which involve labor, such
provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and
supervisory positions), preference shall be given to Veterans of the Vietnam eraand disabled veterans as defined
in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals
are available and qualified to perform the work to which the employment relates.
34 Confidentiality
The City will safeguard from disclosure to third parties information that may reasonably be regarded as confidential
business information, consistent with Federal, state, and local law. The City of Lubbock will maintain efforts to be
consistent with the law as set forth in: the Freedom of Information Act under USC: Title 5. The relevant text is
4= found in § 552(b)(2) and (4). The City of Lubbock will interpret these parts as policy to refuse the release of and
access to, any information deemed to be related solely to the internal personnel rules and practices of an agency;
oras trade secrets and commercial or financial information obtained from a person and privileged or confidential.
Further, in compliance with USC: Title 18 § 1905 concerning the disclosure of confidential information: The City
of Lubbock will not publish, divulge, disclose or make known in any manner or to any extent not authorized by law
any information coming to us in the course of employment or official duties or by reason of any examination or
i 11
investigation made by, or return, report or record made to or filed with the City of Lubbock, which information
concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to the identity,
confidential statistical data, amount or source of any income, profits, losses, or expenditures of any person, firm,
partnership, corporation, or association; or permits any income return or copy thereof or any book containing any
abstract or particulars thereof to be seen or examined by any person except as provided by law.
Notwithstanding any contrary provisions of state or local law, we will not release personal financial information
submitted in response to the personal net worth requirement to a third party (other than DOT) without the written
consent of the submitter.
35 Non Discrimination Clause
The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in
the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part
26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of this contract or
such other remedy, as the recipient deems appropriate.
36 Prompt Payment
The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than 30 days from the receipt of each payment the prime contractor
receives from City of Lubbock. The prime contractor agrees further to return retainage payments to each
subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or
postponement of payment from the above referenced time frame may occur only for good cause following
written approval of the City of Lubbock. This clause applies to both DBE and non -DBE subcontractors.
The City of Lubbock will require that all contractors comply with the Texas Government Code 2251.022.
Chapter 2251 of the Texas Government Code generally defines past due dates and provides for payments
for goods and services to vendors, general contractors, and subcontractors. Failure to comply with the
provisions of Texas Government Code Chapter 2251 include the right to charge interest on overdue
accounts and right to collect attorney's fees in the event of formal administrative or judicial action to collect
an invoice payment or interest due. A copy of Texas Government Code 2251.022 is attached as
Attachment 8 in the Airport's Disadvantaged Business Enterprise Plan.
37 Monitorinq and Enforcement Mechanisms
The City will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct
in connection with the program, so that DOT can take the steps (e.g., referral to the Department of Justice for
criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or Program
Fraud and Civil Penalties rules) provided in 26.109. The City also will consider similar action under our own legal
authorities, including responsibility determinations in future contracts.
The City of Lubbock WILL REQUIRE CERTIFICATION that work contracted with a DBE is actually performed by
the DBE. We may follow up this certification by conducting on-site evaluations to monitor the performance
obligated in the contract.
In the event of non-compliance with the DBE regulation by any participant in our procurement activities, the City of
Lubbock shall be entitled to pursue any and all remedies allowed by the laws of the State of Texas and the Federal
Government. Such remedies may include, but not necessarily be limited to, the following:
a. Civil action, in a court appropriate jurisdiction, for breach of the contract. Such damages may be set
forth in the contract as predetermined damages, consequential damages arising out of the breach
and/or specific performance.
b. Criminal prosecution may result from the commission of fraud or other criminal activity on the part of a
party to the contract. In the event that a crime is perceived to have occurred, the city may refer the
case to the appropriate law enforcement or prosecutorial authority for further action. In such event the
city anticipates cooperating with such agency in the investigation and prosecution of a criminal case.
12
i
ADDITIONAL
INSTRUCTIONS TO BIDDERS
IB -1. SPECIAL PROVISIONS
Attention of Bidders is directed to SPECIAL PROVISIONS included in these
documents for requirements concerning scope of work, labor, wage schedule, insurance and similar
subjects.
IB -2. PLANT LOCATION AND STORAGE AREA
Contractors bidding on the work included in this contract who desire to locate a
material storage area or other similar facility on the airport property may secure such site, buildings or
areas by direct negotiation with the Director of Aviation.
IB -3. EXECUTIVE ORDER -EQUAL OPPORTUNITY CLAUSES
A. Required Notices for Contracts Over $10,000. The regulations and orders of the
Secretary of Labor, OFCC, AND FAR 152.61 require the following notices:
1. The proposed contract is under and subject to Executive Order 11246 of
September 24, 1965, and to the Equal Opportunity Clause, and
2. The Bidder (Proposer) must supply all the information required by the bid or
proposal form.
3. The successful bidder will be required to submit a Certification of
Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the
requirement for such a Certification where the subcontract exceeds $10,000. Samples of the
Certification and Notice to Subcontractors appear in the specifications.
4. Women will be afforded equal opportunity in all areas of employment. - -
However, the employment of women shall not diminish the standards or requirements for the
employment of minorities.
5. Notice of requirement for Affirmative Action to Ensure Equal Employment
Opportunity (Executive Order 11246, as amended).
a. The Offeror's or Bidder's attention is called to the "Equal Opportunity
Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract
Specifications" set forth herein.
b. The goals and timetables for minority and female participation, expressed
in percentage terms for the contractor's aggregate work force in each trade on all construction work in
the covered area, are as follows:
J
01272201 1
_1
08/01
Goals for female participation in each trade
6.9%
Goals for minority participation in each trade
19.6%
These goals are applicable to all the contractor's construction work
(whether or not it is Federal or federally assisted) performed in the
covered area.
The contractor's compliance with the executive order and the regulations
in 41 CFR Part 60-4 shall be based on its implementation of the Equal
Opportunity Clause, specific affirmative action obligations required by
the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to
meet the goals established for the geographical area where the contract
resulting from this solicitation is to be performed. The hours of minority
and female employment and training must be substantially uniform
throughout the length of the contract, and in each trade, and the women
evenly on each of its projects. The transfer of minority or female
employees or trainees from contractor to contractor or from project to
project, for the sole purpose of meeting the contractor's goals, shall be
a violation of the contract, the executive order, and the regulations in 41
CFR Part 60-4. Compliance with the goals will be measured against the
total work hours performed.
c. The contractor shall provide written notification to the Director,
OFCCEP, within 10 working days of award of any construction
subcontract in excess of $10,000 at any tier for construction work under
the contract resulting from this solicitation. The notification shall list the
name, address, and telephone number of the subcontractor; employee
identification number; estimated dollar amount of the subcontract;
estimated starting and completion dates of the subcontract; and the
geographical area in which the contract is to be performed.
d. As used in this notice and in the contract resulting from this solicitation,
the "covered area" is City of Lubbock, Lubbock County, Texas.
B. Contracts in Excess of 50,000. For bids relating to contracts of $50,000 or more,
a contractor having 50 or more employees, and his subcontractors having 50 or
more employees, and who may be awarded a subcontract of $50,000 or more, will
be required to maintain an affirmative action program within 120 days of the
commencement of the contract.
C. Additional Notices for $1 Million Contracts. For each contract which results in
a bid of $1 million or more:
01272201 2
08/01
1. Preward Equal Opportunity Compliance Reviews. Where the bid of the
apparent low responsible bidder is in the amount of $1 million or more, the
bidder and his known all -tier subcontractors which will be awarded
subcontracts of $1 million or more will be subject to full, on-site, preaward
equal opportunity compliance reviews before the award of the contract for the
purpose of determining whether the bidder and his subcontractors are able to
comply with the provisions of the equal opportunity clause.
2. Compliance Reports. Within 30 days after award of this contract, the
contractor shall file a compliance report (Standard Form 100) if:
a. The contractor has not submitted a complete compliance report within 12
months preceding the date of award; and
b. The contractor is within the definition of "employer" in Paragraphs 2e(3)
of the instructions included in Standard Form 100.
The contractor shall require the subcontractor on all -tier subcontracts,
irrespective of dollar amount, to file Standard Form 100 within 30 days
after award of the subcontract if the above two conditions apply.
Standard Form 100 will be furnished upon request.
IB -4. CONTRACTOR'S CERTIFICATION OF AFFIRMATIVE ACTION
The Contractor assures that it will undertake an affirmative action program as required
by 14 CFR Part 152, Subpart E, to insure that no person shall on the grounds of race, creed, color,
national origin, or sex be excluded from participating in any employment activities covered in 14 CFR
part 152, Subpart E. The Contractor assures that no person shall be excluded on these grounds from
participating in or receiving the services or benefits of any program or activity covered by this subpart.
The Contractor assures that it will require that its covered suborganizations provide assurances to the
Contractor that they similarly will undertake affirmative action programs and that they will require
assurances from their suborganizations, as required by 14 CFR Part 152, -Subpart E, to the same effect.
IB -5. DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS
PART A
l .t Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged
business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate
in the performance of contracts financed in whole or in part with Federal funds under this agreement.
I Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement.
DBE Obligation. The contractor agrees to ensure that disadvantaged business
enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the
performance of contracts and subcontracts financed'in whole or in part with Federal funds provided
under this agreement. In this regard all contractors shall take all necessary and reasonable steps in
accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum
01272201 3
08/01
opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of
race, color, national origin or sex in the award and performance of DOT -assisted contracts.
Compliance. All bidders, potential contractors, or subcontractors for this DOT
assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation,
as set forth above shall constitute a breach of contract which may result in termination of the contract
or such other remedy as deemed appropriate by the Owner.
Subcontract Clauses. All bidders and potential contractors hereby assure that they will
include the above clauses in all subcontracts which offer further subcontracting opportunities.
PART B
It is further understood and agreed:
The award selection procedure for this solicitation will include the selection criteria
of 49 CFR Part 23.45(1) to ensure that prime contracts are awarded to competitors that meet
Disadvantaged Business Enterprise (DBE) goals.
Notification is hereby given that DBE contract goals are established for this prime
contract. The goal for firms owned and controlled by socially and economically disadvantaged
individuals is nine percent (9%) of the dollar value of this contract.
After opening of bids, the apparent successful bidder will be required to submit the
names and addresses of DBE firms that will participate in the contract along with a description of the
work and dollar amount for each firm. If the responses do not clearly show DBE participation will meet
the goals above, the apparent successful bidder must clearly demonstrate, to the satisfaction of the
airport sponsor, that a good faith effort has in fact been made and that meeting said goals is not
reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive.
Arrangements between bidder/proposer and a DBE in which the DBE promises not to
provide sub -contracting quotations to other bidders/proposers are prohibited. All bidders and proposers
shall make a good faith effort to replace -a DBE sub -contractor that is -unable to perform successfully
with another DBE sub -contractor.
The bidder shall establish and maintain records and submit regular reports, as
required, which will identify and assess progress in achieving DBE sub -contract goals and other DBE
affirmative action efforts.
01272201 4
08/01
FAA MANDATORY CONTRACT PROVISIONS
,.j
List of Supplies/Materials that the U.S.
Determined Are Not Produced In the United
and Reasonably Available Quantities And o
(Jan 1991)
Acetylene, black.
Agar, bulk.
Anise.
Antimony, as metal or oxide.
Asbestos, amosite, chrys-
olite, and crocidolite.
Bananas.
Bauxite.
Beef, corned, canned.
Beef extract.
Bephenium Hydroxynapthoate.
Bismuth.
Books, trade, text,
technical, or scientific;
newspapers; pamphlets;
magazines; periodicals;
printed briefs and films;
not printed in the United
States and for which
domestics editions are not
available.
Brazil nuts, unroasted.
Cadmium, ores and flue dust.
Calcium cyanamide.
Capers.
Cashew nuts.
Castor beans and castor oil.
Chalk, English.
Chestnuts.
Chicle.
Chrome ore or chromite.
Cinchona bark.
Cobalt, in cathodes,
rondelles, or other primary
ore and metal forms.
Cocoa beans.
Coconut and coconut meat,
unsweetened, in shredded,
desiccated or similarly
prepared form.
_1 Coffee, raw or green bean.
Colchicine alkaloid, raw.
Copra.
Cork, wood or bark and waste.
-- Cover glass, microscope
slide.
Cryolite, natural.
Dammar gum.
j
1
APPENDIX D
Government Has
States In Sufficient
f Sufficient Quality
Diamonds, industrial, stones
and abrasives.
Emetine, bulk.
Ergot, crude.
Erthrityl tetranitrate.
Fair linen, altar.
Fibers of the following
types: abaca, abace, agave,
coir, flax, jute, jute
burlaps, palmyra and sisal.
Goat and kidskins.
Graphite, natural, crystal-
line, crucible grade.
Handsewing needles.
Hemp yarn.
Hog bristles for brushes.
Hyoscine, bulk.
Ipecac, root.
Iodine, crude.
Kaurigum.
Lac.
Leather, sheepskin, hair
type.
Lavender oil.
Manganese.
Menthol, natural bulk.
Mica.
Microprocessor chips (brought
onto a construction site as
separate units for incor-
poration into building
systems during construction
or repair and alteration of
real property.)
Nickel, primary, in ingots,
pigs, shots, cathodes, or
similar forms; nickel oxide
and nickel salts.
Nitroguanidine (also known as
picrite).
Nux vomica, crude.
Oiticica oil.
Olive oil.
List of Supplies/Materials that the
Determined Are Not Produced In the
and Reasonably Available Quantities
(Jan 1991) (CONTINUED)
Olives (green), pitted or
unpitted, or stuffed, in
bulk.
Opium, crude.
Oranges, mandarin, canned.
Petroleum, crude oil, un-
finished oils, and finished
products (see definitions
below)
Pine needle oil.
Platinum and related group
metals, refined, as sponge,
powder, ingots, or cast
bars.
Pyrethrum flowers.
Quartz crystals.
Quebracho.
Quinidine.
Quinine.
Rabbit fur felt.
Radium salts, source and
special nuclear materials.
Rosettes.
Rubber, crude and latex.
Rutile.
Santonin, crude.
Secretin.
Shellac.
Silk, raw and unmanufactured.
Spare and replacement parts
for equipment of foreign
manufacture, and for which
domestic parts are not
available.
Spices and herbs, in bulk.
Sugars, raw.
Swords and scabbards.
Talc, black, steatite.
Tantalum.
Tapioca .flour and cassava.
Tartar, crude; tartaric acid
and cream of tartar in bulk.
Tea in bulk.
Thread, metallic (gold).
Thyme oil.
Tin in bars, blocks, and
pigs.
Triprolidine hydrochloride.
2
APPENDIX D
U.S. Government Has
United States In Sufficient
And of Sufficient Quality
Tungsten.
Vanilla beans.
Venom, cobra.
Wax, canauba.
Woods; logs, veneer, and
lumber of the following
species: Alaskan yellow
cedar, angelique, balsa,
ekki, greenhart, lignum
vitae, mahogany, and teak.
Yarn, 50 Denier rayon.
.. APPENDIX D
List of Supplies/Materials that the U.S. Government Has
Determined Are Not Produced In the United States In Sufficient
and Reasonably Available Quantities And of Sufficient Quality
(Jan 1991) (CONTINUED)
Petroleum terms are used as follows:
-ry "Crude oil" means crude petroleum, as it is produced at the
wellhead, and liquids (under atmospheric conditions) that
have been recovered from mixtures of hydrocarbons that
existed in a vaporous phase in a reservoir and that are not
natural gas products.
�. "Finished products" means any one or more of the following
petroleum oils, or a mixture or combination of these oils,
to be used without further processing except blending by
mechanical means:
(A) "Asphalt" - a solid or semi-solid cementitious
material that (1) gradually liquefies when heated, (2)
has bitumins as its predominating constituents, and (3)
is obtained in refining crude oil.
(H) "Fuel oil" - a liquid or liquefiable petroleum
product burned for lighting or for the generation of
heat or power and derived directly or indirectly from
crude oil, such as kerosene, range oil, distillate fuel
oils, gas oil, diesel fuel, topped crude oil, or
residues.
(C) "Gasoline" - a refined petroleum distillate that,
by its consumption, is suitable for use as a carburant
in internal combustion engines.
(D) "Jet fuel" - a refined petroleum distillate used
to fuel jet propulsion engines.
(E) "Liquefied gases" - hydrocarbon gases recovered
from natural gas or produced from petroleum refining
and kept under pressure to maintain a liquid state at
ambient temperatures.
(F) "Lubricating oil" - a refined petroleum distillate
or specially treated petroleum residue used to lessen
friction between surfaces.
(G) "Naphtha" - a refined petroleum distillate falling
within a distillation range overlapping the higher
gasoline and the lower kerosenes.
3
APPENDIX D
List of Supplies/Materials that the U.S. Government Has
Determined Are Not Produced In the United States In Sufficient
and Reasonably Available Quantities And of Sufficient Quality
(Jan 1991) (CONTINUED)
(H) "Natural gas products" - liquids (under
atmospheric conditions) including natural gasoline,
that -
(1) are recovered by a process of absorption
adsorption, compression, refrigeration, cycling,
or a combination of these processes, from mixtures
of hydrocarbons that existed in a vaporous phase
in a reservoir, and
(2) when recovered and without processing in a
refinery, definitions of products contained in
subdivision (B), (C), and (G) above.
(I) "Residual fuel oil" - a topped crude oil or
viscous residuum that, as obtained in refining or after
blending with other fuel oil, meets or is the
equivalent of MILSPEC Mil -F-859 for Navy Special Fuel
Oil and any more viscous fuel oil, such as No. 5 or
Bunker C.
"Unfinished oils" means one or more of the petroleum oils
listed under "Finished products" above, or a mixture or
combination of these oils, that are to be further processed
other than by blending by mechanical means.
4
6
i
REQUIRED LANGUAGE IN PUBLISHED ADVERTISEMENT FOR BIDS
FOR AEP CONSTRUCTION CONTRACTS
a. Ramired Imwomme In Pablis4d Adyerliws is For Bids Far AB AIP
(1) Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business
enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate to the
performance of contracts financed in whole or in part with Federal funds.
(2) Buy American Provision.
The proposed contract Is subject to the Buy American provision under Section 9129 of the Aviation
Safety and Capacity Expansion Act of 1990. Details of such requirement are contained in the
Specifications.
b. Additional language Reamired In Published Adveitisemeat For Bids For AIP Contracts Wbere 71be
tpoomr Has A DBE Program In Effect Or is Reenired By 49 CFR Part 23 To Have An A>a> DMd DBE
All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23,
Regulations of the Office of the Secretary of Transportation, to subcontract 9.0 percent of the
dollar value of the prime contract to small business concerns owned and controlled by socially and
economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies
as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed
to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans,
Asian -Pacific Americans and Asian -Indian Americans. The apparent successful bidder (proposer) will
be required to submit information concerning the DBE's that will participate in this contract. The
Information will include the name and address for each DBE, a description of the work to be performed
by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to achieve
the contract goal as stated herein, it will be required to provide documentation demonstrating that it
made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be
considered nonresponsive..
C. Required Notices For Contracts Over $10 000.
The regulations and orders of the Secretary of Labor, OFCCP and FAR 152.61 require that the sponsor
or his contractor(s) include, in invitations for bids or negotiations for contracts over $10,000, the
following notices:
(1) The proposed contract is under and subject to Executive Order 11246 of September 24, 1965,
and to the Equal Opportunity Clause. The Bidder's (Proposer's) attention is called to the
"Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity
Construction Contract Specifications' set forth in the Specifications.
(2) The Bidder (Proposer) must supply all the information required by the bid or proposal form.
(3) The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior
to award of the contract, and to notify prospective subcontractors of the requirement for such
a Certification where the amount of the subcontract exceeds $10,000. Samples of the
Certification and Notice to Subcontractors appear in the Specifications.
(4) Women will be afforded equal opportunity In all areas of employment. However, the employment
of women shall not diminish the standards or requirements for the employment of minorities.
1 (2/92)
4
{
2
d. Contrails L KZMss Or S5Qr000.
In the invitation for bids relating to contracts of $50,000 or more, the sponsor shall Include the following
notice:
For contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors
having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be
required to maintain an affirmative action program within 120 days of the commencement of the
contract.
C. Additional Notices For $1 Million Contraes.
For each contract which may result in a bid of $1 million or more, the invitation for bids shall also
Include the following notices:
(1) Preaward Eoual Opportunity Compliance Reviews. Where the bid of the apparent low
responsible bidder is in the amount of $1 million or more, the bidder and his known all-tler
subcontractors which will be awarded subcontracts of $1 million or more will be subject to full
on-site, preaward equal opportunity compliance reviews before the award of the contract for the
purpose of determining whether the bidder and his subcontractors are able to comply with the
provisions of the equal opportunity clause.
(2) Compliance Reports. Within 30 days after award of this contract , the contractor shall file a
compliance report (Standard Form 100) if*
(a) The contractor has not submitted a complete compliance report within 12 months
preceding the date of award; and
(b) The contractor is within the definition of "employer" in Paragraphs 2e(3) of the
Instructions included in Standard Form 100.
(3) The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar
amount, to file Standard Form 100 within 30 days after award of the subcontract if the the
above two conditions apply. Standard Form 100 will be furnished upon request.
NOTE
It is not necessary for the sponsor to physically include the equal opportunity clauses in the published
advertisement for bids. It is sufficient if the advertisement states that the proposed contract Is subject to the
equal opportunity clause contained in the specifications which will be furnished prospective bidders or will be
available for examination at the office Indicated in the advertisement.
(2/92)
REQUIRED CONTRACT PROVISION REGARDING
BUY AMERICAN
r
The following contract provision shall be included in all construction contracts, unless an exception, as
provided in the Act, has been granted:
BUY AMERICAN STEEL AND MANUFACTURED
PRODUCTS FOR CONSTRUCTION CONTRACTS
(a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor,
subcontractors, materiahnen, and suppliers in the performance of this contract, as defined in (b) below.
(b) The following terms apply to this clause:
1. Steel and manufactured products. As used in this clause, steel and manufactured products include
(1) those produced in the United States or (2) a manufactured product produced in the United States,
If the cost of its components mined, produced or manufactured in the United States exceeds 60 percent
of the cost of all its components and final assembly has taken place in the United States.
2. Components. As used in this clause, components means those articles, materials, and supplies
incorporated directly into steel and manufactured products.
3. Cost of Components. This means the cost for production of the components, exclusive of final
assembly labor costs.
J
_ (2/92)
1
-J
SPECIAL INSTRUCTION TO BIDDERS REGARDING EEO
Notice of Regoircsoest for Affirmative Action to
Friars Equal FspkIm of Oppartuaib
(EanCmtne Order 11246, as aingob )
1. The Offeror's or Bidder's attention is called to the 'Equal Opportunity Clause• and the 'Standard
Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the
contractor's aggregate work force in each trade on all construction work in the covered area, are as
follows:
Goals for minority Goals for female
participation in participation in
each trade each trade
(insert percentage from 6.9%
attached listing for location)
These goals are applicable to all the contractor's construction work (whether or not it Is Federal or
federally assisted) performed in the covered area. If the contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the
contractor also is subject to the goals for both Its federally involved and nonfederally involved
construction.
The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall
be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations
required by the specifications set forth in 41 CFR Part 6043(a), and its efforts to meet the goals
established for the geographical area where the contract resulting from this solicitation is to be
performed. The hours of minority and female employment and training must be substantially uniform
throughout the length of the contract, and in each trade, and the contractor shall make a good faith
effort to employ minorities and women evenly on each of its projects. The transfer of minority or
female employees or trainees from contractor to contractor or from project to project, for the sole
purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and
the regulations In 41 CFR Part 60.4. Compliance with the goals will be measured against the total
work hours performed.
3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of
award of any construction subcontract in excess of $10,000 at any tier for construction work under the
contract resulting from this solicitation. The notification shall list the name, address, and telephone
number of the subcontractor, employee Identification number; estimated dollar amount of the
subcontract; estimated starting and completion dates of the subcontract; and the geographical area
In which the contract is to be performed.
4. As used In this notice and In the contract resulting from this solicitation, the 'covered area' is ( insert
description of the geographical areas where the contract is to be performed giving the state, county,
and city, If any).
(2/92)
Federal Register / Vol: 45. No. 194 f Friday. October 3. 198o / Notices
55986
Economic A w-Cononwd
Econ a A"&*--Conwxad
EeaweMc Argg&&_ConW- d
e.•
Slow
Good
cou
tpw
SumC.•rl
SlowGoa
0"I
7
r •}
MC AwY NC Qraur. WC Ckw H0
GA G GA Abaw GA AMMboom GA
C GA cah.r GA
AL CAMS06ft AL
K Cwpoa: AL Mcrae K wrawn0eat K
annr¢ MC 1. + MC ►mac NC
--
mft
Brom J
VA& C
[rreM Jre1 Oreas Lilt
%E m Na �,w MS cr+o�+-
jj
ANWA t MC MaDoart MC WC
Iw MC Swan: MC Tewoomut MC
w-r.Lb*GA 55-
W Mar O ar.
OY Ywr4�r AL
I145A C.r.re
wk
VISI GA Tarot GA ToaeO.; GA W.rnr.
Tai a A Tall"
i
29.9
r
Ywar
Crams
SC 981116010111twre Sc MwepSC J.4rr.
f� �°�A' �r K MOr"DRO'1
SreOe
alat"WM.- Sarmw s. SC
010 Awca. CLA
~� carom
S CoWo.a 2f!
K Srasr. AL O�rect K Mwr AL CMhr
jj
WiA COJOW
Ingo Grewwa. - Iaw\eb M Sc
16.0
0120 Agwnr. GA
CA OeAPrM GA Lw
!it
K Q=mW K Co.Vwm AL OwWw• K
W: K DOd.e K GW 14L K "*Mr. K
Sc Orrwrrie Se Fl w1ra Sc fowwe+•
o
Ion
GA DW GA M+�c W
It.t
%,uwM K Ler.rs AL ` K
Mari Gain
Se ►aSe SC ArewWe SC Aerwrrt SC
17!
OSA SaUr H t
Srase GA C.Fert GA C l • GA CkROt
CIA Ctv GA Cer4t GA O.aaar. rill
►root K Fear K T. &
on AL
��
Caro.ar SC Crn rvocce SC Lawwa SC
twor OA Earote a^ Ener• GA Ywt CLA
SMSA Ninere 141
OMD Arr.aorl K
Doare SC Unary
Lrrr CLW La. 144�r. GA Wits►
24•S
K Cov"W
032 C.lsnber IC2
PASA COWIN :
C G Is
K Cil1 tlrnaobee W Swewerer W Twerb
CLA Tlanre Ciel TVR GA Tunr: GA won►
•
AL AL SL GLr. K Sera. K
-
1780 Calnaa SC_
SC Laewglwt SC prrl4r�6
a 4 .
F�
011 Jaarwro.. fL
W~ K Era, _
M00 TwKs oa.e, AL 20.5
.•MSA Coon
Be Cal+auc 3C CLrwrwt SC F.YIreG SC
Su"
If00�ame, FL
20!
AL Tusca"06L
No 20.7
Kwwr. SC Lem SC N wins , SC Oew►
FL Aeaa.r..
K Nae AL §kAve AL CAwok": K Octan
Owe¢ SC SY1At< SC So" r.
SM Jg0.anY FL
214
K COW K O.eu+r. K MOMM AL
an Flwwss. SC -
Casrr
33.0
FL Sow. rL Qrte FL 06vok FL W.r.ut
Fgrer K Gewr. K How: K LNW..
K Mwmn K romw K Awwa%ft AL
Na.S1tSA
C Ctrnwti¢ IC Dwr lore Sr- DftM SC
Firaiac Sc C"Wpwwc SC Hist: Sc
/ FL IL Jars
Na►I1/5A Darty
FL &mope FL Cdwisr FL Cb4e FL Gap►
222
Mellor. K T.a.er0a: AL wrrmel
ON MrwNM . Flarwrr. AU
Wnat SC Mwftww SC w "VEWPW
not FL mart FL LaForaw FL Loor.
SMSA Cann
11!
034 C7rnowa►wtar*+ Q+wem► SQ
FL Wrbet FL AwAm FL Sww~.. FL
x.10 pow . AL
SMSA Caves
3C-.
240
Lrrac GA LM"r.. GA Canrwc GA Ch.M1
W wwr.
K Cob4rt K L4rarwaWO.
Ko w ". AL 12.0
1440 0lwrrra - Wo4i C7rnrrtwt
IC Owargr. SC owwlae SC Doone
lora GA Gynre GA ha r..
042 onwI e . M.eanr - DW- Mira► FL-
3440
K Lrnrmrr. AL Moe of K Mae.n.L tt2
COW"M
Lwrwss AL MOW- TM
W.-IrLSA CAW"" --
30.7
=0 MSL FL
til
AL Fewomirt K
EC Cal.mon
00e016e4500
FL Vaca
MrbONrr.Tfwvae.Com FL_
10.7
Lnarti -
TEMMESSM
036 AuprcL GA:
FL brArLL
061 0~000N. TM
SMSA Cea.e
OM Au wal GA-SC
272
6000 CklrmO. FI
FL OtK FL 08080W FL S.mr+ow.
SMSA C.ure.re /Log
Im Cha nags. Tw" -.�---
GA C4t.c o GA Drer. w wNo.r TM
GA Ca.nraw GA e4Crnaia SC A4rn
Mtr.•SMSA Cwn.s
14!
elunnrt TM Na n TM Sdeau"s.
Na 4PASA Canty
GA S•eot GA Emro.t GA Glume GA
3L
FL FWgw, FL Lnc FL Sion w.
04 yw* . Fen LMXW* •. FL
WW. PASA Caa+rrr - 6.0
K 0. K. Jsatae CT Qrmepa GA
Jrlhraoc GA Jame GA Lnea . GA
GA Tak ea+r: W www% GA
� FL
16J1
Honer GJt wtrel.ea TN Iene.w: TH
A
TN 11eMmm TW Mabe
_
Mcclaft
rouse SC Atlwrrr SC BWMwF SC
no . •
Fl Bre.oea
bads TW Goner
TM Mw+or. TN POW. TN ntw..
Swr•.rt SC Edprl.la 5C MCCARnm
woo wwom FL
WS
062 jeovem Cay • *WO- - i1r.aL TK-VA
WS Alba Gel
IMSA Cain..e
FL Drag
aro W.w Free 6..eh •Son wlan FL.
22.4
IMSA Crnn.rc
Sm Jarmo C" - e0vw- - Seweal TN-
f
0620 Aare GA
G
212
R Fro+ seamYVA.
fd►SeiSA Gov+Fa -
30.4
2.I
TM C:.n.r. TN et...ric TN Sproat TM
_
W W aQ�w o� GGA
Caber akoft *=
FL GWOW FL 0&lNa V FL rr..n FL.r FL
Unapt TN wWrgtoet vA Sam VA
W CSA GA
. GAukl-
Mrwc FL mwvw, FL Cta..rd+ae.e FL St
WWwVroee VA BdewL •.
roup GA Aron GA Novae GA
r1G W Poamorc W wan
L4eoa
044 Tenor • R Frrr.e�+tl FL
"W-Sm" &. Cev+.+r. TM Joe..ae VA
TM Gewee TN G
NomALISA QLWAM
15!
O oro
Iuarnrrc VA C►elwrat VA LM YA F1�►
GA Ores GA ewvar. W Mebr. W Car-
COLVOW
1140 arsowun FL
16!
wt VA InMgt VA Tiaw.w VA VViM; VA
eat W Qui GA Cows GA Ot+rac
FL Wrrlra
No at WV MaDo.K VYV Mwow.
GA Ebwt GA Fwrwt CA Fbra GA
rm Fat Wap Ft. -
131
053 Kinnew . Ttt
Frwere W Glmw•. W Garnet GA
r Clrwwm W M.ewr►ree W Mot GA Nw-
W W JrOOM
FL LA&
"W lyryb . V*lwr M.vM FLL__
1l0
SMSA co n we
2540 xm as. TN N
Anwrom_TN DWUM TN M%e TN
Wee W Mrt Ofto
��
TN
rt GA
GA Jwpw.. GA Icor. W LuW
aW MaOwt W Oearr GA O¢
M..ret
wsrna".5
7610 IFL
RS4011110111S4011110111,KY
roti
�
MonSMSA . COLD"._
KY Knot KY taunt KY
_d
br+aOr. GA Paaw+e GA Frac GA Fool
W west GA Sarmgr+G GA Irorra GA
&W Trey. • SL Frrr>an4 FL
17!
Mellon;
KY got wryer KY ve"Dr.. TM
Teww GA that GA Uo.at GA Wow•
R ►ae4eaorpet R Fa.00: FL Ft�r..e.
17.1
C:.nee•t TN Cunranr TW Ca kr. TW
037 Colreaa GA .
�y� C4vnw
FL C hWWIW iL QraK FL C.nr. FL Drag
Cha TN FeWSM TN GnnOa: TM
No 00 TN JrMrsoee TM Ls mac TN
SLLSA CoWISM
CLA m
Z1J
FL Mwar.: FL Mwrrrma. FL KWWea
"wpm TW elarer: TN Moet TN Ewew. .
two ca►sbea
K hint GA Ori CIA Coon►
046 T.Aaerw».. FL
064 Nr.n+rr. Tet
tua
It.g
SMSA Go`n.ue
0240 TM.r1rw, n - --
tt!
SALSA Ce6n04c
low ft . MpaYYrrM. Tl4-KY 162
MO^�� Ga4na.•
K Qernrr>< K Lot GA Wren GA Mwol;
GA Ma sw9w.. GA Duunrt W SO INY
FL Leat FL waAu11L
M C.unrra
Nacre FL FL
p,6
KY �� TM �'
5380 • OrriDevwdwL TN Tit
Orrearoet
ILA Srwrt GA S~.. GA Toom GA
% Cah"Sk
R C4r+a4st R
wtr. FL
FL JrMrawt FL Lbwgr. it 14.s
h"VwKutwar
TN C7+r.owet N
TN
TN 11ae.rt.eet TN NiN %W r* 711
Teas GA Warts.
roe R To/ea.
an FL
omm
Mnrrr 1N Yrar.en.oee 7N Yra.rel
big 11.00e► GA
ON Fwasnow - Fanwm CAA. FU
Noh SttSA Coni. ti0
IMSA taunwe
27i
KY Aawt KY "mat KY Wrr. KY Ciell.et
]
GA4 Ma.net GA Jrr¢ GA
Sol$ poem Q►r. Ft _
14.1
Kt Gnerea+G KY EMwrrt MY Lprt
KY
KY Ild
W Ober
FL M•
MY 14.eearr KY Marcor
...
Toippa
uwsl4sA Cesar
walrr. Crrrkre GA
it.7
Soso sawrPeno lc F FL
R Erorriac FL S.nr na.►
1Hu
bod
Taf ICY Tfhm KY Wwewt TM i.won2
CrrOrc TW
T o CoI N TM
TN CiirR TW Md-
-
GA Oaq.rt GA GA
aw= GA Dolle GA Doe'/• W MamoreC
Flae*IMSA Cann
R Olrwore FL WWt
AFL
ti4
Vo m:
Pon; TN Ffeouww%;e 0418"Pr"M TN
� e.•
jjj
GA J/n,.at GA Lurwa GA Moat GA
TN Lrwev TW I~. Th
Maroc GA Freet GA PusesM GA
wo"gle�
M.oal TM MwWwo; IN M"rf TN Moom
Euro" W w.. CLA Tra.er• GA Tart,
AA
TN Owoun TN ►we1r. TN Fane TN
...
trot W wWn'gant W MROOM W
W a AL
pwwRt TN Ssrgc TN 3lrrat TN Tears
_ _ waoae GA Wa►eran
SLLSO. CA's'l
-•
2i5
Aar TN Van "sort TN Wero. IN
005 &&+.noon GA
E44SA CauwreSow
&ISO Maar. -
AL Sre we K MOWN.
-
Kg
wanr. TW wtrw.
7520 n.h GA - -
I0.5
gD2S Frep.pptrl44w F'rrK 115..
LHS ices►
C�.m
our"
Mwror++. Tt4.Ju;_US 313
CLA "Yat GA CirOrnt W HMgrrn►
SM
4820
Nw-GLESA Garen
21!
Mar1.614" Corr.e
Federal Register / Vol. 45, No. 194 / Friday. October 3, 1980 / Notices 85987
Economic Are"-ContiroW E Ecorwe,k
Goa
Sulo s�wll
AR o muncowt MS De Soo: TM Slow" TM
Twwft
hor►SMSA Coma. -
AM OW AR CraRFrK¢ M Creat AR
Grans: M Law w M Lw M Acro.
am M Pham M Paarat M Mn
ap1pR M St Fara: MS Aber, MS
90rrrt 14 "m MIS Caabrat MS Cal•
out us Mawrar, Ms CIM. " COr
Name: Ys atomm us Na.rrec M3
Laravelw MS LaK MS LeOru 60 Mar -
shat MS Mbraew MS Maollom --v MS
Parbr: MS PerrarrOC MS PM -0&K MS
Gorham MS swwbmw MS Ta"helor,a:
MS Tar. MLS Topat MS TaawwrwW. ILS
wwt MS Warrglrt IAS wash. MLS
Telaaaw& MO Dunart MO Nes 4ADIM
MO Prseet TN Sraet TN Corot TM
Clrew 7N C uowft TN Donor. TM
Dyer. TM Fwfww TN Gbwt TN Naha•
"vert TN HerOrt TN Havrw4 TN Menw.
.
wt TM Nw , TN Lakes TN Lav wCANc
TN wwoory. TN Maasm TN Oawt TN
We"".
Kenareay.
056 PwxaR KY:
M0ft4MSA C• MU"..
L narolt L MMMC IL. Pep- KY Daare KY
C WN@t KY CakOwr. KY Cesar. KY C411 -
UFO= KY Fdlwt KY G4a.eL KY Mock.
marc KY LA+gawt KY Lyon KY
w7CmL>ttt KY Mlamwar.
057 Las -M. KY:
SMSA Cakraec
4520 Lours"
N Car& IN Fby¢ KY 9umtt KY J@"*?w%
KY OLOwam
NwrSMSA cowers..
N CrarrwQ IN Narreom IN Jvmomwt N
orange N SwM N w&vwgt= KY
&Nmwwm . KY Gv wt KY wAdot KY
Mwt KY N4rhy. KY Law+& KY Mwwt KY
Wes»: KY Melees, KY Show.. KY s
oar. KY Trwbrw KY wawrgWft
CM LOWVM KY.
SMSA Cansc
4260 LavgtOr►Frrwo. KY_.._
KY Ga llat KY Curt; KY Farah► KY
JeermnL KY Sloe KY Wetlolw0.
Nw►SkASA Counts
KY Adw, KY A nanwt ICY Saft KY 9orc
KY !+.aeon KY Caw KY Ow.. KY Esu:
KY Front, KY Gwrert KY GrOwt KY
Nawrert KY Jadawt KY KIM KY Lew
KY LOOC KY Latarr KYLneeat KY
Madam ICY Mapowht KY. Merle . KY
Mw cm KY Mungwnwr. KY Ibpw% KY
Nrwtcka . KY party, KY Pwn KY Peres
KY Norm KY PACullaaw. ICY Rurwrt KY
Taps. KY Wall&
"ON INFORM
056 Mwwvo% Wv:
SMSA CAL -'Mm
34M 0kvwv n A&ft". NN -KY -0N._. -
KY Ser: KY Grw w OH Lwrwrort Wv
Cabse tw wayrr
NW .SMSA Cavus
KY Caws. KY ELot KY FbyC KY JWr-wt
KY La,ww= KY Mtwwl KY Pre: KY
ROrrt CM Gabe Wv Lntoht WY Logit
wv Maawt Wv mow.
060 Chw%WAn Wv:
SMASA Cow"M
141110 Cwrlerrt WV.. -
WY K MIPWI t WV PW*ft
NOn4AI SA Cahos-
Wv Sass Wv Smoot Wv COMM Wv
Cry WN Fayre& Wv Gears Wv Greer►
Mr vvv Jaemrt Wv Mbrrow Wv Naha
ICK Wv PacullomaK wv Rawyrt Wv
p4wr WY SwIl"we: Wv Wabaler. WV
wv--116
all Mwy "wbFw w M Wv:
kav SMSA Cowoft
Wv Swomi: Wv DOdnep►. wv Nrrem
Wv Lar, Wv MLrlet WV Mantopka: WY
Pf"NWM wv Rwwolgr, Wv Taybi, Wv
Tudr Wv Upow.
063 Pwtwwxm
SMSA Garret
6020 Peraara0rhq•LWrtIL WV -0N..
OM Waahw t Wv wort Wv W00a
. Nor..SMSA COuneea
_ Wv Prtarrrn Wv 01jur".
'063 Whownp - 54wow+r+a • Wrenn, WV4>*
SMSA Ceunos!
am Stwow*+►Wrarten ON-Wv
2LS
2:6
L5
4.9
42
M
1.1
12
4i
Gr0a1
Suis 014-
OalrO
oM JewarfOR Wv a LW 14WWACOL
6000 wvmw wv-oM...-24
ON e
Sal"Com WV Mrlat WV Oro.
NerSMSA colrem._ 3.0
ON wrrws ON ►boor. Wv Tylr WV
WaQeL
OIMt
OM YpNlpwerr►Wrral101t
SUSA caurem
5320 ylaava Orw►WWML ON
CN mwwnna ON Tnwat
. Nen-SAtSA C"wws
ON CoUnaeoow FA LAWWWa PA Mfaaral.
OLS CWatwL OM:
SMSA C A"wer
Opo AkfM ON
ON PW"K ON lnhnral
1320 Canon ON
ON Caw* ON slrk
low Cr.eIrKL ON.
ON C."llne & ON C""+pL ON U" ON
' Maas
4440 toraarEMr CN.
OH Loran
4600 MN efteK ON� '
ON PA&MR&
Nen SM U Caalero
ON Aalvent ON A000,AM CH C:orloclort
ON Crane: ON Enc CH III* ON
Moen ON Tuamannow ON Wayne.
ON Cstaeerra Oft
SMLSA Ctawoa&
1640 Cekmbla W
ON Oerwre Cal Fw41a1¢ ON Frrhrkn
C"-' ' CH Pld ww.
NonsM c0ure0a--.
ON Avon: ON FwpoM CH C.WTI y OM
Morena CH Jacaam OM KMM OM Llmk.
Ora ON Mrrert am M¢ ON MbpMR oM
M M low ON 4Awgr0t ON Neave OM
Pewy CN PM ON ROaK ON Sao- OM
Urrvt CN VnorL
067 Corornae, oIt
SMSA Corm"
1640 Cnarnev. ON - KY • IM.
-
IN Oeweww. KY Short KY CNrbealC KY
Kewert OH c wwvt OM Nenrrrt ON
Warren,
3200 MrnaorrakadNOrrt ON
ON Lear.
Non SMSA COurre
N Ff 00 N OHK N Pont N SWCW'
W,t KY WooArt KY Wmw KY Flerno4
KY Guawt KY M mt KY Laos KY
Mawr KY Overt KY ►wKN101 KY AM,
alstwt ON Adam: ON 9rwwt ON 0nIOM
CH Mq%&nCL
066 Doral CM:
SMSA ColeoeK
2000 DarOn OM •-
OH Cyswr. CH k%WM ON Abwlyorrrry.
ON hoer.
7960 spngrr+4 OH
ON CwrOarpt ON a&,*-
New•SMSA Cawwa...
OM oanK OM Loper, ON Sneroy.
OW Lim< OM:
SMSA Cawew
4320 Lam Oft
ON Men: OM Aupmr. CM ►uunem: ON
VN Wahl _
Nv`SAtSA Cov+eee-
OH Hwaat ON Marow.
an Tawe. oM:
SMSA Cana.&
64M T4ba0. OH -M
he wvr0& oN Fk"M CN UMM ON
OLU.& CH ween
�I NwrsMSA Covraee
Ila Lwwo*a ON MwvoM CN Nervy ON
. iartaraay oN Salome: ON W7aroeL
MYaipra
071 OwwwL ML•
SMSA Ganwc
0440 Ales Aube. M
• he WrrKOrw.
2110 DaawL Mt ---
M Lapew. w L%vVrwt w MeeOmb: M
Oaklalla M SL Mirr, w Wayne.
2040 FW4 M
W G&IM"c M Showaaw►
Non -PASA Cane"
SII w swwac .
072 Sapnew. MI
SMSA Canfe&
0600 a" Cly. M ..
M say
6960 Sawnew, MI
115
7.6
5.6
4.4
u
LS
71
is
17.7
126
M7
u
142
oar
Sur
Y Septa.
Nw.6lol" Covrs.-
M AWWW Y AVOW M ArM1a1% be Crroor-
prt w C owew Y Clam M Crerroft
M Ghees: M womot Y ►trwE Y 1pem
Y Yabeb; Le LUM Y "Emma Y M6
rd Y Mel IN Cp M overnew.w
OacoEa.' M 0wom Y P"MAM low w
PAXNNW FPCK Y T{Naaa6
orJ arw Arm M:
SMSA cowtom
• 3000 Omwa Ramada. Y
L.:Y Kart Y Onwra
Muarpwl alprlehr SLaw M1rke.
pal HrpraA Y _ .
w w.kapt he Opera
im wsA Cownee
Y Mayr[ Y AMVR W MsK Y CLur►
east Y Ewawet Y amwa Taw~ w
KOarraw Y Lake MI LOGWw W Mars
N Y Ma wt Y wawa, be carate-
M Iteracben w is 10, M 08wow M
WIDOW&
074 Lar" • KaWrlar00. w: .
SMLSA COWOM
0730 Lama Creek M
w Scary. Y CANor+L
3530 Jawort w
Y JadawL
iJ•JD � M!
ke Karwrm . Y van Dunn '
4000 Uvownp•Ear LarrM w
M Crum MI Ealet w NyaWR w kwr
Nw.sm" corner
Y Drrtmet Me aaaoar.
b►61anr
075 S"M 980 4114
SMSA Camra.
7600 Sam 980,E M
N Mrwlet N SL J011001%
2330 FJkPw% IN
N Edon
NIMMSAISA c0raoaa.
N Fuaw N Kaadaka N L-WWVK W
I.nalt MI Cate MI SL Joaapn
01,11 FOw Warr.. Kr.
NW.SMSA caner. -
IN Allen N OekaR N IN IN Mwwr root
N I - - N Sl Men: N weaeay ON 0016
rales 04 Poll ON W4Nwa
077 KOkowOMarriL Nt
SIMA C LONWL* -
3550 Kekewb. N
N Herrtt N TV%&L
M00% M CO~
M Cant N Giant N Meow N WMOWL
076 AAOreenWlr+O.IN: ..
SMSA corner,
04M AManrl N
N MaOnon
5260 Mlrrrer.IN
N Deem..
Nw.SMSA Ca+nwa
N 6ladbrQ N FrywlK IN Harry N Jay M
RWO)WL N unom N Wayne.
079 Lnearrowa N:
SMSA C:anrac
Ion am optwl N
IN M4orroa
3Y0 enrarroWs, N
N a" N IrnHtw: N /4anbekt N
hese, IN Mmes: N Mw"M N
sN.e,r.
Nr►SIISA Genies
N e0vowne. N Drorwt N DevwK M
Dents; N Oreww N Jadawt N Jar
anp; N Lwrwrd N Marr, N Ow: N
PLaan N A MPL
Ole ErrraM. Mt
IMSA crweOK ' .
2440 Evrv.ia WAY
N Gown N ►eery. N vwv wwvt N
wawsa; KY menowmm
5360 Owsbom KY
KY Oa.rea.
NOr►6MMA Cou+we
L Wow L Goliath: L Nmrabrt LL Lar-
tinw. L Salm. L Wabert L Wlww M
otanoc N Know. N Perry N Paha; -N
soalbr KY Hancock, KY Hopkins: KY
Mrlaa; KY MuMroary; KY OMs: KY
Unwt KY Webalal.
081 Tern Hauls. lit
SMSA Cahuwc
6320 Tern raw. M
N Lzw. N sw v%% N vwwMMwr, N Vigo.
NOn4MSA Coin
5.2
52
9.7
4.6
72
L1
LS
LS
ss
7.1
4.0 ,
42
4.4
4.4
17 -
4s
3.3
44
4.7
3.5
3.1
2.3
Federal Register J Vol. 45, No. 194 / Friday, October 3. 19W / Notices 65989
EeonenikArea&-C4n*xjed
Eeonomic Anmw--C'�a *%md
Sums
a"
VOW.
Sums,
0040
#jw.•
Slow
Gwr
OUW
corm
cold
LA QW -A
OK DtWC 72 Cackor TZ DWILL TX ER- TX
Fererc TX Pow0jort TX movtow TI MuRt
KS AAM KS SMVDM KS ChOCAMW 13
CMWWC KS LACOVIR. KS bAWF19w W, KS
kunfa KS Wowt KS Woodatft MO
Wqm.SUSA C4Wnft".
LA AMM[ LA 560mrs9prtt LA CLOWWC LA
17.6
TX ism rx wantog6w Tx Ms.&pvw TX
Paw ftfw Tx RWW TX Sorwvaromr. TX
Swr U0 aww^ uo Caen. w 06amit
jim"W"n o� LA VWML
van Zola
Ma Deem wo *moss: Mo howy. MO
117 3ftwIGOWL L&I
In 10*90014 FOOL Tx-
"OftAL wo Jwww MO Laawr WO LAW
SMSA CAUVOW
oftoom
rete" WD McDcrakk MO 1410WICS - MO
OM Awswome. LA
25.7
SMSA
IM wrecrru FOOL TX�
12.4
aregart Mo COM Mo Pak NO ft"SM
LA Grarmt LA Raposs.
2"
T% ow. TX wwwa
MD St Came. MO Mo sww Mo
T&W MO Uses; MO VwnwL IAO WSID-
7W *hrwAKwL LA
LA bessow. LA Cadft LA Waver.
Wsrlrss
AIX Archon. TX TX COMW TX FOWC TX
11-0
W MO Woql OK Cramp OK 01%swIL
waftausk CA%O"M
21.2
"~ meot TX wwmv- TX Y&Vv-
Arkwom
LA Avsloessa: LA Smnwft LA Ca bwm LA
127 A. -OWNS. TX
too Fe"noraL AIL
Do Sam LA Newhamalws; LA Red Power
CAW*=
160104ALSA Couran
LA SGWW LA
ow assem. TX
11.4
AM Soxvir. AA Dwaaft AA Scow. AM CAf-
jig MOMMIL Uk
Tx Casegomapt TX Jonsa: T%
mak Aft Mossaw AA higrAwt AM Newwt
AM SamoaApt waWwVo% OK Adan. OK
SM" Coinbes:
uw saw"s. LA
OftwSUSA Cawmass
Tx &vM Tx Cowimmurt Tx Cow"Www. rx
10.9
Delaware.
LA 0600014L
gasawft Tx Pww YX magma TX K -It
110 POK Sff&% Aft
haft4MSA CAP~
27.9
Tx -, .GTX Luww% Tx Nowt TX Scumer.
Ws& cowom
LA CIO-reft LA COMOWL' LA EM
IX Shockefterg TX S-01 T1
V20 FM Stroft AM -OK
L$
LA Ffw*bt LA Jackwt 6A La Saft LA
awwwat TZ Tvveww"Muft
AR Cirswicire. AR Sabourt OK La Fiws*.
Li LA Momawn LA MWWMM LA
120 Son ArWW& TX -
OK SawjWWL
PAwa-ma LA Tonsaw LA Unam LA West
SMSA CAW"We•
kW.S&tSA
4.6
I= Son AnpW TX
19.2
19.2
Fqvo&t AR Legart AR Pak AM SWM
Team
TX Tom Grelift
OK ChGMAW OK Nam OK Law"wr OK
its T*uAwwL TX
"Chro-SMSA CAWVJ@9 -
200
McCulort OK P =u OK Puwvn&L&P%L
SMSA COLP"res:
TX Cake TX Gwotner TX CmcwM TX 01 -
III L4" PAswj4cM LM* Rock. Aft
&M yem*sm TX-Texwk&nL Alt
ILT
Ix *J"D* TZ MCTX MIMI: TX
56LU CAUFMC
44M ur" fta4kim LM Rom AM
AR LoM Amer. AA Misr TX Sana
Non -so Olt I Counts
301
mammervt Ix Rfegert Tx ftorraft TX San
saw TZ Swaswomon. TX Sea TX
AR himeW AR SAW*.
$240 Pft WL AR
312
AA Cohordims; A01 "wripwasat AM
SAM TX Tawas.
AM Jefiersaft
AM Laieverw AM harass: AR PO& AR
125 son ARMOND. TX*
N*n SMSA C46row
14.4
S"W TX CwM TZ Cam TX Latter. TX
SAASA CurillmovC
67.3
AR AAuvwm AA ANUpr. AM Brea" M
M011111; TX P40 Aftsr, T1 11MAS.
4000 LAIWO. TX
Cwhan AR Duct AR CL&M6 AR 00.
120 TyiwAAnwwww. Tx
COUFAM
TX wom
7248 San ARMniL TY-
47.6
b6orm AM CWw"L"d AR Um"r. AA
Dwas. AA Deaft AM Drew AM Fauwwr,
SUM
"" Law"M. rx
2"
TX 68"M TX CA"wt TX G08061ups.
AR F~ AR Garwa AR Grant AR Hot
TX Grew TZ hmft
04 Titer. TX
23.5
Nw-SMSA CALROM
TX ANSOMW TX SAF1011M TZ orrif"It TX
"A
SwsKG AR vowwwwor AR P-wM AM
jansewt 'AR Jovew AR Lr%CM AR
TX 5"Wil
ggsewft TX Fit TI GAmewor. TX Gon-
Lmroke AA Marro" AM kiweqwnerr AA
Nw-SM C000"
TX Arawmm@wx TX AAgnow TX Chwakest I%
22S
src rx . I .w TX - Tx K-
Om TX Karr, TZ Kowwomr. TX LA wr. TX
06macrina: AR Imen AA Immix: AA P4&ww
AR Www. AR S&WW AA Un art AR Van
-16owc TX 1-tprteR TZ MWWC Tx
%ft mumart Tx K*owvck TX memorut TX
bwrwt AR Whoor. AR Wa*&%ft. AR YOL
ftq0Dq-Ch- TX 09,119a; TZ AkAwhr TX SM
A"t TX L%Mkw. TX Val vwor. TX WIN&
M�rsr.1,
AuPAWM T% ShoDr. TX UPOW. TX
TX Z10:1111ft TX Zavew
112 javoiscri. U&'
10011011
130 CAPILIS Chnss. TX:
SMSA Coaftes:
3560 Jacomn US..
30.3
121 Bs1hu"w"~ Arguff. TX
SMSA Caw Ir
40ASA Cowv"c
low Cor" olub. rA.--
41-7,
US MrvM MS ALnoft
ONO esew"w".0mort Ar7mmor4rungs, TX---
M
TX Pbi$DM I% San ftwwx& *
88.2
konSWSA CaWflM
3Z0
TZ tisrow TX is"awl; TX Oranpa.
Nw.SMS.A Canon
TX AMWMMK TX SM. TX Mf=*L TZ DWvSL
US AftM US Chwt1w. US CWMWIW. US
Nan -SMSA Counbse
22.0
TX Jos %VsbL TX VAriedr. TX KVbw7. I%
Curw be CAwft us COMWtM "S
TX jupw. TX Nsrrelti TX SWWW. TX Tyr.
Lhe Oak- TX hPawa.
Frw*lrt h13 Hoorwat Va HurvwrrwM MS
122 14&AWM TX
&kAowwuwwww% TX*
bmauwm us idow. U13 i0flowt MS
am" c4urom
121 Siam dke
ip"araw CrAmt US Jaws US KemWW.
1210 91W.Cou" Staft% TX
27J
SN" c4um"a
1240. @jaw os" o%rwvpro5w berva. TX .
71.0
WS Lauowuww. LLS Lawes WS Laws;
TX OrLTOL
TX CN"WWL
Lis Lvwxwt No Lamor-Mrs; US MAMWX "S
2m QsKvmrTsai My. TX-
2L9
4M M9Aftn~-E*r6W% TX-
7"
ft" MS k"um M3 NOX60M. us
TX Gatowswm
TX "Ichalps.
Ckwaphs; US Sao= US Shmor. MS
=60 NOWBW%l TX
772
NDF04"SA CAWAMS
M
U ow MS Smoot MS WNTM us
Tx Smear TX Pon Do-& Tx Harm TX
'
TX Stwr. TX WASOCT.
W"; MS Www %; US Yarm
Lbwf. TX Wnt9wrvary, TZ Wager.
I= 0awwmwmdw%L TX -
Landubms:
NcreSMSA CALMOM.
SMSA COW9802:
iii Nes Orwarx. Lk
TX Aw"M Ix awwwx TX C&WC%fft TX
w aTX
ousnroct
15.1
SMSA coov"c
ChLMDGM' TX C*h0nkdW. TX00- WOM TX
TX himcnaa
0020 SIOD4UNPOM MS.--
16.2
Fa"vw. TX Game Tx Gerrie TX Jw*-
I= ofte• w TX
IS.1
&Z Marcom US Mannon, MS Stena
sort TX Lavaca: TX LmTX Usdom TX
TX Enw.
"go Pie. Omearms.
31.0
Mat"Wft TX Pak TZ Rwer"M TX San
MW*SMSA c4unb"-
18.0
LA -W wimat LA Orleanw. LA SL Swrart.
imanta, TX Tftvtr. TX Vciww TX wear,
TX An&$WIK TX rfsrw. TX GkAsbcck' TX
LA St Twwft". t
27.7
-TX Washngwic TX WNMWM
"wPore TX Lv.*g TX MWWL Tx P
HwSMSA Cooftes- -
LA Asou"PSOM LA LatarchlK LA PWGVO-
123 AinW'rX'
SMSA COA"dm.
TX Ref-molk. TX Well; TX Wart TX
"W"s; LA SL Chw%a LA SL Jw"mum: LA St
0"a Aswan TX
24.1
1006101.
133 13 Puft TX.
J01" Tho S&vwt LA Targoahm LA Ter.
TX le"m TX T- v T% WOWTOM
SMSA Caw
mbwrw. LA Wsw0vwM MS Forrest WS
Nw.SMSA Cou"Wes,
OW 8 Pan,
57.8
Low. MS Mahon MS POSM RwGr MS
TX Sawrow TX DMOM TZ Surest TX Caw
TX 19 Paw
pwrf. us Paw Us W&VUL
W* 7% LAW. TX UNWIL
logg►it- SA C^'*"..
49.0
114 amn Rouge. Lk
IN wamow-Kosewo-Tarmpis. TX-
NM chwfm "M Dans Ans; HM EdOr NM
SMSA CAurOw
0700 Sewn PALge. LA
26.1
Ciourower
SMSA x
3010 av*�Tsffoa. TX
16.4
wart HM "mmow "M UOM "M Owa
HM Siow 'TX Srowtow, TX CQbwwft JX
LA Awwrowt LA East Sawn RaLgr LA
LAvVvitrt; LA West Won Raw".
TX &A TX C41110104.
4C
pulft"I't TX if" Dew: TX Prosoo.
Neft4htsA cow""_
30.4
am WWC6
134 U*b0CL TX -
LA Corm" LA L Fokww- LA
Syx LACLemnoL
ko&4M&A Cewdn-w.-
SUSA CANiftes: 7
4800 UAMCCA. TX
LA Pori Ca6mssst LA SL M"w LA WON
Fekwww US A"mL US Aom4r. MS W&
Tx sopsom TX Faft TX F wasmom TX Mon-
W Uibbeck.
stat TX He. TX Uw" wwTX U"Mwg
Nw.SMSA CAWOOM
15.5
OCI
it$ Lwave". Lk.
TX mown TX MAL
"M Lac "M mcomweet TX as", TX
125 Daasb~ waft TX&wow
Ix Ceavarr Tx Cmabr. Tx
SMSA Couroves:
3880 LafarVING, LA
20.6
SMSA COMPOWL'
Dwewc is DOMW TX FWA TZ Gas
LA Lateyw%&
ion Damo-Part wwft TX
lu
TX Garing TX hsW TX Modftr. TX Kwis
N00%4U4A CA~
24.1
TZ Calsm TZ Coke. TX* Dort TX Efts:
TX Larmilt. TX Lyres TX MoUr. TX le" r,
LA Acoft LA LA bow LA SL
-TX Mbot TX Jaimermt TX K&Armwx TS
TX Y011100ft .
Urviry. LA SL MvU%. LA SL May. IA
P~. TX Nmcorwsk TX Tarrant TX
135 Affwft. rX
vwwjwn.
119 Lake Mertes. LA.,7w
11014100.
SPWMW M4)wwbm TX -
9.4
. SMSA C4wM"w
=0 Awelft TX..
SM-cA C4w*"
39W LAI's ChwwL LA.
193
TX GraywL
NWAMSA Coin"s-
172
TX POW. TX PAW062.
wor►2 1 SA CAW**$.
11.0
NOTE REGARDING ECONOMIC AREAS
There are several areas in the attached listing that arc not listed in the State in which a particular city
is located. The following Economic Areas should be checked for locations in States other than the State
in which the city is located:
Memphis, TN
Crittenden Co., AR (West Memphis)
Lubbock, TX
Lea Co, NM
Amarillo, TX
Curry Co., NM
Harding Co., NM
Quay Co., NM
Union Co., NM
Beaver Co., OK
Cimarron Co., OK
Texas Co., OK
(2/92)
i
65990 Federal Resister / VoL 45, No. 194 / Friday, October 3, 1980 / Notices
Economic Araa&__ConwwW I ' Ecorim+ift .. • i Economic Ar as-•-C.onWKad
Sur Goal
Imes•
tenM1
NM :Lary. NM NWn% NM Over HU
Urort OK lasm OK Cnrrrrt OK
Ter: TX M ervona TX Wmace TX
Canon TX C INK TX Cmd"� TX Cal•
6•ga.wac TX DOOR TX Deo. 50eet TX
Dire. TX Gran TX Nat TX NrwlwC
TX PWM/. TX & im a TX Nftonomort
TX LOamntC TX More TX Oer~.
TX ClQfra: TX PtLrear TX PAW TX
Shommet TX Saider- TX Wlraar.
OMahOmw
136 Lanorl Olt
SMSA C&A"W-
42M LNWWM OK
OK Consrters.
NrhSMSA caner
OK Coast OK Great OK Woman OK Jack -
OW OK leffela OK Kom OK Sr
W we OK romm
137 OeWrome Oy. OK:
SMSA Carne
Sm Otuwomt CtY. OK -
-
OK C4rwaan OK OarraWs OK MCCWt
OK OkWow&' OK POaa.atonve.
No -SMSA Capra .
OK Mane: OK AtrtL• OK berArsnt OK
Www OK Caddo: OK Cern: OK Cae OK
Cnlfr OK Dever OK East OK Gansu
OK Gwwt OK Grow! OK Grant OK
Harder. OK Nh4ha'1: OK JONSUM OK
Krq www. OK Lune[ OK Lopart OK
Love: OK MMOL OK MwWt OK Muer
OK Ouuakae: OK Pdmeoc OK Ropes
Wit OK Some**: OK W&%%I&;' OK
Woo=. Ok WoaarwL
138 74A&L Ole
SMSA Ccunn:
S60 Tula.OK.._-._.._._,...._.....___
OK Cees. OK Mares: OK O&epe: OK
1{Opes. OK Tu" OK Wapone.
Nr►SMSAeaner.
OK Ofwak". OK Ke. OK Mc";,Wc OK
k6rlkope4 OK Ndare: OK Nowt: OK Ok.
perp... OK Pawnee. OK Perw: OK Waw►
Kane:
139 WOnL KS:
SMSA Camey
MAC WCrAL KS......_..- -
KS Dover. KS Scor -c L
Nor.SMSA Cams......
KS 6arw.. KS Sanorc KS Ott. KS Char
tuaA KS Clark KS Cowa neer: KS
Cower KS Edwno: KS Ent KS Fnrrf.
KS Fart KS Grant KS Gree KS Grw»y.
KS Grem-ac. KS Hanna. KS 64e9K.
KS Nrvw.. KS Hamlet KS Nedpen- KS
Kann. KS Krgmrt KS Ka -L- KS Lana:
KS Md4rrert KS L4&nwt KS Mea1r. KS
Marler: KS Nana: KS Pow= KS Hatt Ks
Resp KS Mar KS Rkwt KS Soon KS
Sort KS Sano. KS Stamm, KS SW
vena: KS Sterner: KS WnwtL
140 Soar KS
Hon.S►t" Came•a..
KS Overerur. KS Ota KS Oenv. K3
Dnckrmn KS Esc KS Eda.se: KS Gar+:
KS Graham KS Jweo: KS LrwoWt KS
Lop m KS Uaghea: KS Nemec KS 0/•
boinr. lei Ols.c KS PhlaK KS RawwW
KS AamhwaC KS Rokc KS Apart KS
--' - KS Shwidert KS Sunni. KS
SnWt ttS Trow&*, KS Traps: KS Walece.
141 TeerekL KS:
SMSA Canals
&440 Tooe►L KS
KS JWAVMt KS O•DW.. KS Sttwvse.
Not+SUSA Ceunum
KS Clay. KS C IW.. KS Gieel. KS JetMM
acs LYort KS Mrar at KS Morm KS
Nwrw4L KS POK--awnW. KS IWr. KS
Waba w. KS W-Mvwft
Ilafarowts
142 N mh HE,
IMSA Carrow
4360 L,eoOK NE
ME Larcu r.
NdnSMSkCaner
NE Stab. NE ittrrom NE Gape, HE Jenr-
ert NE wWwort NE Aw WIL HE Oda:
NE Panner HE Peak NE Aeifrawit NE
Sean: NE Sw sft NE T1hopec NE Yr1L
143 Oinrha NE-
- SMSA Ca "I"OL ..
020 Omaha. NE -4A
N ►ttlaweR~. NE DMAPUc HE SeW..
Nr.s.a+t Caron
10.2
10.0
7.6
S.7
GO
Ser we
4
MT Dww* MT 11releaw MT Aoaewert MT
6Nealrt NO bolef..k NO bur+e: NO
avoc NO Mdprr, NO MCKWOe. NO
Mtaerr NO Mmrrrt NO Grew NO Res.
vow NO perdue: NO were ND WwrarnL
IM1r1r
1631 Grant Falls. MT:
SMSA cognac
0010 Grew FOOL WT
MT Ceaame►
NV -SMSA carnes
MT 61.ne: MT Ineftnrr. BAT Cfsarrc M7
Fwpa MT Gear. MT NSR VT -1000 Ow
MT AOM ¬ telt Laws and Lank MT
Lam. MT Ma"nw. MT ►ao7wrrt MT
wrrc Mr Paroec MT Town MT Taor:
MT Vaaa. Mr whasuerd
164 MeaaH. MT:
NW.SMSA Carnes
MT Saewen MT Oen Lade.: MT FLt.
heat Mt Grenwe: L T Larmut MT Mao.
tart MT Mirsrat MT L0WNW MT Po.ea;
MT Revak MT Sanders: MT Sav So..
I" edwgk MT:
SMAS carne: .
OW SAr - UT
Mr Yeft stone.
Nr.SMSA Ganuea
MT aq Newt MT Cteowt Mr Garr. MT
Gnarls. MT Oewana MT FHorc MT Gab
art MT Gerhow Mr Gelsrf W6wr. MT
McCain: MT Yu newim HT Ptd MT
Ponder Awe. LT Fesw, MT Rosebud MT
Sormater, MT Sweet Glraec MT Traaare:
MT Wsaot MT YNM N ft 6 Pert WY Sq
Nock WY Nes Songs WY Park: WY She.
art WY Wawa*.
156 QsTr++ta+oe. wY:
Ner.SMSA Comes
CO Jament WY AbW. WY CAR~. Wf
Croom WY Ccnvur r. WY Fromm WY
Jwnsrt WY Laraner. WV Neaorr WY
Fane.
IS? pemr. M. -
SMSA canoe:
2060 Dwkw4k%40w. CO
CO Aderw 00 AravehM. 00 baaamr. 00
Ow"W. c0 Oagtu: CO GdprL co JM-
terarl
2670 Fwt COWIL CO _
CO LAMM.
3060 Graft". CO
CO We1L
Na+SMSA Carnet
CO Clrwrrr. 00 Cdr Creek CO Elert
CO G rrt 00 Kt Cream CO LOOM CO
Mrpan: CO ►ark CO PhAPL CO Sedp•
cart CO S.rrmnt CO Waerw CO
Tura
1s6 Cerredd Strrrp.+nr•�• CP
SMSA Games. .
1720 Caawaao SwhgL CO
CO EL Park CO Tear.
"a Pug 00_.
CO Pnneero.
Nr.SMSA Counties....
CO AlamOet: 00 Sari CO bet CO Olal.
tae: CO coneaL CO coag CO Oovrwr
CO Carr. 00 Fremont CO Nhrrtaro. CO
MONK: 00 Lake: 00 Lae Mmes: CO Ls►
rbc CO Mrurat CO Ore 00 Pro -en:
00 No Crude: CO Sapueche.
10 Gird AOCWL CO:
Nr.SMSA
CO MesrLL 00 0033 CO Dato+c 00
Eeprc 00 Gwwt CO Gunrum rt 00 pen►
saw CO La PWS: 00 Marc CO Monet
CO Mwaanow OO Morrooer DD Out.
DO Part CO Rio lR nOR CO Aout CO
San Avert C0 am WpreL• VT Grerft VT
ben A+n.
Her Mosler
Ina AbxWolWL NM: . . .
SMSA Caron:
WOO Aehrawrar. NM
NU &emaa00: Pao Sandoval. .
Nen SMSA Coun"
NM Caere NM canoe NM Do bete NM
GtwamkgW. NU UrodY: NM Los Alamos:
NM MCKlVdW NM MGM SIM Rio MOL
NM San Aare NM Stn M¢at NM Serax
Pet NM Second: NM Tam: Nat Tarrroo:
• NSI vwasaL . .
32
4.1
2.7
3.3
3.3
7.5
13.6
ILS
13.1
12A
10.9
273
19.0
tT•_Tj
3"
45.9
illaerlw .
lel Tutadn. AL -
$ASA Car+ec
a= Tuaam AZ -
24.t
aur
pawl.
e.nit
14 AOans M Ayntirt CAW N Fwewut Uk
. Nrrsarc N bW M Marnporrr. N Pape.
y► prey M TWAT. NE but 1VE CAm NE
Caaac HE Oadw NE PIaeR HE seacom
HE Woo que
144 Grad tlnrL WE
Non SM&A Card
1A
NE AWW NE A.. NE bWW NE
boar: HE awe NE brown NE Wrlaw
NE Cama: WE Qnal►1. NE per. NE cuuar.
NE Dauwmt NE Ou .. NE frw*W NE
Fahr NE Fvna< NE Green WE
Gosw.. NE Grant NE Growl. NE Nat
WE Hanvalwt NE HMwt NE Norm NE
Naor000c WE Nest NE 1looks NE
rwwrt NE Keow NE Kwot NE Keys
Pent NE Lame: WE team HE Laud: NE
MOPherawt HE Marmom HE NanOs. HE
NuoaaR HE fess HE Pingc NE Ma
WAmr NE PAM NE SIM - NE
Thaaac HE Veber HE Wmste4 NE
Wloeia
145 Scottrtnr. NE
Non -SMSA Genera
L3
HE Seater kI as butte: NE C+.renm NE
Oaw. .. NE Dart HE Gomm NE ite"t
NE Marti NE Smea bun: NE Sthermum
WE Sac NE GaWWL
bail+ D"Ols
146 Rand CKY, SO:
SMSA Caton:
"GO Hama CRY. SO-'
14
s0 ►chevron. SO Meese.
Nor.SMSA Cana
7 6
so berrrtt SO Snub*. so &uAR SO cane
.Jot SO Const SO Carer, SO Dei.er
LMnsaOg7. $O Pea Rwer: 90 ►.anon SO
HMO SO Huptrc SD pyo SO Jack.
•one. SO • lonm SO Lowerer. $0 LYn m
50 kbeetts: SO franc SO Pear. SO
'
prion (#V&Vw pfonr. So Serer• $o
&Of.. SO Toes SO Tr= SO W&*W t SO
WawtooaQt 50 Ziaoaac WY Gook WY
Mlabara: WY Weston►
:.. 147 Sita Feat► SO.
SMSA Catrin:
7760 Sae FaaL SO
12
50 MwenwuL
Nor►SMSA Camp. _
0.6
• {A LYrt N Ooa/oK DAN Conorr-cat MN
JamuM MH traco t MN L"m MN
M60 Jr. MN Noels. MN PpeYar: MN
Redweot MN Aorc 50 Arora' SO
&ecce: SO brookirw SO bnAc SO
Charas ars 50 Ooaeat SO Deuptec SO
Grepwl: SO part SO Nwom 50 Nuke•
Mor: SO JwanG SO Ki gebor SO Lake.
SO Lrm.t SO McCook 50 Marr SO
Moo" SO Santorm SD Turnw.
146 Aberdeen. SO.
Nosllltl Carluea..
1.3
SO Snores: 50 Cert SO Cmfplort SO De.
SO Dara: SO Eenndc SO Fatty; SO
Grant SO Nwrart 90 M CPhwson SO Mer -
raw: SO AoboIL SO Sprk
Nobe O*Kom
toe FarpoAftrMAC ND -MN:
NonrAASA Canter._
0.7
MN &.cyte. Med Chm MN Came: MN Wdk^
NO brnec NO Dover NO Eddy. NO
F W.. NO Gngpc NO LA Mate. NO
Lep m NO Mcke" IID Rwmww. NO
ftw" t NO Sargent NO Sl"W NO
sbrmwt ND T.rL
150 Giro FwkL ND:
SLQ&A Counts'
a" Gird Fara. NO -MR
12
MN Pon: NO Greta FonL
Nw.SASA Cane.
MN Dla- - MN Cleenv~. MN 1sO0re
MN Koen MN LAM tM w weodc MN
MrrrrMrt MN Maeva LII Nsnrc MN
.. Panwglrt MH Rea Leer. MN AOeaauf
MN berm, NO Caoarr. NO Nelson: NO
pwftw t NO'"Rwwq. NO Tdww ND
waar►
151 sic rce ND:
SMSA Caawee:
laic &lsnarck NO
e.r
NO aulatnc NO LdncrL
Noft- S Cane•.
1:
• NO AOrrs: NO Sipa: NO •.)owes: NO
Duet NO Erman: se. NO Golden VaNO
Grant NO Hewgo NO Kidder. IS
alai. NO Oevr NO Shenoun; NO Sax=
NO Slake. NO Slant: No Went '
tat MroL NO.
• 46n4AASA Cana. ..-
GO
Ser we
4
MT Dww* MT 11releaw MT Aoaewert MT
6Nealrt NO bolef..k NO bur+e: NO
avoc NO Mdprr, NO MCKWOe. NO
Mtaerr NO Mmrrrt NO Grew NO Res.
vow NO perdue: NO were ND WwrarnL
IM1r1r
1631 Grant Falls. MT:
SMSA cognac
0010 Grew FOOL WT
MT Ceaame►
NV -SMSA carnes
MT 61.ne: MT Ineftnrr. BAT Cfsarrc M7
Fwpa MT Gear. MT NSR VT -1000 Ow
MT AOM ¬ telt Laws and Lank MT
Lam. MT Ma"nw. MT ►ao7wrrt MT
wrrc Mr Paroec MT Town MT Taor:
MT Vaaa. Mr whasuerd
164 MeaaH. MT:
NW.SMSA Carnes
MT Saewen MT Oen Lade.: MT FLt.
heat Mt Grenwe: L T Larmut MT Mao.
tart MT Mirsrat MT L0WNW MT Po.ea;
MT Revak MT Sanders: MT Sav So..
I" edwgk MT:
SMAS carne: .
OW SAr - UT
Mr Yeft stone.
Nr.SMSA Ganuea
MT aq Newt MT Cteowt Mr Garr. MT
Gnarls. MT Oewana MT FHorc MT Gab
art MT Gerhow Mr Gelsrf W6wr. MT
McCain: MT Yu newim HT Ptd MT
Ponder Awe. LT Fesw, MT Rosebud MT
Sormater, MT Sweet Glraec MT Traaare:
MT Wsaot MT YNM N ft 6 Pert WY Sq
Nock WY Nes Songs WY Park: WY She.
art WY Wawa*.
156 QsTr++ta+oe. wY:
Ner.SMSA Comes
CO Jament WY AbW. WY CAR~. Wf
Croom WY Ccnvur r. WY Fromm WY
Jwnsrt WY Laraner. WV Neaorr WY
Fane.
IS? pemr. M. -
SMSA canoe:
2060 Dwkw4k%40w. CO
CO Aderw 00 AravehM. 00 baaamr. 00
Ow"W. c0 Oagtu: CO GdprL co JM-
terarl
2670 Fwt COWIL CO _
CO LAMM.
3060 Graft". CO
CO We1L
Na+SMSA Carnet
CO Clrwrrr. 00 Cdr Creek CO Elert
CO G rrt 00 Kt Cream CO LOOM CO
Mrpan: CO ►ark CO PhAPL CO Sedp•
cart CO S.rrmnt CO Waerw CO
Tura
1s6 Cerredd Strrrp.+nr•�• CP
SMSA Games. .
1720 Caawaao SwhgL CO
CO EL Park CO Tear.
"a Pug 00_.
CO Pnneero.
Nr.SMSA Counties....
CO AlamOet: 00 Sari CO bet CO Olal.
tae: CO coneaL CO coag CO Oovrwr
CO Carr. 00 Fremont CO Nhrrtaro. CO
MONK: 00 Lake: 00 Lae Mmes: CO Ls►
rbc CO Mrurat CO Ore 00 Pro -en:
00 No Crude: CO Sapueche.
10 Gird AOCWL CO:
Nr.SMSA
CO MesrLL 00 0033 CO Dato+c 00
Eeprc 00 Gwwt CO Gunrum rt 00 pen►
saw CO La PWS: 00 Marc CO Monet
CO Mwaanow OO Morrooer DD Out.
DO Part CO Rio lR nOR CO Aout CO
San Avert C0 am WpreL• VT Grerft VT
ben A+n.
Her Mosler
Ina AbxWolWL NM: . . .
SMSA Caron:
WOO Aehrawrar. NM
NU &emaa00: Pao Sandoval. .
Nen SMSA Coun"
NM Caere NM canoe NM Do bete NM
GtwamkgW. NU UrodY: NM Los Alamos:
NM MCKlVdW NM MGM SIM Rio MOL
NM San Aare NM Stn M¢at NM Serax
Pet NM Second: NM Tam: Nat Tarrroo:
• NSI vwasaL . .
32
4.1
2.7
3.3
3.3
7.5
13.6
ILS
13.1
12A
10.9
273
19.0
tT•_Tj
3"
45.9
illaerlw .
lel Tutadn. AL -
$ASA Car+ec
a= Tuaam AZ -
24.t
6 11
BUY AMERICAN • MEL AND MANUFACTURED
PRODUCTS FOR CONSTRUCTION CON72ACM
(Aviatioa Saiey and Capwiy iB�parrsian Ad of 1"0)
(a) The Aviation Safety and Capacity Emma ion Ad of 1990 provides that preferenm be given to steel and
manufactured products produced in the United States when funds are expended pursuant to a grant famed
under the Airport Improvement Program. The following terms apply.
L Steel and maantacdrred Ructus - As used in this clause, steel aad nanufadured products include
(1) steel produced in the United States or (2) a manufactured product produced in the United States,
if the cost of its components mined, produced or manufactured in the United States cueeds 60 percent
of the cost of all its components and final assembly has taken place in the United States. Components
of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2)
shall be treated as domestic.
2. Components. As used in this clause, components means those articles, materials, and supplies
Incorporated directly into steel and manufactured products.
3. Cost of Components. This means the cost for production of the components, exclusive of final
assembly labor costs.
(b) The successful bidder will be required to assure that only domestic steel and manufactured products will
be used by the Contractor, subcontractors materialmen, and suppliers in the performance of this contract,
accept those
(1) that the U.S. Department of Transportation has determined, under the Aviation Safety and
Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably
available quantities and of a satisfactory quality,
(2) that the U.S. Department of Transportation has determined, under the Aviation Safety and
Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public
Interest; or
(3) that inclusion of domestic material will Increase the cost of the overall project contract by more
than 2S percent
(2/92)
INSTRUCTIONS REGARDING CONIRACIOR'S INSURANCE
The following provision or a similar provision shall be included in the Special Provisions and in the
Instructions to Bidders for all proposed AIP project bidding documents:
-� Contractor's UsbUlty Insurance Requirements. The bidder shall provide with the Proposal a listing Of both
automobile and personal liability insurance coverage currently in fora, along with a copy of a Certificate of
Insurance as verification of that coverage. In addition, the bidder shall provide a statement of premium cost
Issued by the agent or insurance carrier for that coverage.
In the event the Owner determines that the low bidder's coverage in fora is inadequate, the Owner may require
the low bidder to procure additional coverage in amounts specified by the Owner. The cost of premiums for
such additional coverage shall be paid by the Owner in the form of a reimbursement under the contract.
In the event the low bidder is unable, after diligent effort, to procure such additional coverage as may be
required by the Owner, the Owner shall provide such additional coverage, naming the contractor as insured
or, at the option of the Owner, reduce the amount of additional coverage required or waive any requirement
for additional coverage.
Third Party Coverage. In the event the bidding documents require the contractor to name the consultant
l and/or the Owner as additional insured, the bidder shall show the premium cost for the additional insured
In the Proposal in the Item for additional coverage. The amount shown in the bid Item for additional premium
cost shall be that amount of additional premium above the premium for the coverage shown in the Certificate
of Insurance submitted with the bid. In the event additional coverage is required by the Owner, the additional
premium cost for third party coverage above the amounts shown in the Certificate of Insurance shall be paid
by the Owner in the form of a reimbursement under the contract.
1 (2/92)
J
REOUMED LANGUAGE IN PROPOSALS FOR AEP CONTRACT'S
Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime
contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations
for the contract whether It has participated in any previous contract or subcontract subject to the equal
opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency,
or the former President's Committee on Equal Employment Opportunity all reports due under the applicable
filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor
which which participated in a previous contract subject to Executive Order 10925, 11114. or 11246 has not filed
a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such
contractor submits a report covering the delinquent period or such other period specified by the FM or the
Director, OFCCP.
Bid or Proposal Form. To effectuate the foregoing requirements, the sponsor is required to Include in the bid
or proposal form a statement substantially as follows:
The bidder (proposer) shall complete the following statement by cbecidng the appropriate apace.
The bidder (proposer) has _ has not _ participated in a previous contract subject to the equal
opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order
11246.
The bidder (proposer) has _ has not _ submitted all compliance reports in connection with any such
contract due under the applicable filing requirements; and that representations indicating submission
of required compliance reports signed by proposed subcontractors will be obtained prior to award of
subcontracts.
If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause
and has not submitted compliance reports due under applicble filing requirements, the Bidder
(Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report
EEO -1" prior to the award of contract.
Standard Form 100 is normally furnished contractors annually, based on a mailing list currently
maintained by the Joint Reporting Committee. In the event a contractor has not received the form,
be may obtain it by writing to the following address:
Joint Reporting Committee
1800 G Street
Washington, DC 20506
(2192)
y Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion
(49 CFR PART 29)
The bidder (offeror) certifies, by submission of this proposal or acceptance of this contract, that
neither it nor its principals is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntary excluded from participation in this transaction by any Federal department or
agency. It further agrees that by submitting this proposal that it will include this clause without
} modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where
the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it
shall attach an explanation to this solicitation/proposal.
Certification Regarding Fortigo Trade Restrictions
(49 CFR PART 30)
The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies
that it:
J a. is not owned or controlled by one or more citizens or nationals of a foreign country
included in the list of countries that discriminate against U.S. firms published by the
Once of the United States Trade representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a
contractor that is a citizen or national of a foreign country on said list, or is owned
or controlled directly or indirectly by one or more citizens or nationals of a foreign
country on said list.
C. has not procured any product nor subcontracted for the supply of any product for
use on the project that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with
49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify
to the above. If the contractor knowingly procures or subcontracts for the supply of any product or
service of a foreign country on said list for use on the project, the Federal Aviation Administration may
direct, through the sponsor, cancellation of the contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will
incorporate this provision for certification without modification in each contract and in all lower tier
subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it
has knowledge that the certification is erroneous. The contractor shall provide immediate written
notice to the sponsor U the contractor learns that its certification or that of a subcontractor was
erroneous when submitted or has become erroneous by reason of changed circumstances. The
subcontractor agrees to provide immediate written notice to the contractor, if at any time it learns that
j its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making the
award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the
contract or subcontract -for default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records
_ in order to render, in good faith, the certification required by this provision. The knowledge and
(2/92)
3
information of a contractor is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
Ibis certification concerns a matter within the jurisdiction of an agency of the United States of
America and the making of a false, fictitious, or fraudulent certification may render the maker subject
to prosecution ander Title 18, United States Code, Section 1001.
Boy Anserieaa Cagficad a
(Aviation Safely and Caprdly Egression Act of 1990)
By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below
or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel
and each manufactured product, is produced in the United States (as defined in the clause Buy
American - Steel and Manufactured Products for Construction Contracts) and that components of
unknown origin are considered to have been produced or manufactured outside the United States.
Offerors may obtain from (insert sponsor representative)
lists of articles, materials, and supplies excepted from this provision.
PRODUCT COUNTRY OF ORIGIN
(2/92)
CERTIF cmnoN OF BIDDER REGARDING
EOUAL EMPLOYMENT OPFORT[T1�tI'IY
GENERAL
BIDDER'S NAME
ADDRESS
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO.
NONSEGREGATED FACILITIES
NOTICE TO PROSPECTIVE FEDERALLY ASSISTED
CONSTRUCTION CONTRACTORS
(41 CFR 60-1.8)
(1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted
construction contract exceeding $10,000 which is not exempt from the provisions of the equal
opportunity clause.
(2) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not
exempt from the provisions of the equal opportunity clause will be required to provide for the
forwarding of the following notice to prospective subcontractors for supplies and construction contracts
where the subcontracts exceed 510,000 and are not exempt, from the provisions of the equal opportunity
clause.
') NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR
CERTIFICATION OF NONSEGREGATED FACILITIES
(1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract
exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause.
(2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions
of the equal opportunity clause will be required to provide for the forwarding of this notice to
prospective subcontractors for -supplies and construction contracts where the subcontracts exceed
$10,000 and are not exempt from the provisions of the equal opportunity clause.
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
(1/92)
2
CERTffICATION OF NONSEGREGATED FACH 1TffS
The federally assisted construction contractor certifies that he does not maintain or provide for his employees
any segregated facilities at any of his establishments, and that he does not permit his employees to perform
their services at any location, ander his control, where selpmpted facilities are maintained. The federally
assisted construction certifies further that he. will not maintain or provide for its employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their services at
any location, under his control, where segregated facilities are maintained. The federally assisted construction
contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this
contract. As used in this certification, the term 'segregated facilities' means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas, timedocks, locker rooms and other storage or
dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing
facilities provided for employees which are segregated by explicit directive or are In fact segregated on the basis
of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The
federally assisted construction agrees that (except where be has obtained identical certifications from proposed
subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors
prior to the award of subcontracts exceding $10,000 which are not exempt from the provisions of the equal
opportunity clause, and that be will retain such certifications in his files.
NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR
CERTIFICATION OF NONSEGREGATED FACILITIES
A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or
subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity
Clause.
Certification • The information above is true and complete to the best of my knowledge and belief.
Name and Title of Signer (Please Type)
Signature Date
NOTE: The penalty for making false statements in offers is prescribed in 18 US.C. 1001.
(1192)
11
WAGE. LABOR, EEO. S + + AND GENERAL REOuiREMENTS
SECPION A
(Federal Avis = AiainistratMa (FAA) lte�i+eseata)
A-1 Airport and Airway Impr wwmimt Peop am Pr*ct.
The work in this contract is included in Airport Improvement Project Na 3 — 4 8 — 013 8 — 2 3 — 01
which is being undertaken and accomplished by the (Sponsor)
in accordance with the terms and conditions of a grant agreement between the ponsor and the United States,
under the Airport and Airway Improvement Ad of 1482 (P.1.. 97-248) as amended by the Airport and Airway
Safety and Capacity Expansion Act of 1987 (P.L.100-223) and Part IS2 of the Federal Aviation Regulations (14
CFR Part 1S2), pursuant to which the United States has agreed to pay a attain percentage of the costs under
those Acts. The United States is not a party to this contract and no reference in this contract to the FAA or
any representative thereof, or the United States, by the- contract, snakes the United States a party to this
contract.
A-2 Cosset to Assigmsent.
The contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any
interest in or part of this contract.
A-3 Convict Libor.
No convict labor may be employed under this contract.
A-4 Veterans Preference.
In the employment of labor (except in executive, administrative, and supervisory positions), preference shall
be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the
Act. However, This preference shall apply only where the individuals are available and qualified to perform
4 the work to which the employment relates.
A-5 Withholding: Sponsor frons Contractor.
Whether or not payments or advances to the (Sponsor)
are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the contractor
so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics
employed by the contractor or any subcontractor on the work, the full amount of wages required by this
contract.
A-6 Nonpayment of Wages.
If the contractor or subcontractor fails to pay any laborer or mechank employed or working on the site of the
work any of the wages required by this contract, the (Sponsor)
may, after written notice to the contractor, take such action as may be necessary to cause the suspension of
any further payment or advance of funds until the violations cease.
(2/92)
F)
A-7 FAA Wspcctioa and view.
The contractor shall allow any authorized representative of the FAA to inspect and review any work or
materials used in the performance of this contract
A -a
The contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A-
4, A -S, A-6, and A-7 requiring the subcontractors to include these provisions In any lower tier subcontracts
which they may enter into, together with a clause requiring this insertion In any further subcontracts that may
In turn be made.
A-9 Contract ternhud;on.
Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result
in the suspension or termination of this contract or such, other action which may be necessary to enforce the
rights of the parties of this agreement. (49 CFR Part 18).
A-10 Inspection of Records.
The contractor shall maintain an Lacceptable cost accounting system. The Sponsor, the FAA, and the
Comptroller General of the United States shall have access to any books, documents, paper, and records of
the contractor which are directly pertinent to the specific contract for the purposes of making an audit,
examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years
after the Sponsor makes final payment and all other pending matters are closed. (49 CFR Part 18).
A-11 Rights to Inventions.
All rights to inventions and materials generated under this contract are subject to regulations issued by the
FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these
rights is available from the FAA and the Sponsor. (49 CFR Part 18).
A-12 General Civil Rights Provisions.
The contractor assures that It will comply with pertinent statutes, Executive orders and such rules as are
promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or
handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance.
This provision binds the contractor from the bid solicitation period through the completion of the contract
(Section 520, Airport and Airway Improvement Act of 1982).
(2/92)
1
SEMON B
DAVIS-BACON ACT BEQUOtEJAINIS
(29 CFR PART S)
W1 hr=hmno wages.
(a) AA laborers and mechanics employed or working upon the site of the work will be paid
unconditionally and not less often than once a week, and without subsequent deduction or rebate on any
account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act
(29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereon due at
time of payment computed at rates not less than those contained in the wage determination of the Secretary
of Labor which Is attached hereto and made a part hereof, regardless of any contractual relationship which
may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs
reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behaU of
laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of
paragraph (B -1)(d) of this section; also, regular contributions made or costs Incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly
period, are deemed to be constructively made or incurred during such weekly period. Such laborers and
mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the
classification of work actually performed, without regard to skill, except as provided in 29 CFR Part SS(a)(4).
Laborers or mechanics performing work in more than one classification may be compensated at the rate
specified for each classification for the time actually worked therein: Provided, Tbat the employer's payroll
records accurately set forth the time spent in each classification in which work is performed. The wage
determination (including any additional classification and wage rates conformed under (B -1)(b) of this section)
and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors
at the site of the work in a prominent and. accessible place where it can easily be seen by the workers.
(b) (1) The contracting officer shall require that any class of laborers or mechanics which is not
listed in the wage determination and which is to be employed under the contract shall be
classified in conformance with the wage determination. The contracting officer shall approve
an additional classification and wage rate and fringe benefits therefore only when the following
criteria have been met:
(i) The work to be performed by the classification requested is not
performed by a classification in the wage determinations; and
(ii) The classification is utilized in the area by the construction
Industry, and
(Ili) The proposed wage rate, including any bona fide fringe benefits,
bears a reasonable relationship to the wage rates contained in the
wage determination.
(2) if the contractor and the laborers and mechanics to be employed In the classification (U
known), or their representatives, and the contracting officer agree on the classification and
wage rate (including the amount designated for fringe benefits who appropriate), a report
of the action taken shag be sent by the contracting officer to the Administrator of the Wage
and Hour Division, Employment Standards Administration, U.S. Department of Labor,
Washington, D.C. 20210. The Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action within 30 days of receipt and so
advise the contracting officer or will notify the contracting officer within the 30 -day period
_# (2/92)
I
that additional time Is necessary. (Approved by the Office of Management and Budget under
OMB Control Number 1215-0140).
(3) 1n the event the contractor, the laborers or mechanics to be employed in the classification
or their representatives and the contracting officer do not agree on the proposed classi radon
and wage rate (including the amount designated for fringe benefits wi es appropriate), the
contracting officer shall refer the questions, including the views of all interested parties and
the recommendation of the contracting officer, to the Administrator for determination. The
Administrator, or an authorized representative, will issue a determination within 30 days of
receipt and so advise the contracting officer or will notify the contracting officer within the
3041ay period that additional time is necessary. (Approved by the Once of Maaasemeut and
Budget under OMB Control Number 1215-0140).
(4) Tlu wage rate (including fringe benefits where appropriate) determined pursuant to
subparagraphs (B -1)(b)(2) or (3) of this paragraph, shall be paid to all workers performing
work in the classification under this contract from the first day on which work is performed
in the classification.
(c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics
includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit
as stated in the wage determination or shall pay another bona tide fringe benefit or an hourly cash equivalent
thereof.
(d) If the contractor does not make payments to a trustee or other third person, the contractor may
consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in
providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found,
upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been
met. The ,Secretary of Labor may require the contractor to set aside in a separate account assets for the
meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under
OMB Control Number 1215-0140).
The Federal Aviation Administration or the Sponsor shall upon Its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld from the contractor
under this contract or any other Federal contract with the same prime contractor, or any other
Federally -assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same
prime contractor, so much of the accrued payments or advances as may be considered necessary to pay
laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any
subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or
mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of
the wages required by the contract, the Federal Aviation Administration may, after written notice to the
contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any
further payment, advance, or guarantee of funds until such violations have ceased.
1-3 Payrolls and basic rtoa�eis.
(a) Payrolls and basic records relating thereto shall be maintained by the contractor during the course
of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the
site of the work. Such records shall contain the name, address, and social security number of each such
worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I(b)(2)(B) of the
Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid.
Whenever the Secretary of Labor has found under 29 CFR 53(a)(1)(iv) that the wages of any laborer or
(2142)
3
mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or
program described in section 1(b)(2)(B) of the Davis -Bacon Act;'the contractor shall maintain records which
show that the commitment to provide such benefits is enforceable, that the pian or program is financially
responsible, and that the plan or program has been communicated in writing to the laborers or oechanics
of?acted, and records which show the costs anticipated or the actual costs incurred is pro0disg such beta.
Cou sctors employing apprentices or hainees under approved programs shall maintain written evidence of
the registration of apprenticeship programs and certification of trainee programs, the registration of the
apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (29 CFR
} S.S(a)(3)(i) (Approved by the Office of Management and Budget under OMB Control Numbers 12154140 and
12H-0017).
(b) (1) The contractor shall submit weekly, for each week In which any contract work is performed,
a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal
Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information
required to be maintained under paragraph S.S(a)(3)(1) above. This information may be submitted in any
form desired. Optional Form WH 347 is available for this purpose and may be purchased !from the
Superintendent of Documents (Federal Stock Number 029-005-00014.1), U.S. Government Printing Ofsee,
Washington, D.C20402. The prime contractor is responsible for the submission of copies of payrolls by all
subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 12134149).
(2) Each payroll submitted shall be accompanied by a 'Statement of Compliance," signed by the
contractor or subcontractor_ or his or her agent who pays or supervises the payment of the persons
employed under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the information required
to be maintained under paragraph B-3 (a) above and that such information
is correct and complete;
(ii) That each laborer and mechanic (including each helper, apprentice and
trainee) employed on the contract during the payroll period has been paid
the full weekly wages earned, without rebate, either directly or indirectly, and
that no deductions have been made either directly or indirectly from the full
wages earned, other than permissible deductions as set forth in Regulations
j 29 CFR Part 3;
(iii) That each laborer or mechanic has been paid not less than the
applicable wage rates and fringe benefits or cash equivalents 'for the
classification of work performed, as specified in the applicable wage
determination incorporated into the contract..
(3) The weekly submission of a properly emcuted catiscation set forth on the reverse side of
Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance"
required by paragraph B-3 (b)(2) of this section.
(4) The falsification of any of the above certifications may subject the contractor or subcontractor to
civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United
States Coda
(c) Zbe contractor or subcontractor shall make the records required under paragraph B-3 (a) of this
section available for inspection, copying or transcription by authorized representatives of the Sponsor, the
Federal Aviation Administration or the Department of Labor, and shall permit such representatives to
interview employees during working hours on the job. If the contractor or subcontractor fails to submit the
required records or to make them available, the Federal agency may, after written notice to the contractor,
sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further
J (21*92)
4
payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request
or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
54 Apprentices and Trainees.
(a) Apprentices. Apprentices will be permitted to work at less than the peerieterasised rate for the
work they performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the US. Department of Libor, Employment and Training
Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by
the Bureau, or if a person is employed in his or her first 90 days of probationary mpioymmt as as apprentice
in such an apprenticeship program, who is not Individually registered in the program, but wbo has been
certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (wbere appropriate)
to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen
on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to
the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate,
who is not registered or otherwise employed as stated above, shall be paid not less tban the applicable wage
rate on the wage determination for the classification of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio permitted under the registered program shall be paid
not less than the applicable wage rate on the wage determination for the work actually performed. Where a
contractor is performing construction on a project in a locality other than that in which its program is
registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in
the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at
not less than the rate specified in the registered program for the apprentice's level of progress, expressed as
a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall
be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticesbip
program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on
the wage determination for the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that
determination. In the event the Bureau of Apprenticeship and 'Raining, or a State Apprenticeship Agency
recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be
permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until
an acceptable program is approved.
(b) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than
the predetermined rate for the work performed unless they are employed pursuant to and individually
registered in a program which has received prior approval, evidenced by formal certification by the US.
Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the
job site shall not be greater than permitted under the plan approved by the Employment and Training
Administration. Every trainee must be paid at not less than the rate specified in the approved program for
the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified In the
applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the
trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount
of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division
determines that there is an apprenticeship program associated with the corresponding journeyman wage rate
on the wage determination which provides for leas than full hinge benefits for apprentices. Any employee listed
on the payroll at a trainee rate who is not registered and participating in a training plan approved by the
Employment and Training Administration shall_ be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In addition, any trainee perform ng work on
the job site in excess of the ratio permitted under the registered program shall be paid not leas than the
applicable wage rate on the wage determination for the work actually performed. In the event the Employment
and Training Administration withdraws approval of a training program, the contractor will no longer be
permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an
acceptable program Is approved.
(2/92)
S
(c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under
this part shall be in conformity with the equal employment opportunity requirements of Executive Order 112,46,
as amended, and 29 CFR Part 30.
The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in
this contract.
B4 Suioomtructs.
The contractor or subcontractor stall insert in any subcontracts the clauses contained in 29 CFR Part
SS(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate
instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier
subcontractor with all the contract clauses In 29 CFR Part S.S.
B-7 Compliance With Davis -Barna aad Rdated Act ltaydrsas4-
All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and S are
herein incorporated by reference in this contract.
B.8 Disputes Cow aiag Labor Sbodands.
Disputes arising out of the labor standards provisions of this contract shall not be subject to the general
disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth in 29 CFR Parts S, 6 and 7. Disputes within the meaning of this clause Include
disputes between the contractor (or any of Its subcontractors) and the contracting agency, the US. Department
of Labor, or the employees or their representatives.
" Cerd6catim of Eligibility.
(a) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any
person or firm who has an Interest in the contractor's firm is a person or arm ineligible to be awarded
Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(b) No part of this contract shall be subcontracted to any person or arm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(c) The penalty for making false statements is prescribed in the US. Criminal Code, 18 U.S.C. 1001.
1L10 Contract Termiaatioa: Debarm t.
A breach of the contract clauses in paragraph B-1 through B-9 of this section and paragraphs C-1 through C-
5 of Section C may be grounds for termination of the contract, and for the debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
(2/92)
i
SEcnON C
CONrRACr WORKHOURS AND SAFM
STANDARDS ACr REQUOtCti.MEM'S
(29 CFR PART S)
C-1 Ova th e
No contractor or subcontractor contracting for any part of the contract work which may require or involve the
employment of laborers or mechanics shall require or permit any such laborer or mechanic, including
watchmen and guards, in any workweek in which be or she Is employed on sacb work to work in caress of forty
hours In such workweek unless such laborer or mechanic receives compensation at a rate not less than one and
one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
C-2 Violation; IiahibitT for Unpaid Wa6e Uquidated Dumps.
In the event of any violation of the clause set forth in paragraph C-1 above, the contractor or any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall
be liable to the United States (in the case of work done under contract for the District of Columbia or a
territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be
computed with respect to each individual laborer or mechanic, including watchmen and guards, employed In
violation of the clause set forth in paragraph C-1 above, in the sum of $10 for each calendar day on which such
individual was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph C-1 above.
C-3 Witiboiding for Unpaid Wages and L Iquidated Dam agm
The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any monies
payable on account of work performed by the contractor or subcontractor under any such contract or any other
Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as
may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid
wages and liquidated damages as provided in the clause set forth in paragraph C-2 above.
C-4 Subcontractors.
The contractor or subcontractor shall Insert in any subcontracts the clauses set forth in paragraphs C-1
through C-4 and also a clause requiring the subcontractor to indude these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs C-1 through C-1.
Gd Working C wwiom&
No contractor or subcontractor may require any laborer or mechanic employed in the performance or any
contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous
to his health or safety as determined under construction safety and health standards (29 CFR Part 1926)
issued by the Department of Labor.
(2192)
SF.G'i'ION D
EQUAL KMPLOYMENr OPPORI MM
(41 CRR PART W-U(i))
During the performance of this contract, the contractor agrees as follows:
D-1 The contractor will not discriminate against any employee or applicant for employment because
of race, color, religion, sex, or national origin. The contractor will take amrmative action to
ensure that applicants are employed, and that employees are treated daring employment
without regard to their race, color, religion, sex, or national origin. Soch action shall Include,
-� but not be limited to the following:
f Employment,upgrading,demotion,ortmwfer,recrultmen torrecruitmentadver ising;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided
setting forth the provisions of this nondiscrimination clause.
D-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf
of the contractor, state that all qualified applicants will receive considerations for employment
without regard to race, color, religion, sex, or national origin.
D-3 The contractor will send to each labor union or representative of workers with which be has
a collective bargaining agreement or other contract or understanding, a notice to be provided
advising the said labor union or workers' representatives of the contractor's commitments
under this section, and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
D4 The contractor will comply with all provisions of Executive Order 11246 of September 24,1%5,
as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor.
D,5 The contractor will furnish all information and reports required by Executive Order 11246 of
± September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records, and accounts by the
administering agency and the Secretary of Labor for purposes of investigation to ascertain
compliance with such rules, regulations, and orders.
D-6 In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further Government contracts or federally assisted construction contrails in accordance with
procedure authorized in Executive Order 11246 of September 24, 1%5, and such other
sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of
September 24, 1%5, or by rule, regulation, or order of the Secretary of Labor, or as otherwise
provided by law.
(2/42)
-11
1
J
D-7 The contractor will include the portion of the seatenoe immediately preceding paragraph D-
1 and the provisions of paragraphs D-1 through D-7 in every subcontract or purcbase order
unless exempted by rules, regulations, or orders of the Secretary of Labor issued panuant to
section 284 of Executive Order 11246 of September 24, 196S, so that such provisions will be
binding upon each subcontractor or vendor. Tbe conhsetor will take sorb action with respect
to any subcontract or purcbase order as the administering agency may direct as a to mns of
enforcing such provision, including sanctions for noncompliance: Provided, however, that in
the event a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the administering agency the
contractor may request the United States to enter into soeh litigation to protect the iatesests
of the United States.
(2/92)
SECTION E
aYAN AIR AND WATER POULMON COMIZOL RRQUIRSi1MFxn
N-1 Any other provision herein to the contrary notwithstanding, the contractor in carrying out work under
this contract, shall at all times comply with all applicable state and federal air and water quality
standards; with all pollution control laws; and with such rules, regulations, and directives as may be
lawfully issued by a local, state, or federal agency having within its jurisdiction the protection of the
environment in the area surrounding where work under this contract will be performed. In addition,
the contractor shall comply with directives given by the Project Esgiseer is iaplesre- on of the letter
and intent of FAA Advisory Circular 150/3370.10, Item P 15C Temporary Air and Water Pollution,
Soli Erosion and Siltation Control. Copies of this Advisory Circular can be obtained Brom Department
of Transportation, Distribution Unit, TAD -4843, Washington, D.C. 20390.
E-2 Contractors and subcontractors agree:
a. That any facility to be used in the performance of the contract or subcontract or to benent
from the contract Is not listed on the Environmental Protection Agency (EPA) last of Vlolating
Facilities;
b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42
U.S.C. 1957 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended,
33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as
well as all other requirements specified in Section 114 and Section 308 of the Actsrespectively,
and all other regulations and guidelines issued thereunder;
c. That, as a condition for the award of this contract, the contractor or subcontractor will
notify the awarding official of the receipt of any communication from the EPA indicating that
a facility to be used for the performance of or benefit from the contract is under consideration
to be listed on the EPA List of Violating Facilities;
d. To include or cause to be included in any construction contract or subcontract which
exceeds $100,000 the aforementioned criteria and requirements.
(2/92)
SEAM -ON F
STANDARD FEDERAL EQUAL EMPLOYMOff OPlO1CIUNifitY CONSmucnON
CONTACT SPECE11ICATIONS
(41 CFR 6043)
1. As used in these specifications:
a. 'Covered area* means the geographical area described in the solicitation from which this
contract resulted;
b. 'Director' means Director, Office of Federal Contract Compilia Programs (OFCCP),
US. Department of Labor, or any person to whom the Director delegates authority;
G 'Employer identification number" means the Federal social security number used on the
Employer's Quarterly Federal Tax Return, US. Treasury Department Form 941;
d. "Minority" includes:
(1) Black (all) persons having origins In any of the Black African racial groups not of
Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or
other Spanish culture or origin regardless of race);
(3) Asian and Pacific Islander (all persons having origins in any of the original peoples of
the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins in any of the original
peoples of North America and maintaining identinable tribal affiliations through membership
and participation or community identification).
2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any
construction trade, it shall physically Include in each subcontract in excess of $10,000 the provisions of these
specifications and the Notice which contains the applicable goals for minority and female participation and
which is set forth in the solicitations from which this contract resulted.
3. If the contractor is participating (pursuant to 41 CFR 6045) in a Hometown Plan approved by the US.
Department of Labor in the covered area either individually or through an association, its affirmative action
obligations on all work in the Pian area (including goals and timetables) shall be in accordance with that Plan
for those trades which have unions participating In the Plan. Contractors shall be able to demonstrate their
participation in and compliance with the provisions of any such Hometown Plan. Each contractor or
subcontractor participating in an approved plan is individually required to comply with Its obligations under
the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it
has employees. The overall good faith performance by other contractors or subcontractors toward a goal in
an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts
to achieve the Plan goals and timetables.
4. The contractor shall Implement the specific affirmative action standards provided in paragraphs 7a through
7p of these specifications. The goals set forth In the solicitation from which this contract resulted are
expressed as percentages of the total hours of employment and training of minority and female utilization the
contractor should reasonably be able to achieve In each construction trade in which it has employees in the
covered area. Covered construction contractors performing construction work in a geographical area when
they do not have a Federal or federally assisted construction contract shall apply the minority and female goals
(1192)
established for the geographical area where the work is being performed. Goals are published periodically
in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract
Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to
make substantially uniform progress in meeting Its goals in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the
contractor has a collective bargaining agreement to refer either minorities or women shall excuse the
contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated
pursuant thereto.
6. in order for the nonworking training bours of apprentices and trainees to be counted in meeting the goals,
such apprentices and trainees shall be employed by the contractor during the training period and the
11} contractor shall have made a commitment to employ the apprentices and trainees at the completion of their
training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training
programs approved by the US. Department of Labor.
7. Tire contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve
maximum results from its actions. The contractor shall document these efforts fully and shall Implement
affirmative action steps at least as extensive as the following.
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion
at all sites, and in all facilities at which the contractor's employees are assigned to work. The
contractor, where .possible, will assign two or more women to each construction project. The
contractor shall specifically ensure that all foremen, superintendents, and other onsite
supervisory personnel are aware of and carry out the contractor's obligation to maintain such
a working environment, with specific attention to minority or female individuals working at
such sites or in such facilities.
b. Establish and maintain a current list of minority and female re miitment sources, provide
written notification to minority and female recruitment sources and to community
organizations when the contractor or its unions have employment opportunities available, and
maintain a record of the organizations' responses.
c. Maintain a current file of the names, addresses, and telephone numbers of each minority
and female off -the -street applicant and minority or female referral from a union, a recruitment
source, or community organization and of what action was taken with respect to each such
individual. if such individual was sent to the anion hiring hall for referral and was not
referred back to the contractor by the union or, if referred, not employed by the contractor,
this shall be documented in the file with the reason therefore along with whatever additional
{ actions the contractor may have taken.
(7192)
s
d. Provide immediate written notification to the Director when the union or unions with which
the contractor has a collective bargaining agreement has not referred to the contractor a
minority person or female sent by the contractor, or when the contractor has other
Information that the union referral process has impeded the contractor's efforts to meet its
obligations.
e. Develop on-the-job training opportunities and/or participate In training programs for the
area which expressly include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the contractor's employment needs, especially
those programs funded or approved by the Department of Labor. The contractor shall
provide notice of these programs to the sources compiled under 7b above.
E Disseminate the contractor's EEO policy by providing notice of the policy to unions and
training programs and requesting their cooperation in assisting the contractor in meeting its
EEO obligations; by including it in any policy manual and collective bargaining agreement;
by publicizing It in the company newspaper, annual report, etc.; by specific review of the policy
with all management personnel and with all minority and female employees at least once a
year, and by posting the company EEO policy on bulletin boards accessible to all employees
at each location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative action obligations
ander these specifications with all employees having any responsibility for hiring, assignment,
layoff, termination, or other employment decisions including spedbc review of these items with
onsite supervisory personnel such a superintendents, genal foremen, etc prior to the
Initiation of construction work at any job site. A written record shall be made and maintained
Identifying the time and place of these meetings, persons attending, subject matter discussed,
and disposition of the subject matter.
b. Disseminate the contractor's EEO policy externally by Including it in any advertising in
the news media, specifically including minority and female news media, and providing written
notification to and discussing the contractor's EEO policy with other contractors and
subcontractors with whom the contractor does or anticipates doing business.
L Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students; and to minority and female
recruitment and training organizations serving the contractor's recruitment area and
employment needs. Not later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any recruitment source, the contractor
shall send written notification to organizations, such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
J. Encourage present minority and female employees to recruit other minority parsons and
women and, where reasonable provide after school, summer, and vacation employment to
minority and female youth both on the site and in other areas of a contractor's workforce.
L Validate all tests and other selection requirements where there is an obligation to do so
under 41 CFR Part 60-3.
1. Conduct, at least annually, an inventory and evaluation at least of all minority and female
personnel, for promotional opportunities and encourage these employees to seek or to prepare
for, through appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments, and other personnel
practices do not have a discriminatory effect by continually monitoring all personnel and
employment related activities to ensure that the EEO policy and the contractor's obligations
under these specifications are being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that separate or
single user toilet and necessary changing facilities shall be provided to assure privacy between
the sexes.
o. Document and maintain a record of -all solicitations of offers for subcontracts from
minority and female construction .contractors and suppliers, including circulation of
solicitations to minority and female contractor associations and other business associations.
(1/9Z)
4
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under
the contractor's EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations which assist in ftulfWing one or more
of their affirmative action obligtt3ons (7a through p). The efforts of a contractor, association, joint contractor
union, contractor community, or other similar groups of which the contractor is a saember and participant,
may be asserted as Milling any one or more of its obligations ander 7a throogh p of these specifications
provided that the contractor actively participates in the group, makes every effort to assure that the group has
a positive impact on the employment of minorities and women In the Industry, ensures that the concrete
benefits of the program are reflected in the contractor's minority and female wort force participation, makes
` a good faith effort to mat its Individual goals and timetables, and can provide access to documentation which
demonstrates the effectiveness of actions taken on behalf of the contractor. ?be obligation to comply, however,
is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's
noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. 7be contractor,
however, is required to provide equal employment opportunity and to take affirmative action for all minority
groups, both male and female, and all women, both minority and nonminority. Consequently, if the particular
group is employed in a substantially disparate manner (for example, even though the contractor has achieved
its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority
group of women is underutilized.
10. The contractor shall not use the goals and timetables or of irmative action standards to discriminate
against any person because of race, color, religion, sex, or national origin.
..ti
11. The contractor shall not enter into any subcontract with any person or firm debarred from Government
contracts pursuant to Executive Order 11246.
12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the
Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may
be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by
the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions
and penalties shall be in violation of these specifications and Executive Order 11246, as amended.
I3. The contractor, in fulfilling Its obligations under these specifications, shall implement specific affirmative
3 action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as
to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails
to comply with the requirements of the Executive Order, the implementing regulations, or these specifications,
the Director shall proceed in accordance with 41 CFR 60-4.8.
14. The contractor, shall designate a responsible official to monitor all employment related activity to ensure
that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may
be required by the Government, and to keep records. Records shall at least include for each employee, the
name, address, telephone number, construction trade, union affiliation if any, employee identification number
when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer),
dates of changes In status, hours worked per week In the indicated trade, rate of pay, and locations at which
the work was performed. Records shall be maintained in an easily understandable and retrievable form;
however, to the degree that existing records satisfy this requirement, contractors shall not be required to
maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon the application of requirements for the hiring of local or
other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
I
CONTRACTUAL RFQUIRF'ACKNTS PURSUANT TO
CIM RIGHTS ACT OF 1961, TQiE VI
(49 GFR PART 21)
During the performance of this contract, the contractor, for ftse K its assignees and successors in interest
(hereinafter referred to as the 'contractor') agrees as follows:
1. Compliance with Regulations. The emntrad w shall comply with the Regulations relative to
nondiscrimination in federally assisted programs of the Department of Transportation
(hereinafter, •DOT) Title 49, Code of Federal Regulations, Part 21, as they may be amended
from time to time (hereinafter referred to as the Regulations), whkh are herein incorporated
by reference and made a part of this contracL
2. Nondiscrimination. The contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, or national origin in the
selection and retention of subcontractors, including procurements of materials and leases of
equipment. The contractor shall not participate either directly or indirectly in the
discrimination prohibited by section 21.5 of the Regulations, including employment practices
when the contract covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all
solicitations either by competitive bidding or negotiation made by the contractor for work to
be performed under a subcontract, induding procurements of materials or leases of equipment,
each potential subcontractor or supplier shall be notified by the contactor of the contractor's
obligations under this contract and the Regulations relative to nondiscrimination on the
grounds of race, color, or national origin.
4. Information and Reports. The contractor shall provide all information and reports required
by the Regulations or directives issued pursuant thereto and shall permit access to its books,
records, accounts, other sources of information, and its facilities as may be determined by the
Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance
with such Regulations, orders, and instructions. Where any information required of a
contractor Is in the ezdusive possession of another who fails or refuses to furnish this
information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and
shall set forth what efforts it has made to obtain the information.
S. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the sponsor shall impose such contract
sanctions as it or the FAA may determine to be appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part
6. Incorporation of Provisions. The contractor shall indude the provisions of paragraphs 1
through S in every subcontract, induding procurements of materials and leases of equipment,
unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall
take such action with respect to any subcontract or procurement as the sponsor or the FAA
may direct as a means of enforcing such provisions including sanctions for noncompliance.
Provided, however, that in the event a contractor becomes involved in, or is threatened with,
(2/92)
(2/q2)
i
t
2
litigation with a subcontractor or supplier as a result of sacb direction, the contractor may
request the Sponsor to enter into soccb litigation to protect the interests of the sponsor and,
In addition, the contractor may request the Ualted States to enter into such litigation to
protea the interests of the United States.
TER11 MUnON OR CONTRACT
(49 CFR PART 12)
I- The Sponsor may, by written notice, terminate this contrad In whole or is part at any time, either
for the Sponsor's convenience or because of failure to fblfiil the contract obligations. Upon receipt of such
notice services shall be Immediately discontinued (unless the notice directs otherwise) and all materials as may
have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor.
2. U the termination is for the convenience of the Sponsor, an equitable adjusb ust in the contract
price shall be made, but no amount shall be allowed for anticipated profit on unperformed services.
3. U the termination is due to failure to fWM the contractor's obligations, the Sponsor may tame over
the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall
be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby.
4. If, afar notice of termination for failure to thifill contract obligations, it is determined that the
contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the
Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this
clause.
S. The rights and remedies of the sponsor provided in this clause are in addition to any other rights
and remedies provided by law or under this contract.
(21192)
l
SEM -ON I
WN AMERICAN - OMM AND MANUFACTURED
PRODUCTS FOR CONSTRUCTION CON 7 ACTS
(Avbdm 9dd7 aced C*PW* EMPOslian Ad 119%)
(a) The Contractor agues that only domestic steel and manufactured products will be used by the Contractor,
subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below.
(b) The following terms apply to this clause:
1. Steel and manufactured products. As used in this clause, sted and maoubctured products include
(1) those produced in the United States or (2) a manufactured product produced in the United States,
if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent
of the cost of all its components and final assembly has taken place in the United States.
2. Components. As used in this clause, components means those articles, materials, and supplies
incorporated directly into steel and manufactured products.
3. Lost of Comuonents. This means the cost for production of the components, exclusive of final
assembly labor costs.
(1/92)
MADVANTAGED BUSINESS ENISRPRISE CONTRACT PROVMMS
(0 CFR PAIN' 23)
PART A
Policy. It is the policy of the Department of Transportation (DOI) that diasdvantagrd business enterprises
as defined In 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of
contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE
requirements of 49 CFR Part 23 apply to this agreement.
DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49
CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts
financed in whole or in part with Federal funds prodded under this agruaent. In this regard all contractors
shall take all necessary and reasonable steps in accordance with 49 CFR Put 23 to ensure that disadvantaged
business enterprises have the maximum opportunity to compete for and perform contracts. Cou&actors shall
not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -
assisted contracts.
Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby
notified that failure to carry out the DOT policy and the DBE obligation, as set forth above, shall constitute
a breach of contract which may result in termination of the contract or such other remedy as deemed
appropriate by the owner.
Subcontract Clauses.
All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts
which offers further subcontracting opportunities.
PART B
It is further understood and agreed:
The award procedure for this solicitation will include the selection criteria of 49 CFR Part
23AS(i) to ensure that prime contracts are awarded to competitors that mat Disadvantaged
Business Entrprise (DBE) goals.
Notification is hereby given that DBE goals are established for this prime contract. The goal
for firms owned and controlled by socially and economically disavantaged individuals is
-9.0 percent of the dollar value of this contract
After opening bids, the apparent successful bidder will be required to submit the names and addresses
of the DBE firms that will participate in the contract along with a description of the work to be
performed by each named firm and the dollar value for each contract (subcontract). If the responses
do not clearly show DBE participation will meet the goals above, the apparent successful bidder must
must provide documentation clearly demonstrating, to the satisfaction of the airport sponsor, that it
made good faith efforts in attempting to do so and that meeting said goals is not reasonably possible.
A bid that falls to meet these requirements will be considered nonresponsive.
Agreements between bidder/proposer and a DBE in which the DBE promises not to provide sub-contractfng
quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith
effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor.
The bidder shall establish and maintain records and submit regular reports, as required, which will identify
and assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts.
(2/92)
i
,
BID SUBMITTAL
f
ft.
_i
BID SUBMITTAL
UNIT PRICE BID CONTRACT
`71
DATE: September 25, 2001
oROJECT NUMBER: #213-011RS - ENTRANCE ROAD & CANOPY IMPROVEMENTS
V.id ofS ndi aConstri�r -t i on, Tnr• (hereinafter called Bidder)
o the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
gentlemen:
he Bidder, in compliance with your Invitation to Bid for the construction of a ENTRANCE ROAD & CANOPY
VIPROVEMENTS, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all
ther related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding
ie construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor,
iaterials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
Within the time set forth therein and at the price stated in Exhibit "A".
"he bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated in
:xhibit "A" of this bid.
S
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
y Notice to Proceed" of the Owner and to fully complete the project within 180 (ONE HUNDRED EIGHTY) consecutive
;.J :alendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to
-)ay to Owner as liquidated damages the sum of $300 (THREE HUNDRED DOLLARS) for each consecutive calendar day
i excess of the time set forth herein above for completion of this project, all as more fully set forth in the general
:onditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
-istruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
)idding.
The Bidder agrees that this bid shall be good and, may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
flans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
:ommence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
vhich he has bid; as provided in the contract documents.
1
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of 5% Dollars
($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of
receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
y' .locuments made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid
price. THEREFORE, ANY CORRECTIONS TO THE BID
PRICE MUST BE MADE ON THE BID SUBMITTAL FORM
PRIOR TO BID OPENING.
(this corporation has no seal)
Seal if Bidder is a Corporation)
' ATTEST:
Secretary
�., 3idder acknowledges receipt of the following addenda:
addenda No. 1 Date 9-14-01
addenda No. Date
addenda No. Date
addenda No. Date
111WBE Firm:- Woman
His ani(
Ame
Date: September 25, 2001
7 ,
ALA-horize6signbiure
Greg M. Durbin
(Printed or Typed Name)
Sandia Construction, Inc.
Company
2723 81st Street
Address
Lubbock Lubbock
City, y
Texas C 79423
State Zip Code
Telephone: 806 - 745-9450
Fax: 806 - 745-9420
Fidelity and Guaranty Insurance Underwriters, Inc.
Baltimore, Maryland
A Stock Company
Bid Bond
Bond Number - - - - - - - - - - - - - - - - -
Know All Men By These Presents:
That SANDIA CONSTRUCTION, INC.
-----------------------------------------------------------
----_--_---_--.of LUBBOCK,TEXAS
--------------- - - - - ---------------------------
---------------------------------------- ,as Principal, and the other undersigned, as Surety, are
held and firmly bound unto CITY OF LUBBOCK
------------------------
as Obligee, in the full and just sum of FIVE PERCENT OF THE GREATEST AMOUNT BID----------------------------
----------------------------------------------------------- --------------- ----------------
-----------------------------------�5%�-------------------------------------- _ Dollars,
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.
Whereas, the said Principal is herewith submitting its proposal
ENTRANCE ROAD AND CANOPY IMPROVEMENTS
i The Condition Of This Obligation is such that if the aforsaid Principal shall be awarded the contract the said
Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the
performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will
pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the
Obligee legally -contracts with another party to perform the work if the latter amount be in excess of the -former, but in no event
shall liability hereunder exceed the penal sum hereof.
Signed, sealed and delivered SEPTEMBER 25, 2001
(Date)
1
Contract 500 (8-94)
SA IA CONSTRUCTION, JN _ --------- (Seal)
�J <
-7 �s--- ------------- (Seal)
Fideli and Guaranty Insurance Underwriters, Inc.
(a Wisconsin Corporation)
KEVIN J. D , Attomey-in-fact
f
DeSlftl
POWER OF ATTORNEY
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Power of Attorney No. 22356
United States Fidelitc and Guaranty Company
Fidelity, and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No. �-
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company, is a corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation dulyorganized under the laws of the State of Maryland. and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters. Inc. is a corporation duly organised under the laws of the State of Wisconsin (herein c•ollectiveh' called the "Companies"), and that the Companies do
hereby make, constitute and appoint
Kevin J. Dunn, Fred Davis, Cara Hancock and Harold Binggeli
Lubbock Texas
of the City of , State , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this 12th day of January 2001
Seaboard Surety Company United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance Company Fidelity, and Guaranty Insurance Underwriters, Inc.
St. Paul Mercury Insurance Company
SLL4Etr H1 o�*'�..�MSp9 "---i; 4�3rY'�'YO
//O°�ooarow�r':
�\Sfi1LL'i N t896 X977 g y951 JOHN F. PHINNEY. Vice President
q� gyp•~ >G��LF
ane++id' 'is':x+a `.r.........��,.'
State of Maryland
City of Baltimore THOMAS E. HUIBREGTSE. Assistant Secretary
On this 12th day of _ _ January 2001 before me, the undersigned officer, personally appeared John F. Phinney and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company. St. Paul Fire and
'shrine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, united States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters, Inc.: and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies: and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
40�GGt• �Y�
In Witness Whereof, I hereunto set my hand and official seal. m &0a Y
My Commission expires the 13th day of July, 2002. �o9E on t yo
86203 Rev. 7-2000 Printed in U.S.A.
REBECCA EASLEY-ONOKALA. Notary Public
j
"EXHIBIT A"
BID SUBMITTAL
BID NO. 213-01/RS
CITY OF LUBBOCK, TEXAS
LUBBOCK INTERNATIONAL AIRPORT
ENTRANCE ROAD AND CANOPY IMPROVEMENTS
2 G , 2001
TO: The Mayor and City Council
City of Lubbock
Lubbock, Texas
Gentlemen:
Pursuant to the foregoing Notice To Bidders, the undersigned Bidder hereby proposes to do all
work and furnish all necessary superintendence, labor, machinery, equipment, tools, and materials, and
whatever else may be necessary to complete all work upon which he bids, as provided by the attached
specifications and shown on the plans, and binds himself on acceptance of this proposal to execute a Contract
and Bonds according to the accompanying forms, for performing and completing the said work within the
time stated, and furnishing all required guarantees, for the following prices to -wit:
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
BASE BID
1. 1 Contractor mobilization including insurance, bid
LS bond, performance bond, move -in and move -out .
costs, for the lump sum price of:
Dollars
and Cents ($ 1 I , om - )
The total amount for Item 1 consists of: $ t
Materials: $
Labor
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 1
08/01
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
2. 1 Restroom facility, including the structure,
LS plumbing, mechanical and electrical work and
other related items of work for the lump sum
price of:
Dollars
ao
and Cents ($�J 7a )
The total amount for Item 2 consists of: $ �85,7A_
Materials: $ 00 d
Labor 7-B r
3. 1 Traffic control and barricading; complete, for the
LS lump sum price of:
Dollars
and Cents ($
The total amount for Item 3 consists of:
Materials: $
Labor $
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 2
08/01
�J
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
4. 50 Remove and dispose of existing bituminous
SY surface and granular base course material,
complete, for the unit price per square yard of:
Dollars
and Cents ($ 2 I
The total amount for Item 4 consists of.-
Materials:
f:Materials: $ —' )
Labor
5. 105 Remove and dispose existing 30" concrete curb
LF and gutter, complete, for the unit price per linear
foot of:
-,?4n�.
PROP -3
Dollars
and Cents
The total amount for Item 5 consists of:
Materials: $ _
Labor $ 2-5,O
6. 1,480
Excavation, grading and subgrade preparation,
SY
complete, for the unit price per square yard of:
Dollars
and Cents ($_ ,� 9 )
The total amount for Item 6 consists of:
_
Materials: $ '
Labor $
01272201
"EXHIBIT A" BID SUBMITTAL
08/01
-,?4n�.
PROP -3
1
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
7. 2,018 Excavation and grading in unpaved areas,
SY complete, for the unit price per square yard of:
Dollars
and Cents ($ 1 .Li 2—
The
The total amount for Item 7 consists of:
Materials: $ ,
rr ,W'Labor $ 1 D F7
Sa 1,375
Flexible base course, 8 -inch thickness, complete,
SY
for the unit price per square yard of:
Dollars
and Cents ($ y () }
The total amount for Item 8 consists of:
$
Materials: $ lc). C11 3
_
Labor $_�
a. 104
Hot mix asphaltic concrete pavement, Type C,
TON
2 -inch thick, complete in place for the unit price
b
per ton of:
r
Dollars
and Cents
The total amount for Item 9 consists of:
$ 7-15
Materials: $ � �j0
a
Labor $
01272201
"EXHIBIT A" BID SUBMITTAL
PROP - 4
— O3/01
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
10. 275 Bituminous prime coat applied at the rate of 0.30
GAL gallons/square yard, complete, for the unit price
per gallon of:
11. 95
GAL
01272201
08/01
Dollars
and Cents ($ ,-n )
The total amount for Item 10 consists of:
Materials:
Labor $ �Gjd
Bituminous tack coat applied at the rate of 0.10
gallons/square yard, complete, for the unit price
per gallon of:
Dollars
and Cents ($
The total amount for Item 11 consists of:
Materials: $ (-6(3
Labor $ �n,
"EXHIBIT A" BID SUBMITTAL PROP - 5
l
7
l
J
7
7
.1
3
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
12. 100 Miscellaneous concrete slabs, 6 -inch thickness,
SY complete in place, for the unit price per square
yard of:
Dollars
�.o
and Cents ($ �� )
The total amount for Item 12 consists of:
Materials: $ 2=27 @'Q
Labor $ l j oo �
13. 110 Concrete sidewalk, 4 -inch thickness, including 2"
SY sand pad complete in place, for the unit price per
square yard of:
Dollars
LAO
and Cents ($ )
The total amount for Item 13 consists of: $ Q '
Materials: $ L�
Labor $ I z o
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 6
08/01
Item Quantity
No. & Unit
Description of Item and Unit Price
Total Amount
14. 915
Concrete curb and gutter, 30 -inch section,
LF
complete in place, for the unit price per linear
foot of:
Dollars
and Cents ($ C) '' )
The total amount for Item 14 consists of:
Materials: $ L1,�50
Labor $ Ll � .)
15. 1
Handicap accessible ramp, complete in place, for
LS
the lump sum price of:
Dollars
and Cents ($_ bCX) )
The total amount for Item 15 consists of:
$ CUM
Materials: $ 5�
Labor $ GoD'
16. 1
Miscellaneous removal and replacement,
LS
complete, for the lump sum price of:
Dollars
and Cents ($ 013 )
The total amount for Item 16 consists of:
$ '
Materials: $ J�V
Labor $
01272201
"EXHIBIT A" BID SUBMITTAL
PROP - 7
08/01
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
17. 1,000 Traffic marking, 4 -inch wide, complete, for the
LF unit price per linear foot of.
18
19
Dollars
and Cents ($ �� )
The total amount for Item 17 consists of: $
Materials: $
Labor $ (�
1 Miscellaneous signage, as per plans and
LS specifications, complete, for the lump sum price
of:
Dollars
and Cents
The total amount for Item 18 consists of: $ �'
Materials: $ 2—,000
Labor
2 Furnish and install pipe bollards, complete in
EA place, for the unit price per each of:
Dollars
and Cents r,, )
The total amount for Item 19 consists of: $
Materials: $
Labor $ 60-0
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 8
08/01
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
20. 1 Irrigation system modifications, complete, for the
LS lump sum price of:
Dollars
and Cents ($
The total amount for Item 20 consists of:
Materials: $ , DUD
Labor $
21. 20 Bore beneath existing pavement and install
LF 8 -inch steel casing for waterline, complete in
place, for the unit price per linear foot of:
22
01272201
08/01
Dollars
and Cents ($ j (2 )
The total amount for Item 21 consists of:
Materials: $ 1 3Lf 0 '
Labor
20 Waterline, 2 -inch, Schedule 80 PVC, installed in
LF casing, complete in place, for the unit price per
linear foot of:
Dollars
I
and Cents
The total amount for Item 22 consists of:
Materials: $ ' (j
Labor $ t 00
"EXHIBIT A" BID SUBMITTAL
$ 2�0
I Z07�7
1
1
l
l
l
I
'J
7
7
1
I
7
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
23. 245 Waterline, 2 -inch, Schedule 80 PVC, in trench,
LF complete in place, for the unit price per linear
foot of:
Dollars
and Cents ($ 12-.2,6 )
The total amount for Item 23 consists of: $
Materials: $
T
Labor $
24. 1 Wet connection including 6" x 2" service saddle,
EA 2" flexible coupling and corporation stop,
complete in place, for the unit price per each of:
Dollars
and Cents ($ 4�_ )
The total amount for Item 24 consists of: $ '
Materials:
Labor $ I g 0
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 10
O8/01
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
25. 50 Bore (on grade) beneath existing pavement and
LF install 12 -inch steel casing for sewer line,
complete in place, for the unit price per linear
foot of:
Dollars
and Cents ($
The total amount for Item 25 consists of: $
Materials: $ 0
Labor $ 2 b
26. 3 Furnish and install standard manhole, 0-6' depth,
EA including foundation, ring and cover, complete in
place, for the unit price per each of:
Dollars
and Cents ($ 13 )
The total amount for Item 26 consists of:
Materials: $ "J 1 Soo
Labor $ 3,%yV
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 11
08/01
D
J -
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
27• 1 Furnish and install additional depth of standard
VF manhole, complete, for the unit price per vertical
foot of:
Dollars
and Cents ($ 110
)
The total amount for Item 27 consists of:
Materials: $ k)
Labor $ t , 0,
28. 1 Connect to existing manhole, complete in place,
EA for the unit price per each of:
Dollars
and
Cents ($ hZO )
The total amount for Item 28 consists of:
Materials: $ 32 � r
Labor $ 250 '
29. 50 Sanitary sewer line, approved type, 6 -inch,
LF installed in casing, complete in place, for the unit
price per linear foot of:
Dollars
and Cents ($ 2-C •Z0 )
The total amount for Item 29 consists of:
Materials: $ 15\ C) Labor $ 15\ C
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 12
08/01
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
30. 80 Sanitary sewer line, 6 -inch, approved type, 0 - 5'
LF depth, complete in place, for the unit price per
linear foot of:
31
32.
01272201
08/01
Dollars
"0
and Cents ($ )
The total amount for Item 30 consists of: $ �j
Materials: $ 12-00
Labor $ _�-{ 010
620 Sanitary sewer line, 6 -inch, approved type, 5 - 8'
LF depth, complete in place, for the unit price per
linear foot of:
Dollars
and Cents ($ ?j .55 )
The total amount for Item 31 consists of:
Materials: $ 16j b
Labor $
620 Trench safety system, 5'-8' depth, complete in
LF place, for. the unit price per linear foot of:
Dollars
and Cents ($ 3 )
The total amount for Item 32 consists of: $
Materials: $ �o '
n �
Labor $ I � 0
"EXHIBIT A" BID SUBMITTAL PROP - 13
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
33. 9 Remove and relocate existing trees (6" diameter
EA trunk or smaller), as per plans and specifications,
complete, for the unit price per each of:
34.
r r Dollars
and Cents
The total amount for Item 33 consists of:
Materials:
Labor $ �E 60D
2 Remove and relocate existing trees (8" diameter
EA trunk or larger), as per plans and specifications,
complete, for the unit price per each of:
Dollars
and Cents (S
The total amount for Item 34 consists of: $ (DO
Materials: $ f�
Labor $
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 14
08/01
1
Item Quantity
No. & Unit Description of Item and Unit Price
Total Amount
3� 3,044 Reseed and er fertilize, as
SY p plans and
specifications, complete in place, for the unit
price per square yard of:
Dollars
and Cents
The total amount for Item 35 consists of. $ Z
Materials: $7
Labor $
36. 1 Exterior lighting, as per plans and specifications,
LS complete, for the lump sum price of:
Dollars
and Cents
The total amount for Item 36 consists of:
Materials:
Labor
37. 1,040 Trenching and backfill for electrical conduits,
LF complete, for the unit price per linear foot of:
Dollars
and Cents
The total amount for Item 37 consists of:
Materials:
Labor
01272201 "EXHIBIT A" BID SUBMITTAL
O8/01 PROP - 15
1
Item
Quantity
No.
& Unit
Description of Item and Unit Price
Total Amount
38.
176
SZ'
Remove and repair hot mix asphalt concrete
pavement, complete in place, for the unit price
per square yard of:
Dollars
and Cents ($ �j 0
The total amount for Item 38 consists of:
_
Materials:
'._
Labor $
39.
3,040
PVC conduit, 3 -inch, complete in.place, for the
^+
LF
unit price per linear foot of:
Dollars
and Cents ($ 14 �
The total amount for Item 39 consists of:
Materials: $
Labor $ ,(`SC
40.
1,460
PVC conduit, 2 inch, complete in place, for the
LF
unit price per linear foot of:
ti
Dollars
and Cents ($
The total amount for Item 40 consists of:
$
�
Materials: $ 1 `"-10 r
Labor $ 2 00 r
01272201
08/01
"EXHIBIT A" BID SUBMITTAL
PROP - 16
n
G
Dollars
and Cents ($
{.` The total amount for Item 43 consists of:
r:
—_ Materials: $
Labor $
$ 2-11500 ,
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 17
08/01
Item
Quantity
No.
& Unit
Description of Item and Unit Price
Total Amount
41.
11
Electrical Pull Boxes, complete in place, for the
EA
unit price per each of.
Dollars
and Cents
The total amount for Item 41 consists of:
$ C)C)
Materials: $
Labor $
42.
1
Signal/Communication modifications as per
LS
specifications and drawings, complete, for the
lump sum price of:
Dollars
and Cents ($__�_� ,9? ()n )
The total amount for Item 42 consists of:
$�
Materials: $ (0.900
Labor $ , ooh
43.
350
Bore beneath existing pavement and install
LF
12 -inch casing, complete in place, for the unit
l
price per linear foot of:
Dollars
and Cents ($
{.` The total amount for Item 43 consists of:
r:
—_ Materials: $
Labor $
$ 2-11500 ,
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 17
08/01
Item Quantity
No. & Unit Description of Item and Unit Price Total Amount
44. 50 Bore beneath existing pavement and install 8 -inch
{ . LF casing, complete in place, for the price per linear
foot of:
Dollars
and Cents ($__23a:_)
The total amount for Item 44 consists of:
Materials: $
Labor $ 7 is"
45. 1 Electrical work at terminal building, complete in
LS place, for the lump sum price of:
Dollars
and Cents ($ 1 L41 b?— )
The total amount for Itein 45 consists of:
Materials: $
Labor $ �7
$ II,lic)0
$ I 1� bL2,
TOTAL BASE BID (Items 1 through 45, inclusive) $ m3
Breakdown of Materials and Labor incorporated into the project:
• Total Materials to be incorporated into the project
• Total Labor, superintendence, equipment, supplies, etc., as necessary to
construct the project.
TOTAL BID (must agree with total Base Bid above)
01272201 "EXHIBIT A" BID SUBMITTAL
' 08/01
$JJ
WZ
PROP - 18
Item Quantity.
No. & Unit Description of Item and Unit Price Total Amount
ADDITIVE OPTION A - LANDSCAPING
Al 12 Furnish and install trees (4" TRUNK
EA DIAMETER Cedar Elm Olmo) as per plans and
specifications, complete in place, for the unit
price per each of:
Dollars
and Cents ($__�(��.�i`f )
The total amount for Item Al consists of: $ cj SoC'
Materials
Labor $ '2— LOAD
A2 105 Furnish and install shrubs (Nellie R. Stevens,
EA 5 -gallon size) as per plans and specifications,
complete in place, for the unit price per each of:
Dollars
and Cents ($ _ _ �( )
The total amount for Item A2 consists of:;00o
$
Materials $
Labor $ ! W 7
TOTAL ADDITIVE OPTION A
(Items Al and A2) $ q5co
Breakdown of Materials and Labor incorporated into Additive Option A:
• Total Materials to be incorporated into Additive Option A $ (�
■ Total Labor, superintendence, equipment, supplies, etc., as necessary to
--construct Additive Option A. $
lK TOTAL ADDITIVE OPTION A (must agree with total shown above) $ jC6
01272201 "EXHIBIT A" BID SUBMITTAL PROP - 19
08/01
CITY OF LUBBOCK, TEXAS
LUBBOCK INTERNATIONAL AIRPORT
ENTRANCE ROAD AND CANOPY IMPROVEMENTS
BID SUMMARY
SUBTOTAL BASE BID
(Items 1 through 45, inclusive)
SUBTOTAL ADDITIVE OPTION "A"
(Items Al through A2, inclusive)
TOTAL BASE BID AND ADDITIVE OPTION "A"
01272201
08/01
"EXHIBIT A" BID SUBMITTAL
PROP - 20
G :�
1.
2.
3.
5.
S.
7.
9.
0.
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
❑ ff
❑ a
❑ 12
c' In
❑
❑ ❑
Note: Bidders/Offerors shall provide in formation required in Section 32.3, General Instructions to bidders either on
this form or separately on company letterhead, attached to this form.
3
'f
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid SubmittE
the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
*eviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
_ubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock,
urnish a valid insurance certificate to the City meeting all of the requirements defined in this bid:
C
�ontrac r (Signature)
Greg M. Durbin
Contractor (Print)
-ONTRACTOR'S FIRM NAME: Sandia Construction, Inc.
' (Print or Type )
NORKER'S COMPENSATION EXPERIENCE RATING: '96
=or states that do not participate in the National Council on Compensation Insurance Rating, attach a letter from your insurance
;ompany that verifies their worker's compensation rating is equivalent to the National Council on Compensation Insurance rating.
CONTRACTOR'S FIRM ADDRESS: 2723 81 st Street
Lubbock, TX 79423
JMame of Agent/Broker: Gallagher-Inwest Group
4ddress of Agent/Broker: 2727 81 st Street
City/State/Zip:
Lubbock TX 79423
Agent/Broker Telephone Number: 806 785-1988
Agent/Broker Email Address:
Date: September 25, 2001
III
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid and award
the contract to another contractor. If you have any questions concerning these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #213-01/RS - ENTRANCE ROAD & CANOPY IMPROVEMENTS
4
7
7
7
7
1
PAYMENT BOND
BOINID CHECK
�-
BEST RATING A
LICENSED Ey TEXAS
DATE qILYLat By _�
Bond No. SA 4437
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 (a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that SANDIA CONSTRUCTION, INC. (hereinafter
called the Principal(s), as Principal(s), and
FIDELITY & GUARANTY INSURANCE UND
INC.
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of FOUR HUNDRED SEVENTY SIX THOUSAND FOUR HUNDRED THIRTY NINE AND 371100 ------------
Dollars ($ 476,439.37 )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 8TH day of
NOVEMBER , 2001 , to BID #213-01/LR - ENTRANCE ROAD & CANOPY IMPROVEMENTS
a
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
28TH day of NOVEMBER 2001
FIDELITY & GUAkANTY_INSURANCE UNDERWRITERS INC.
Surety
*By: r
KEVIN J. D� N, Attorney -In -Fact
SANDIA CONSTRUCTION, INC.
Principal
By.
(Title)
By:
(Title)
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates KEVIN J. DUNN _ an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
FIDELITY & GUARANTY INSURANCE UNDERWRITERS, INC.
Surety
By:
KEVIN J. DUNN )Attorney -In -Fact
Approved as to form:
City of Lubbock
C* 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.
J
7heS?PdUl
Power of Attorney No.
POWER OF ATTORNEY
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
21509
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No. 6 2 0 4 5 4
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do
hereby make, constitute and appoint
Kevin J. Dunn, Fred Davis and Cara Hancock
Lubbock
Texas
of the City of , State , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in, any actions or proceedings allowed by law.
1 11 -''< 1, , uary 2000
IN WITNESS WHEREOF, the Companies have caused this instrument to'besigned and sealed this 18tH Jan day of
Seaboard Surety Company
St. Paul Fire and Marine Insurance' Company
St. Paul Guardian Insurance Company_
St. Paul Mercury Insurance Company
Ig�9'nETY O`,,N 'MSGN QJPY.1NSYgy1 1` �yl�._
* � a nui �it0.c`R�)�m FiWPPONSlfni q�,.�.�`OO
1927 1' � i lass � 1977
Nf ��;SEAL `o"! 3S8ALj� 0. t g
State of Maryland
City of Baltimore
rated States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
OR41FD
JOHN FF.PHINNEY, Vice President
THOMAS E. HUIBREGTSE, Assistant Secretary
On this 181d, day of January 2000 before me, the undersigned officer, personally appeared John F. Phinney and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
�GCp r'0
In Witness Whereof, I hereunto set my hand and official seal. e�m pCT4 y
y Ue</C
My Commission expires the 13th day of July, 2002. f yo�f azx �o
86203 Rev. 7-2000 Printed in U.S.A.
REBECCA EASLEY-ONOKALA, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attorneys) -in -Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force
and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand this 26th day of November 2001
exj,�4*�!
19 1951�>„ ; Thomas E. Huibregtse, Assistant Secretary
,.� .
To verify the authenticity of this Power of Attorney, call I-800-f?4.38,80 and ask fi& the�gwer of Alt rney clerk. Please refer to the Power of Attorney number,
the above-named individuals and the details of the bond to which the power is attacher t
N .;
t�
PERFORMANCE BOND
EMMD- CHECK
9EJTRATING
LICENIS ED 114 TEXAS
Bond No. SA 4437
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 SANDIA CONSTRUCTION, INC.
'(hereinafter called the Principal(s), as Principal(s), and
FIDELITY & GUARANTY INSURANCE UNDERWRITERS, INC.
(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 FOUR HUNDRED SEVENTY SIX THOUSAND FOUR HUNDRED THIRTY NINE AND 371100 -----------
Dollars ($476,439.37 ) 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 8TH day of
NOVEMBER , 2001 , to BID #213-0111-11 - ENTRANCE ROAD & CANOPY IMPROVEMENTS
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 26TH
day of NOVEMBER 2001
FIDELITY & GUARANTY INSURANCE UNDERWRITERS, INC. SANDIA CONSTRUCTION, INC.
Surety Prind alBy- 13 p
y. I
KEVI J. DU , , Attorney -In -Fact (Title)
By:
(Title)
By:
(Title)
J
.1
J
1
7
1
7
J
The undersigned surety company represents that it Is duly qualified to do business In Texas, and hereby
designates KEVIN J. DUNN an agent resident in Lubbock County to whom any requisite notices may be delivered and
on whom service of process may be had in matters arising out of such suretyship.
FIDELITY & GUARANTY INSURANCE UNDERWRITERS, INC.
Surety
* By:
"KEVIN J. DU Attorney -In -Fact
Approved as to Form
City of Lubbock
City Attorney
" Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
1
J
1
TheMbul
Power of Attorney No.
POWER OF ATTORNEY
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
21509
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No. 620455
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do
hereby make, constitute and appoint
Kevin J. Dunn, Fred Davis and Cara Hancock
Lubbock Texas
of the City of , State , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
,. 18th January 2000
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this day of
Seaboard Surety Company tl ti h '•.United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Mercury Insurance Company
Jy� * @33yRVOR,,>' lYr:• PPONgT � c,,{ yy.�,�
7 =u �`• 'tel �SEALr'3 N t896 '� 1977 1951 JOHN F. PHINNEY, Vice President
��• * S �t �S E A Ll�o
'Yr.., ..•r�+°
State of Maryland
City of Baltimore THOMAS E. HUIBREGTSE, Assistant Secretary
On this 18th day of Januwr 2000 before me, the undersigned officer, personally appeared John F. Phinney and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
m t7
In Witness Whereof, I hereunto set my hand and official seal. m p e q
4C
My Commission expires She 13th day of July, 2002. 9E C. JO REBECCA EASLEY-ONOKALA, Notary Public
86203 Rev. 7-2000 Printed in U.S.A.
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorneys) -in -Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force
and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand this 26th day of November 2001
54KiF1Y✓F O\�M INS.G OPS x54q�YA)
9270 EOIIYOII�jFq ,Q%tAlltiR�r� CnNMVWAM
�� 1977 / �.D��•�
A04 q "°_ td� Thomas E. Huibregtse, Assistant Secretary
To verify the authenticity of this Power of Attorney, call 1-800 IF4.3880 and askfor theX wer o Attorney clerk. Please refer to the Power of Attorney number,
the above-named individuals and the details of the bond to which, the power attacher`'
SUM Surety
IMPORTANT NOTICE:
Sk�To
obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
FAX # 1-512-475-1771
Your notice of claim against the attached bond may be given to the surety company that issued
the bond by sending it to the following address:
Mailing
Address: St. Paul Surety Claim
P.O. Box 4689
Federal Way, WA 980634689
Physical Address: St. Paul Surety Claim
31919 First Avenue South
Suite 100
Federal Way, WA 98003
You may also contact the St. Paul Surety Claim office by telephone at:
Telephone Number: 1-253-945-1545
PREMIUM
OR CLAIM DISPUTES:
If you have a dispute concerning a premium, you should contact the agent first. If you have a
s
dispute concerning a claim, you should contact the company first. If the dispute is not resolved,
you may contact the Texas Department of Insurance.
J4
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the attached
document.
�f
7
CERTIFICATE OF INSURANCE
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDDIYY)
POLICY NUMBER
11/20/2001
'RODUCER (91S)S70-34S6 FAX (91S)S70-3450
Gallagher Inwest
110 N. Marienfeld St.
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.
Suite 330
GENERAL LIABILITY
Midland, TX 79701
INSURERS AFFORDING COVERAGE
NSURED Sandia Construction, Inc.
2723 81st Street
Lubbock, TX 79423
INSURER A: Commercial Union Lloyds (CGU)
INSURERS: Commercial Insurance Co. (CGU)
INSURER C: General Accident Ins. Co. (CGU)
INSURER D: Fireman's Fund (McGee)
INSURER E:
FIRE DAMAGE (Any one fire) $ 100,000
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS:
ASR
-TR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MM/DD
POLICY EXPIRATION
DATE MMIDD
LIMITS
GENERAL LIABILITY
RR694831
02/17/2001
02/17/2002
EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE a OCCUR
FIRE DAMAGE (Any one fire) $ 100,000
MED ERCP (Any one person) $ S'000
A
PERSONAL & ADV INJURY $ 11000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY 7 PRO-
JECT LOC
PRODUCTS - COMPIOP AGG $ 2,000,000
AUTOMOBILE LIABILITY
X ANY AUTO
GRAGS3460
02/17/2001
02/17/2002
COMBINED SINGLE LIMIT
(Ea accident) $
B
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
BODILY INJURY $
(Per person) 11000,000
BODILY INJURY $
(Per accident)
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT $
ANY AUTO
OTHER THAN Fes. ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY
X OCCUR CLAIMS MADE
RDV03790
02/17/2001
02/17/2002
EACH OCCURRENCE $ 2,000,000
AGGREGATE $
B
$
DEDUCTIBLE
$
RETENTION $
$
C
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
RH180984
02/17/2001
02/17/2002
X TORY LIMITS ER
E.L. EACH ACCIDENT $ 11000,000
E.L. DISEASE - EA EMPLOYEd $ 1,000,000
E.L. DISEASE -POLICY LIMIT 1 $ 1,000,000
D
OTUIR
ul�tders Risk
I97702031
08/16/2001
08/16/2002
$5,000,000 at 7obsite
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
'roject: ITB #213-01/RS Entrance Road and Canopy Improvements
Aditional insured in favor of the certificate holder on the general liability and automobile
iability policies as required by written contract. Waiver of subrogation in favor of the certificate
+older on the workers compensation, general liability and automobile as required by written
:ontract.
� w��c f7VLNCR
CITY OF LUBBOCK
PO BOX 2000
LUBBOCK, TX 79457
ADDITIONAL INSURED; INSURER LETTER:
6AI IL,MLLA I IUN -
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS wR1TTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Ron Stroman, CIC/ASG ev" Uf n
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
J-1
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the
contractor knew or should have known, of any change that materially affects the provision of coverage of
any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19 -point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
2
1
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
+ reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
_l
�. (8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services. ❑
.� 3
7
i
F :
tFFt9':j
CONTRACT
r
J
.t
1
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 8th day of November, 2001 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Sandia Construction, Inc. of the City of Lubbock, County of Lubbock and the
State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #213-01/LR - ENTRANCE ROAD & CANOPY IMPROVEMENTS - $476,439.37
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Conditions of the Agreement.
The CONTRACTOR hereby agrees to commence work within five (5) days after the date written notice to do so shall
have been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
ATTEST:
Secretary
1ne
ROVED AST . NTENT:r's Representativ
a APPROVED AS TO FORM:
Ate, -�---
/
City Attorney
ATTEST:
Cor or e Secretary
CONTRACTOR:
D,
r3dy, a atlS/RU on/, -L ;C
—
By:
PRINTED NAME: 01-ry'eg
TITLE:_ _ �rC S 1 d Pry 7'
COMPLETE ADDRESS:
Sandia Construction, Inc.
2723 81St Street
Lubbock,Texas 79423
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
y 1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
l Lubbock, Texas.
j 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 SANDIA CONSTRUCTION, INC. who has agreed to perform the work embraced
in this contract, or their legal representative.
j 3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative, H. DAVID JONES, DEPUTY DIRECTOR, so designated who
will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as
may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
4, CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid Submittal
Form including "Exhibit A", Signed Contract, Statutory Bonds, General Conditions of the Agreement, Special
Provisions, Technical Specifications, Plans, insurance Certificate, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted, "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7.. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
f 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
1
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality and
free from material defects. 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.
i
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
f 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 ten (10) copies of all Plans and Specifications without expense to Contractor
and Contractor shall keep one copy of same consistently accessible on the job site. Additional sets of plans and
specifications may be purchased by Contractor at Contractor's expense for the price of $60.00 per set.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
` All lines and grades shall be furnished by the Contractor 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 Contractor 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 Contractor at
Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the authority
to -stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, -determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has; by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
a 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
r 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.
-A 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.
.J
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
_s men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the
time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any
such work found to be defective or not in accordance with the contract documents, regardless of the stage of its
completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has
previously accepted the work through oversight or otherwise. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be ;.:-covered 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.
3
f
22. DEFECTS AND THEIR REMEDIES
k
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
t
t The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
._i 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
i 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
w a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
! shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
' timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
5
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owner's Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than ten (10) calendar days prior to the opening of
bids.
26. RIGHT -OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
s
j expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
- are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
- Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided thirty (30) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
�# rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver..
The Contractor shall procure and cant' 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.
i
The insurance certificates furnished shall name the City of Lubbock as additional insured. It shall be the
contractors responsibility to provide to the owner all proof of coverage insurance documents including workers
compensation coverage for each subcontractor.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00
Combined Single Limit in the aggregate and $1,000,000.00 per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard AGG
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
Fire Damage (Any one Fire)
Property Damage
Pressurized Vessel Endorsement
Mobile Equipment Endorsement
B. Owner's and Contractor's Protective Liability Insurance.
t
�1
For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit in the
aggregate and $0 per occurrence. This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance.
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000.00 Combined Single Limit, to include all owned and non -owned
cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City of Lubbock is
to be named as additional insured on this policy for this specific job and copy of the endorsement doing so
is to be attached to the Certificate of Insurance.
E. Builder's Risk Insurance/Installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $0 on all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least statutory/ 500 000.00.
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 0406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
- 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
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
T showing extension of coverage, if the coverage period shown on the current certificate of
i 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.
.J
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
} Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
--� (b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
}i
1 (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
i 9
G.
(9) 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.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
10
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' 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 512/440-3789 to receive
information of the legal requirements for coverage, to verify whether your employer has
provided the required coverage, or to report an employer's failure to provide coverage;"
and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
J "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
l proper reprinting of classification codes and payroll amounts, and
1 that all coverage agreements will be riled 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
� 11
administrative penalties, criminal penalties, civil penalties, or
other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i) -(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in anv way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees,
harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in
any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and .
furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of
this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shal! remain
unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of tr:..contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
indebtedness.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
12
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
I design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
t agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
- Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
7 perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
j 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 $300 (THREE HUNDRED
DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially
completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
13
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and
is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor snail be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed_ length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
14
f
j 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,
r payment shall be for the actual amount of work done and materials furnished on the project.
,
1 39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without
limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
_J No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
�r 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
15
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final
completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(C) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. . CLAIM OR DISPUTE
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,
16
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the
acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and
constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
_. machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
=- In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. I_n case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. in case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
! Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
17
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. L' 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 acceptable to the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL PROVISIONS
In the event special provisions are contained herein as part of the contract documents and said special provisions
conflict with any of the general conditions contained in this contract, then in such event the special provisions shall
control. In the event there is a discrepancy between the specifications and the general conditions, the
specifications 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
18
i covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
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
n g or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
` ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
_J i gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
i
,A
19
No Text
GENERAL PROVISIONS
(FAA AC 150/5370-10A, STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS)
Section 10
Definition of Terms
Paragraph
10-01 AASHTO
10-02 Access Road
10-03 Advertisement
10-04 AIP
10-05 Air Operations Area
10-06 Airport
10-07 ASTM
10-08 Award
10-09 Bidder
10-10 Building Area
10-11 Calendar Day
10-12 Change Order
10-13 Contract
10-14 Contract Item (Pay Item)
10-15 Contract Time
10-16 Contractor
10-17 Drainage System
10-18 Engineer
10-19 Equipment
10-20 Extra Work
10-21 FAA
10-22 Federal Specifications
10-23 Inspector
10-24 Intention of Terms
10-25 Laboratory
10-26 Lighting
10-27 Major and Minor Contract Items
10-28 Materials
10-29 Notice to Proceed
10-30 Owner (Sponsor)
10-31 Pavement
10-32 Payment Bond
10-33 Performance Bond
10-34 Plans
10-35 Project
10-36 Proposal
10-37 Proposal Guaranty
10-38 Runway
10-39- Specifications
10-40 Structures
10-41 Subgrade.
10-42 Superintendent
10-43 Supplemental Agreement
10-44 Surety
10-45 Taxiway
10-46 Work
10-47 Working Day
J
Page
1
1
1
1
1
1
1
1
1
1
1
2
2
2
2
2
2
2
2
2
2
3
3
3
3
3
3
3
3
4
4
4
4
4
4
4
4
4
4
4
5
5
5
5
5
5
Section 20
Proposal Requirements and Conditions
Para rg aph
Page
20-01
Advertisement (Notice to Bidders) - Deleted
6
20-02
Prequalification of Bidders
6
20-03
Contents of Proposal Forms
6
20-04
Issuance of Proposal Forms
7
20-05
Interpretation of Estimated Proposal Quantities
7
20-06
Examination of Plans, Specifications and Site
7
20-07
Preparation of Proposal
8
20-08
Irregular Proposals
8
20-09
Bid Guarantee
9
20-10
Delivery of Proposal
9
20-11
Withdrawal or Revision of Proposals
9
20-12
Public Opening of Proposals
9
20-13
Disqualification of Bidders
9
Section 30
Award and Execution of Contract
30-01
Consideration of Proposals
11
30-02
Award of Contract
11
30-03
Cancellation of Award
11
30-04
Return of Proposal Guaranty
11
30-05
Requirements of Contract Bonds
12
30-06
Execution of Contract
12
30-07
Approval of Contract
12
30-08
Failure to Execute Contract
12
Section 40
Scope of Work
40-01 Intent of Contract 13
40-02 Alteration of Work and Quantities 13
40-03 Omitted Terms 13
40-04 Extra Work 14
40-05 Maintenance of Traffic 14
40-06 Removal of Existing Structures 15
40-07 Rights in and Use of Materials Found in the Work 16
40-09 Final Cleaning Up 16
Section 50
Control of Work
50-01
-Authority of -the -Engineer
18
50-02
Conformity with Plans and Specifications
18
50-03
Coordination of Contract, Plans and Specifications
19
50-04
Cooperation of Contractor
19
50-05
Cooperation Between Contractors
20
50-06
Construction Layout and Stakes
y
20
50-07
Automatically Controlled Equipment
20
50-08
Authority and Duties of Inspectors
20
�j 50-09
Inspection of the Work
21
Section 70
Leal Regulations and Responsibility to Public
70-01
Laws to be Observed
Cont.
Section 50
Permits, Licenses and Taxes
29
70-03
Control of Work
29
70-04
Paragraph
Page
70-05
50-10
Removal of Unacceptable and Unauthorized Work
21
Sanitary, Health and Safety Provisions
50-11
Load Restrictions
22
30
50-12
Maintenance During Construction
22
70-09
50-13
Failure to Maintain the Work
23
Protection and Restoration of Property and Landscape
32
50-14
Partial Acceptance
23
70-12
'
50-15
Final Acceptance
23
33
50-16
Claims for Adjustment and Disputes
23
70-15
Contractor's Responsibility for Utility Service
Section 60
and Facilities of Others
34
70-16
Control of Materials
.36
70-17
60-01
Source of Supply and Quality Requirements
25
' No Waiver of -Legal Rights
60-02
Samples, Tests and Cited Specifications
25
36
60-03
Certification of Compliance
26
60-04
Plant Inspection
26
=
60-05
Engineer's Field Office and Laboratory
27
60-06
Storage of Materials
27
60-07
60-08
Unacceptable Materials
Owner Furnished Materials
28
28
Section 70
Section 80
-- Prosecution and Progress
80-01 Subletting of Contract 38
80-02- Notice to Proceed 38
Leal Regulations and Responsibility to Public
70-01
Laws to be Observed
29
70-02
Permits, Licenses and Taxes
29
70-03
Patented Devices, Materials and Processes
29
70-04
Restoration of Surfaces Disturbed by Others
29
70-05
Federal Aid Participation
30
70-06
Sanitary, Health and Safety Provisions
30
70-07
Public Convenience and Safety
30
70-08
Barricades, Warning Signs and Hazard Markings
31
70-09
Use of Explosives
32
70-10
Protection and Restoration of Property and Landscape
32
70-11
Responsibility for Damage Claims
33
70-12
Third Party Beneficiary Clause
33
70-13
Opening Section of the Work to Traffic
33
70-14
Contractor's Responsibility for Work
34
70-15
Contractor's Responsibility for Utility Service
and Facilities of Others
34
70-16
Furnishing Rights -of -Way
.36
70-17
Personal Liability of Public Officials
36
70-18
' No Waiver of -Legal Rights
36
70-19
Environmental Protection
36
70-20
Archaeological and Historical Findings
36
Section 80
-- Prosecution and Progress
80-01 Subletting of Contract 38
80-02- Notice to Proceed 38
Cont. Section 80
Prosecution and Pro cess
Paragraph
80-03 Prosecution and Progress
80-04 Limitation of Operations
80-05 Character of Workers, Methods and Equipment
80-06 Temporary Suspension of the Work
80-07 Determination and Extension of Contract Time
80-08 Failure to Complete on Time
80-09 Default and Termination of Contract
80-10 Termination for National Emergencies
Section 90
Measurement and Payment
90-01 Measurement of Quantities
90-02 Scope of Payment
90-03 Compensation for Altered Quantities
90-04 Payment for Omitted Items
90-05 Payment for Extra and Force Account Work
90-06 Partial Payments
90-07 Payment for Materials on Hand
90-08 Payment of Withheld Funds
90-09 Acceptance and Final Payment
Page
38
39
39
40
41
43
43
44
46
49
49
49
50
51
52
53
53
Whenever the
the contract,
construction
meaning shall
GENERAL PROVISIONS
SECTION 10
DEFINITION OF TERMS
following terms are used in these specifications, in
in any documents or other instruments pertaining to
where these specifications govern, the intent and
be interpreted as follows:
10-01 AASHTO. The American Association of State Highway and
Transportation Officials, the successor association to AASHO.
10-02 ACCESS ROAD. The right-of-way, the roadway and all
improvements constructed thereon connecting the airport to a
public highway.
10-03 ADVERTISEMENT. A public announcement, as required by
local law, inviting bids for work to be performed and materials
to be furnished.
10-04 AIP. The Airport Improvement Program, a grant-in-aid
program, administered by the Federal Aviation Administration.
10-05 AIR OPERATIONS AREA. For the purpose of these
specifications, the term air operations area shall mean any area
-' of the airport used or intended to be used for the landing,
takeoff, or surface maneuvering of aircraft. An air operation
area shall include such paved or unpaved -areas that are used or
$ intended to be used for the unobstructed movement of aircraft in
addition to its associated runway, taxiway, or apron.
__j 10-06 AIRPORT. Airport means an area of land or water which is
used or intended to be used for the landing and takeoff of
aircraft, and includes its buildings and facilities, if any.
10-07 ASTM. The American Society for Testing and Materials.
10-08 AWARD. The acceptance, by the owner, of the successful
bidder's proposal.
10-09 BIDDER. Any individual, partnership, firm, or
corporation, acting directly or through a duly authorized
representative, who submits a proposal for the.work contemplated.
10-10- BUILDING AREA. An area on the airport to be used,
considered, or intended to be used for airport buildings or other
airport facilities or rights-of-way together with all airport
J. buildings and facilities located thereon.
10-11 CALENDAR DAY. Every day shown on the calendar.
Revision Date: 11/01/90 1
11
10-12 CHANGE ORDER. A written order to the Contractor covering
changes in the plans, specifications, or proposal quantities and
establishing the basis of payment and contract time adjustment,
if any, for the work affected by such changes. The work, covered
by a change order, shall be within the scope of the contract.
10-13 CONTRACT. The written agreement covering the work to be
performed. The awarded contract shall include, but is not
limited to: The Advertisement; The Contract Form; The Proposal;
The Performance Bond; The Payment Bond; any required insurance
certificates; The Specifications; The Plans, and any addenda
issued to bidders.
10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for
which a price is provided in the contract.
10-15 CONTRACT TIME. The number of calendar days or working
days, stated in the proposal, allowed for completion of the
contract, including authorized time extensions. If a calendar
date of completion is stated in the proposal, in lieu of a number
of calendar or working days, the contract shall be completed by
that date.
10-16 CONTRACTOR. The individual, partnership, firm, or
corporation primarily liable for the acceptable performance of
the work contracted and for the payment of all legal debts
pertaining to the work who acts directly or through lawful agents
or employees to complete the contract work.
10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and
structures by which surface or subsurface waters are collected
and conducted from the airport area.
10-18 ENGINEER. The individual, partnership, firm, or
corporation duly authorized by the owner (sponsor) to be
responsible for engineering supervision of the contract work and
acting directly or through an authorized representative.
10-19 EQUIPMENT. All machinery, together with the necessary
supplies for upkeep and maintenance, and also all tools and
apparatus necessary for the proper construction and acceptable
completion of the work.
10-20. EXTRA WORK. An item of work not provided for in the
awarded contract as previously modified by change order or
supplemental agreement, but -which is found by the Engineer to be
necessary to complete the work within the intended scope of the
contract as previously modified.
10-21 FAA. The Federal Aviation Administration of the U.S.
-Department of Transportation. When used to designate a person,
Revision Date: 11/01/90 2
FAA shall mean the Administrator or his/her duly authorized
representative.
10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and
Standards, and supplements, amendments, and indices thereto are
prepared and issued by the General Services Administration of the
Federal Government.
10-23 INSPECTOR. An authorized representative of the Engineer
assigned to make all necessary inspections and/or tests of the
work performed or being performed, or of the materials furnished
or being furnished by the Contractor.
10-24 INTENTION OF TERMS. Whenever, in these specifications or
on the plans, the words "directed," "required,"
"permitted,'' "ordered,'' "designated," "prescribed,'' or
words of the like import are used, it shall be understood that
the direction, requirement, permission, order, designation, or
prescription of the Engineer is intended; and similarly, the
.� words approved, acceptable, satisfactory, or words of
.: like import, shall mean approved by, or acceptable to, or
satisfactory to the Engineer, subject in each case to the final
determination of the owner.
Any reference to a specific requirement of a numbered paragraph
of the contract specifications or a cited standard shall be
interpreted to include all general requirements of the entire
- section, specification item, or cited standard that may be
pertinent to such specific reference.
10-25 LABORATORY. The official testing laboratories of the
owner or such other laboratories as may be designated by the
Engineer.
' 10-26 LIGHTING. A system of fixtures providing or controlling
the light sources used on or near the airport or within the
airport buildings. The field lighting includes all luminous
signals, markers, floodlights, and illuminating devices used on
or near the airport or to aid in the operation of aircraft
landing at, taking off from, or taxiing on the airport surface.
✓ 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item
shall be any item that is listed in the proposal, the total cost
of which is equal to or greater than 20 percent of the total
amount of the award contract. All other items shall be
considered minor contract items.
10-28 MATERIALS. Any substance specified for use in the
construction of the contract work.
10-29 NOTICE TO PROCEED. A written notice to the Contractor to
begin the actual contract work on a previously agreed to date.
Revision Date: 11/01/90 3
If applicable, the Notice to Proceed shall state the date on
which the contract time begins.
10-30 OWNER (SPONSOR). The term owner shall mean the party of
the first part or the contracting agency signatory to the
contract. For AIP contracts, the term sponsor shall have the
same meaning as the term owner.
10-31 PAVEMENT. The combined surface course, base course, and
subbase course, if any, considered as a single unit..
10-32 PAYMENT BOND. The approved form of security furnished by
the Contractor and his/her surety as a guaranty that he will pay
in full all bills and accounts for materials and labor used in
the construction of the work.
10-33 PERFORMANCE BOND. The approved form of security furnished
by the Contractor and his/her surety as a guaranty that the
Contractor will complete the work in accordance with the terms of
the contract.
10-34 PLANS. The official drawings or exact reproductions which
show the location, character, dimensions and details of the
airport and the work to be done and which are to be considered as
a part of the contract, supplementary to the specifications.
10-35 PROJECT. The agreed scope of work for accomplishing
specific airport development with respect to a particular
airport.
10-36 PROPOSAL. The written offer of the bidder (when submitted
on the approved proposal form) to perform the contemplated work
and furnish the necessary materials in accordance with the
provisions of the plans and specifications.
10-37 PROPOSAL GUARANTY. The security furnished with a proposal
to guarantee that the bidder will enter into a contract if
his/her proposal is accepted by the owner.
10-38 RUNWAY. The area on the airport prepared for the landing
and takeoff of aircraft.
10-39 SPECIFICATIONS. A part of the contract containing the
written directions and requirements for completing the contract
work. Standards for specifying materials or testing which are
cited in the contract.specifications by reference shall have the
same force and effect as if included in the contract physically.
10-40 STRUCTURES. Airport facilities such as bridges; culverts;
catch basins, inlets, retaining walls, cribbing; storm and
_sanitary sewer lines; water lines; underdrains; electrical ducts,
manholes, handholes, lighting fixtures and bases; transformers;
Revision Date: 11/01/90 4
flexible and rigid pavements; navigational aids; buildings;
vaults; and, other manmade features of the airport that may be
encountered in the work and not otherwise classified herein.
10-41 SUBGRADE. The soil which forms the pavement foundation.
10-47 WORKING DAY. A working day shall be any day_ other than a
legal holiday, Saturday, or Sunday on which the normal working
forces of the Contractor may proceed with regular work for at
least 6 hours toward completion of the contract. Unless work is
suspended for causes beyond the Contractor's control, Saturdays,
Sundays and holidays on which the Contractor's forces engage 'in
regular work, requiring the presence of an inspector, will be
considered as working days.
END OF SECTION 10
Revision Date: 11/01/90
5
10-42 SUPERINTENDENT. The Contractor's executive representative
who is present on the work during progress, authorized to receive
and fulfill instructions from the Engineer, and who shall
supervise and direct the construction.
10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the
Contractor and the owner covering: (1) work that would increase
or decrease the total amount of the awarded contract, or any
major contract item, by more than 25 percent, such increased or
,_-
decreased work being within the scope of the originally awarded
contract; or (2) work that is not within -the scope of the
originally awarded contract.
10-44 SURETY. The corporation, partnership, or individual,
other than the Contractor, executing payment or performance bonds
which are furnished to the owner by the Contractor.
10-45 TAXIWAY. For the purpose of this document, the term
taxiway means the portion of the air operations area of an
airport that has been designated by competent airport authority
for movement of aircraft to and from the airport's runways or
aircraft parking areas.
10-46 WORK. The furnishing of all labor, materials, tools,
equipment, and incidentals necessary or convenient to the
Contractor's performance of all duties and obligations imposed by
7.1
the contract, plans, and specifications.
10-47 WORKING DAY. A working day shall be any day_ other than a
legal holiday, Saturday, or Sunday on which the normal working
forces of the Contractor may proceed with regular work for at
least 6 hours toward completion of the contract. Unless work is
suspended for causes beyond the Contractor's control, Saturdays,
Sundays and holidays on which the Contractor's forces engage 'in
regular work, requiring the presence of an inspector, will be
considered as working days.
END OF SECTION 10
Revision Date: 11/01/90
5
SECTION 20
PROPOSAL REQUIREMENTS AND CONDITIONS
20-01 ADVERTISEMENT (Notice to Bidders). A copy of the
advertisement is included elsewhere in this bid package.
20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish
the owner satisfactory evidence of his/her competency to perform
the proposed work. Such evidence of competency, unless otherwise
specified, shall consist of statements covering the bidder's past
experience on similar work, a list of equipment that would be
available for the work, and a list of key personnel that would be
available. In addition, each bidder shall furnish the owner
satisfactory evidence of his/her financial responsibility. Such
evidence of financial responsibility, unless otherwise specified,
shall consist of a confidential statement or report of the
bidder's financial resources and liabilities as of the last
calendar year or the Contractor's last fiscal year. Such
statements or reports shall be certified by a public accountant.
At the time of submitting such financial statements or reports,
the bidder shall further certify whether his/her financial
responsibility is approximately the same as stated or reported by
the public accountant. If the bidder's financial responsibility
has changed, the bidder shall qualify the public accountant's
statement or report to reflect his/her (bidder's) true financial
condition at the time such qualified statement or report is
submitted to the owner.
Unless otherwise specified, a bidder may submit evidence that he
is prequalified with the State Highway Division and is on the
current "bidder's list'' of the state in which the proposed work
is located. Such evidence of State Highway Division
prequalification may be submitted as evidence of financial
responsibility in lieu of the certified statements or reports
hereinbefore specified.
Each bidder shall submit "evidence of competency'' and
"'evidence of financial responsibility' to the owner no later
than 10 days prior to the specified date for opening bids.
20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish
bidders with proposal forms. All papers bound with or attached
to the proposal forms are necessary parts and must not be
detached.
The plans --specifications, and other documents designated in the
proposal form shall be considered a part of the proposal whether
attached or not.
Revision Date: 11/01/90 6
20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right
to refuse to issue a proposal form to a prospective bidder should
such bidder be in default for any of the following reasons:
a. Failure to comply with any prequalification regulations
of the owner, if such regulations are cited, or otherwise
included, in the proposal as a requirement for bidding.
b. Failure to pay, or satisfactorily settle, all bills due
for labor and materials on former contracts in force (with the
owner) at the time the owner issues the proposal -to a prospective
bidder.
c. Contractor default -under previous contracts with the
owner.
d. Unsatisfactory work on previous contracts with the
owner.
20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An
estimate of quantities of work to be done and materials to be
furnished under these specifications is given in the proposal.
} It is the result of careful calculations and is believed to be
correct. It is given only as a basis for comparison of proposals
and the award of the contract. The owner does not expressly or
by implication agree that the actual quantities involved will
correspond exactly therewith nor shall the bidder plead
misunderstanding or deception because of such estimates of
quantities, or of the character, location, or other conditions
pertaining to the work. Payment to the Contractor will be made
only for the actual quantities of work performed or materials
furnished in accordance with the plans and specifications. It is
understood that the quantities may be increased or decreased as
hereinafter provided in the subsection titled ALTERATION OF WORK
AND QUANTITIES of Section 40 without in any way invalidating the
unit bid prices.
20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The
bidder is expected to carefully examine the site of the proposed
work, the proposal, plans specifications, and contract forms. He
shall satisfy himself as to the character, quality, and
quantities of work to be performed, materials to be furnished,
and as to the requirements of the proposed contract. The
submission of a proposal shall be prima facie evidence that the
bidder has made such examination and is satisfied as to the
conditions to be encountered in performing the work and as to the
requirements of the proposed contract, plans, and specifications.
Boring logs and other records of subsurface investigations and
tests are available for inspection of bidders. It is understood
and agreed that such subsurface information, whether included in
-the plans, specifications, or otherwise made available to the
Revision Date: 11/01/90
7
bidder, was obtained and is intended for the owner's design and
estimating purposes only. Such information has been made
available for the convenience of all bidders. It is further
understood and agreed that each bidder is solely responsible for
all assumptions, deductions, or conclusions which he may make or
obtain from his/her examination of the boring logs and other
records of subsurface investigations and tests that are furnished
by the owner.
20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her
proposal on the forms furnished by the owner. All blank spaces
in the proposal forms must be correctly filled in where indicated'
for each and every item for which a quantity is given. The
bidder shall state the price.(written in ink or typed) both in
words and numerals for which he proposes to do each pay item
furnished in the proposal. In case of conflict between words and
numerals, the words, unless obviously incorrect, shall govern.
The bidder shall sign his/her proposal correctly and in ink. If
the proposal is made by an individual, his/her name and post
office address must be shown. If made by a partnership, the name
and -post office address of each member of the partnership must be
shown. If made by a corporation, the person signing the proposal
shall give the name of the state under the laws of which the
corporation was chartered and the name, titles, and business
address of the president, secretary, and the treasurer. Anyone
signing a proposal as an agent shall file evidence of his/her
authority to do so and that the signature is binding upon the -
firm or,corporation.
20-08 IRREGULAR PROPOSALS. Proposals shall be considered
irregular for the following reasons:
a. If the proposal is on a form other than that furnished
by the owner, or if the owner's form is altered, or if any part
of the proposal form is detached.
b. If there are unauthorized additions, conditional or
alternate pay items, or irregularities of any kind which make the
proposal incomplete, indefinite, or otherwise ambiguous.
c. If the proposal does not contain a unit price for each
pay item listed in the proposal, except in the case of authorized
alternate pay items, for which the bidder is not required to
furnish a unit price.
d. If the proposal contains unit prices that are obviously
unbalanced.
e. If the proposal is not accompanied by the proposal
guaranty specified by the owner.
Revision Date: 11/01/90 8
i
The owner reserves the right to reject any irregular proposal and
the right to waive technicalities if such waiver is in the best
interest of the owner and conforms to local laws and ordinances
pertaining to the letting of construction contracts.
J
20-09 BID GUARANTEE. Each separate proposal shall be
accompanied by a certified check, or other specified acceptable
collateral, in the amount specified in the proposal form. Such
check, or collateral, shall be made payable to the owner.
20-10 DELIVERY OF PROPOSAL. Each -proposal submitted shall be
placed in a sealed envelope plainly marked with the project
number, location of airport, and name and business address of the
bidder on the outside. When sent by mail, preferably registered,
the sealed proposal, marked as indicated above, should be
enclosed in an additional envelope. No proposal will be
considered unless received at the place specified in the
advertisement before the time specified for opening all bids.
Proposals received after the bid opening time shall be returned
to the bidder unopened.
20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may
withdraw or revise (by withdrawal of one proposal and submission
of another) a proposal provided that the bidder's request for
withdrawal is received by the owner in writing or by telegram
before the time specified for opening bids. Revised proposals
must be received at the place specified in the advertisement
before the time specified for opening all bids.
20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened,
and read, publicly at the time and place specified in the
advertisement. Bidders, their authorized agents, and other
interested persons are invited to attend. Proposals that have
been withdrawn (by written or telegraphic request) or received
after the time specified for opening bids shall be returned to
the bidder unopened.
20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered
disqualified for any of the following reasons:
a. Submitting more than one proposal from the same
partnership, firm, or corporation under the same or different
name.
b. Evidence of collusion among bidders. Bidders
participating in such collusion shall be disqualified as bidders
for any future work of .the owner until any such participating
bidder has been reinstated by the owner as a qualified bidder.
C. If the bidder is considered to be in "default'' for
any reason specified in the subsection titled ISSUANCE OF
-PROPOSAL FORMS of this section.
Revision Date: 11/01/90 9
END OF SECTION 20
Revision Date: 11/01/90 10
t
s SECTION 30
AWARD AND EXECUTION OF CONTRACT
30-01 CONSIDERATION OF PROPOSALS. After the proposals are
publicly opened and read, they will be compared on the basis of
the summation of the products obtained by multiplying the
estimated quantities shown in the proposal by the unit bid
prices. If a bidder's proposal contains a discrepancy between
unit bid prices written in words and unit bid prices written in
numbers, the unit price written in words shall govern.
Until the award of a contract is made, the owner reserves the
right to reject a bidder's proposal for any of the following
reasons:
a. If the proposal is irregular as specified in the
subsection titled IRREGULAR PROPOSALS of Section 20.
b. If the bidder is disqualified for any of the reasons
specified in the subsection titled DISQUALIFICATION OF BIDDERS of
Section 20.
In addition, until the award of a contract is made, the owner
reserves the right to reject any or all proposals, waive
technicalities, if such waiver is in the best interest of the
owner and is in conformance with applicable state and local laws
or regulations pertaining to the letting of construction
contracts; advertise for new proposals;- or proceed with the work
otherwise. All such actions shall promote the owner's best
interests.
30-02 AWARD OF CONTRACT. The award of a contract, if it is to
be awarded, shall be made within 30 calendar days of the date
specified for -publicly opening proposals, unless otherwise
specified herein.
Award of the contract shall be made by the owner to the lowest,
qualified bidder whose proposal conforms to the cited
requirements of the owner.
30-03 CANCELLATION OF AWARD. The owner reserves the right to
cancel the award without liability to the bidder, except return
of proposal guaranty, at any time before a contract has been
fully executed by all parties and is approved by the owner in
accordance with the subsection titled APPROVAL OF CONTRACT of
this section.
30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties,
except those of the two lowest bidders, will be returned
E: immediately after the owner has made a comparison of bids as
-hereinbefore specified in the subsection titled CONSIDERATION OF
Revision Date: 11/01/90 11
PROPOSALS of this section. Proposal guaranties of the two lowest
bidders will be retained by the owner until such time as an award
is made, at which time, the unsuccessful bidder's proposal
guaranty will be returned. The successful bidder's proposal
guaranty will be returned as soon as the owner receives the
contracts bonds as specified in the subsection titled
REQUIREMENTS OF CONTRACT BONDS of this section.
30 -OS REQUIREMENTS OF CONTRACT BONDS. At the time of the
execution of the contract, the successful bidder shall furnish
the owner a surety bond or bonds which have been fully executed
by the bidder and the surety guaranteeing the performance of the
work and the payment of all legal debts that may be incurred by
reason of the Contractor's performance of the work. The surety
and the form of the bond or bonds shall be acceptable to the
owner. Unless otherwise specified in this subsection, the surety
bond or bonds shall be in a sum equal to the full amount of the
contract.
30-06 EXECUTION OF CONTRACT. The successful bidder shall sign
(execute) the necessary agreements for entering into the contract
and return such signed contract to the owner, along with the
fully executed surety bond or bonds specified in the subsection
titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15
calendar days from the date mailed or otherwise delivered to the
successful bidder. If the contract is mailed, special handling
is recommended.
30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and
contract bond or bonds that have been executed by the successful
bidder, the owner shall complete the execution of the contract in
accordance with local laws or ordinances, and return the fully
executed contract to the Contractor. Delivery of the fully
executed contract to the Contractor shall constitute the owner's
approval to be bound by the successful bidder's proposal and the
terms of the contract.
30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful
bidder to execute the contract and furnish an acceptable surety
bond or bonds within the 15 calendar day period specified in the
subsection titled REQUIREMENTS OF CONTRACT BONDS of this section
shall be just cause for cancellation of the award and forfeiture
of the proposal guaranty, not as a penalty, but as liquidation of
damages to the owner.
END OF SECTION 30
Revision Date: 11/01/90 12
SECTION 40
SCOPE OF WORK
40-01 INTENT OF CONTRACT. The intent of the contract is to
provide for construction and completion, in every detail, of the
work described. It is further intended that the Contractor shall
furnish all labor, materials, equipment, tools, transportation,
and supplies required to complete the work in accordance with the
plans, specifications, and terms of the contract.
40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and
shall have the right,to make such alterations in the work as may
be necessary or desirable to complete the work originally
intended in an acceptable manner. Unless otherwise specified
herein, the Engineer shall be and is hereby authorized to make
such alterations in the work as may increase or decrease the
originally awarded contract quantities, provided that the
aggregate of such alterations does not change the total contract
cost or the total cost of any major contract item by more than 25
percent (total cost being based on the unit prices and estimated
quantities in the awarded contract). Alterations which do not
exceed the 25 percent limitation shall not invalidate the
contract nor release the surety, and the Contractor agrees to
accept payment for such alterations as if the altered work had
been a part of the original contract. These alterations which
are for work within the general scope of the contract shall be
covered by "Change orders'' issued by the Engineer. Change
orders for altered work shall include extensions of contract time
where, in the Engineer's opinion, such extensions are
commensurate with the amount and difficulty of added work.
Should the aggregate amount of altered work exceed the 25 percent
limitation hereinbefore specified, such excess altered work shall
be covered by supplemental agreement. If the owner and the
Contractor are unable to agree on a unit adjustment for any
contract item that requires a supplemental agreement, the owner
reserves the right to terminate the contract with respect to the
item and make other arrangements for its completion.
40-03 OMITTED ITEMS. The Engineer may, in the owner's best
interest, omit from the work any contract item, except major
contract items. Major contract items may be omitted by a
supplemental agreement. Such omission of contract items shall
not invalidate any other contract.provision or requirement.
Should a contract item be omitted or otherwise ordered to be
nonperformed, the Contractor shall be paid for all work performed
toward completion of such item prior to the date of the order to
omit such item. Payment for work performed shall be in
_accordance with the subsection titled PAYMENT FOR OMITTED ITEMS
of Section 90.
Revision Date: 11/01/90 13
40-04 EXTRA WORK. Should acceptable completion of the contract
require the Contractor to perform an item of work for which no
basis of payment has been provided in the original contract or
previously issued change orders or supplemental agreements, the
same shall be called Extra Work. Extra work that is within the
general scope of the contract shall be covered by written change
order. Change orders for such extra work shall contain agreed
unit prices for performing the change order work in accordance
with the requirements specified in the order, and shall contain
any adjustment to the contract time that, in the Engineer's
opinion, is necessary for completion of such extra work.
When determined by the Engineer to be in the owner's best
interest, he may order the Contractor to proceed with extra work
by force account as provided in the subsection titled PAYMENT FOR
EXTRA AND FORCE ACCOUNT WORK of Section 90.
Extra work that is necessary for acceptable completion of the
project, but is not within the general scope of the work covered
by the original contract shall be covered by a Supplemental
Agreement as hereinbefore defined in the subsection titled
SUPPLEMENTAL AGREEMENT of Section 10.
Any claim for payment of extra work that is not covered by
written agreement (change order or supplemental agreement) shall
be rejected by the owner.
40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of
the contract that the safety of aircraft, as well as the
Contractor's equipment and personnel, is the most important
consideration. It is understood and agreed that the Contractor
shall provide for the free and unobstructed movement of aircraft
in the air operations areas of the airport with respect to
his/her own operations and the operations of all his/her
subcontractors as specified in the subsection titled LIMITATION
OF OPERATIONS of Section 80. It is further understood and agreed
that the Contractor shall provide for the uninterrupted operation
of visual and electronic signals (including power supplies
thereto) used in the guidance of aircraft while operating to,
from, and upon the airport as specified in the subsection titled
CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF
OTHERS in Section 70.
With respect to his/her own operation
his/her subcontractors, the Contractor
lighting, and other acceptable means o
equipment; vehicles;.storage areas; an
condition that may be hazardous to the
fire -rescue equipment, or maintenance
s and the operations of all
shall provide marking,
f identifying: personnel;
d any work area or
operation of aircraft,
vehicles at the airport.
Revision Date: 11/01/90 14
40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should
the Contractor encounter any material such as (but not restricted
to) sand, stone, gravel, slag, or concrete slabs within the
established lines, grades, or grading sections, the use of which
is intended by the terms of the contract to be either embankment
or waste, he may at his/her option either:
a. Use such material in another contract item, providing
such use is approved by the Engineer and is in conformance with
the contract specifications applicable to such use; or,
b. Remove such material from the site, -upon written
approval of the Engineer; or
c. Use such material for his/her own temporary
construction on site; or,
d. Use such material as intended by the terms of the
contract.
Should the Contractor wish to exercise option a., b., or c., he
shall request the Engineer's approval in advance of such use.
Should the Engineer approve the Contractor's request to exercise
option a., b., or c., the Contractor shall be paid for the
excavation or removal of such material at the applicable contract
price. The Contractor shall replace, at his/her own.expense,
such removed or excavated material with an agreed equal volume of
material that is acceptable for use in constructing embankment,
backfills, or otherwise to the extent that such replacement
material is needed to complete the contract work. The Contractor
shall not be charged for his/her use of such material so used in
the work or removed from the site.
Should the Engineer approve the Contractor's exercise of.option
a., the Contractor shall be paid, at the applicable contract
price, for furnishing and installing such material in accordance
with requirements of the contract item in which the material is
used.
It is understood and agreed that the Contractor shall make no
claim for delays by reason of his/her exercise of option a., b.,
or c.
The Contractor shall not excavate, remove, or otherwise disturb
any material, structure, or part of a structure which is located
outside the lines, grades, or grading sections established for
the work, except where such excavation or removal is provided for
in the contract, plans, or specifications.
40-09 FINAL CLEANING UP. Upon completion of the work and before
acceptance and final payment will be made, the Contractor shall
Revision Date: 11/01/90 16
remove from the site all machinery, equipment, surplus and
discarded materials, rubbish, temporary structures, and stumps or
portions of trees. He shall cut all brush and woods within the
limits indicated and shall leave the site in a neat and
presentable condition. Material cleared from the site and
deposited on adjacent property will not be considered as having
been disposed of satisfactorily, unless the Contractor has
obtained the written permission of such property owner.
END OF SECTION 40
Revision Date: 11/01/90
17
SECTION 50
CONTROL OF WORK
50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any
and all questions which may arise as to the quality and
acceptability of materials furnished, work performed, and as to
the manner of performance and rate of progress of the work. He
shall decide all questions which may arise as to the
interpretation of the specifications or plans relating to the
work, the fulfillment of the contract on the part of the
Contractor, and the rights of different Contractors on the
project. The Engineer shall determine the amount and quality of
the several kinds of work performed and materials furnished, which
are to be paid for the under contract.
50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and
all materials furnished shall be in reasonably close conformity
with the lines, grades, grading sections, cross sections,
dimensions, material requirements, and testing requirements that
are specified (including specified tolerances) in the contract,
plans or specifications.
If the Engineer finds the materials furnished, work performed, or
the finished product not within reasonably close conformity with
the plans and specifications but that the portion of the work
affected will, in his/her opinion, result in a finished product
having a level of safety, economy, durability, and workmanship
acceptable to the owner, he will advise the owner of his/her
determination that the affected work be accepted and remain in
place. In this event, the Engineer will document his/her
determination and recommend to the owner a basis of acceptance
which will provide for an adjustment in the contract price for
the affected portion of the work. The Engineer's determination
and recommended contract price adjustments will be based on good
engineering judgment and such tests or retests of the affected
work as are, in his/her opinion, needed. Changes in the contract
price shall be covered by contract modifications (change order or
supplemental agreement) as applicable.
If the Engineer finds the materials furnished, work performed, or
the finished product are not in reasonably close conformity with
the plans and specifications and have resulted in an unacceptable
finished product, the affected work or materials shall be removed
and replaced or otherwise corrected by and at the expense of the
Contractor in accordance with the -Engineer's written orders.
For the purpose of this subsection, the term "reasonably close
conformity" shall not be construed as waiving the Contractor's
responsibility to complete the work in accordance with the
__contract, plans, and specifications. The term shall not be
construed as waiving the Engineer's right to insist on strict
Revision Date: 11/01/90 18
compliance with the requirements of the contract, plans, and
specifications during the Contractor's prosecution of the work,
when, in the Engineer's opinion, such compliance is essential to
-: provide an acceptable finished portion of the work.
For the purpose of this subsection, the term ",reasonably close
conformity" is also intended to provide the Engineer with the
authority to use good engineering judgment in his/her
determinations as to acceptance of work that is not in strict
conformity but will provide a finished product equal to or better
than that intended by the requirements of the contract, plans and
specifications.
50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The
contract, plans, specifications, and all referenced standards
cited are essential parts of the contract requirements. A
requirement occurring in one is as binding as though occurring in
all. They are intended to be complementary and to describe and
provide for a complete work. In case of discrepancy, calculated
dimensions will govern over scaled dimensions; contract technical
specifications shall govern over contract general provisions,
plans, cited standards for materials or testing, and cited FAA
advisory circulars; contract general provisions shall govern over
plans, cited standards for materials or testing, and cited FAA
advisory circulars; plans shall govern over cited standards for
materials or testing and cited FAA advisory circulars.
The Contractor shall not take advantage of any apparent error or
omission on the plans or specifications. In the event the
Contractor discovers any apparent error or discrepancy, he shall
immediately call upon the Engineer for his/her interpretation and
decision, and such decision shall be final.
50-04 COOPERATION OF CONTRACTOR. The Contractor will be
supplied with two copies each of the plans and specifications.
He shall have available on the work at all times one copy each of
the plans and specifications. Additional copies of plans and
specifications may be obtained by the Contractor for the cost of
reproduction.
' The Contractor shall give constant attention to the work to
facilitate the progress thereof, and he shall cooperate with the
p` Engineer and his/her inspectors and with other contractors in
every way possible. The Engineer shall allocate the work and
designate the sequence of construction in case of controversy
between contractors. _The Contractor shall have a competent
superintendent on the work at all times who is fully authorized
as his/her agent on the work. The superintendent shall be
capable of reading and thoroughly understanding the plans and
} specifications and shall receive and fulfill instructions from
__the Engineer or his/her authorized representative.
Revision Date: 11/01/90 19
r¢
50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the
right to contract for and perform other or additional work on or
near the work covered by this contract.
When separate contracts are let within the limits of any one
project, each Contractor shall conduct his/her work so as not to
interfere with or hinder the progress of completion of the work
being performed by other Contractors. Contractors working on the
same project shall cooperate with each other as directed.
Each Contractor involved shall assume all liability, financial or
otherwise, in connection with his/her contract and shall protect
and save harmless the owner from any and all damages or claims
that may arise because of inconvenience, delays, or loss
experienced by him because of the presence and operations of
other Contractors -working within the limits of the same project.
The Contractor shall arrange his/her work and shall place and
dispose of the materials being used so as not to interfere with
the operations of the other Contractors within the limits of the
same project. He shall join his/her work with that of the others
in an acceptable manner and shall perform it in proper sequence
to that of the others.
50-06 CONSTRUCTION LAYOUT AND STARES. The Engineer shall
establish horizontal and vertical control only. The Contractor
must establish all layout required for the construction of the
work. Such stakes and markings as the Engineer may set for
either his/her own or the Contractor's guidance shall be
preserved by the Contractor. In case of negligence on the part
of the Contractor, or his/her employees, resulting in the
destruction of such stakes or markings, an amount equal to the
cost of replacing the same may be deducted from subsequent
estimates due the Contractor at the discretion of the Engineer.
50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or
mixing plant equipment is required to be operated automatically
under the contract and a breakdown or malfunction of the
automatic controls occurs, the equipment may be operated manually
or by other methods for a period 48 hours following the breakdown
or malfunction, provided this method of operations will produce
results which conform to all other requirements of the contract.
50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed
by the owner shall be authorized to inspect all work done and all
material furnished. Such inspection may extend to all or any
part of the work and to the preparation, fabrication, or
manufacture of the materials to be used. Inspectors are not
authorized to revoke, alter, or waive any provision of the
contract. Inspectors are not authorized to issue instructions
contrary to the plans and specifications or to act as foreman for
the Contractor.
Revision Date: 11/01/90 20
Inspectors employed by the owner are authorized to notify the
Contractor or his/her representatives of any failure of the work
or materials to conform to the requirements of the contract,
plans, or specifications and to reject such nonconforming
materials in question until such issues can be referred to the
Engineer for his/her decision.
h 50-09 INSPECTION OF THE WORK. All materials and each part or
'. detail of the work shall be subject to inspection by the
Engineer. The Engineer shall be allowed access to all parts of
the work and shall be furnished with such information and
assistance by the Contractor as is required to make a complete
and detailed inspection.
If the Engineer requests it, the Contractor, at any time before
acceptance of the work, shall remove or uncover such portions of
the finished work as may be directed. After examination, the
Contractor shall restore said portions of the work to the
standard required by the specifications. Should the work thus
exposed or examined prove acceptable, the uncovering, or
removing, and the replacing of the covering or making good of the
parts removed will be paid for as extra work; but should the work
so exposed or examined prove unacceptable, the uncovering, or
removing, and the replacing of the covering or making good of the
parts removed will be at the Contractor's expense.
Any work done or materials used without supervision or inspection
by an authorized representative of the owner may be ordered
removed and replaced at the Contractor's expense unless the
owner's representative failed to inspect after having been given
reasonable notice in writing that the work was to be performed.
Should the contract work include relocation, adjustment, or any
other modification to existing facilities, not the.property of
the (contract) owner, authorized representatives of the owners of
such facilities shall have the right to inspect such work. Such
inspection shall in no sense make any facility owner a party to
the contract, and shall in no way interfere with the rights of
the parties to this contract.
50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work
which does not conform to the requirements of the contract,
plans, and specifications will be considered unacceptable, unless
otherwise determined acceptable by the Engineer as provided in
the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of
this section.
Unacceptable work, whether the result of poor workmanship, use of
defective materials, damage through carelessness, or any other
_cause found to exist prior to the final acceptance of the work,
shall be removed immediately and replaced in an acceptable manner
Revision Date: 11/01/90 21
in accordance with the provisions of the subsection titled
CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70.
Work done contrary to the instructions of the Engineer, work done
beyond the lines shown on the plans or as given, except as herein
specified, or any extra work done without authority, will be
considered as unauthorized and will not be paid for under the
provisions of the contract. Work so done may be ordered removed
or replaced at the Contractor's expense.
Upon failure on the part of the Contractor to comply forthwith
with any order of the Engineer made under the provisions of this
subsection, the Engineer will have authority to cause
unacceptable work to be remedied or removed and replaced and
unauthorized work to be removed and to deduct the costs (incurred
by the owner) from any monies due or to become due the
Contractor.
50-11 LOAD RESTRICTIONS. The Contractor shall comply with all
legal load restrictions in the hauling of materials on public
roads beyond the limits of the work. A special permit will not
relieve the Contractor of liability for damage which may result
from the moving of material or equipment.
The operation of equipment of such weight or so loaded as to
cause damage to structures or to any other type of construction
will not be permitted. Hauling of materials over the base course
or surface course under construction shall be limited as
directed. No loads will be permitted on a concrete pavement,
base, or structure before the expiration of the curing period.
The Contractor shall be responsible for all damage done by
his/her hauling equipment and shall correct such damage at
his/her own expense.
50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall
maintain the work during construction and until the work is
accepted. This maintenance shall constitute continuous and
effective work prosecuted day by day, with adequate equipment and
forces so that the work is maintained in satisfactory condition
at all times.
In the case of a contract for the placing of a course upon a
course or subgrade previously constructed, the Contractor shall
maintain the previous course or subgrade during all construction
operations.
All costs of maintenance work during construction and before the
project is accepted shall be included in the unit prices bid -on
the various contract items, and the Contractor will not be paid
an additional' amount for such work.
Revision Date: 11/01/90 22
50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at
any time fail to maintain the work as provided in the subsection
-� titled MAINTENANCE DURING CONSTRUCTION of this section, the
Engineer shall immediately notify the Contractor of such
noncompliance. Such notification shall specify a reasonable time
within which the Contractor shall be required to remedy such
} unsatisfactory maintenance condition. The time specified will
give due consideration to the exigency that exists.
^' Should the Contractor fail to respond to the Engineer's
notification, the Engineer may suspend any work necessary for the
owner to correct such unsatisfactory maintenance condition,
-i, depending on the exigency that exists. Any maintenance cost
incurred by the owner, shall be deducted from monies due or to
--y� become due the Contractor.
.- 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution
of the project the Contractor substantially completes a usable
unit or portion of the work, the occupancy of which will benefit
the owner, he may request the Engineer to make final inspection
of that unit. If the Engineer finds upon inspection that the
unit has been satisfactorily completed in compliance with the
contract, he may accept it as being completed, and the Contractor
Y may be relieved of,.further responsibility for that unit. Such
partial acceptance and beneficial occupancy by the owner shall
not void or alter any provision of the contract.
50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of
presumptive completion of the entire project, the Engineer and
owner will make an inspection. If all construction provided for
and contemplated by the contract is found to be completed in
accordance with the contract, plans, and specifications, such
inspection shall constitute the final inspection. The Engineer
shall notify the Contractor in writing of final acceptance as of
the date of the final inspection.
If, however, the inspection discloses any work, in whole or in
part, as being unsatisfactory, the Engineer will give the
Contractor the necessary instructions for correction of same and
the Contractor shall immediately comply with and execute such
instructions. Upon correction of the work, another inspection
will be made which shall constitute the final inspection,
provided the work has been satisfactorily completed. In such
event, the Engineer will make the final acceptance and notify the
Contractor in writing of this acceptance as of the date of final
inspection.'
50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the
Contractor deems that additional compensation is due him for work
or materials not clearly provided for in the contract, plans, or
specifications or previously authorized as extra work, he shall
_.notify the Engineer in writing of his/her intention to claim such
Revision Date: 11/01/90 23
{
,:•4
additional compensation before he begins the work on which he
bases the claim. If such notification is not given or the
Engineer is not afforded proper.opportunity by the Contractor for
keeping strict account of actual cost as required, then the
Contractor hereby agrees to waive any claim for such additional
compensation. Such notice by the Contractor and the fact that
the Engineer has kept account of the cost of the work shall not
in any way be construed as proving or substantiating the validity
of the claim. When the work on which the claim for additional
compensation is based has been completed, the Contractor shall,
within 10 calendar days, submit his/her written claim to the
Engineer who will present it to the owner for consideration in
accordance with local laws or ordinances:
Nothing in this subsection shall be construed as a waiver of the
Contractor's right to dispute final payment based on differences
in measurements or computations.
END OF SECTION 50
Revision Date: 11/01/90 24
SECTION 60
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials
used on the work shall conform to the requirements of the
contract, plans, and specifications. Unless otherwise specified,
such materials that are manufactured or processed shall be new
(as compared to used or reprocessed).
} In order to expedite the inspection and testing of materials, the
Contractor shall furnish complete statements to the Engineer as
to the origin, composition, and manufacture of all materials to
be used in the work. Such statements shall be furnished promptly
after execution of the contract but, in all cases, prior to
;-; delivery of such materials.
At the Engineer's option, materials may be approved at the source
of supply before delivery is stated. If it is found after trial
that sources of supply for previously approved materials do not
produce specified products, the Contractor shall furnish
materials from other sources.
The Contractor shall furnish airport lighting equipment that
conforms to the requirements of cited materials specifications.
In addition, where an FAA specification for airport lighting
equipment is cited in the plans or specifications, the Contractor
shall furnish such equipment that is:
a. Listed in FAA Advisory Circular (AC) 150/5345-1,
Approved Airport Equipment, that is in effect on the date of
advertisement; and,
b. Produced by the manufacturer qualified (by FAA) to
produce such specified and listed equipment.
The special conditions or plans contain a listing of airport
lighting equipment required for this contract. The listed
equipment is to be furnished by the Contractor in accordance with
the requirements of this subsection.
60-12 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials
used in the work shall be inspected, tested, and approved by the
Engineer before incorporation in the work. Any work in which
a
untested materials are used without approval or written
permission of the Engineer shall be performed at the Contractor's
risk. Materials found to be unacceptable and unauthorized will
not be paid for and, if directed by the Engineer, shall be
removed at the Contractor's expense. Unless otherwise
designated, tests in accordance•with the cited standard methods
of AASHTO or ASTM which are current on the date of advertisement
-"for bids will be made by and at the expense of the owner.
Revision Date: 11/01/90 25
Samples will be taken by a qualified representative of the
owner. All materials being used are subject to inspection, test,
or rejection at any time prior to or during incorporation into
the work. Copies of all tests will be furnished to the
Contractor's representative at his/her request.
60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the
use, prior to sampling and testing, of certain materials or
assemblies when accompanied by manufacturer's certificates of
compliance stating that such materials or assemblies fully comply
with the requirements of the contract. The certificate shall be
signed by the manufacturer. Each lot of such materials or
assemblies delivered to the work must be accompanied by a
certificate of compliance in which the lot is clearly identified.
Materials or assemblies used on the basis of certificates of
compliance may be sampled and tested at any time and if found not
to be in conformity with contract requirements will be subject to
rejection whether in place or not.
The form and distribution of certificates of compliance shall be
as approved by the Engineer.
When a material or assembly is specified by "brand name or
equal'' and the Contractor elects to furnish the specified
"brand name,'' the Contractor shall be required to furnish the
manufacturer's certificate of compliance for each lot of such
material or assembly delivered to the work. Such certificate of
compliance shall clearly identify each lot delivered and shall
certify as to:
a. Conformance to the specified performance, testing,
quality or dimensional requirements; and,
b. Suitability of the material or assembly for the use
intended in the contract work.
Should the Contractor propose to furnish an "'or equal " material
or assembly, he shall furnish the manufacturer's certificates of
compliance as hereinbefore described for the specified brand name
material or assembly. However, the Engineer shall be the sole
judge as to whether the proposed " or equal " is suitable for use
in the work.
The Engineer reserves the right to refuse permission for use of
materials or assemblies on the basis of certificates of
compliance.
60-04 PLANT INSPECTION. The Engineer or his/her authorized
representative may inspect, at its source, any specified material
or assembly to be used in the work. Manufacturing plants may be
inspected from time to time for the purpose of determining
Revision Date: 11/01/90 26
compliance with specified manufacturing methods or materials to
be used in the work and to obtain samples required for his/her
acceptance of the material or assembly.
Should the Engineer conduct plant inspections, the following
conditions shall exist:
a. The Engineer shall have the cooperation and assistance
of the Contractor and the producer with whom he has contracted
for materials.
b. The Engineer -shall have full entry at all reasonable
times to such parts of the plant that concern the manufacture or
production of the materials being furnished.
'.. c. If required by the Engineer, the Contractor shall
arrange for adequate office or working space that may be
reasonably needed for conducting plant inspections. Office or
working space should be conveniently located with respect to the
r plant.
It is understood and agreed that the owner shall have the right
to retest any material which has been tested. and approved at the
source of supply after it has been delivered to the site. The
Engineer shall have the right to reject only material which, when
retested, does not meet the requirements of the contract, plans,
or specifications.
60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified
and provided for as a contract item, the Contractor shall furnish
a building for the exclusive use of the Engineer as a field
office and field testing laboratory. The building shall be
furnished and maintained by the Contractor as specified herein
,{ and shall become property of the Contractor when the contract
work is completed. c
60-06 STORAGE OF MATERIALS. Materials shall be so stored as to
assure the preservation of their quality and fitness for the
work. Stored materials, even though approved before storage, may
again be inspected prior to their use in the work. Stored
materials shall be located so as to facilitate their prompt
inspection. The Contractor shall coordinate the storage of all
materials with the Engineer. Materials to be stored on airport
property shall not create an obstruction to air navigation nor
shall they interfere with the free and unobstructed movement of
aircraft. Unless otherwise shown on the plans, the storage of
materials and the location of the Contractor's plant and parked
equipment or vehicles shall be as directed. by the Engineer.
Private property shall not be used for storage purposes without
written permission of the owner or lessee of such property. The
Contractor shall make all arrangements and bear all expenses for
the storage of materials on private property. Upon request, the
Revision Date: 11/01/90 27
Contractor shall furnish the Engineer a copy of the property
owner's permission.
All storage sites on private or airport property shall be
restored to their original condition by the Contractor at his/her
entire expense, except as otherwise agreed to (in writing) by the
owner or lessee of the property.
60-07 UNACCEPTABLE MATERIALS. Any material or assembly that
does not conform to the requirements of the contract, plans, or
specifications shall be considered unacceptable and shall be
rejected. The Contractor shall remove any rejected material or
assembly from the site of the work, unless otherwise instructed
by the Engineer.
No rejected material or assembly, the defects of which have been
corrected by the Contractor, shall not be returned to the site of
the work until such time as the Engineer has approved its used in
the work.
60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish
all materials required to complete the work, except those
specified herein (if any) to be furnished by the owner. Owner -
furnished materials shall be made available to the Contractor at
the location specified herein.
All costs of handling, transportation from the specified location
to the site of work, storage, and installing owner -furnished
materials shall be included in the unit price bid for the
contract item in which such owner -furnished material is used.
After any owner -furnished material has been delivered to the
location specified, the Contractor shall be responsible for any
demurrage, damage, loss,. or other deficiencies which may occur
during the Contractor's handling, storage, or use of su-.h owner -
furnished material. The owner will deduct from any monies due or
to become due the Contractor any cost incurred by the owner in
making good such loss due to the Contractor's handling, storage,
or use of owner -furnished materials.
END OF SECTION 60
Revision Date: 11/01/90 28
't
-t
SECTION 70
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70--1 LAWS TO BE OBSERVED.. The Contractor shall keep fully
informed of all Federal and state laws, all local laws,
ordinances, and regulations and all orders and decrees of bodies
or tribunals having any jurisdiction or authority, which in any
manner affect those engaged or employed on the work, or which in
any way affect the conduct of the work. He shall at all times
observe and comply with all such laws, ordinances, regulations,
orders, and decrees; and shall protect and indemnify the owner
and all his/her officers, agents, or servants against any claim
or liability arising from or based on the violation of any such
-;
law, ordinance, regulation, order, or decree, whether by himself
or his/her employees.
70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall
procure all permits and licenses, pay all charges, fees, and
taxes, and give all notices necessary and incidental to the due
and lawful prosecution of the work.
70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the
Contractor is required or desires to use any design, device,
material, or process covered by letters of patent or copyright,
he shall provide for such use by suitable legal agreement with
the patentee or owner. The Contractor and the surety shall
indemnify and save harmless the owner, any third party, or
political subdivision from any and all claims for infringement by
reason of the use of any such patented design, device, material
or process, or any trademark or copyright, and shall indemnify
the owner for any costs, expenses, and damages which it may be
obliged to pay by reason of an infringement, at any time during
the prosecution or after the completion of the work.
70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The -owner
reserves the right to authorize the construction, reconstruction,
or maintenance of any public or private utility service, FAA or
National Oceanic and Atmospheric Administration (NOAA) facility,
or a utility service of another government agency at any time
during the progress of the work. To the extent that such
construction, reconstruction, or maintenance has been coordinated
with the owner, such authorized work (by others) is indicated in
the special conditions, or on the plans.
Except as described above, the Contractor shall not permit any
individual, firm, or corporation to excavate or otherwise disturb
such utility services or facilities located within the limits of
the work without the written permission of the Engineer.
Should the owner of public or private utility service, FAA, or
--NOAA facility, or a utility service of another government agency
Revision Date: 11/01/90 29
T
be authorized to construct, reconstruct, or maintain such utility
service or facility during the progress of the work, the
Contractor shall cooperate with such owners by arranging and
performing the work in this contract so as to facilitate such
construction, reconstruction or maintenance by others whether or
not such work by others is listed above. When ordered as extra
work by the Engineer, the Contractor shall make all necessary
repairs to the work which are due to such authorized work by
others, unless otherwise provided for in the contract, plans, or
specifications. It is understood and agreed that the Contractor
shall not be entitled to make any claim for damages due to such
authorized work by others or for any delay to the work resulting
from such authorized work.
70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United
States Government has agreed to reimburse the owner for some
portion of the contract costs. Such reimbursement is made from
time to time upon the owner's (sponsor's) request to the FAA. In
consideration of the United Sates Government's (FAA's) agreement
with the owner, the owner has included provisions in this
contract pursuant to the requirements of the Airport Improvement
Act of 1982, as amended by the Airport and Airway Safety and
Capacity Expansion Act of 1987, and the Rules and Regulations of
the FAA that pertain to the work.
As required by the Act, the contract work is subject to the
inspection and approval of duly authorized representatives of the
Administrator, FAA, and is further subject to those provisions of
the rules and regulations that are cited in the contract, plans,
or specifications.
No requirement of the Act, the rules and regulations implementing
the Act, or this contract shall be construed as making the
Federal Government a party to the contract nor will any such
requirement- interfere, in any way, with the rights of either
party to the contract.
70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor
shall provide and maintain in a neat, sanitary condition such
accommodations for the use of his/her employees as may be
necessary to comply with the requirements of the state and local
Board of Health, or of other bodies or tribunals having
jurisdiction. .
Attention is directed to Federal, state, and local laws, rules
and regulations concerning construction safety and health
standards. The Contractor shall not require any worker to work
in surroundings or under conditions are unsanitary, hazardous, or
dangerous to his/her health or safety.
_70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall
control. -his/her operations and those of his/her subcontractors
Revision Date: 11/01/90 30
and all suppliers, to assure the least inconvenience to the
traveling public. Under all circumstances, safety shall be the
most important consideration.
The Contractor shall maintain the free and unobstructed movement
of aircraft and vehicular traffic with respect to his/her own
operations and those of his/her subcontractors and all suppliers
in accordance with the subsection titled MAINTENANCE OF TRAFFIC
of Section 40 hereinbefore specified and shall limit such
operations for the convenience and safety of the traveling public
as specified in the subsection titled LIMITATION OF OPERATIONS of
Section 80 hereinafter.
74-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The
Contractor shall furnish, erect, and maintain all barricades,
warning signs, and markings for hazards necessary to protect the
public and the work. When used during periods of darkness, such
barricades, warning signs, and hazard markings shall be suitably
illuminated.
For vehicular and pedestrian traffic, the Contractor shall
furnish, erect, and maintain barricades, warning signs, lights
and other traffic control devices in reasonable conformity with
the Manual of Uniform Traffic Control Devices for Streets and
Highways (published by the United States Government Printing
Office) .
When the work requires closing an air operations area of the
airport or portion of such area, the Contractor shall furnish,
erect, and maintain temporary markings and associated lighting
y conforming to the requirements of AC 150/5340-1, Marking of
Paved Areas on Airports.
J
J
The Contractor shall furnish, erect, and maintain markings and
associated lighting of open trenches, excavations_, temporary
stock piles, and his/her parked construction equipment that may
be hazardous to the operation of emergency fire -rescue or
maintenance vehicles on the airport in reasonable conformance to
AC 150/5370-2, Operational Safety on Airports During Construction
Activity.
The Contractor shall identify each motorized vehicle or piece of
construction equipment in reasonable conformance to AC 150/5370-
2.
The -Contractor shall furnish and erect all barricades, warning
signs, and markings for hazards prior to commencing work which
requires such erection and shall maintain the barricades, warning
signs, and markings for hazards until their dismantling is
directed by the Engineer.
Revision Date: 11/01/90
31
Open -flame type lights shall not be permitted within the air
operations areas of the airport.
70-09 USE OF EXPLOSIVES. When the use of explosives is
necessary for the prosecution of the work, the Contractor shall
exercise the utmost care not to endanger life or property,
including new work. The Contractor shall be responsible for all
damage resulting from the use of explosives.
All explosives shall be stored in a secure manner in compliance
with all laws and ordinances, and all such storage places shall
be clearly marked. Where no local laws or ordinances apply,
storage shall be provided satisfactory to the Engineer and, in
general, not closer than 1,000 feet (300 m) from the work or from
any building, road, or other place of human occupancy.
The Contractor shall notify each property owner and public
utility company having structures or facilities in proximity to
the site of the work of his/her intention to use explosives.
Such notice shall be given sufficiently in advance to enable them
to take such steps as they may deem necessary to protect their
property from injury.
The use of electrical blasting caps shall not be permitted on or
within 1,000 feet (300 m) of the airport property.
70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The
Contractor shall be responsible for the preservation of all
public and private property, and shall protect carefully from
disturbance or damage all land monuments and property markers
until the Engineer has witnessed or otherwise referenced their
location and shall not move them until directed.
The Contractor shall be responsible for all damage or injury to
property of any character, during the prosecution of the.work,
resulting from any act, omission, neglect, or misconduct in
his/her manner or method of executing the work, or at any time
due to defective work or materials, and said responsibility will
not be released until the project shall have been completed and
accepted.
When or where any direct or indirect damage or injury is done to
public or private property by or on account of any act, omission,
neglect, or misconduct in the execution of the work, or in
consequence of the nonexecution thereof by the Contractor, he
shall restore, at his/her own expense, such property to a
condition similar or equal to that existing before such damage or
injury was done, by repairing, or otherwise restoring as may be
directed, or he shall make good such damage or injury in an
acceptable manner.
Revision Date: 11/01/90 32
70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall
indemnify and save harmless the Engineer and the owner and their
officers, and employees from all suits actions, or claims of any
character brought because of any injuries or damage received or
sustained by any person, persons, or property on account of the
operations of the Contractor; or on account of or in consequence
of any neglect in safeguarding the work; or through use of
unacceptable materials in constructing the work; or because of
any act or omission, neglect, or misconduct of said Contractor;
or because of any claims or amounts recovered from any
infringements of patent, trademark, or copyright;.or from any
claims or amounts arising or recovered under the "-Workmen's
Compensation Act,'' or any other law, ordinance, order, or
decree. Money due the Contractor under and by virtue of his/her
contract as may be considered necessary by the owner for such
purpose may be retained for the use of the owner or, in case no
money is due, his/her surety may be held until such suit or
suits, action or actions, claim or claims for injuries or damages
as aforesaid shall have been settled and suitable evidence to
that effect furnished to the owner, except that money due the
Contractor will not be withheld when the Contractor produces
satisfactory evidence that he is adequately protected by public
liability and property damage insurance.
70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed
between the parties executing the contract that it is not
intended by any of the provisions of any part of the contract to
create the public or any member thereof a third party beneficiary
or to authorize anyone not a party to the contract to maintain a
suit for personal injuries or property damage pursuant to the
terms or provisions of the contract.
,I 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be
necessary for the Contractor to complete portions of the contract
-work for the beneficial occupancy of the owner prior to
completion of the entire contract, such "phasing'' of the work
shall be specified herein and indicated on the plans. When so
specified, the Contractor shall complete such portions of the
work on or before the date specified or as otherwise specified.
The Contractor shall make his/her own estimate of the
difficulties involved in arranging his/her work to permit such
beneficial occupancy by the owner as described in -the special
conditions, or on the plans.
Upon completion of any portion of the work listed above, such
portion shall be accepted by the owner in accordance with the
subsection titled PARTIAL ACCEPTANCE of Section 50.
No portion of the work may be opened by the Contractor for public
use until ordered by the Engineer in writing. Should it become
_necessary to open a portion of the work to public traffic on a
temporary or intermittent basis, such openings shall be made
Revision Date: 11/01/90
33
when, in the opinion of the Engineer, such portion of the work is
in an acceptable condition to support the intended traffic.
Temporary or intermittent openings are considered to be inherent
in the work and shall not constitute either acceptance of the
portion of the work so opened or a waiver of any provision of the
contract. Any damage to the portion of the work so opened that
is not attributable to traffic which is permitted by the owner
shall be repaired by the Contractor at his/her expense.
The Contractor shall make his/her own estimate of the inherent
difficulties involved in completing the work under the conditions
herein described and shall not claim any added compensation by
reason of delay or increased cost due'to opening a portion of the
contract work.
70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the
Engineer's final written -acceptance of the entire completed work,
excepting only those portions of the work accepted in accordance
with the subsection titled PARTIAL ACCEPTANCE of Section 50, the
Contractor shall have the charge and care thereof and shall take
every precaution against injury or damage to any part due to the
action of the elements or from any other cause, whether arising
from the execution or from the nonexecution of the work. The
Contractor shall rebuild, repair, restore, and make good all
injuries or damages to any portion of the work occasioned by any
of the above causes before final acceptance and shall bear the
expense thereof except damage to the work due to unforeseeable
causes beyond the control of and without the -fault or negligence
of the Contractor, including but not restricted to acts of God
such as earthquake, tidal wave, tornado, hurricane or other
cataclysmic phenomenon of nature, or acts of the public enemy or
of government authorities.
If the work is suspended for any cause whatever, the Contractor
shall be responsible for the work and shall take such precautions
necessary to prevent damage to the work. The Contractor shall
provide for normal drainage and shall erect necessary temporary
structures, signs, or other facilities at his/her expense.
During such period of suspension of work, the Contractor shall
properly and continuously maintain in an acceptable growing
condition all living material in newly established planting,
seedings, and soddings furnished under his/her contract, and
shall take adequate precautions to protect new tree growth and
other important vegetative growth against injury.
70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND
FACILITIES OF -OTHERS. As provided in the subsection titled
RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the
Contractor shall -cooperate with the owner of any public or
private utility service, FAA or NOAA, or a utility service of
another government agency that may be authorized by the owner to
-construct, reconstruct or maintain such utility services or
Revision Date: 11/01/90 34
facilities during the progress of the work. In addition, the
Contractor shall control his/her operations to prevent the
unscheduled interruption of such utility services and facilities.
To the extent that such public or private utility services, FAA,
or NOAA facilities, or utility services of another governmental
agency are known to exist within the limits of the contract work,
the approximate locations have been indicated on the plans and
the owners are indicated in the special conditions, or on the
plans.
It is understood and agreed that the owner does not guarantee the
accuracy or the completeness of the location information relating
to existing utility services, facilities, or structures that may
be shown on the plans or encountered in the work. Any inaccuracy
or omission in such information shall not relieve the Contractor
of his/her responsibility to protect such existing features from
damage or unscheduled interruption of service.
It is further understood and agreed that the Contractor shall,
upon execution of the contract, notify the owners of all utility
services or other facilities of his/her plan of operations. Such
notification shall be in writing addressed to THE PERSON TO
CONTACT as provided hereinbefore in.this subsection and the
subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of
this section. A copy of each notification shall be given to the
Engineer.
In addition to the general written notification hereinbefore
provided, it shall be the responsibility of the Contractor to
keep such individual owners advised of changes in his/her plan of
operations that would affect such owners.
Prior to commencing the work in the general vicinity of an
existing utility service or facility, the Contractor shall again
notify each such owner of his/her plan of operation. If, in the
Contractor's opinion, the owner's assistance is needed to locate
the utility service or facility or the presence of a
representative of the owner is desirable to observe the work,
such advice should be included in the notification. Such
notification shall be given by the most expeditious means to
reach the utility owner's PERSON TO CONTACT no later than two
normal business days prior to the Contractor's commencement of
operations in such general vicinity. The Contractor shall
furnish a written summary of the notification to the Engineer.
The 'Contractor Is failure to give the two day's notice hereinabove
provided shall be cause for the Engineer to suspend the
Contractor's operations in the general vicinity of a utility
service or facility.
t
Revision Date: 11/01/90 35
Where the outside limits of an underground utility service have
been located and staked on the ground, the Contractor shall be
required to use excavation methods acceptable to the Engineer
within 3 feet (90 cm) of such outside limits at such points as
may be required to ensure protection from damage due to the
Contractor's operations.
Should the Contractor damage or interrupt the operation of a
utility service or facility by accident or otherwise, he shall
immediately notify the proper authority and the Engineer and
shall take all reasonable measures to prevent further damage or
interruption of service. The Contractor, in such events, shall
cooperate with the utility service or facility owner and the
Engineer continuously until such damage has been repaired and
service restored to the satisfaction of the utility or facility
owner.
The Contractor shall bear all costs of damage and restoration of
service to any utility service or facility due to his/her
operations whether or not due to negligence or accident. The
contract owner reserves the right to deduct such costs from any
monies due or which may become due the Contractor, or his/her
surety.
70-16 FURNISHING RIGHTS-OF-WAY. The owner will be responsible
for furnishing all rights-of-way upon which the work is to be
constructed in advance of the Contractor's operations.
70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out
any of the contract provisions or in exercising any power or
authority granted to him by this contract, there shall be no
liability upon the Engineer, his/her authorized representatives,
or any officials of the owner either personally or as an official
of the owner. It is understood that in such matters they act
solely as agents and.representatives of the owner.
70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work,
the owner will expeditiously make final inspection and notify the
Contractor of final acceptance. Such final acceptance, however,
shall not preclude or estop the owner from correcting any
measurement, estimate, or certificate made before or after
completion of the work, nor shall the owner be precluded or
estopped from recovering from the Contractor or his/her surety,
or both, such overpayment as may be sustained, or by failure on
the part of the Contractor to fulfill his/her obligations under
the.contract. A waiver on the part of- the owner of any breach of
any part of the contract shall not be held to be a waiver of any
other or subsequent breach.
The Contractor, without prejudice to the terms of the contract,
shall be liable to the owner for latent defects, fraud, or such
Revision Date: 11/01/90 36
gross mistakes as may amount to fraud, or as regards the owner's
rights under any warranty or guaranty.
70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply
with all Federal, state, and local laws and regulations
controlling pollution of the environment. He shall take
necessary precautions to prevent pollution of streams, lakes,
ponds, and reservoirs with fuels, oils, bitumens, chemicals, or
other harmful materials and to prevent pollution of the
atmosphere from particulate and gaseous matter.
70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise
specified in this subsection, the Contractor`is advised that the
site of the work is not within any property, district, or site,
and does not contain any building, structure, or object listed in
the current National Register of Historic Places published by the
United States Department of Interior.
Should the Contractor encounter, during his/her operations, any
building, part of a building, structure, or object which is
incongruous with its surroundings, he shall immediately cease
operations in that location and notify the Engineer. The
Engineer will immediately investigate the Contractor's finding
and will direct the Contractor to either resume his/her
operations or to suspend operations as directed.
Should the Engineer order suspension of the Contractor's
operations in order to protect an archaeological or historical
finding, or order the Contractor to perform extra work, such
shall be covered by an appropriate contract modification (change
order or supplemental agreement) as provided in the subsection
titled EXTRA WORK of Section 40 and the subsection titled PAYMENT
FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If
appropriate, the contract modification shall include an extension
of contract time in accordance with the subsection titled
DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80-.
END OF SECTION 70
Revision Date: 11/01/90 37
J
SECTION 80
PROSECUTION AND PROGRESS
80-01 SUBLETTING OF CONTRACT. The owner will not recognize any
subcontractor on the work. The Contractor shall at all times
when work is in progress be represented either in person, by a
qualified superintendent, or by other designated, qualified
representative who is duly authorized to receive and execute
orders of the Engineer.
Should the Contractor elect to assign his/her contract, said
assignment shall be concurred in by the surety, shall be
presented for the consideration and approval of the owner, and
shall be consummated only on the written approval of the owner.
In case of approval, the Contractor shall file copies of all
subcontracts with the Engineer.
80-02 NOTICE TO PROCEED. The notice to proceed shall state the
date on which it is expected the Contractor will begin the
construction and from which date contract time will be charged.
The Contractor shall begin the work to be performed under the
contract within 10 days of the date set by the Engineer in the
written notice to proceed, but in any event, the Contractor shall
notify the Engineer at least 24 hours in advance of the time
actual construction operations will begin.
80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the
Contractor shall submit his/her progress schedule for the
Engineer's approval within 10 days after the effective date of
the notice to proceed. The Contractor's progress schedule, when
approved by the Engineer, may be used to establish major
construction operations and to check on the progress of the
work. The Contractor shall provide sufficient materials,
equipment, and labor to guarantee the completion of the project
in accordance with the plans and specifications within the time
set forth in the proposal.
If the Contractor falls significantly behind the submitted
schedule, the Contractor shall, upon the Engineer's request,
submit a revised schedule for completion of the work within the
contract time and modify his/her operations to provide such
additional materials, equipment, and labor necessary to meet the
revised schedule. Should the prosecution of the work be
discontinued for any reason, the Contractor shall notify the
Engineer at least 24 hours in advance of resuming operations.
For AIP contracts, the Contractor shall not commence any actual
construction prior to the date on which the notice to proceed is
issued by the owner.
Revision Date: 11/01/90 38
3
t
80-04 LIMITATION OF OPERATIONS. The Contractor shall control
his/her operations and the operations of his/her subcontractors
and all suppliers so as to provide for the free and unobstructed
[ movement of aircraft in the AIR OPERATIONS AREAS of the airport.
When the work requires the Contractor to conduct his/her
operations within an AIR OPERATIONS AREA of the airport, the work
shall be coordinated with airport management (through the
Engineer) at least 48 hours prior to commencement of such work.
The Contractor shall not close an AIR OPERATIONS AREA until so
A authorized by the Engineer and until the necessary temporary
marking and associated lighting is in place as provided in the
subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS
of Section 70.
J
When the contract work requires the Contractor to work within an
AIR OPERATIONS AREA of the airport on an intermittent basis
(intermittent opening and closing of the AIR OPERATIONS AREA),
the Contractor shall maintain constant communications as
hereinafter specified; immediately obey all instructions to
vacate the AIR OPERATIONS AREA; immediately obey all instructions
to resume work in such AIR OPERATIONS AREA. Failure to maintain
the specified communications or to obey instructions shall be
cause for suspension of the Contractor's operations in the AIR
OPERATIONS AREA until the satisfactory conditions are provided.
The following AIR OPERATIONS AREA (AOA) cannot be closed to
operating aircraft to permit the Contractor's operations on a
continuous basis and will therefore be closed to aircraft
operations intermittently as described in the special conditions,
or on the plans.
80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The
Contractor shall, at all times, employ sufficient labor and
equipment for prosecuting the work to full completion in the
manner and time required by the contract, plans, and-
specifications. -
All workers shall have sufficient skill and experience to perform
properly the work assigned to them. Workers engaged in special
work or skilled work shall have sufficient experience in such
work and in the operation of the equipment required to perform
the work satisfactorily.
All equipment which is proposed to be used on the work shall be
of sufficient size and in such mechanical condition as to met
requirements of the work and to produce a satisfactory quality of
work. Equipment used on any portion of the work shall be such
that no injury to previously completed work, adjacent property,
or existing airport facilities will result from its use.
When the methods and equipment to be used by the Contractor in
accomplishing the work are not prescribed in the contract, the
Revision Date: 11/01/90
39
Contractor is free to use any methods or equipment that will
accomplish the work in conformity with the requirements of the
contract, plans, and specifications.
When the contract specifies the use of certain methods and
equipment, such methods and equipment shall be used unless others
are authorized by the Engineer. If the Contractor desires to use
a method or type of equipment other than specified in the
contract, he may request authority from the Engineer to do so.
The request shall be in writing and shall include a full
description of the methods and equipment proposed and of the
reasons for desiring to make the change. If approval is given,
it will be on the condition that the Contractor will be fully
responsible for producing work in conformity with contract
requirements. If, after trial use of the substituted methods or
equipment, the Engineer determines that the work produced does
not meet contract requirements, the Contractor shall discontinue
the use of the substitute method or equipment and shall complete
the remaining work with the specified methods and equipment. The
Contractor shall remove any deficient work and replace it with
work of specified quality, or take such other corrective action
as the Engineer may direct. No change will be made in basis of
payment for the contract items involved nor in contract time as a
result of authorizing a change. in methods or equipment under this
subsection.
80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have
the authority to suspend the work wholly, or in part, for such
period or periods as he may deem necessary, due to unsuitable
weather, or such other conditions as are considered unfavorable
for the prosecution of the work, or for such time as is necessary
due to the failure on the part of the Contractor to carry out
orders given or perform any or all provisions of the contract.
In the event that the Contractor is ordered by the Engineer, in
writing, to suspend work for some unforeseen cause not otherwise
provided for in the contract and over which the Contractor has no
control, the Contractor may be reimbursed for actual money
expended on the work during the period of shutdown. No allowance
will be made for anticipated profits. The period of shutdown
shall be computed from the effective date of the Engineer's order
to suspend work to the effective date of the Engineer's order to
resume the work. Claims for such compensation shall be filed
with the Engineer within the time period stated in the Engineer's
order to resume work. The Contractor shall submit with his/her
claim information substantiating the amount shown on the claim.
The'Engineer will forward the Contractor's claim -to the owner for
consideration in accordance with local laws or ordinances. No
provision of this article -shall be construed as entitling the
Contractor to compensation for delays due to inclement weather,
for suspensions made at the request of the Contractor, or for any
Revision Date: 11/01/90 40
other delay provided for in the contract, plans, or
specifications.
If it should become necessary to suspend work for an indefinite
period, the Contractor shall store all materials in such manner
that they will not become an obstruction nor become damaged in
any way. He shall take every precaution to prevent damage or
deterioration of the work performed and provide for normal
drainage of the work. The Contractor shall erect temporary
structures where necessary to provide for traffic on, to, or from
the airport.
80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number
of calendar or working days allowed for completion of the work
shall be stated in the proposal and contract and shall be known
as the CONTRACT TIME.
Should the contract time require extension for reasons beyond the
Contractor's control, it shall be adjusted as follows:
CONTRACT TIME based on WORKING DAYS shall be calculated weekly by
the Engineer. The Engineer will furnish the Contractor a copy of
his/her weekly statement of the number of working days charged
against the contract time during the week and the number of
working days currently specified for completion of the contract
(the original contract time plus the number of working days, if
any, that have been included in approved CHANGE ORDERS or
SUPPLEMENTAL AGREEMENTS covering EXTRA WORK).
The Engineer shall base his/her weekly statement of contract tine
charged on the following considerations:
-, (1) No time shall be charged for days on which the
Contractor is unable to proceed with the principal item of work
under construction at the time for at least 6 hours with the
normal work force employed on such principal item. Should the
normal work force be on a double -shift, 12 hours shall be used.
Should the normal work force be on a triple -shift, 18 hours shall
apply. Conditions beyond the Contractor's control such as
strikes, lockouts, unusual delays in transportation, temporary
t suspension of the principal item of work under construction or
temporary suspension of the entire work which have been ordered
- by the Engineer for reasons not the fault of the Contractor,
shall not be charged against the contract time.
(2) The.Engineer will not make charges against the
contract time prior to the effective date of the notice to
proceed.
(3) The Engineer will begin charges against the
contract time on the first working day after the effective date
-of the notice to proceed.
Revision Date: 11/01/90 41
J
(4) The Engineer will not make charges against the
contract time after the date of final acceptance as defined in
the subsection titled FINAL ACCEPTANCE of Section 50.
(5) The Contractor will be allowed 1 week in which
to file a written protest setting forth his/her objections to the
Engineer's weekly statement. If no objection is filed within
such specified time, the weekly statement shall be considered as
acceptable to the Contractor.
The contract time (stated in the proposal) is based on the
originally estimated quantities as described in the subsection
titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section
20. Should the satisfactory completion of the contract require
performance of work in greater quantities than those estimated in
the proposal, the contract time shall be increased in the same
proportion as the cost of the actually completed quantities bears
to the cost of the originally estimated quantities in the
proposal. Such increase in contract time shall not consider
either the cost of work or the extension of contract time that
has been covered by change order or supplemental agreement and
shall be made at the time of final payment. .
b. CONTRACT TIME based on CALENDAR DAYS shall consist of
the number of calendar days stated in the contract counting from
the effective date of the notice to proceed and including all
Saturdays, Sundays, holidays, and nonwork days. All calendar
days elapsing between the effective dates of the Engineer's
orders to suspend and resume all work, due to causes not the
fault of the Contractor, shall be excluded.
At the time of final payment, the contract time shall be
increased in the same proportion as the cost of the actually
completed quantities bears to the cost of the originally -
estimated quantities in the proposal. Such increase in the
contract time shall not consider either cost of work .or the
extension of contract time that has been covered by a change
order or supplemental agreement. Charges against the contract
time will cease as of the date of final acceptance.
c. When the contract time is a specified completion date,
it shall be the date on which all contract work shall be
substantially completed.
If the Contractor finds�it impossible for reasons beyond his/her
control to complete the work within the contract time as
specified, or as extended in accordance with the provisions of
this subsection, he may, at any time prior to the expiration of
the contract time as extended, make a written request to the
-Engineer for an extension of time setting forth the reasons which
he believes will justify the granting of his/her request.. The
Revision Date: 11/01/90 42
Contractor's plea that insufficient time was specified is not a
valid reason for extension of time. If the Engineer finds that
the work was delayed because of conditions beyond the control and
without the fault of the Contractor, he may extend the time for
completion in such amount as the conditions justify. The
extended time for completion shall then be in full force and
i effect, the same as though it were the original time for
' completion.
80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or
working day, as specified in the contract, that any work remains
--�completed after the contract time (including all. extensions and
adJn3tments as provided in the subsection titled DETERMINATION
AND EXTEncION OF CONTRACT TIME of this Section) the sum specified
in the contract -,and proposal as liquidated damages will be
deducted from any money due or to become due the Contractor or
his/her surety. Such deducted sums shall not be deducted as a
penalty but shall be considered as liquidation of a reasonable
portion of damages that will be incurred by the owner should the
Contractor fail to complete the work in the time provided in
his/her contract.
Permitting the Contractor to continue and finish the work or any
part of it after the time fixed for its completion, or after the
date to which the time for completion may have been extended,
will in no way operate as a wavier on the part of the owner of
any of its rights under the contract.
80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall
be considered in default of his/her contract and such default
will be considered as cause for the owner to terminate the
contract for any of the following reasons if the Contractor:
a. Fails to begin the work under the contract within the
time specified in the "Notice to Proceed," or
b. Fails to perform the work or fails to provide
sufficient workers, equipment or materials to assure completion
of work in accordance with the terms of the contract, or
c. Performs the work unsuitably or neglects or refuses to
remove materials or to perform anew such work as may be rejected
as unacceptable and unsuitable, or
d. Discontinues the prosecution of the work, or
e. Fails to resume work which has been discontinued within
a reasonable time after notice to do so, or
f. Becomes insolvent or is declared bankrupt, or commits
any act of bankruptcy or insolvency, or
Revision Date: 11/01/90 43
6
g. Allows any final judgment to stand against him
unsatisfied for a period of 10 days, or
h. Makes an assignment for the benefit of creditors, or
i. For any other cause whatsoever, fails to carry on the
work in an acceptable manner.
Should the Engineer consider the Contractor in default of the
contract for any reason hereinbefore, he shall immediately give
written notice to the Contractor and the Contractor's surets, nS
to the reasons for considering the Contractor in defaul*; and the
owner's intentions to terminate the contract.
If the Contractor or surety, within a per=ad of 10 days after
such notice, does not proceed in accordance therewith, then the
owner will, upon written notification from the Engineer of the
facts of such delay, neglect, or default and the Contractor's
failure to comply with such notice, have full power and authority
without violating the contract, to take the prosecution of the
work out of the hands of the Contractor. The owner may
appropriate or use any or all materials and equipment that have
been mobilized for use in the work and are acceptable and may
enter into an agreement for the completion of said contract
according to the terms and provisions thereof, or use such other
methods as in the opinion of the Engineer will be required for
the completion of said contract in an acceptable manner.
All costs and charges incurred by the owner, together with the
cost of completing the work under contract, will be deducted from
any monies due or which may become due the Contractor. If such
expense exceeds the sum which would have been payable under the
contract, then the Contractor and the surety shall be liable and
shall pay to the owner the amount of such excess.
80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall
terminate the contract or portion thereof by written notice when
the Contractor is prevented from proceeding with the construction
contract as a direct result of an Executive Order of the
President with respect to the prosecution of war or in the
interest of national defense.
When the contract, or any portion thereof, is terminated before
completion of all items of work in the contract, payment will be
made for the actual number of units or items of work completed at
the.contract price or as mutually agreed for items of work
partially completed or not started. No claims or loss of
anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead
__expenses, (when not otherwise included in the contract) and
moving equipment and materials to and from the job will be -
Revision Date: 11/01/90 44
considered, the intent being that an equitable settlement will be
made with the Contractor.
Acceptable materials, obtained or ordered by the Contractor for
the work and that are not incorporated in the work shall, at the
Option of the Contractor, be purchased from the Contractor at
actual cost as shown by receipted bills and actual cost records
at such points of delivery as may be designated by the Engineer.
Termination of the contract or a portion thereof shall neither
relieve the Contractor of his/her responsibilities for the
completed work nor shall it relieve his/her surety of its
obligation for and concerning any just claim arising out of the
work performed.
END - OF SECTION 80
Revision Date: 11/01/90
45
SECTION 90
MEASUREMENT AND PAYMENT
90-01 MEASUREMENT OF QUANTITIES. All work completed under the
contract will be measured by the Engineer, or his/her authorized
representatives, using United States Customary Units of
Measurement or the International System of Units.
The method of measurement and computations to be used in
determination of quantities of material furnished and of work
performed under the contract will be those methods generally
recognized as conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area
computations will be made horizontally, and no deductions will be
made for individual fixtures (or leave -outs) having an area of 9
square feet (0.8 square meter) or less. Unless otherwise
specified, transverse measurements for area computations will be
the neat dimensions shown on the plans or ordered in writing by
the Engineer.
Structures will be measured according to neat lines shown on the
plans or as altered to fit field conditions.
Unless otherwise specified, all contract items which are measured
by the linear foot such as electrical ducts, conduits, pipe
culverts, underdrains, and similar items shall be measured
parallel to the base or foundation upon which such items are
placed.
In computing volumes of excavation the average end area method or
other acceptable methods will be used.
The thickness of plates and galvanized sheet used in the
manufacture of corrugated metal pipe, metal plate pipe culverts
and arches, and metal cribbing will be specified and measured in
decimal fraction of inches.
The term "ton'' will mean the short ton consisting of 2,000
pounds (907 kilograms) avoirdupois. All materials which are
measured or proportioned by weights shall be weighed on accurate,
approved scales by competent, qualified personnel at locations
designed by the Engineer. If material is shipped by rail, the
car weight may be accepted provided that only the actual weight
of material be paid for. However, car weights will not be
acceptable for material -to -be -passed through mixing plants.
Trucks used to haul material being paid for by weight shall be
weighed empty daily at such times as -the Engineer directs, and
each truck shall bear a plainly legible identification mark.
Revision Date: 11/01/90 46
I
Materials to be measured by volume in the hauling vehicle shall
be hauled in approved vehicles and measured therein at the point
of delivery. Vehicles for this purpose may be of any size or
type acceptable to the Engineer, provided that the body is of
such shape that the actual contents may be readily and accurately
determined. All vehicles shall be loaded to at least their water
level capacity, and all loads shall be leveled when the vehicles
arrive at the point of delivery.
When requested by the Contractor and approved by the Engineer in
writing, material specified to be measured by the cubic yard
(cubic meter) may be weighed, and such weights will be converted
to cubic yards (cubic meters) for payment purposes. Factors for
conversion from weight measurement to volume measurement will be
determined by the Engineer and shall be agreed to by the
Contractor before such method of. measurement of pay quantities is
used.
Bituminous materials will be measured by the gallon (liter) or
ton (kilogram). When measured by volume, such volumes will be
measured at 60 F (15 C) or will be corrected to the volume at 60
F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars.
Net certified scale weights or weights based on certified volumes
in the case of rail shipments will be used as a basis of.
measurement, subject to correction when bituminous material has
been lost from the car or the distributor, wasted, or otherwise
not incorporated in the work.
When bituminous materials are shipped by truck or
certified weights by volume, subject to correction
foaming, may be used for computing quantities.
transport, net
for loss or
Cement will be measured by the ton (kilogram) or hundredweight
(kilogram).
Timber will be measured by the thousand feet board measure
(M.F.B.M.) actually incorporated in the structure. Measurement
will be based on nominal widths and thicknesses and the extreme
length of each piece.
The term "lump sum'' when used as an item of payment will mean
complete payment for the work described in the contract.
When a complete structure or structural unit (in effect, "lump
sum'' work) is specified.as the unit of measurement, the unit
will be construed to include all necessary fittings and
accessories.
Rental of equipment will be measured by time in hours of actual
__working time and necessary traveling time of the equipment within
the limits of the work. Special equipment ordered by the
Revision Date: 11/01/90
47
Engineer in connection with force account work will be measured
as agreed in the change order or supplemental agreement
authorizing such force account work as provided in the subsection
titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section.
When standard manufactured items are specified such as fence,
wire, plates, rolled shapes, pipe conduit, etc., and these items
are identified by gage, unit weight, section dimensions, etc.,
such identification will be considered to be nominal weights or
dimensions. Unless more stringently controlled by tolerances in
cited specifications, manufacturing tolerances established by the
industries involved will be accepted.
Scales for weighing materials which are required to be
proportioned or measured and paid for by weight shall be
furnished, erected, and maintained by the Contractor, or be
certified permanently installed commercial scales.
Scales shall be accurate within one-half percent of the correct
weight throughout the range of use. The Contractor shall have
the scales checked under the observation of the inspector before
beginning work and at such other times as requested. The
intervals shall be uniform in spacing throughout the graduated or
marked length of the beam or dial and shall not exceed one-tenth
of 1 percent of the nominal rated capacity of the scale, ?gut :rct
less than 1 pound (454 grams). The use of spring balances will
not be permitted.
Beams, dials, platforms, and other scale equipment shall be so
arranged that the operator and the inspector can safely and
conveniently view them.
Scale installations shall have available ten standard 50 -pound
(2.3 kilogram) weights for testing the weighing equipment or
suitable weights and devices for other approved equipment.
Scales must be tested for accuracy and serviced before use at a
new site. Platform scales shall be installed and maintained with
the platform level and rigid bulkheads at each end.
Scales '"overweighing" (indicating more than correct weight)
will not be permitted to operate, and all materials received
subsequent to the last previous correct weighting -accuracy test
will be reduced by the percentage of error in excess of one-half
of 1 percent.
In the event inspection reveals the scales have been
'underweighing '' (indicating less than correct weight), they
shall be adjusted, and no additional payment to the Contractor
will be allowed for materials previously weighed and recorded.
Revision Date: 11/01/90 48
All costs in connection with furnishing, installing, certifying,
testing, and maintaining scales; for furnishing check weights and
scale house; and for all other items specified in this
subsection, for the weighing of materials for proportioning or
payment, shall be included in the unit contract prices for the
various items of the project.
When the estimated quantities for a specific portion of the work
are designated as the pay quantities in the contract, they shall
be the final quantities for which payment for such specific
portion of the work will be made, unless the dimensions of said
portions of the work shown on the plans are revised by the
Engineer. If revised dimensions result in an increase or
decrease in the quantities of such work, the final quantities for
payment will be revised in the amount represented by the
authorized changes in the dimensions.
P` 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept
compensation provided for in the contract as full payment for
furnishing all materials, for performing all work under the
contract in a complete and acceptable manner, and for all risk,
loss, damage, or expense of whatever character arising out of the
nature of the work or the prosecution thereof, subject to the
provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of
Section 70.
When the "basis of payment'' subsection of a technical
�} specification requires that the contract price (price bid)
include compensation for certain work or material essential to
the item, this same work or material will not also be measured
for payment under any other contract item which may appear
elsewhere in the contract, plans, or specifications.
90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted
quantities of work vary from the quantities in the proposal, the
Contractor shall accept as payment in full, so far as contract
items are concerned, payment at the original contract price for
the accepted quantities of work actually completed and accepted.
No allowance, except as provided for in the subsection titled
ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for
any increased expense, loss of expected reimbursement, or loss of
anticipated profits suffered or claimed by the Contractor which
results directly from such alterations or indirectly from his/her
unbalanced allocation of overhead and profit among the contract
items, or from any other cause.
90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection
titled OMITTED ITEMS of Section 44, the Engineer shall have the
right to omit from the work (order nonperformance) any contract
item, except major contract items, in the best interest of the
owner.
Revision Date: 11/01/90 49
Should the Engineer omit.or order nonperformance of a contract
item or portion of such item from the work, the Contractor shall
accept payment in full at the contract prices for any work
actually completed and acceptable prior to the Engineer's order
to omit or nonperform such contract item.
Acceptable materials ordered by the Contractor or delivered on
the work prior to the date of the Engineer's order will be paid
for at the actual cost to the Contractor and shall thereupon
become the property of the owner.
In addition to the reimbursement hereinbefore provided, the
Contractor shall be reimbursed for all actual costs incurred for
the purpose of performing the omitted contract item prior to the
date of the Engineer's order. Such additional costs incurred by
the Contractor must be directly related to the deleted contract
item and shall be supported by certified statements by the
Contractor as to the nature the amount of such costs.
90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work,
performed in accordance with the subsection titled EXTRA WORK of
Section 40, will be paid for at the contract prices or agreed
prices specified in the change order or supplemental agreement
authorizing the extra work. When the change order or
supplemental agreement authorizing the extra work requires that
it be done by force account, such force account shall be measured
and paid for based on expended labor, equipment, and materials
plus a negotiated and agreed upon allowance for overhead and
profit.
a. Miscellaneous. No additional allowance will be made
for general superintendence, the use of small tools, or other
costs for which no specific allowance is herein provided.
- b. Comparison.of Record. The Contractor and the Engineer
shall compare records of the cost of force account work at the
end of each day. Agreement shall be indicated by signature of
the Contractor and the Engineer or their duly authorized
representatives.
c. Statement. No payment will be made for work performed
on a force account basis until.the Contractor has furnished the
Engineer with duplicate itemized statements of the cost of such
force account work detailed as follows:
. (1) Name, classification, date, daily hours, total
hours, rate and extension for.each laborer and foreman.
(2) Designation, dates, daily hours, total hours,
rental rate, and extension for each unit of machinery and
equipment.
Revision Date: 11/01/90 so
(3) Quantities of materials, prices, and
extensions.
(4) Transportation of materials.
(s) Cost of property damage, liability and
workman's compensation insurance premiums, unemployment insurance
contributions, and social security tax.
Statements shall be accompanied and supported by a receipted
invoice for all materials used and transportation charges.
However, if materials used on the force account work are not
specifically purchased for such work but are taken from the
Contractor's stock, then in lieu of the invoices the Contractor
shall furnish an affidavit certifying that such materials were
taken from his/her stock, that the quantity claimed was actually
used, and that the price and transportation claimed represent the
actual cost to the Contractor.
90-06 PARTIAL PAYMENTS. Partial payments will be made at least
once each month as the work progresses. Said payments will be
based upon estimates prepared by the Engineer of the value of the
work performed and materials complete in place in accordance
with the contract, plans, and specifications. Such partial
payments may also include the delivered actual cost of those
materials stockpiled and stored in accordance with the subsection
titled PAYMENT FOR MATERIALS ON HAND of this section.
No partial payment will be made when the amount due the
Contractor since the last estimate amounts to less than five
hundred dollars.
- From the total of the amount determined to be payable on a
partial payment, 10 percent of such total amount will be deducted
and retained -by the owner until the final payment is made, except
as may be provided (at the Contractor's option) in the subsection
titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90
percent) of the amount payable, less all previous payments, shall
be certified for payment. Should the Contractor exercise his/her
option, as provided in the subsection titled PAYMENT OF WITHHELD
FUNDS of this section, no such 10 percent retainage shall be
deducted.
When not less than 95 percent of the work has been completed the
Engineer may, at his/her. discretion and with the consent of the
surety, prepare an estimate from which will be retained an amount
not less than twice the contract value or estimated cost,
whichever -is greater, of the work remaining to be done. The
remainder, less all previous payments and deductions, will then
be certified for payment to the Contractor.
Revision Date: 11/01/90 51
rd1*
It is understood and agreed that the Contractor shall not be
entitled to demand or receive partial payment based on quantities
of work in excess of those provided in the proposal or covered by
approved change orders or supplemental agreements, except when
such excess quantities have been determined by the Engineer to be
a part of the final quantity for the item of work in question.
No partial payment shall bind the owner to the acceptance of any
materials or work in place as to quality or quantity. All
partial payments are subject to correction at the time of final
payment as provided in the subsection titled ACCEPTANCE AND FINAL
PAYMENT of this section.
90-07 PAYMENT FOR MATERIALS ON SAND. Partial payments may be
made to the extent of the delivered cost of materials to be
incorporated in the work, provided that such materials meet the
requirements of the contract, plans, and specifications and are
delivered to acceptable sites on the airport property or at other
sites in the vicinity that are acceptable to the owner. Such
delivered costs of stored or stockpiled materials may be included
in the next partial payment after the following conditions are
net:
-a. The material has been stored or stockpiled in a manner
acceptable to the Engineer at or on an approved site.
b. The Contractor has furnished the Engineer with
acceptable evidence of the quantity and quality of such stored or
stockpiled materials.
c. The Contractor has furnished the Engineer with
satisfactory evidence that the material and transportation costs
have been paid.
d. The Contractor has furnished the owner legal title
(free of liens or encumbrances of any kind) to the material so
stored or stockpiled.
e. The Contractor has furnished the owner evidence that
the material so stored or stockpiled is insured against loss by
damage to or disappearance of such materials at anytime prior to
use in the work.
It is understood and agreed that the transfer of title and the
owner's payment for such stored or stockpiled materials shall in
no way relieve the Contractor of his/her responsibility for
furnishing and placing such materials in accordance with the
requirements of the. contract, plans, and specifications.
In no case will the amount of partial payments for materials on
hand exceed the contract price for such materials or the contract
Revision Date: 11/01/90 52
price for the contract item in which the material is. intended to
be used.
No partial payment will be made for stored or stockpiled living
or perishable plant materials.
The Contractor shall bear all costs associated with the partial
payment of stored or stockpiled materials in accordance with the
provisions of this subsection.
90-08 PAYMENT OF WITHiELD FUNDS. At the Contractor's option,
he/she may request that the owner accept (in lieu of the 10
percent retainage on partial payments described in the subsection
titled PARTIAL PAYMENTS of this section) the Contractor's
deposits in escrow under the following conditions.
a. The Contractor shall bear all expenses of establishing
and maintaining an escrow account and escrow agreement acceptable
to the owner.
b. The Contractor shall deposit to and maintain in such
escrow only those securities or bank certificates of deposit as
are acceptable to the owner and having a value not less than the
10 percent retainage that would otherwise be withheld from
partial payment.
c. The Contractor shall enter into an escrow agreement
satisfactory to -the owner.
d. The Contractor shall obtain the written consent of the
surety to such agreement.
90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has
been accepted in accordance with the requirements of the
subsection titled FINAL ACCEPTANCE of Section 50,' the Engineer
will prepare the final estimate of the items of work actually
performed. The Contractor shall approve the Engineer's final
estimate or advise the Engineer of his/her objections to the
final estimate which are based on disputes in measurements or
computations of the final quantities to be paid under the
contract as amended by change order or supplemental agreement.
The Contractor and the Engineer shall resolve all disputes (if
any) in the measurement and computation of final quantities to be
paid within 30 calendar days of the Contractor's receipt of the
Engineer's final estimate. If, after such 30 -day period, a
dispute still exists, the Contractor may approve the Engineer's
estimate under protest of the quantities in -dispute, and such
disputed quantities shall be considered by the owner as a claim
in accordance with the subsection titled CLAIMS FOR ADJUSTMENT
AND DISPUTES of Section 50.
Revision Date: 11/01/90 53
D
After the Contractor has approved, or approved under protest, the
Engineer's final estimate, final payment will be processed based
on the entire sum, or the undisputed sum in case of approval
under protest, determined to be due the Contractor less all
previous payments and all amounts to be deducted under the
provisions of the contract. All prior partial estimates and
payments shall be subject to correction in the final estimate and
payment.
If the Contractor has filed a claim for additional compensation
under the provisions of the subsection titled CLAIMS FOR
ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of
this subsection, such claims will be considered by the owner in
accordance with local laws or ordinances. Upon final
adjudication of such claims, any additional payment determined to
be due the Contractor will be paid pursuant to a supplemental
final estimate.
END OF SECTION 90
(It
Revision Date: 11/01/90 54
CURRENT WAGE DETERMINATIONS
I
t
JFfi.
T:.
k`
J
S
General Decision Number TX010027
Superseded General Decision No. TX000027
State: TEXAS
Construction Type:
HEAVY
HIGHWAY
J
Heavy (excluding tunnels and dams) and Highway -Construction
Projects (does not include building structures in rest area
projects). NOT TO BE USED FOR WORK ON WATER OR SEWAGE TREATMENT
PLANTS OR LIFT/PUMP STATIONS IN MILLS COUNTY.
TX010027 - 1
03/02/2001
County(ies) :
ANDREWS
FOARD
MOORE
ARCHER
GAINES
MOTLEY
..1
ARMSTRONG
GARZA
NOLAN
BAILEY
GLASSCOCK
OCHILTREE
BAYLOR
GRAY
OLDHAM
BORDEN
HALE
PARMER
BREWSTER
HALL
PECOS
BRISCOE
HANSFORD
PRESIDIO
BROWN
HARDEMAN
REAGAN
CALLAHAN
HARTLEY
REAL
CARSON
HASKELL
REEVES
CASTRO
HEMPHILL
ROBERTS
`
CHILDRESS
HOCKLEY
RUNNELS
CLAY
HOWARD
SAN SABA
COCHRAN-
HUDSPETH
SCHLEICHER
COKE
HUTCHINSON
SCURRY
COLEMAN
IRION
SHACKELFORD
COLLINGSWORTH
JEFF DAVIS
SHERMAN
COMANCHE
JONES
STEPHENS
CONCHO
KENT
STERLING
COOKE
KIMBLE
STONEWALL
COTYLE
KING
SUTTON
CRANE
KINNEY
SWISHER
CROCKETT
KNOX
TERRELL
"-}
CROSBY
LAMB
TERRY
CULBERSON
LAMPASAS
THROCKMORTON
DALLAM
LIPSCOMB
UPTON
r_
DAWSON
LOVING
VAL VERDE
DEAF SMITH
LYNN
WARD
DICKENS
MARTIN
WHEELER
DONLEY
MCCULLOCH
WILBARGER
c.
EASTLAND
MENARD
WINKLER
EDWARDS
MILLS
YOAKUM
FISHER
MITCHELL
YOUNG
tl
FLOYD
MONTAGUE
J
Heavy (excluding tunnels and dams) and Highway -Construction
Projects (does not include building structures in rest area
projects). NOT TO BE USED FOR WORK ON WATER OR SEWAGE TREATMENT
PLANTS OR LIFT/PUMP STATIONS IN MILLS COUNTY.
TX010027 - 1
03/02/2001
Modification Number Publication Date
0 03/02/2001
TX010027 - 2
03/02/2001
COUNTY (i e s) :
ANDREWS
FOARD
MOORE
ARCHER
GAINES
MOTLEY
ARMSTRONG
GARZA
NOLAN
BAILEY
GLASSCOCK
OCHILTREE
BAYLOR
GRAY
OLDHAM
BORDEN
HALE
PARMER
BREWSTER
HALL
PECOS
BRISCOE
HANSFORD
PRESIDIO
BROWN
HARDEMAN
REAGAN
CALLAHAN
HARTLEY
REAL
CARSON
HASKELL
REEVES
CASTRO
HEMPHILL
ROBERTS
CHILDRESS
HOCKLEY
RUNNELS
CLAY
HOWARD
SAN SABA
COCHRAN
HUDSPETH
SCHLEICHER
COKE
HUTCHINSON
SCURRY
COLEMAN
IRION
SHACKELFORD ..
COLLINGSWORTH
JEFF DAVIS
SHERMAN
COMANCHE
JONES
STEPHENS
CONCHO
KENT
STERLING
COOKE
KIMBLE
STONEWALL
COTTLE
KING
SUTTON
CRANE
KINNEY
SWISHER
CROCKETT
KNOX
TERRELL
CROSBY
LAMB
TERRY
CULBERSON
LAMPASAS
THROCKMORTON
DALLAM
LIPSCOMB
UPTON
DAWSON
LOVING
VAL VERDE
DEAF SMITH
LYNN
WARD
DICKENS
MARTIN
WHEELER
DONLEY
MCCULLOCH
- WILBARGER
EASTLAND
MENARD
WINKLER
EDWARDS
MILLS
YOAKUM
FISHER
MITCHELL
YOUNG
FLOYD
MONTAGUE
SUTX2036A' 03/26/1998
Rates
AIR TOOL OPERATOR
$7.49
ASPHALT RAKER
7.77
ASPHALT SHOVELER
7.13
BATCHING PLANT WEIGHER
11.15
CARPENTER
9.20
CONCRETE FINISHER -PAVING
10.184
CONCRETE FINISHER -STRUCTURES
9.05
ELECTRICIAN
12.93
FLAGGER
6.56
FORM BUILDER -STRUCTURES
8.12
FORM SETTER -PAVING
& CURB
8.32
J.
TX010027 - 3
Fringes
03/02/2001
FORM SETTER -STRUCTURES
8.46
LABORER -COMMON
7.13
LABORER -UTILITY
8.56
MECHANIC
10.55
OILER
9.31
SERVICER
8.22
PAINTER -STRUCTURES
8.06
PIPE LAYER
8.42
PNEUMATIC MORTAR OPERATOR
8.05
ASPHALT DISTRIBUTOR
8.77
ASPHALT PAVING MACHINE
9.38
BROOM OR SWEEPER OPERATOR
7.13
BULLDOZER
8.99
CONCRETE PAVING SAW
11.33
CRANE, CLAMSHELL, BACKHOE,
DERRICK, DRAGLINE, SHOVEL
9.74
CRUSHER OR SCREENING PLANT
OPERATOR
8.13
FOUNDATION DRILL OPERATOR, CRAWLER
MOUNTED
11.95
FOUNDATION DRILL OPERATOR
TRUCK MOUNTED
12.50
FRONT END LOADER
8.65
MILLING MACHINE OPERATOR
8.17
MOTOR GRADER OPERATOR FINE GRADE
12.06
MOTOR GRADER OPERATOR
10.57
PAVEMENT MARKING MACHINE
7.84
PLANER OPERATOR
9.90
ROLLER, STEEL WHEEL PLANT
MIX PAVEMENT
7.39
ROLLER, STEEL WHEEL
OTHER FLATWHEEL OR TAMPING
7.13
ROLLER, PNEUMATIC, SELF PROPELLED
7.13
SCRAPERS
7.78
TRACTOR -CRAWLER TYPE
7.85
TRACTOR -PNEUMATIC
7.52
TRAVELING MIXER
8.29
-WAGON DRILL, BORING MACHINE,
POST HOLE DRILLER OPERATOR
7.22
REINFORCING STEEL SETTER PAVING
9.50
REINFORCING STEEL SETTER STRUCTURES
11.85
SPREADER BOX OPERATOR
7.99
WORK ZONE BARRICADE
7.13
TRUCK DRIVER SINGLE AXLE, LIGHT
7.53
TRUCK DRIVER SINGLE AXLE HEAVY
9.68
TRUCK DRIVER TANDEM AXLE SEMI-
TRAILER
7.55
TRUCK DRIVER LOWBOY FLOAT
8.96
WELDER
8.64
.Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
__. award only as provided in the labor standards contract clauses
(29 CFR 5.5 (a) (1) (v)) .
TX010027 - 4 03/02/2001
J
-----------------------------------------------------------------
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be.
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a
position on a wage determination matter
* a conformance (additional classification and rate)
ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour:
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division -
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
2.) If the answer to the question in 1.) -is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project description, area practice material, etc.) that the
-requestor considers relevant to the issue.
TX010027 - 5 03/02/2001
J
3.). If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
TX010027 - 6 03/02/2001
SPECIAL PROVISIONS
SPECIAL PROVISIONS
f The Special Provisions amend or supplement the General Conditions of the Construction Contract and other
E
provisions of the Contract Documents as indicated below. All provisions which are not so amended or
supplemented remain in full force and effect.
4
SC -1.0. Copies of Documents:
The Contractor will be furnished ten (10) sets of the full-sized drawings and ten (10) sets of the
specifications for use during construction. This shall include all plans and specifications furnished to material
suppliers and subcontractors but does not include the executed contract copies. Plans and specifications for
use during construction will be furnished directly only to the Contractor. The Contractor shall then distribute
copies of plans and specifications to suppliers, subcontractors, or others, as required for proper execution
of the work.
Should additional sets of documents be desired, they may be purchased by the Contractor only,
at the following prices:
Plans and Specifications:
$60.00 per volume
LL SC -2.0. Submission Prior to Construction:
Within ten days after the Effective Date of the Agreement, CONTRACTOR shall submit to
ENGINEER for review:
4 SC -2.1. A preliminary list of proposed Subcontractors with a brief description of the
portions of the Work to be performed by each.
SC -2.2. A preliminary schedule of Materials and Equipment Suppliers and delivery dates
for major equipment.
SC -3.0. Safety and Protection:
SC -3.1. General: Airport security is a vital part of the Contractor's responsibilities during
the course of this project. Airport security, nation-wide, has come under close scrutiny in the last few years.
The following security guidelines and the rules and regulations of the Lubbock International Airport Police
Department (LIAPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor
and the Contractor's employees, subcontractors, suppliers and representatives at all times during the
execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied
against the Airport as a result of any breach of security or safety caused by the Contractor or the
Contractor's employees, subcontractors, suppliers or representatives.
SC -3.2. Cranes or Hoists: Any construction activity utilizing a crane or any other hoisting
device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall
be responsible for filing the prescribed forms for airspace clearance in accordance with Part 77 of the
Federal Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days
jprior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file
the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the
erection of the crane or other hoi5tng device.
A
01272201 SPECIAL PROVISIONS 1
08/01
.i
When requesting approval for the use of a crane or other hoisting device, the following information is
required:
1. Exact location of construction activities utilizing a crane or other hoisting device.
2. Maximum extendable height of crane or other hoisting device.
3. Duration of construction activities utilizing a crane or other hoisting device.
4. Daily hours of crane or other hoisting device operation.
The top of the crane or other hoisting device shall be marked with a 3 -foot by 3 -foot safety -orange and white
checkered flag. The crane or other hoisting device shall be lowered at night or at the conclusion of
construction activities, or during periods of poor visibility (ILS conditions) as d n�cted by the Aviation
Manager or the Engineer, or at any other time at the direction of the Aviation Manager or the Engineer.
The Contractor shall notify the Engineer and Aviation Manager at least forty-eight (48) hours prior to actual
erection of the crane or other hoisting device.
SC -4.0. Contractor's Responsibility:
The Contractor should understand that any work not specifically mentioned in the written
specifications, but which is necessary, either directly or indirectly, for the proper carrying out of the intent
thereof, shall be required and applied, and will perform all such work just as though it were particularly
delineated or described.
01272201
08/01
SPECIAL PROVISIONS
2
U)
z
0
LL
6
w
Q-
U)
777) FT�l 777 7777
CITY OF LUBBOCK, TEXAS
LUBBOCK INTERNATIONAL AIRPORT
ENTRANCE ROAD AND
CANOPY IMPROVEMENTS
FAA AIP PROJECT NO. 3-48-0138-23-01
CITY OF LUBBOCK BID NO. 213-01
AUGUST 2001
Parkhill, Smith & Cooper, Inc.
Engineers w Architects a Planners
Specifications and
Contract Documents for
OF
...........................
TROY ..D..SWINNEY:...'p
.. ........................
GABRIEL MANRIQUEZ
I/
PARKHILL, SMITH & COOPER
ENGINEERS ARCHITECTS PLANNERS
LUBBOCK, TEXAS
TABLE OF CONTENTS
SECTION 00200 INFORMATION AVAILABLE TO BIDDERS....................................2
DIVISION 1 GENERAL REQUIREMENTS
SECTION
01010
SUMMARY OF WORK................................................................5
SECTION
01019
CONTRACT CONSIDERATIONS................................................... 2
SECTION
01025
MEASUREMENT AND PAYMENT................................................7
SECTION
01039
COORDINATION AND MEETINGS..............................................4
SECTION
01300
SUBMITTALS...........................................................................4
SECTION
01410
TESTING LABORATORY SERVICES............................................3
SECTION
01600
PRODUCT REQUIREMENTS.......................................................7
SECTION
01650
STARTING OF SYSTEMS............................................................2
SECTION
01700
CONTRACT CLOSEOUT.............................................................3
SECTION
01710
CONSTRUCTION PROCEDURES..................................................7
DIVISION 2 SITE WORK
SECTION 02200 EXCAVATION, SUBGRADE PREPARATION, GRADING
DIVISION 3 CONCRETE
SECTION
ANDEMBANKMENT.................................................................7
SECTION
02231
AGGREGATE BASE COURSE.......................................................4
SECTION
02280
SOIL TREATMENT....................................................................2
SECTION
02300
EARTHWORK...........................................................................7
SECTION
02513
ASPHALTIC CONCRETE PAVING................................................5
SECTION
02665
WATER WORKS PIPING, VALVES AND FITTINGS .........................8
SECTION
02730
SANITARY SEWER PIPING AND MANHOLES .............................
12
SECTION
-02800
SITE FURNISHINGS (PICNIC TABLE)...........................................2
SECTION
02810
IRRIGATION SYSTEMS..............................................................9
SECTION
02900
SEEDING.................................................................................6
DIVISION 3 CONCRETE
DIVISION 4 MASONRY
SECTION 04200 UNIT MASONRY..................................................................... 10
DIVISION 5 METAL
SECTION 05400 COLD -FORMED METAL FRAMING .............................................. 6
01272201 TABLE OF CONTENTS TOC - 1
08/01
SECTION
03300
CAST -IN-PLACE CONCRETE .....................................................
12
r'
SECTION
03320
PORTLAND CEMENT CONCRETE PAVING .................................
11
SECTION
03321
CONCRETE CURBS, GUTTERS AND SIDEWALKS ..........................6
DIVISION 4 MASONRY
SECTION 04200 UNIT MASONRY..................................................................... 10
DIVISION 5 METAL
SECTION 05400 COLD -FORMED METAL FRAMING .............................................. 6
01272201 TABLE OF CONTENTS TOC - 1
08/01
j
DIVISION 6 WOOD AND PLASTICS
NOT USED
DIVISION 7 THERMAL AND MOISTURE PROTECTION
SECTION 07181 WATER REPELLANT COATING...................................................4
SECTION 07210 BUILDING INSULATION............................................................3
71
SECTION 07410 PREFORMED ROOF PANELS.......................................................7
SECTION 07900 JOINT SEALERS........................................................................6
DIVISION 8 DOORS AND WINDOWS
�a
SECTION 08110 STEEL DOORS AND FRAMES......................................................4
SECTION08700 HARDWARE.............................................................................
6
DIVISION 9 FINISHES
SECTION 09220 PORTLAND CEMENT PLASTER..................................................5
`
SECTION 09250 GYPSUM BOARD SYSTEMS .......... ........................
......................5
SECTION09300 TILE........................................................................................4
SECTION 09900 PAINTING
DIVISION 10 SPECIALITIES
SECTION 10440 SPECIALTY SIGNS ..............
SECTION 10800 TOILET ACCESSORIES...............................................................
5
'-`
DIVISION 11 EQUIPMENT
NOT USED
DIVISION 12 FURNISHINGS
NOT USED
NDIVISION
13 SPECIAL CONSTRUCTION
NOT USED
DIVISION 14 CONVEYING
SYSTEMS
NOT USED
DIVISION 15 MECHANICAL
SECTION 15000 GENERAL MECHANICAL REQUIREMENTS................................ 12
— SECTION 15050 BASIC MECHANICAL MATERIALS AND METHODS
.................... 10
SECTION 15140 SUPPORTS AND ANCHORS.................................
....5
01272201 TABLE OF CONTENTS
TOC — 2
08/01
SECTION
15260
PIPING INSULATION ............... :................................................. 6
SECTION
15290
DUCTWORK INSULATION.........................................................4
SECTION
15410
PLUMBING PIPING...................................................................7
SECTION
15430
PLUMBING SPECIALTIES..........................................................3
SECTION
15440
PLUMBING FIXTURES...............................................................5
SECTION
15450
PLUMBING EQUIPMENT...........................................................3
SECTION
15781
SPLIT SYSTEM AIR CONDITIONING UNITS..................................4
SECTION
15870
POWER VENTILATORS..............................................................2
SECTION15890
SECTION
DUCTWORK............................................................................4
SECTION
15910
DUCTWORK ACCESSORIES.......................................................5
SECTION
15990
TESTING, ADJUSTING AND BALANCING....................................5
DIVISION 16 ELECTRICAL
01272201 TABLE OF CONTENTS TOC - 3
08/01
SECTION
16000
..................................................
BASIC ELECTRICAL METHODS5
< <
SECTION
16111
.................................................
CONDUIT...............................5
SECTION
16123
BUILDING WIRE AND CABLE ...............4
1U
SECTION
16130
BOXES.................................................................... .............3
SECTION
16140
WIRING DEVICES.....................................................................4
SECTION
16170
GROUNDING AND BONDING.....................................................3
SECTION
16190
SUPPORTING DEVICES
SECTION
SECTION
16195
16441
ELECTRICAL IDENTIFICATION..................................................2
ENCLOSED SWITCHES .....2
SECTION
16470
PANELBOARDS........................................................................3
SECTION
16510
INTERIOR LUMINAIRES............................................................4
APPENDIX
AC 150/5370-2C Operational Safety on Airports During Construction SW5200.5B Airport Safety During
�}
FAA Funded Airport
Construction and FAA Facilities Maintenance.
01272201 TABLE OF CONTENTS TOC - 3
08/01
SECTION 00200
INFORMATION AVAILABLE TO BIDDERS
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 INFORMATION
A. Geotechnical Data
1. An investigation of subsurface soil conditions at the building site was authorized by the
Owner, and these investigations were made by:
Terra Engineers, Inc.
PO Box 16605
Lubbock, TX 79490-6605
(806) 793-4767 -
2. Logs of test borings are bound at the end of this Section.
3. Log of borings is available for Contractor's information but is not a warranty of
subsurface conditions.
4. Entire report is available for Bidder's review at the Architect's office.
B. Property Survey
1. A survey of the property was authorized by the Owner, and the survey was made by:
Smith Surveying
5106 Avenue T
Lubbock, TX 79412
(806) 765-9543
2. Site layout, drawings and boundary traverse and closure information are available for
bidder's review at the Architect's office.
3. Property survey and site improvement layout is available for Contractor's information only
and is not a warranty of existing conditions.
1.3 RESPONSIBILITY
A. Bidders are expected to examine the geotechnical data report, and site survey information then
determine for themselves the validity of the information contained there -in as it relates to this
project.
B. Architect and Owner do not guarantee continuity of conditions indicated at boring locations and
assume no responsibility for variations of subsoil quality or conditions.
_ C. Architect and Owner assume no responsibility for variations of site survey information.
J
01272201 INFORMATION AVAILABLE TO BIDDERS 00200-1
3 08/01
D. Bidders are expected to examine the Geotechnical Survey Report and then determine for
themselves the validity of the information contained there -in as it relates to this project.
E. Architect and Owner assume no responsibility for variations of subsurface condition or
recommendations made in the report.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01272201 INFORMATION AVAILABLE TO BIDDERS 00200-2
08/01
STR 1501
SOIL INVESTIGATION
Lubbock International Airport —Terminal Road
Improvement
Lubbock, Texas
PREPARED FOR
Mr. John Hamilton, P.E.
Parkhill, Smith and Cooper, Inc.
4222 85th Street
Lubbock, Texas 79423
July 13, 2001
TERRA ENGINEERS, INC.
LUBBOCK
HO: 5208 34 th STREET • P.O. BOX 16605 • LUBBOCK • TEXAS 79490-6605 • (806) 793 4767 • FAX (806) 793 4768
July 13, 2001
TERRA ENGINEERS, INC. 5208 -34TH STREET
P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 • (806) 793-4767 • FAX (806) 793-4768
Parkhill, Smith & Copper, Inc.
4222 85th Street
Lubbock, Texas 79423
Re: Geotechnical Soil Investigation for the proposed Lubbock International Airport —
Terminal Road Improvements, Lubbock, Texas
Dear Mr. Hamilton:
Submitted herein is STR No. 1501 on the soil investigation for the above referenced
project. Included in this report are our analysis and recommendations.
We appreciate the opportunity to be of service to you on this project. If we may
answer any questions or be of any additional assistance, please call us.
Sincerely,
TERRA ENGINEERS, INC.
Ajit "AJ" Govindan, Ph.D.
Vice President
AJ/ld
SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT
TABLE OF CONTENTS
1.0
INTRODUCTION..........................................................................1
2.0
EXPLORATION, SAMPLING AND FIELD TESTING.................2
3.0
LABORATORY TESTING............................................................3
4.0
GENERAL SOILS AND DESIGN CONDITIONS .........................4
4.1 Site Description...................................................................4
4.2 Description of Soils..............................................................4
4.3 Design Conditions...............................................................4
5.0
SITE PREPARATION....................................................................6
6.0
CONSTRUCTION CRITERIA.....................................:.................7
6.1 Site Drainage.......................................................................7
6.2 Quality Control....................................................................7
7.0
LIMITATIONS...............................................................................8
8.0
REPORT DISTRIBUTION.............................................................10
TERRA ENGINEERS, INC.
LUBE= • MIDLAND
STR 1501 2
7/12/2001
2.0 EXPLORATION, SAMPLING AND FIELD TESTING
At the request of the client, the sub -surface conditions were explored by two (2)
test holes drilled to a depth of 10.0 feet at locations shown in the boring location plan
(Figure 1). The drilling was performed using CME -75 Drilling Rig with hollow stem
augers in order to secure reliable data on the natural moisture content of the soil and
ground water, if any. Standard penetration tests were made at depths of 2.5, 5.0 feet and
at 5.0 feet interval thereafter. The number of blows per foot of the split spoon sampler (in
6 -inch increment) is shown in the boring logs and in Figure 2. The sampling was
performed in accordance with the ASTM D-1586; however the number of blows on the
split spoon sampler is limited to a maximum of 25 for the first 6 inches of penetration and
if the penetration of the sampler for the first or the second 6 inches increment is less than
6 inches, the actual penetration obtained for the respective increment is reported in the
boring logs.
The changes in soil strata as observed during drilling operations were carefully
determined and are shown in the boring logs. All soil samples were kept in moisture -
proof plastic bags to preserve the in-situ moisture content, identified by the hole number
and the depth of the hole, and transported to the laboratory for additional tests and
evaluation.
Shelby tube samples were retrieved from two (2) locations for In -Place Density
(see Table 1).
The boring was monitored during and immediately after drilling for the presence
and level of groundwater. However, the groundwater table was not observed in any of the
borings during drilling.
TERRA ENGINEERS, INC.
LUBBOCK
STR 1501 3
7/12/2001
3.0 LABORATORY TESTING
All samples have been classified following the procedures outlined in ASTM D-
2487 based on the Unified Soil Classification System. Soils are described in the boring
logs using the methods prescribed in ASTM D-2488, using a Munsell Soil Color Chart,
published by Macbeth Division of Kollmorgen Corporation, Baltimore, Maryland, 1975
edition.
Soil samples, which indicated maximum plasticity characteristics, were selected
and Atterberg Limit tests were performed on these samples according to procedures
outlined in ASTM D-4318. Percentage by weight of material passing sieve # 200 was
determined by ASTM D-1140 for the same samples. Moisture content for all samples
were determined by the procedures outlined in ASTM D-2216.
A typical soil sample collected at the vicinity of borehole #1 was tested for
moisture density relation in accordance with ASTM D-698 (see Table 2 and Attachment
1). Later each sample was remolded and tested for California Bearing Ration in
accordance with ASTM D-1883 (see Table 3 and Attachment 2).
All soil samples collected with reference to this project will be stored for a period
of six (6) months from the date when this report is submitted. The samples will be
discarded after elapse of this time period, unless this office is instructed.
TERRA ENGINEERS, INC.
LUBBOCK
STR 1501 4
7/12/2001
4.0 GENERAL SOILS AND DESIGN CONDITIONS
4.1 Site Description
Both the test locations are located on a plain land covered with grass.
4.2 Description of Soils
In both test holes the topsoil is a low plastic brown clayey sand (SC) and extends
to approximately 2.0 feet below the surface. The plasticity index of the topsoil is
approximately 13. Below the topsoil, in both holes there are layers of sandy lean clay
(CL). The strength of these clayey soil is slightly erratic and of medium value. The values
of plasticity index in the first hole for these clayey soil layers vary between 12 and 13,
while the corresponding values in hole #2 vary between 17 and 21. Both holes terminated
at a depth of 10 feet.
4.3 Design Conditions
If there are any floor slabs required to be placed in the area, they shall be placed
only on compacted soil and the compaction shall be performed as recommended in the
Section 5.0 Site Preparation. Also, the soil that exists at the top is susceptible to loss of
strength when inundated with water. It is further recommended to provide good drainage
around the structure so as to maintain good strength for the soil (see Section 6.1 for more
specific information).
If the area is required to be elevated, it is recommended that the soil fill shall
meet the requirements for transported soil (see Section 5.0 Site Preparation), and shall be
filled in 9.0 inch lifts (or less than 9.0 inch) and each lift shall be compacted to a density
such that the compacted dry density is 95% of the maximum dry density as determined by
TERRA ENOINEERS, ING.
LUBBOCK
STR 1501 5
7/1212001
ASTM D-698. The compaction must be tested before each lift is placed over the previous
one.
0
J
STR 1501 6
7/12/2001
5.0 SITE PREPARATION
It is recommended that the top 2.0 inches of soil shall be removed to clear the
debris, roots and vegetation, if any. In the building area it is recommended that at least 9.0
inches of soil be scarified and compacted in order to obtain a uniform surface. The
compaction shall be performed such that the compacted dry density shall be at least 95%
of the computed laboratory dry density as determined by ASTM D-698. If the ground
elevation has to be increased, the soil fill shall be placed on top of the compacted soil
such that each compacted layer shall not exceed 9.0 inches in thickness and the
compaction shall be performed as per the above specification. If the transported soil is
different from the existing soil, then the soil shall be tested for Atterberg limits (ASTM
D-4318), maximum dry density and optimum moisture (ASTM D-698). The liquid limit
of the transported soil shall not exceed 35 and plasticity index shall be between 7 and 12.
The new layer of compacted soil shall be placed only after the bottom layer has been
compacted and tested for the required densities.
TERRA ENGINEERS. INC.
LUBBOCK
J
1
STR 1501 7
7/12/2001
6.0 CONSTRUCTION CRITERIA
6.1 Site Drainage
It is recommended to provide adequate drainage outside the building. Provision of
flowerbeds or lawns close to the building can have very detrimental effects on the
structure because of the possibility of softening of the clayey sands with increase in
moisture. It is also recommended that the site drainage be well developed. Surface water
shall be directed away from the soil around the structure (use a slope of about 5% within
10.0 feet of the structure). No waterlogging shall be allowed near the structure or in the
pavement at any time.
6.2 Quality Control
Construction inspection and quality control tests shall be planned and scheduled
to verify materials and placement is in accordance with the specifications. Subgrade
preparation, field density tests, and concrete strength are very important and therefore
shall be monitored and recorded. It is recommended that Terra Engineers, Inc. shall
perform quality control services in order to ensure quality construction inspection and
material testing for the project. Terra Engineers, Inc. would be pleased to provide these
services and can also assist with construction inspection, planning and scheduling. We
also recommend that Terra Engineers, Inc. be retained, to review the final design
document to verify that the recommendations made in this report have been interpreted as
intended, and to inspect the installation of all structure.
TbKKA UNUINLKKS, MG.
LUBBOCK
STR 1501 g
7/12/2001
7.0 LIMITATIONS
Every effort has been made to accurately evaluate the subsurface conditions at the
above referenced site in accordance with the standard engineering principles and
practices. No other warranty or guarantee, expressed or implied, is made other than that
the work was performed in a proper and workmanlike manner. However, it must be
recognized that boulders or gravel of sizes larger than 1.5 inches cannot be retrieved by
the SPT sampling tube.
The recommendation. stated in this report is based on only two (2) borings to a
depth of 10.0 feet at locations shown in the boring location plan (Figure 1). The
conclusions reached in this report are exclusively for engineering design and were based
on the field tests and results of laboratory tests conducted on samples recovered from two
(2) test holes drilled to a depth specified by the client. Further, the recommendations
presented herein are based on analyses, which presume the conditions of soil properties in
the areas between the borings to have a reasonably uniform variation as revealed by the
exploratory borings. Consequently, careful observations must be made during
construction to detect significant deviations of actual conditions throughout the
construction area from those inferred from the exploratory boring. Should any unusual
conditions be encountered during construction, this office should be notified immediately
so that further investigations and supplemental recommendations can be made to modify
the design to suit the new existing conditions.
The Terra Engineers, Inc. shall not accept the responsibi-lity for all the adequacies
of the recommendations given in this report if another party is retained for QA/QC during
TERRA ENGINEERS. INC.
LUBBOCK
STR 1501 9
7/12/2001
pier drilling and installation and to perform the construction material testing during the
construction phase.
Due to changes in the current technology, changes to the project site conditions,
changes in project specification etc., this report and the recommendations made in here
shall be outdated with in a period of one (1) year from the date of the report. We strongly
recommend that the client should contact Terra Engineers, Inc. to determine whether this
report is valid after the expiration of the above mentioned time period.
LUBBOCK
STR 1501 10
7/12/2001
8.0 REPORT DISTRIBUTION
This report was prepared by Terra Engineers, Inc. for the sole and exclusive use
by its client, based on specific and limited objectives. All reports, boring logs, field data,
laboratory test results and other documents prepared by Terra Engineers, Inc. as
instruments of service shall remain the property of Terra Engineers, Inc., and reuse of
these documents is not permitted without written approval from Terra Engineers, Inc. The
client may release the information to third parties, who may use and rely upon the
information at their discretion. However, any use of or reliance upon the information by
a party other than specifically named above shall be solely at the risk of such third party
and without legal recourse against Terra Engineers, Inc., its parent company, or its
subsidiaries and affiliates, or their respective employees, officers or directors, regardless
of whether the action in which recovery of damages is sought is based upon contract, tort
(including the sole, concurrent or other negligence and strict liability of Terra Engineers,
Inc.), statute, or otherwise. This information shall not be used or relied upon by a party
that does not agree to be bound by the above statement. Terra Engineers, Inc. assumes no
responsibility or obligation for the unauthorized use of this report by a third party.
We appreciate the opportunity to be of assistance on this project. If you should
have any questions, please feel free to call us.
Very truly yours, .
TERRA ENGINEERS, INC.
C. V. G. Vallabhan, Ph.D., P. E.
Geotechnical Engineer
o+(V" " 000**Oeft C
s Y
C. V. G. VALLASHAN
0 30199 !.Q
AL
LUBBOCK
STR 1501 11
7/12/2001
Table 1 In-place density of soil, (ASTM D-2937)
Test hole No. Moisture Content (%) Dry Density, pd (lb/ft)
1 5.9 89.0
2 6.7 101.4
Table 2 Moisture Density Relationship, (ASTM D-698)
Location Description Maximum Dry Optimum
Density, pcf Moisture Content
Test hole #1 Strong brown 114.0 12.5%
clayey sand
Table 3 CBR Value (ASTM D-1883) of the soil the 95% optimum dry density and at
approximately 2.0% above optimum moisture (not soaked)
Location Description of soil Moisture, Penetration
% 0.1" 0.2"
Test hole #1 Strong brown 14.2 1.8 2.3
clayey sand
TERRA ENGINEERS, INC.
LUBBOCK
,_,s3 -- ---- TTR.'C[GS".it'S"[Te1'ei-te'z z-e'eate•a-+•:�••**±•� ��-=-�•�
ej�I �
OO '
'OV �
li-E-� LJ
O0 0
II ! D REM CAR
u I PARKING
— — — — — — -- — — — —
•
yj-------------------
I.
• 0
MDYEE
PARKNC
DESCRIPTION
WATER LINE do SIZE ----
SEWER LINE do SIZE ----
GAS LINE ----
UNDERGROUND ----
ELECTRICAL
UNDERGROUND CONDUIT
MANHOLE —
COVERED
j�
PARKING
STRUCTURE
p'� ATTENDANT
BUILDING
I
J5i
! SEE SHEET �} FOR
SEWER LINE PLAN k
.�
I PROFILE
LONG
• �{,
•
ATTENDANT
TERM
wtDINGS
PARKING
4
V , I---
ej�I �
OO '
'OV �
li-E-� LJ
O0 0
II ! D REM CAR
u I PARKING
— — — — — — -- — — — —
•
yj-------------------
I.
• 0
MDYEE
PARKNC
DESCRIPTION
WATER LINE do SIZE ----
SEWER LINE do SIZE ----
GAS LINE ----
UNDERGROUND ----
ELECTRICAL
UNDERGROUND CONDUIT
MANHOLE —
TERRA ENGINEERS, INC.
LUBBOCK
STR 1501
06/26/01
No. of blows per foot (N)
0 10 20 30 40
50
0'
x
I
5
! I I
10
x
QI
i
.mac
15--
5
0
O
!
oBH#1
s
Q
I
xBH#21
20
I !
t
I !
25
I
I ! i
30
I i
I '
35
I
I
Note: An arrow indicates N is greater than 50 blows/ft.
Figure 2 Standard Penetration Test, ASTM D-1586
Method of Sampling: ASTM D-1586, Split -Barrel Sampler
Size of Samples: 2 -in.
Method of Drilling: Wet _ Dry X
Method of Advancing Sampler: 140 -Ib Hammer, 30 -in. drop
TERRA ENGINEERS, INC.
LUBBOCK
TRST HOLE NO. 1
BORING LOG
Project: _. Location: Date of Drilling:-
LIA Terminal Road Im rovem ent Lubbock, Texas 06-22-01
Client: Name of the Driller: Depth of GWT:
Parkhill Smith &Coo Cooper, Inc. Eu ene Edwards & MichaeI Macias -------- _
Surface Elevation: Diameter: Depth:
1
Boring Method: STR No.:
Unknown 7 7/8" 10 ft.
HSA 1501
[Depth, ft
Description
USC
Moisture
Liquid
Plastic
Plasticity
Passing
SPT, No. of Blows per 6'
Remarks
Content, %
L.imit, %
Lmit,'/o
Index
#200,%
1st 2nd 3rd
TS
Clayey Sand w/organics, Strong Brown
SC
5.3
2.5
Sandy Lean Clay, Dark Brown
CL
12.6
28
15
13
64.7
3
3
3
5
Sandy Lean Clay, Yellowish Brown
CL
12.9
3
7
12
10
Sandy Lean Clay, Reddish Brown
CL
15.6
29
17
12
54.9
6
10
11
15
20--
25
30
35
40
45
50
TS- To S A
TERRA ENGINEERS, INC.
BORING LOG
TEST HOLE NO. 2
Project:
TS- Top
Location:
Date of Dtilling: -
LIA Terminal Road Wrovement
I Lubbock, Texas
06-22-01
Client:
Name of the Driller: Depth of GWT:
Parkhill Smith & Cooper, Inc.
I Eugene Edwards & Michael Macias --------- —
Surface Elevation: DIameter:
Depth: Boring Method: STR No.:
1
Unknown 7 7/8"
10 ft. HSA 150I
Depth, ft
Description
USC
Moisture
liquid
Plastic
Plasticity
Passing
SPT, No. of Blows per 6-
Remarks
Content, %
Limit, %
Limp, %Index
# 200, %
1st 2nd 3rd
TS
Clayey Sand w/organics, Dark Reddish
SC
7.6
27
14
13
46.4
Brown
2.5
Sandy Lean Clay w/caliche, Pink
CL
11.9
5
9
7
5
Sandy Lean Clay w/trace of caliche,
CL
13.4
31
14
17
67.1
3
4
5
Reddish Yellow
10
Sandy Lean Clay w/trace of caliche,
CL
15.9
38
17
21
56.3
2
4
4
1
Reddish Yellow
i
15
l
20
25
I
30.
35
I
40
45
50" --
0
TS-Top Soil TERRA ENGINEERS, INC.
0 1 NkVj fel kv M W11 A 11 OWN il WA
General test parameters
Soil seive data
Sample preparation:
Moist®
Dry
% Retained %-in
0.00
Type of rammer:
Mechanical ®
Manual E]
% Retained 3/8 -in.
0.00
Specific gravity:
Actual 11
Estimated ®
% Retained #4
0.00
Maximum Dry Density, pcf = 114.0 Optimum Moisture, % =12.5
125
105
100
0
5 10 15 20 25
Moisture Content (%)
ET
68
67
Quality Review
This report is for the sole use of the diets addressed. The use of our company name mtwt receive prier wrMlan ODneent. It apphas ony to the &WOO teetad. wd dou not rtetxtwdy repraeerM Weraksl or simily sampN.
F:wroctonFiles�sTrtitsot•sen.�w terminal Rd.Doc
SOIL INVESTIGATION - MATERIAL TESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NDT
i
5 10 15 20 25
Moisture Content (%)
ET
68
67
Quality Review
This report is for the sole use of the diets addressed. The use of our company name mtwt receive prier wrMlan ODneent. It apphas ony to the &WOO teetad. wd dou not rtetxtwdy repraeerM Weraksl or simily sampN.
F:wroctonFiles�sTrtitsot•sen.�w terminal Rd.Doc
SOIL INVESTIGATION - MATERIAL TESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NDT
TERRA ENGINEERS, INC.
5208 - 34TH STREET
ff P.O. BOX 16605 - LUBBOCK, TEXAS 79490-6605 - (806) 793-4767 - FAX (806) 793-4768
Cooper,Client: Parkhill, Smith &
I' •..• Improvemeni
Bore hole #: I
Sampling depth, ft.: Top soil
Description of soil: Strong brown clayey sand
Test Methods:
ASTM D-698 ASTM D-1557
Date of Report:
06-29-2001
Project/STR No.:
1501
Invoice No.:
23022
Sample No.:
5617
Date of Sample:
06-22-2001
Date tested:
06-29-2001
Tested by:
Abraham Benchamin
California Bearing Ratio, ASTM D-1883
100.00
90.00
80.00
70.00-
60.00-
CL
0.0060.00CL
-6 50.00-
C13
O
J 40.00
I
30.00
20.00-
10.00
0.00 ,
0.00 0.10 0.20 0.30 0.40 0.50
Penetration, in
Quality Review/Date
F:1C BRUCBRT ILEI 501.5617-L IA. doc
SOIL INVESTIGATION • MATERIAL TESTING - ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT
SECTION 01010
SUMMARY OF WORK
PART 1 GENERAL
1.1 SUMMARY
A. The owner is: Lubbock International Airport, Route 3, Box 389, Lubbock, Texas 79401.
B. Section Includes:
1. Project description.
2. Permits and licenses.
3. Access to the site.
4. Contractor's use of the premises.
5. Coordination requirements.
6. Coordination drawings.
7. Preconstruction meeting.
8. Warranty
1.2 PROJECT DESCRIPTION
A. The project consists of a new taxi/limousine ready area with restroom facilities with related
site work, utilities, equipment, etc.
1. Southwest of the covered parking structure.
2. As shown in contract documents prepared by Parkhill, Smith and Cooper, Inc.,
4222 85th Street, Lubbock, Texas 79423.
1.3 SCHEDULING OF WORK
The work associated with this project may be completed in any order and must be completed within
the Contract time allowed in the specifications. However, when work begins on the extension of
utilities and extension of the conduit from the terminal building it shall be constructed in phases to
minimize the impact to pedestrian and vehicular traffic at the airport.
Other contractors may be performing work for the Owner in the same general area as that covered
under this contract. The Contractor shall be expected to coordinate his work with the work of other
contractors as may be required to ensure that all work can be carried out with the least possible
interference with the operation of other contractors or the Owner. The Contractor's coordination
with other contractors shall require the approval of the engineer. The Engineer reserves the right
to control and direct the sequence of operations in the areas where others will be working. Provision
shall be made for other contractors to have suitable space to work and for storage of materials, as
well as access to these areas.
The Contractor shall be responsible for scheduling and implementing the various separate
construction operations involved in the construction of the improvements included in this project.
Completion shall be within the time frames specified below.
01272201
08/01
SUMMARY OF WORK
01010-1
The Contractor will prepare and submit for review his recommended phasing/scheduling plan in
accordance with the following general guidelines.
Liquidated damages will be assessed for delayed completion in the amount of $300.00 per calendar
day for each individual phase or subphase below.
Construction phasing shall be accomplished as follows:
Phase I - Installation of the steel casing in bore from the long term parking lot to the terminal
building, beneath terminal drive. This portion of the project involves excavation of a bore pit in the
long term parking lot, barricading and/or fencing off the location to protect the public and installing
the casing in bore. Also included in this phase is the demolition of the concrete island between the
rent car and long term parking lots, installation of electrical conduit, installation of the pull box,
reinstalling the informational sign and replacing the concrete island. Fifteen calendar days will be
allowed from the time the pavement is penetrated to the time that the bore hole is densified and
brought to grade.
Phase II -This phase includes the remainder of the work in the long term parking lot, which includes
trenching, electrical conduit installation and backfilling the ditch to the top of asphalt. Seven
calendar days will be allowed for this phase.
Phase III - At the option of the Contractor; Phase III and Phase IV can run concurrent with Phase
I. This phase includes work associated with the installation of sewer and electrical conduit across
the west exit lane of the parking lot. Two days will be allowed to trench tunnel beneath the curb and
gutter, install the gravity sewer and electrical conduit and backfill the ditch to the top of the asphalt.
Phase IV - Installation of sewer and electrical conduit across the east exit lane of the parking lot.
Two days will be allowed to trench, tunnel beneath the curb and gutter, install the gravity sewer and
electrical conduit and backfill the ditch to the top of asphalt.
Phase V - Hot mix asphaltic concrete pavement patching. Upon completion and approval of the
installation of electrical conduit and sewer _service beneath the existing pavement the surface
patching can begin. This phase includes patching the asphalt paving in the west exit from the parking
lot and the long term parking. Three days will be allowed to saw cut the existing asphalt pavement
(if the saw cut edge was damaged during previous construction), cut the base course to grade, proof
roll, prime the base, tack the edges of the existing HMAC and place the HMAC surface course.
Phase VI Hot mix asphaltic concrete pavement patching. This phase includes patching the asphalt
paving in the east exit from the parking lot. Two days will be allowed to saw cut the existing asphalt
pavement (if the saw cut edge was damaged during previous construction), cut the base course to
grade, proof roll, prime the base, tack the edges of the existing HMAC and place the HMAC
surface course.
To avoid excessive traffic congestion and inconvenience to the public, the Contractor should make
every attempt to construct the improvements in Phases III, IV, V, and VI on Monday through
Thursday. The beginning of construction for, work described in this phasing plan shall be closely
coordinated with the airport to avoid holidays and other busy times.
01272201 SUMMARY OF WORK 01010-2
O8/01
The Contractor will be responsible for placing barricades in long term parking spaces needed for
construction prior to commencement of work in that area. Relocation of cars in the rent car parking
lot should be coordinated through LIA. The Contractor will be responsible for all traffic control.
After completion and acceptance of work in a particular phase, the barricading shall be removed and
the area should be opened to traffic. Construction in this area will not be complete until the
pavement is re -marked, and parking bumpers and informational signs on the rent car lot are
reinstalled.
1.4 DEFINITIONS
A. Furnish: To supply products to the project site, including delivering ready for unloading and
replacing damaged and rejected products.
B. Install: To put products in place in the work ready for the intended use, including unloading,
unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring,
working, finishing, curing, protecting, cleaning, and similar operations.
C. Provide: To furnish and install products.
D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract
documents.
1.5 REGULATORY REQUIREMENTS
A. Submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees
paid, to the owner directly.
1.6 ACCESS TO THE SITE AND USE OF THE PREMISES
A. The space available to the Contractor for the performance of the work, either exclusively or
in conjunction with others performing other construction as part of the project, is restricted
to the area shown on the site plan of the contract drawings unless the Contractor makes
arrangements to use additional space with Lubbock International Airport Operations
Superintendent.
B. - Signs: Provide signs adequate to direct visitors.
1. Do not install; or allow to be installed, signs other than specified sign(s) and signs
identifying the principal entities involved in the project.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
3.1 PRECONSTRUCTION MEETING
A. A preconstruction meeting will be held at a time and place designated by the Owner, for the
purpose of identifying responsibilities of the owner's and the architect's personnel and
_ explanation of administrative procedures.
01272201 SUMMARY OF WORK 01010-3
08/01
.t
B. The Contractor shall also use this meeting for the following minimum agenda:
1. Construction schedule.
2. Use of areas of the site.
3. Delivery and storage.
4. Safety.
5. Security.
6. Cleaning up.
7. SubContractor procedures relating to:
a) Submittals.
b) Change orders.
c) Applications for payment.
d) Record documents.
8. FAA requirements
C. Attendees shall include:
1. The owner.
2. The architect, and any consultants.
3. The Contractor and its superintendent.
4. Major subContractors, suppliers, and fabricators.
5. Others interested in the work.
3.2 SECURITY PROCEDURES
A. Limit access to the site to persons involved in the work.
B. Provide secure storage for materials for which the owner has made payment and which are
stored on site.
C. Secure completed work as required to prevent loss.
D. Secure this site by means of fencing, security guards or other means to prevent damage, theft,
safety hazards or other problems on the site.
E. See the Supplementary Conditions.
3.3 COORDINATION
A. If necessary, inform each party involved, in writing, of procedures required for coordination;
include requirements for giving notice, submitting reports, and attending meetings.
1. Inform the owner when coordination of his work is required.
B. See other requirements in other portions of the contract documents.
C. Prepare the coordination drawings specified in product sections.
1. Where space is limited, show plan and cross-section dimensions of space available,
including structural obstructions and ceilings as applicable.
2. Coordinate shop drawings prepared by separate entities.
3. Show installation sequence when necessary for proper installation.
3.4 - WARRANTY
A. Contractor shall warrant 100 percent of the project for one (1) year after the date of final
acceptance of the work.
01272201 SUMMARY OF WORK 01010-4
08/01
7
I
l
7
i
l
7
7
1
7
1
B. On the eleventh month from the date of final acceptance, Owner's Representative will
schedule an annual Inspection with the presence of the Contractor to inspect for defects and
assessment of the work performed. Any work that is considered defective by the Owner's
Representative will be repaired.
C. Contractor shall remedy any defects in workmanship, and pay for any and all damages of any
nature whatsoever resulting in defects at no cost to the Owner.
01272201
08/01
END OF SECTION
SUMMARY OF WORK
01010-5
71 SECTION 01015
3
CONTRACT CONSIDERATIONS
PART 1 GENERAL
1 A RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Schedule of Values.
B. Application for Payment.
C. Change Procedures.
1.3 RELATED SECTIONS
A. Section 01300 - Submittals.
B. Section 01600 - Product Requirements.
1.4 SCHEDULE OF VALUES
A. Submit typed schedule on AIA Form G703 - Application and Certificate for Payment
Continuation Sheet.
B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to
Proceed.
. C. Format: Utilize the Table of Contents of this Specification. Identify each line item with number
and title of the major specification Section. Identify site mobilization, bonds and insurance.
D. Include within each line item, a directly proportional amount of Contractor's overhead and
profit.
E. Revise schedule to.list approved Change Orders, with each Application For Payment.
1.5 APPLICATIONS FOR PAYMENT
A. Submit three copies of each application on AIA Form G702 - Application and Certificate for
Payment and AIA G703 - Continuation Sheet.
B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment.
C. Payment Period: As defined in Owner -Contractor agreement.
D. Include one copy of waiver of liens from each subcontractor.
--� 1.6 CHANGE PROCEDURES
A. The Architect will advise of minor changes in the Work not involving an adjustment to Contract
Sum/Price or Contract Time as described in the General Conditions of the Agreement. By
issuing Architect's Supplemental Instruction form.
01272201 CONTRACT CONSIDERATIONS 01019-1
08/01
B. The Architect may issue a Construction Change Request which includes a detailed description
of a proposed change with supplementary or revised Drawings and specifications and a change
in Contract Time for executing the change. Contractor will prepare and submit an estimate
within 7 days.
C. The Contractor may propose a change by submitting request for change to the Architect,
describing the proposed change and its full effect on the Work. Include a statement describing
the reason for the change, and the effect on the Contract Sum/Price and Contract Time with
full documentation and a statement describing the effect on Work by separate or other
contractors. Document any requested substitutions in accordance with Section 01600.
D. Cost Determination: As defined in Article 24 - EXTRA WORK of the General Conditions of
the Agreement.
E. Change Order Forms: AIA G701 Change Order.
F. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as
provided in the Conditions of the Contract.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01272201 CONTRACT CONSIDERATIONS 01019-2
08/01
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 - GENERAL
The unit price or lump sum price bid on each item, as stated in the Proposal, shall include
furnishing all labor, superintendence, machinery, equipment, and materials necessary to complete
the various items of work shown on the plans and called for in the specifications. Items on which
no separate payment is made shall be included in the bid prices for the various pay items.
1.1 MOBILIZATION
Mobilization shall include costs associated with move -in related equipment and labor, bid bond,
performance and construction bonds and insurance required for this project. Total mobilization
in the bid proposal shall be limited to 5 percent of the total base bid.
1.2 LUMP SUM ITEMS
Lump sum items will be paid for at the lump sum price bid. The lump sum price will include all
work and materials involved in the installation within the limits designated on the plans. No
measurement of the work or materials included in such items will be made. All work so included
will be installed, constructed or performed as shown on the drawings and specified herein.
1.3 UNIT PRICE WORK
Measurement methods are based on completion of the various construction operations included
in the bid proposal. Take measurements and compute the actual quantity of completion. Verify
the quantities with the Owner's Representative. Payment will be complete compensation for
required labor, materials, products, equipment, plant and facilities, services and incidentals.
1.4 STEEL CASING IN BORE
The length of casing of the various sizes to be paid for will be determined by measurement along
the center lines of the casing installed, measurement being made from the end of casing to end of
casing.
Furnishing and installing casing of the various sizes shown on the drawings will be paid for at the
unit price bid per linear foot for furnishing and installing the casing complete in place and for
which compensation is not otherwise provided in other bid items. The unit price bid shall be
complete compensation for furnishing and installing the casing in place including backfilling and
testing and shall include any and all incidental work not otherwise included in the bid items or
otherwise provided for in the specifications.
01272201 MEASUREMENT AND PAYMENT 01025-1
08/01
1.5 CONNECTIONS TO EXISTING PIPE BY SERVICE SADDLE
The number of connections to existing pipe by means of service saddle of the various sizes and
types to be paid for will be determined by counting the number made in the field.
Connections to existing pipe or fittings of the various sizes and types specified and shown on the
drawings will be paid for at the unit price bid per each. The unit price bid shall be complete
compensation for connecting to existing pipe including excavation, service saddle, corporation
stop, flexible coupling, unions, backfilling, testing and all other incidental work not otherwise
included in the bid items.
1.6 PAVEMENT REMOVAL AND DISPOSAL
The area of pavement removal and disposal of the various types as shown on the drawings and as
required will be determined by actual measurement on the ground; however, payment will be
limited to areas within widths of cut as shown on the plans unless additional widths are authorized
by the Engineer.
Pavement removal and disposal as shown on the drawings will be paid for at the unit price bid per
square yard and will be complete compensation for saw cutting and removing and disposal of the
pavement, as specified and shown on the plans, and other incidental work required.
This item does not include payment for pavement patching over the installation of new utilities.
1.7 CURB AND GUTTER REMOVAL AND DISPOSAL
The length of curb and gutter removal and disposal of the various types as shown on the drawings
and as required will be determined by actual measurement on the drawings and as required will
be determined by actual measurement on the ground along the gutter flowline.
Curb and gutter removal and disposal as shown on the drawings will be paid for at the unit price
bid per square yard and will be complete compensation for saw -cutting and removing and
disposing of the curb and gutter, as specified and shown on the plans, and any other incidental
work required. .
1.8 HOT MIX ASPHALT PAVEMENT REMOVAL AND REPAIR
The length of pavement removal and repair as shown on the drawings and as required will be
determined by actual measurement on the ground.
Pavement removal and repair will be paid for at the unit price bid per square yard and will be
complete compensation for saw cutting and removal and disposal of the pavement, constructing
the base, tack coat, prime coat and HMAC repair, as specified and shown on the plans, and any
-other incidental work as required.
01272201 MEASUREMENT AND PAYMENT 01025-2
08/01
' 1.9 WATER PIPELINE
The length of water pipeline of various sizes, types, and classes to be paid for will be determined
- by measurement along the center lines of the pipes installed, measurement being made from the
center line of existing water pipelines (at a new tap) to opposite end tap or end of pipe. Water line
within five feet of the building foundation is included in the lump sum price of the building; the
water line within 5' of the foundation will not be paid for in the water line bid items. Furnishing
and installing pipe of various sizes, types and classes specified and shown on the drawings will
be paid for at the unit price bid per linear foot of water supply pipelines, complete in place. The
±. unit price shall be complete compensation for furnishing and installing the pipe, including all
trenching, bedding, backfilling, testing, disinfection and any incidental work required.
1.10 SEWER LINES
The length of the sewer lines of the various sizes and types to be paid for will be determined by
measurement along the centerline of the pipe installed; measurement being made from center of
manhole to center of manhole or from center of fitting to center of fitting. Sewer line within five
feet of the building foundation is included in the lump sum price of the building; the sewer line
within 5' of the foundation will not be paid for in the sewer line bid items. No deductions will be
made for the space occupied by manholes or fittings. The various depths of cut to be paid for will
be determined from final profiles of the lines as constructed, the depth of cut being the vertical
distance from the original ground surfaces to the invert of the pipe.
Furnishing and installing gravity sewer pipe of the various sizes and types and at the various
depths of cut, in the locations shown on the plans or as required will be paid for at the unit price
bid per linear foot for furnishing and installing the various sizes of pipe at the various depths of
cut, complete in place.
The unit prices bid shall be complete compensation for furnishing and installing the pipe, complete
in place, including all materials, relocation of utilities as shown on drawings, excavation, grading,
backfilling, plugs, fittings and any and all incidental work in connection with the pipe lines not
otherwise included in the bid items or otherwise provided for in the specifications.
1.11 MANHOLES
The depth of all standard or drop manholes will be determined by measurement of the vertical
distance from the flow line of the pipe to the top of the manhole frame. The standard depth of
manholes shall be considered as a depth of from 0 to 6 feet. The additional depths of manholes
over a depth of six (6) feet will be measured as stated above and paid for as extra vertical feet of
manholes. The construction of standard or drop manholes at the locations and to the diameters and
sections indicated on the plans, or as required, will be paid for at the unit price bid, each, for
constructing Standard or Drop Manholes of the diameter specified, 0'-6' Depth, complete in place.
The unit price bid for the standard or drop manhole shall be complete compensation for
constructing the manhole and stub outs complete in place, including all materials, excavation,
backfilling and other incidental work necessary for constructing the manhole in accordance with
the plans and specifications.
01272201 MEASUREMENT AND PAYMENT 01025-3
1 08/01
1.12 CONNECTIONS TO EXISTING MANHOLES
The number of connections to existing manholes will be determined by counting the number of
existing manholes modified. Connecting to existing manholes will be paid for at the unit price bid
per each for connecting to existing manhole.
The unit price bid will be complete compensation for modifying existing manholes, complete,
including all materials, labor, drop pipe, concrete work, cutting and sealing manhole, and other
incidental work as needed.
1.13 TUNNELING
Where pipes, conduits, concrete sidewalks and islands, concrete curbs or curbs and gutters, or
other obstructions are encountered, the cost of tunneling under such obstructions shall be included
as a part of the cost of the pipe complete in place and no extra compensation will be allowed for
tunneling.
1.14 TRENCH SAFETY SYSTEM
The furnishing, installing and removal of trench safety system complete as required shall be
measured in the field and paid for at the unit price bid per linear foot for "Trench Safety System".
The Contractor is reminded that he must fully comply with OSHA requirement in all cases and
no separate payment will be made for such compliance other than that specifically indicated in
these specifications and in bid items included in the proposal.
1.15 IRRIGATION SYSTEM
This lump sum item includes all irrigation system modifications, including the new system
surrounding the new building as well as repair of the existing system damaged during the
installation of the utilities. The cost associated with the NEMA enclosure and conduit stub -out
from the building should be included in the lump sum cost of the building.
1.16 FLEXIBLE BASE COURSE
The area of flexible base course of thicknesses as shown on the drawings and as required will be
determined by actual measurement on the ground.
Flexible base course will be paid for at the unit price bid per square yard at the thickness shown
in the plans and will be complete compensation for constructing the flexible base course as
specified and shown on the drawings, including all materials, and any other incidental work
required.
1.17 HOT MIX ASPHALTIC CONCRETE PAVEMENT
The amount of hot mix asphaltic concrete pavement as shown on the drawings and as required will
be determined by actual measurement on the ground.
Hot mix asphaltic concrete pavement will be paid for at the unit price bid per ton and will be
complete compensation for constructing the hot mix asphaltic pavement as specified and shown
on the drawings, including all materials and any other incidental work .required.
01272201 MEASUREMENT AND PAYMENT 01025-4
08/01
J
f
1.18 MISCELLANEOUS CONCRETE SLABS AND SIDEWALKS
The area of concrete slabs and sidewalks as shown on the drawings and specified herein will be
determined by actual measurement on the ground.
Concrete slabs and sidewalks will be paid for at the unit price bid per square yard and will be
complete compensation for constructing the miscellaneous concrete slabs and sidewalks as
specified and shown on the drawings, including all labor, materials and any other incidental work
required.
1.19 HANDICAP ACCESSIBLE RAMP
The handicap accessible ramp will be paid for at the lump sum bid and will be complete
compensation for constructing the subgrade, sand pad and monolithic curb and slab as shown on
the drawings. The lump sum price includes all labor, materials and any other incidental work
required.
1.20 MISCELLANEOUS REMOVAL AND REPLACEMENT
The miscellaneous removal and replacement will be paid for at the lump sum bid and will be
complete compensation for replacement or repair of miscellaneous items damaged or removed
during installation of utilities. Some of the items include: .
1. The concrete island between long-term parking and rent car parking. Includes removing and
replacing the concrete island and removing and replacing the informational sign in the
concrete island.
2. The cost associated with boring through the retainage wall and repairing/patching the
retaining wall.
1.21 CONCRETE CURB AND GUTTER
The length of concrete curb and gutter will be determined by actual measurement on the ground.
The curb and gutter shall be measured along the flowline.
Concrete curb and gutter will be paid for at the unit price bid per linear foot and will be complete
compensation for constructing the miscellaneous concrete curb and gutter as specified and shown
on the drawings including all labor, equipment, materials and any other incidental work required.
1.22 TRAFFIC MARKING
The length of traffic marking will be determined by actual measurement on the ground.
Traffic markings will be paid for at the unit price bid per linear foot and will be complete
- compensation for constructing the traffic markings including pavement cleaning, labor, equipment,
materials and any other incidental work required.
01272201 MEASUREMENT AND PAYMENT 01025-5
08/01
1.23 EXTERIOR LIGHTING
The exterior lighting will be paid for at the lump sum bid and will be complete compensation for
furnishing and installing the exterior lighting system. The price will include materials, labor,
equipment and all associated costs for light poles, fixtures, foundation, conduit, wiring and any
other incidental work required.
1.24 SIGNAL/COMMUNICATIONS MODIFICATIONS
The signal/communications modifications will be paid for at the lump sum bid and will be
complete compensation for coaxial cable for the monitor, relocation of the monitor and data
converter, new repeater and all other necessary items needed to support the relocated monitor.
1.25 CONDUIT INSTALLATION AT TERMINAL BUILDING
The conduit installation at the terminal building will be paid for at the lump sum bid and will be
complete compensation for furnishing and installing conduit at the terminal building as shown on
the drawings. This lump sum cost shall include the cost of conduit starting at the retaining wall
and serving the building.
1.26 MISCELLANEOUS SIGNAGE
The miscellaneous signage will be paid for at the lump sum bid and will be complete compensation
for all exterior signs and relocating the type 10 sign as shown on the drawings and specified
herein.
1.27 UTILITY ADJUSTMENTS
No separate payment will be made for utility adjustments. The cost of adjusting or repairing
existing utilities during construction shall be incidental to the applicable pay items.
1.28 SURVEYING
No separate payment shall be made for construction surveying. The'cost of surveying shall be
included in the bid prices for the applicable pay items.
1.29 FINAL CLEANUP
The Contractor shall make a final cleanup of all parts of the work before final acceptance of the
work by the Owner. This cleanup shall include, among other things, removing all construction
materials, final grading of all trench surfaces and construction sites, and in general preparing the
sites of the work in an orderly manner.
The cost of the cleanup shall be included as a part of the cost of the various items of work
involved and no direct compensation will be made for this work.
01272201 MEASUREMENT AND PAYMENT 01025-6
08/01
END OF SECTION
MEASUREMENT AND PAYMENT
01025-7
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
Ll
01272201
08/01
END OF SECTION
MEASUREMENT AND PAYMENT
01025-7
SECTION 01039
COORDINATION AND MEETINGS
PART 1 GENERAL
1 A RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A.
Coordination.
B.
Field engineering.
C.
Preconstruction meeting.
D.
Progress meetings.
E.
Preinstallation meetings.
F.
Cutting and patching.
1.3 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to
assure efficient and orderly sequence of installation of interdependent construction elements,
with provisions for accommodating items installed later.
B. Verify that utility requirements and characteristics of operating equipment are compatible with
building utilities. Coordinate work of various Sections having interdependent responsibilities
for installing, connecting to, and placing in service, such equipment.
C. Coordinate space requirements and installation of mechanical and electrical work which are
indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit,
as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to
maximize accessibility for other installations, for maintenance, and for repairs.
D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the
construction. Coordinate locations of fixtures and outlets with finish elements.
E. Large Apparatus: Any large piece of apparatus which is to be installed in any space in the
building, and which is too large to permit access through windows, doorways or shafts, shall
be brought to the job by the Contractor involved and placed in the space before the enclosing
structure is completed.
F. Items which require electrical connections shall be coordinated with Division 16 for:
1. Voltage
2. Phase
3. Ampacity
4. No. and size of wires
5. Wiring diagrams
6. Starter size, details and location
7. Control devices and details
01272201
08/01
t�
3
COORDINATION AND MEETINGS 01039-1
G. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial
Completion.
H. After Owner occupancy of premises, coordinate access to site for correction of defective Work
and Work not in accordance with Contract Documents, to minimize disruption of Owner's
activities.
1.4 FIELD ENGINEERING
A. Locate and protect survey control and reference points.
B. Control datum for survey is that shown on Drawings.
C. Verify set -backs and easements, confirm drawing dimensions and elevations.
D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized
engineering survey practices.
E. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the
elevations and Iocations of the Work are in conformance with the Contract Documents.
1.5 PRECONSTRUCTION MEETING
A. Architect will schedule a meeting after Notice to Proceed.
B. Attendance Required: Owner, Architect, Engineer, Contractor and major Subcontractors.
C. Agenda:
1. Designation of personnel representing the parties in Contract and the Architect.
2. Procedures and processing of field decisions, submittals, substitutions, applications for
payments, proposal request, Change Orders and Contract closeout procedures.
3. Scheduling.
a) Use of premises by Owner and Contractor.
b) Owner's requirements.
c) Construction facilities and controls provided by Owner.
d) Survey and building layout.
e) Security and housekeeping procedures.
f) Schedules.
g) Procedures for testing.
h) Procedures for maintaining record documents.
i) Requirements for start-up of equipment.
j) Inspection and acceptance of equipment put into service during construction period.
D. Record minutes and distribute copies within five days after meeting to participants with two
copies to Architect and those affected by decisions made.
1.6 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at minimum monthly
intervals.
B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at
meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Architect, as
appropriate to agenda topics for each meeting.
01272201 COORDINATION AND MEETINGS 01039-2
08/01
D. Agenda:
1. Review minutes of previous meetings.
2. Review of Work progress.
3. Field observations, problems, and decisions.
4. Identification of problems which impede planned progress.
5. Review of submittals schedule and status of submittals.
6. Review of off-site fabrication and delivery schedules.
7. Maintenance of progress schedule.
8. Corrective measures to regain projected schedules.
9. Planned progress during succeeding work period.
10. Coordination of projected progress.
11. Maintenance of quality and work standards.
12. Effect of proposed changes on progress schedule and coordination.
13. Other business relating to Work.
E. Record minutes, and distribute copies within five days to Architect, participants, and those
affected by decisions made.
1.7 PREINSTALLATION MEETING
A. When required in individual specification Sections, convene a preinstallation meeting at work
site prior to commencing work of the Section.
B. Require attendance of parties directly affecting, or affected by, work of the specific Section.
C. Notify Architect four days in advance of meeting date.
D. Prepare agenda and preside at meeting.
1. Review conditions of installation, preparation and installation procedures.
2. Review coordination with related work.
E. Record minutes, and distribute copies within five days after meeting to participants, with four
copies to Architect.
PART 2 PRODUCTS
2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS
A. Motors: Specific motor type is specified in individual specification sections.
B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes,
and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box.
C. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for
connection to electric wiring system. Cord of longer length is specified in individual
specification sections.
PART 3 EXECUTION
3.1 EXAMINATION
A. _ Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work.
Beginning new Work means acceptance of existing conditions.
01272201 COORDINATION AND MEETINGS 01039-3
08/01
B. Examine and verify specific conditions described in individual specification sections.
C. Verify that utility services are available, of the correct characteristics, and in the correct
location.
3.2 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Seal cracks or openings of substrate prior to applying next material or substance.
C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner
prior to applying any new material or substance in contact or bond.
3.3 CUTTING AND PATCHING
A. Employ skilled and experienced installer to perform cutting and patching.
B. Submit written request in advance of cutting or altering elements which affects:
1. Structural integrity of element.
2. Integrity of weather -exposed or moisture -resistant elements.
3. Efficiency, maintenance, or safety of element.
4. Visual qualities of sight -exposed elements.
5. Work of Owner or separate contractor.
C. Execute cutting, fitting, and patching, including excavation and fill, to complete Work, and to:
1. Fit the several parts together, to integrate with other Work.
2. Uncover Work to install or correct ill-timed Work.
3. Remove and replace defective and non -conforming Work.
4. Remove samples of installed Work for testing.
5. Provide openings in elements of Work for penetrations of mechanical and electrical Work.
D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces
to receive patching and finishing.
E. Cut rigid materials using masonry saw or core drill.
F. Restore Work with new products in accordance with requirements of Contract Documents.
G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.
H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids.
I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest
intersection; for an assembly, refinish entire unit.
J. Identify any hazardous condition exposed during the Work to the Architect for decision or
remedy.
END OF SECTION
01272201 COORDINATION AND MEETINGS 01039-4
08/01
SECTION 01300
SUBMITTALS
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Submittal procedures.
B. Construction progress schedules.
C. Proposed products list.
D. Shop drawings.
E. Product data.
F. Samples.
G. Manufacturers' instructions.
H. Manufacturers' certificates.
I. Construction photographs.
1.3 RELATED SECTIONS
A. Section 01019 - Contract Considerations: Schedule of Values.
B. Section 01410 - Testing Laboratory Services: Test Reports.
C. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates and closeout
submittals.
1.4 SUBMITTAL PROCEDURES
A.
Transmit each submittal with Contractor's standard transmittal letter including Contractor's
name, address and phone number.
B.
Sequentially number the transmittal forms.
C.
Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail
number(s), and specification Section number, as appropriate.
D.
Apply Contractor's stamp, signed or initialed certifying that review, verification of Products
a
required, field dimensions, adjacent construction Work, and coordination of information, is in
accordance with the requirements of the Work and Contract Documents.
E.
Schedule submittals to expedite the Project, and deliver to architects at business address.
Coordinate submission of related items.
F.
For each submittal for review, allow 15 days excluding delivery time to and from the
contractor.
G.
Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
H.
Provide space for Contractor and Architect review stamps.
01272201 SUBMITTALS 01300-1
08/01
t
I. Revise and resubmit submittals as required, identify all changes made since previous submittal.
J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly
report any inability to comply with provisions.
K. Submittals not requested will not be recognized or processed.
1.5 RESUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and resubmit to meet requirements as specified.
B. Mark as RESUBMITTAL.
C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each
re -submittal.
1.6 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule in duplicate for Architect review within 15 days after date
established in Notice to Proceed.
B. Submit revised schedules with each Application for Payment, identifying changes since previous
version.
C. Submit a horizontal bar chart with separate line for each section of Work, identifying first work
day of each week.
D. Show complete sequence of construction by activity, identifying Work of separate stages and
other logically grouped activities. Indicate the early and late start, early and late finish, float
dates, and duration.
E. Indicate estimated percentage of completion for each item of Work at each submission.
F. Indicate submittal dates required for shop drawings, product data, samples, and product
delivery dates, including those furnished by Owner.
1.7 PROPOSED PRODUCTS LIST
A. Within 15 days after date of Notice to Proceed, submit complete list of major products
proposed for use, with name of manufacturer, trade name, and model number of each product.
B. For products specified only by reference standards, give manufacturer, trade name, model or
catalog designation, and reference standards.
1.8 SHOP DRAWINGS
A. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency
and one opaque reproduction.
B. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which
Contractor requires, plus four copies which will be retained by Architect.
C. Drawing size shall be minimum 8'/2 x 11 inches and maximum of 30 x 42 inches.
D. Details shall be drawn to a minimum size of /z inch equal to 1 foot.
E. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES
article above and for record document purposes described in Section 01700 - Contract
Closeout.
01272201 SUBMITTALS 01300-2
08/01
T'1
1.9 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus four copies which will be
retained by the Architect.
B. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information unique to this Project.
C. Include recommendations for application and use, and reference to compliance with specified
standards of trade associations and testing agencies.
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.
1.10 SAMPLES
A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral
parts and attachment devices. Coordinate sample submittals for interfacing work.
B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom
colors, textures, and patterns, as specified and as scheduled for Architect's selection.
C. Where variations in color, pattern or texture are inherent in the material or product, submit
multiple samples to indicate the approximate range or variations.
D. Include full Project information and identification of manufacturer, model number, type, style
and color on each sample.
E. Submit the number or samples specified in individual specification Sections; one of which will
be retained by Architect.
F. Reviewed samples which may remain as part of the Work are indicated in individual
specification Sections.
1.11 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections, submit manufacturers' printed instructions
for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities
specified for Product Data.
B. Identify conflicts between manufacturers' instructions and Contract Documents.
C. Indicate special procedures, conditions requiring special attention and special environmental
criteria required for application or installation:
1.12 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturers' certificate to
Architect, in quantities specified for Product Data.
B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting
reference data, affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be
acceptable to Architect.
01272201 SUBMITTALS 01300-' 3
08/01
1. 13 CONSTRUCTION PHOTOGRAPHS
A. Each month submit photographs to Architect with Application for Payment.
B. Photographs: Two prints; color, matte; 3 x 5 inch size.
C. Take two site photographs from differing directions and five interior photographs of each
separate building indicating the relative progress of the Work, 5 days maximum prior to
submitting.
D. Identify photographs with date, time, orientation and project identification.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not used
END OF SECTION
01272201 SUBMITTALS 01300'- 4
08/01
SECTION 01410
TESTING LABORATORY SERVICES
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
.1 A.
Selection and payment.
B.
Contractor submittals.
C.
Laboratory responsibilities.
D.
Laboratory reports.
E.
Limits on testing laboratory authority.
F.
Contractor responsibilities.
1.3 RELATED SECTIONS
A. Section 01300 - Submittals: Manufacturer's certificates.
B. Section 01650 - Starting of Systems and Section 15600: Testing, Adjusting, and Balancing.
C. Section 01700 - Contract Closeout: Project Record Documents.
D. Individual Specification Sections: Inspections and tests required, and standards for testing.
1.4 REFERENCES
A. ANSI/ASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or
Inspection of Soil and Rock as Used in Engineering Design and Construction.
B. ANSFASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete,
Steel, and Bituminous Materials as Used in Construction.
1.5 SELECTION AND PAYMENT
A. An independent firm will perform inspections, tests, and other services specified in individual
specification Sections and as required by the Engineer.
B. Reports will be submitted by _the independent firm to the Engineer, in triplicate, indicating
observations and results of tests and indicating compliance or non-compliance with Contract
Documents.
C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools,
storage, safe access, and assistance by incidental labor as requested.
1. Notify Engineer and independent firm 48 hours prior to expected time for operations
requiring services.
01272201 TESTING LABORATORY SERVICES 01410-1
08/01
2. Make arrangements with independent firm and pay for additional samples and tests
required for Contractor's use.
D. Testing or inspecting does not relieve Contractor from performing Work to contract
requirements.
E. The cost associated with compliance testing shall be paid by the Owner. Re -testing required
because of non-conformance to specified requirements shall be performed by the same
independent firm on instructions by the Engineer. Payment for re -testing will be paid by the
Contractor.
1.6 QUALITY ASSURANCE
A. Comply with requirements of ANSI/ASTM E329 and ANSI/ASTM D3740R.
B. Laboratory Staff: Maintain a full time registered Engineer on staff to review services.
C. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to
either National Bureau of Standards (NBS) standards or accepted values of natural physical
constants.
1.7 LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance
of services.
C. Perform specified inspection, sampling, and testing of Products in accordance with specified
standards.
D. Ascertain compliance of materials and mixes with requirements of Contract Documents.
E. Promptly notify Architect and Contractor of observed irregularities or non-conformance of
Work or Products.
F. Perform additional inspections and tests required by Architect.
1.8 LABORATORY REPORTS
A. After each inspection and test, promptly submit three copies of laboratory report to Architect,
and to Contractor.
B. Include:
1. Date issued,
2. Project title and number,
3. Name of inspector,
4. Date and time of sampling or inspection,
5. Identification of product and Specifications Section,
6. Location in the Project,
7. Type of inspection or test,
8. Date of test,
9. Results of tests and
40. Conformance with Contract Documents.
C. When requested by Architect, provide interpretation of test results.
01272201 TESTING LABORATORY SERVICES 01410-2
08/01
1.9 LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of Contractor.
D. Laboratory has no authority to stop the Work.
1.10 CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used
which require testing, along with proposed mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work.
C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and
handle samples at the site or at source of products to be tested, to facilitate tests and
inspections, storage and curing of test samples.
D. Notify Architect and laboratory 24 hours prior to expected time for operations requiring
inspection and testing services.
1.11 SCHEDULE OF INSPECTIONS AND TESTS
A. As indicated in individual Specification Sections.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01272201 TESTING LABORATORY SERVICES
08/01
01410-3
SECTION 01600
PRODUCT REQUIREMENTS
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
1. General product requirements, including:
a) General specification requirements for all products.
b) Product options.
c) Procedures for substitution requests.
d) General requirements and procedures for maintenance materials and tools.
2. General requirements for product documentation, including:
a) Requirements and procedures for schedule of products.
b) General requirements for operation and maintenance data.
c) General requirements for warranties.
3. General procedures for products including:
a) Procedures for transportation and handling.
b) Procedures for delivery and receiving.
c) Procedures for storage.
B. Related Sections:
1. Submittal transmission, handling, and action procedures: Elsewhere in Division 1.
2. Project record documents: Elsewhere in Division 1.
1.2 DEFINITIONS
A. Damage: Any sort of deterioration whether due to weather, normal wear and tear, accident,
or abuse, resulting in soiling, marring, breakage, corrosion, rotting, or impairment of function.
1.3 SUBMITTALS
A. Schedule of Products: Submit for approval.
B. Final Schedule of Products: Submit for project record.
C. Operation and Maintenance Data: Submit for information only.
D. Warranties: Submit for project record.
E. Receipts for maintenance materials and tools.
PART 2 PRODUCTS
2.1 GENERAL
A. Components required to be supplied in quantity within a specification section shall be identical,
interchangeable, and made by the same manufacturer.
_ B. Do not use products removed from existing construction, unless specifically permitted by the
contract documents or approved by the owner.
01272201 PRODUCT REQUIREMENTS 01600-1
", 08/01
2.2 MAINTENANCE MATERIALS AND TOOLS
A. Maintenance Materials: Parts and materials for repair and maintenance; specific items required
are specified in product sections.
1. Provide products and tools which are identical to those used in the work; if necessary to
obtain identical items, order at the same time as products to be installed or tools to be used
in the work.
B. Package appropriately and label to show type and quantity of contents.
C. Deliver, handle, and store in the same manner as products to be installed.
D. Do not turn over to the owner until date of substantial completion, unless otherwise approved
by the owner.
E. Deliver to the owner; unload.
F. Obtain receipt prior to final payment.
PART 3 EXECUTION
3.1 PRODUCT OPTIONS
A. It is the contractor's responsibility to select products which comply with the contract documents
and which are compatible with one another, with existing work, and with products selected by
other contractors.
1. Verify that electrical characteristics of products are compatible with electrical systems;
notify architect of all discrepancies.
B. Do not use any substitute products which have not been approved in accordance with the
requirements of the contract documents; formal substitution request is required.
C. Where the specification is silent on whether substitutions will be considered, substitutions will
not be considered.
D. Definition of Substitute Product: Any product which does not meet the requirements of the
contract documents, whether in product characteristics, performance, quality, or manufacturer
or brand names, is considered a substitute.
E. Product Options: Where products are specified using more than one method, such as
description with a manufacturer list, use a product meeting the requirements of both
specification methods.
F. Products Specified by Reference Standard: Use any product meeting the specification.
Provisions of reference standards shall not modify the responsibilities of the owner or architect
as defined in the contract documents.
G. Products Specified by Description: Use any product meeting the specification.
H. Products Specified by Performance Requirements: Use any product meeting the specification.
I. Products Specified by Listing Manufacturer(s) Accompanied by Language Indicating that
Substitutions Are Not Allowed: Provide a product meeting the specification and made by one
of the manufacturers listed.
J. Products Specified by Listing Manufacturer(s) Accompanied by Language Specifically
Indicating that Substitutions Are Allowed: Provide a product meeting the specification; submit
substitution request for any manufacturer not listed.
K. Language indicating that substitutions are not allowed includes:
1. "Provide one of the following products."
01272201 PRODUCT REQUIREMENTS 01600-2
08/01
dt,;
2. "Provide products made by one of the manufacturers listed."
3. "Provide products complying with the contract documents
following. "
4. "No substitutions."
5. Other similar language.
L. Language indicating that substitutions are allowed includes:
1. Substitutions will be considered.
2. "... will be among those considered acceptable."
3. Or approved equal.
4. Other similar language.
3.2 SUBSTITUTIONS AFTER AWARD OF THE CONTRACT
and made by one of the
A. The contractor will be notified in writing within a reasonable time; verbal acceptance will not
be valid.
B. Acceptable substitutions will be added to the contract documents by appropriate modification.
3.3 SUBSTITUTION PROCEDURE
A. Submission of request for substitution shall constitute a representation that the entity making
the request:
1. Has investigated the proposed product and determined that it is equal to or better than the
specified product. Absence of an explicit comparison of any characteristic of the proposed
product to the specified product shall constitute a representation that the proposed product
is equal to or better than the specified product with regard to that characteristic.
2. Will provide the same warranty for the proposed product as for the specified product.
3. Will coordinate the installation and make other changes which may be required for the
work to be complete in all respects, including:
a) Redesign.
b) Additional components and capacity required by other work affected by the change.
4. Waives all claims for additional costs and time extensions which subsequently may become
apparent and which are caused by the change.
5. Will reimburse the owner for additional costs for evaluation of the substitution request,
redesign if required, and reapproval by authorities having jurisdiction if required.
B. Substitutions will not be considered when acceptance would require substantial revision of the
contract documents.
C. Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals without separate written request.
D. Substitution requests will not be considered when submitted directly by subcontractor or
supplier.
E. Substitution Request Procedure: Submit written request with complete data substantiating
compliance of the proposed product with the requirements of the contract documents.
1. Submit request at least 21 days prior to the date when the specified product needs to be
ordered -
2. Submit request to the owner.
3. Submit 5 copies of each request and accompanying data.
4. Submit all requests on a standard form.
5. Only one request for substitution will be considered for each product.
01272201 PRODUCT REQUIREMENTS 01600-3
08101
F. Data Required with Substitution Request: Provide at least the following data:
1. Identify product by specification section and paragraph number.
2. Manufacturer's name and address, trade name and model number of product (if
applicable), and name of fabricator or supplier (if applicable).
3. Complete product data.
4. A list of other projects on which the proposed product has been used, with project name,
the design professional's name, and owner contact.
5. An itemized comparison of the proposed product to the specified product.
6. Net amount of change to the contract sum.
7. List of maintenance services and replacement materials available.
8. Statement of the effect of the substitution on the construction schedule.
9. Description of changes that will be required in other work or products if the substitute
product is approved.
G. The architect will determine acceptability of the proposed substitution.
H. When the proposed substitution is not accepted, provide the product (or one of the products,
as the case may be) specified.
3.4 SCHEDULE OF PRODUCTS
A. Prepare a complete schedule of major products used, including the following for each product:
1. Manufacturer's name.
2. Brand -or trade name.
3. Model number, if applicable.
4. Reference standard, if more than one is applicable.
5. Arrange products in the schedule by specification sections; indicate paragraph where
specified.
B. Prepare and submit a preliminary schedule within 30 days after award of contract; resubmit
when revised; submit final schedule prior to final payment.
C. Schedule of products shall not be used to obtain approval of substitute products; make separate
request for substitution.
3.5 OPERATION AND MAINTENANCE DATA
A. Provide operation and maintenance data as specified in individual product sections.
1. Provide data sufficient for operation and maintenance by owner without further assistance
from the manufacturer.
2. Provide completed data at least 2 days prior to instruction of owner personnel.
B. Data Required For Products - General:
1. Name of manufacturer and product.
2. Name, address, and telephone number of subcontractor or supplier.
3. Local source of replacements.
4. Local source of replaceable parts and supplies.
C. Product Data: Where product data is specified for inclusion in operation and maintenance data,
provide manufacturer's data sheets marked to indicate specific product and product options
actually installed; delete inapplicable data.
D. Project Record Documents: Provide an additional copy of applicable record documents for
inclusion with the operation and maintenance data.
01272201 PRODUCT REQUIREMENTS 01600-4
08/01
r -t
E.
F
G
H.
I.
J
zl K.
Coordination Drawings: When coordination drawings are prepared, include a copy with the
operating and maintenance data.
Custom Manufactured Products: Provide all information needed for reordering.
Finish Materials: Manufacturer's product data, color/texture designations, and manufacturer's
instructions for care, cleaning, and maintenance.
Products Exposed to Weather and Products for Moisture Protection: Manufacturer's product
data, recommended inspection schedule and procedures, maintenance and repair procedures,
and maintenance materials required.
Equipment: Provide at least the following information:
1. Product data giving equipment and function description, with normal operating
characteristics and limiting conditions.
2. Starting, operating, and troubleshooting procedures.
3. Cleaning and maintenance requirements and procedures.
4. External finish maintenance requirements.
5. List of maintenance materials required.
6. List of special tools required.
7. Parts list: List all replaceable parts, with ordering data.
8. Recommended quantity of spare parts to be maintained in storage.
Systems: Provide overall function description, with diagrams, prepared especially for this
project.
Form of Data: Prepare data in the form of an instructional manual.
1. Arrange content logically, using section numbers and sequence of sections indicated on
the table of contents of this project manual.
2. When multiple volumes are used, arrange by related subjects; identify contents in cover
title.
3. Assemble into 3 -ring binders with maximum 2 -inch ring size.
a) Hardback, cleanable plastic covers.
b) Identify each book with title "Operation and Maintenance Instructions" and project
name.
c) Page size 8-1/2 by 11 inches, maximum.
d) Prepare special typewritten data on minimum 20 -pound paper.
e) Provide tabbed divider for each product and system.
f) Drawings: Bind large -size drawings separately.
4. Provide table of contents for each volume listing:
a) Name of the project.
b) Name, address, telephone number, and contact name of.
1. Architect.
2. Contractor.
c) Index of products and systems included in volume.
3.6 WARRANTIES
A. Provide warranties as specified in individual product sections.
B. Manufacturer Warranties: Manufacturer's standard product warranty running for the
manufacturer's standard term, unless otherwise indicated.
1. Submit copies of all manufacturer warranties which extend beyond the end of the contract
correction period.
01272201 PRODUCT REQUIREMENTS 01600-5
08/01
C. Special Project Warranties: Written warranty commencing at date of substantial completion,
running for the term indicated, and signed by the entities specified.
1. Where completion of warranty item is materially delayed beyond the date of substantial
completion, provide warranty commencing on date of acceptance.
2. Submit each special project warranty.
D. Provide 2 notarized copies of each executed warranty.
E. Show actual date of commencement on each warranty.
3.7 TRANSPORTATION AND HANDLING
A. Require supplier to package finished products in a manner which will protect from damage
during shipping, handling, and storage.
B. Transport products by methods which avoid damage.
C. Deliver in dry, undamaged condition in manufacturer's unopened packaging.
D. Provide equipment and personnel adequate to handle products by methods which prevent
damage.
E. Provide additional protection during handling where necessary to prevent damage to products
and packaging.
F. Lift large and heavy components at designated lift points only.
3.8 DELIVERY AND RECEIVING
A. Arrange deliveries of products to allow time for inspection prior to installation.
B. Coordinate delivery to avoid conflict with the work and to take into account both the conditions
at the site and the availability of personnel, handling equipment, and storage space.
C. Clearly mark partial deliveries to identify contents, to permit easy accumulation of entire
delivery, and to facilitate assembly.
D. Promptly inspect shipments and remedy damage, incorrect quantity, incompleteness, improper
or illegible labeling, and noncompliance with requirements of contract documents and approved
submittals.
3.9 STORAGE
A. No indoor storage areas are available on site.
B. Off-site storage of products for which application for payment will be made: No off-site storage
will be approved.
C. General Storage Procedures:
1. Store products immediately on delivery.
2. Store products in accordance with manufacturer's instructions, with seals and labels intact
and legible.
3. Store in a manner to prevent damage to the stored products and to the work.
4. Store moisture -sensitive products in weathertight enclosures.
5._ Store indoors if necessary to keep temperature and humidity within ranges required by
manufacturer.
6. Store unpacked and loose products on shelves, in bins, or in neat groups of like items.
7. Arrange storage to provide access for inspection and inventory.
_ . 8. Periodically inspect and remedy damage and noncompliance with required conditions.
01272201 PRODUCT REQUIREMENTS 01600-6
08/01
,i
_j
,J
fl -,
J
D. Loose Granular Materials: Store on solid surfaces in well -drained area; prevent mixing with
foreign materials.
E. Exterior Storage:
1. Cover products subject to weather damage with impervious sheet covering; provide
ventilation to avoid condensation.
2. Provide surface drainage to prevent runoff or ponded water from damaging stored
products.
3. Prevent damage and contamination from refuse and chemically injurious materials and
liquids.
4. Store fabricated products on substantial platforms, blocking, or skids above the ground,
sloped to drain.
01272201
08/01
END OF SECTION
PRODUCT REQUIREMENTS
1 :1'1
1
SECTION 01650
i
STARTING OF SYSTEMS
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Starting systems.
B. Demonstration and instructions.
C. Testing, adjusting, and balancing.
1.3 RELATED SECTIONS
A. Section 01410 - Testing Laboratory Services: Manufacturers field reports.
B. Section 01700 - Contract Closeout: System operation and maintenance data and extra materials.
C. Division 15 - Testing Adjusting and Balancing.
1.4 STARTING SYSTEMS
A. Coordinate schedule for start-up of various equipment and systems.
B. Notify Architect seven days prior to start-up of each item.
C. Verify that each piece of equipment or system has been checked for proper lubrication, drive
rotation, belt tension, control sequence, or other conditions which may cause damage.
D. Verify that tests, meter readings, and specified electrical characteristics agree with those
required by the equipment or system manufacturer.
E. Verify wiring and support components for equipment are complete and tested.
F. Execute start-up under supervision of responsible manufacturer's representative and
Contractors' personnel in accordance with manufacturers' instructions.
G. When specified in individual specification Sections, require manufacturer to provide authorized
representative to be present at site to inspect, check and approve equipment or system
installation prior to start-up, and to supervise placing equipment or system in operation.
H. Submit a written report in accordance with Section 01410 that equipment or system has been
properly installed and is functioning correctly.
1.5 DEMONSTRATION AND INSTRUCTIONS
A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to
date of final inspection.
B. For equipment or systems requiring seasonal operation, perform demonstration for other
season.
ul C. Utilize operation and maintenance _manuals as basis for instruction. Review contents of manual
with Owners' personnel in detail to explain all aspects of operation and maintenance.
01272201 STARTING OF SYSTEMS 01650-1
08/01
D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance,
and shutdown of each item of equipment at agreed-upon times, at equipment location.
E. Prepare and insert additional data in operations and maintenance manuals when need for
additional data becomes apparent during instruction.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01272201 STARTING OF SYSTEMS 01650-2
08/01
SECTION 01700
' CONTRACT CLOSEOUT
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Closeout procedures.
'1 B. Final cleaning.
C. Adjusting.
D. Project record documents.
E. Operation and maintenance data.
r t F. Warranties.
G. Spare parts and maintenance materials.
1.3 RELATED SECTIONS
A. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning.
B. Section 01650 - Starting of Systems: System start-up, testing, adjusting, and balancing.
1.4 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready for
a Architect's inspection.
B. Provide submittals to Architect that are required by governing or other authorities.
C. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
1.5 FINAL CLEANING
-
A.
Execute final cleaning prior to final inspection.
B.
Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains
and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft
surfaces.
C.
D.
Clean equipment and fixtures to a sanitary condition.
Replace filters of operating equipment.
E.
Clean debris from roofs, gutters, downspouts, and drainage systems.
F.
Clean site; sweep paved areas, rake clean landscaped surfaces.
.
G.
Remove waste and surplus materials, rubbish, and construction facilities from the site.
H.
Repair, patch and touch-up marred surfaces to match adjacent finishes.
I.
Clean ducts, blowers and coils if air conditioning units were operated during construction. -
01272201
CONTRACT CLOSEOUT 01700-1
08101
1.6 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered operation.
1.7 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the
Work:
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications: Legibly mark and record at each Product section description of actual Products
installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction
including:
1. Measured depths of foundations in relation to finish first floor datum.
2. Measured horizontal and vertical locations of underground utilities and appurtenances,
referenced to permanent surface improvements.
3. Measured locations of internal utilities and appurtenances concealed in construction,
referenced to visible and accessible features of the Work.
4. Field changes of dimension and detail.
5. Details not on original Contract Drawings.
6. Changes made by addenda and modification.
F. Submit documents to Architect with claim for final Application for Payment.
1.8 OPERATION AND MAINTENANCE DATA
A. Submit one copy 15 days prior to final inspection, 8-1/2 x 11 inch text pages, bound in three
D ring binders with durable plastic covers.
B. This copy will be returned after final inspection, with Architect comments. Revise content of
documents as required prior to final submittal.
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, type on 24 pound white paper.
G. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor,
Subcontractors, and major equipment suppliers.
01272201 CONTRACT CLOSEOUT 01700-2
08/01
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.
Operating instructions necessary for Owner to make full and efficient use of equipment
including recommended maintenance and seasonal change -over procedures for HVAC
systems.
5.
Maintenance instructions for equipment and systems.
6.
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.
Air and water balance reports.
3.
Certificates.
s
4.
Photocopies of warranties and bonds.
1.9 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation
cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within ten days after acceptance, listing date of acceptance as start of warranty period. _
1.10 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
5:
01272201 CONTRACT CLOSEOUT 01700-3
08/01
SECTION 01710
CONSTRUCTION PROCEDURES
PART 1 GENERAL
1.1 SUMMARY
1.2 DEFINITIONS
A. Concealed Spaces: Spaces which are not accessible after completion of construction.
B. Cutting: Removal of material by cutting, sawing, drilling, breaking, chipping, grinding, and
similar operations, including excavation.
C. Damage: Any sort of deterioration whether due to weather, normal wear and tear, accident,
or abuse, resulting in soiling, marring, breakage, corrosion, rotting, or impairment of function.
D. Debris: Rubbish, waste materials, litter, volatile wastes, and similar materials, with the
exception of surplus materials which are to become the property of the owner.
E. Fire Barriers: Any wall, floor, ceiling, or roof which is indicated as having a fire resistance
rating.
F. Patching: Restoration to completed condition by patching, repairing, refinishing, finishing,
filling, closing up, and similar operations.
G. Replacement: Replace the entire element, surface, or product.
H. Smoke Barriers: Any wall, floor, ceiling, or roof which is indicated as being designed to
prevent passage of smoke and gases; may be indicated as "smoke barrier," "smoke partitions,"
"smoke wall," or similar designation.
01272201 CONSTRUCTION PROCEDURES 01710-1
08101
A. Section Includes:
1.
General construction and installation procedures.
2.
Correction of defective work.
-?
3.
Cleaning during construction.
4.
Facility startup.
5.
Project completion procedures.
r'
6.
Final extermination.
B. Related
Sections:
1.
Cleaning requirements for specific products and systems: Applicable product sections in
Divisions 2-16.
2.
Final payment procedures: Elsewhere in Division 1.
3.
General product installation requirements: Elsewhere in Division 1.
¢
4.
Removal of mock-ups: Elsewhere in Division 1.
5.
Testing, adjusting, and balancing of mechanical systems: Division 15.
6.
Appendix to Specifications.
1.2 DEFINITIONS
A. Concealed Spaces: Spaces which are not accessible after completion of construction.
B. Cutting: Removal of material by cutting, sawing, drilling, breaking, chipping, grinding, and
similar operations, including excavation.
C. Damage: Any sort of deterioration whether due to weather, normal wear and tear, accident,
or abuse, resulting in soiling, marring, breakage, corrosion, rotting, or impairment of function.
D. Debris: Rubbish, waste materials, litter, volatile wastes, and similar materials, with the
exception of surplus materials which are to become the property of the owner.
E. Fire Barriers: Any wall, floor, ceiling, or roof which is indicated as having a fire resistance
rating.
F. Patching: Restoration to completed condition by patching, repairing, refinishing, finishing,
filling, closing up, and similar operations.
G. Replacement: Replace the entire element, surface, or product.
H. Smoke Barriers: Any wall, floor, ceiling, or roof which is indicated as being designed to
prevent passage of smoke and gases; may be indicated as "smoke barrier," "smoke partitions,"
"smoke wall," or similar designation.
01272201 CONSTRUCTION PROCEDURES 01710-1
08101
1.3 SUBMITTALS
A. Startup Reports:
1. Submit within 7 days after startup of item covered by report.
2. Include a statement that the item has been installed properly and is functioning correctly.
3. Include the following information:
a) Item started up.
b) Date of startup operation.
c) Entity performing startup.
d) Applicable specification section.
e) Results of startup.
f) Signature of person performing startup.
B. Field Correction Requests: Submit immediately upon discovery of deviation required; include
a detailed description of the problem, recommended changes, and reasons it is not possible to
comply with the contract documents.
C. Certificate of Final Extermination.
1.4 QUALITY ASSURANCE
A. Cleaning: Perform cleaning in accordance with the recommendations of the manufacturer or
fabricator of the product or system. Use only cleaning materials and tools which are
specifically recommended, which- are not hazardous to health or property, and which will not
damage finishes.
1.5 PROJECT CONDITIONS
A. Take precautions to prevent fires and to facilitate fire -fighting operations.
1. Keep flammable materials in non-combustible containers; store away from potential fire
sources; remove flammable waste regularly.
2. Keep temporary and permanent fire fighting facilities readily accessible; keep fire fighting
routes open.
3. Do not .allow smoking in areas where highly combustible or explosive materials are
present.
4. Carefully supervise the operation of potential fire sources, including heating units.
5. Conduct welding operations in manner to prevent fire; comply with local regulations.
B. Take precautions to prevent accidents due to physical hazards:
1. Provide barricades, warning lights, or signs as required to inform personnel and the public
of the hazard being protected against.
2. Safety barricades: Comply with regulations.
w. 3. Provide temporary walkways where walking surfaces are hazardous.
4. Notify the owner before beginning work that involves hazardous operations, including use
of explosives and the like.
C. Take care to prevent pollution of air, water, and soil.
1. Comply with environmental protection regulations..
2. Limit effluent and rainwater runoff into waterways as required by regulations.
3. Do not dump contaminants in areas that will result in contamination of waterways.
01272201 CONSTRUCTION PROCEDURES 01710-2
08/01
J"i
D. Minimize discharge of effluent and rainwater runoff into sewers.
1. Control sediment discharge into sewers; filter out construction debris, soil, and
contaminants.
2. Comply with regulations and orders of public utilities regarding use of sewers.
3. Where disposal of effluent or rainwater by means of sewers is not lawful or is not
possible, provide alternative methods of disposal.
E. Prevent erosion due to rainwater runoff.
F. Control windblown dust; prevent erosion to site and nuisance to neighbors.
G. Prevent flooding of excavations, below -grade construction, and adjacent properties due to
rainwater runoff.
H. Do not use tools or equipment which produce harmful levels of noise.
1. Do not use noise -making tools or equipment between 7 pm and 8 am weekdays, 7 pm to
9 am Saturdays, and all day Sunday and major holidays.
I. Keep the site and adjacent public ways free of hazardous and unsanitary conditions and public
nuisances.
J. Control rodents and other pests; prevent infestation of adjacent sites and buildings due to pests
on this site.
K. Keep public streets free of debris due to this work.
L. Provide adequate traffic control by means of signs, signals, and flagmen, as necessary.
M. Provide temporary means of draining roofs where required.
N. Conduct construction operations so that no part of the work is subjected to damaging operations
or influences which are in excess of those to be expected during normal occupancy conditions.
O. Conduct construction operations so that waste of power, water, and fuel is avoided.
P. Provide. temporary supports as required to prevent movement and structural failure.
Q. Install products only during environmental conditions which will ensure the best possible
results.
1.6 SEQUENCING AND SCHEDULING
A. Install products only at the time and in the sequence which will ensure the best possible results.
B. Coordinate required administrative activities with related construction activities.
C. Schedule utility outages and other disruptive construction activities with airport operations
superintendent.
PART 2 PRODUCTS
2.1 MATERIALS
A. Patching Materials: Identical to the materials of the work to be cut, unless indicated as specific
. materials specified in other sections.
01272201 CONSTRUCTION PROCEDURES 01710-3
08101
PART 3 EXECUTION
3.1 GENERAL EXAMINATION REQUIREMENTS
A. Prior to performing work, examine the applicable substrates and the conditions under which
the work is to be performed.
B. If unsafe or otherwise unsatisfactory conditions are encountered, take corrective action before
proceeding.
C. Conditions which could have been discovered by examination will not be allowed as cause for
claims for extra work.
1. In particular, verify the following:
a) Underground utilities.
b) Other underground construction.
c) Location and invert elevation of points of connection to piped utilities.
D. Verify that utility requirements of operating equipment are compatible with building utilities.
E. Verify space requirements of items which are shown diagrammatically on the drawings.
3.2 GENERAL PREPARATION REQUIREMENTS
A. Take field measurements as required to fit the work properly.
B. Recheck measurements prior to installing each product.
3.3 GENERAL INSTALLATION PROCEDURES
A. Accurately locate the work and components of the work; make vertical work plumb; make
horizontal work level.
B. See sections describing specific parts of the work for additional requirements.
C. Where space is limited, install components to maximize space available for maintenance and
to maximize ease of removal for replacement.
D. In finished areas, conceal pipes, ducts, and wiring within the construction, unless otherwise
indicated.
E. Coordinate exact locations of fixtures and outlets with finish elements.
F. Install work in such manner and sequence as to preclude, if possible, or at least to minimize,
cutting and patching.
3.4 CLEANING AND PROTECTION
A. Remove debris from concealed spaces prior to enclosing the space.
B. Keep the site and the work free of waste materials and debris.
1. Remove waste from site frequently enough to prevent significant accumulations of debris.
2. When temperature exceeds or is expected to exceed 80 degrees F, remove waste at
frequency necessary to prevent development of health hazards and nuisance odors.
3. Keep hazardous and unsanitary materials in containers separate from other waste.
C. Clean areas in which work is to be done to level of cleanliness necessary for proper execution
of that work.
1. Where dust would impair execution of work, broom- and vacuum -clean the entire interior
area and keep clean.
01272201 CONSTRUCTION PROCEDURES 01710-4
08/01
�1
D. Keep installed work clean, and clean again when soiled by other operations.
1. Provide periodic cleaning as required to prevent damage due to soiling.
2. Remove liquid spills promptly.
E. Protect installed work from soiling and damage.
1. Provide protective coverings as required.
171 2. Provide protective coverings for work which may be damaged by subsequent operations.
3. Where heavy abuse is expected, use minimum of plywood for protection.
A 4. Maintain protective coverings until substantial completion.
3.5 CUTTING AND PATCHING PROCEDURES
A. Fire/Smoke Barriers: Do not cut more than absolutely necessary.
1. Cut penetration holes to sizes required for penetration seal assemblies required.
2. Patch all oversize holes and cuts made in error.
3. Perform patching in a manner which complies in all respects with the original
construction; if not possible, report nature of difficulty to the architect and request
instructions.
3.6 INSTALLATION OF COMPONENTS
A. Install all products in accordance with manufacturer's instructions and recommendations,
whether conveyed in writing or not.
B. Mounting Heights: Where mounting heights are not indicated, install components at mounting
normally encountered for similar components.
1. Obtain the architect's instructions for uncertain mounting heights.
C. Separate incompatible materials with suitable materials or spacing.
1. Prevent cathodic corrosion.
D. Provide all anchors and fasteners required and use methods necessary to securely fasten work.
1. Allow for thermal expansion and contraction, and for building movement.
E. Joints in Exposed Work:
1. Make joints of uniform widths.
2. Where joint locations are not indicated, arrange joints for the best visual effect.
a) When in doubt, obtain the architect's instructions.
F. After installation, adjust operating components to proper operation.
3.7 PROCEDURES FOR CORRECTION OF WORK
A. The following must be replaced (repair is not acceptable):
1. Damaged surfaces exposed to view which cannot be repaired without visible evidence of
repair.
2. Components which cannot be repaired to proper operating condition.
3. Chipped and broken glass.
4. Scratched transparent materials.
5. Scratched reflective surfaces.
01272201 CONSTRUCTION PROCEDURES 01710-5
08/01
SECTION 02200
EXCAVATION, SUBGRADE PREPARATION, GRADING AND EMBANKMENT
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. This item shall consist of excavation, subgrade preparation, grading and embankment 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 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.
1.3 RELATED SECTIONS
A. Section 02231 - Aggregated Base Course
B. Section 02513 — Asphaltic Concrete Paving
1.4 CLASSIFICATION
All material excavated shall be defined as unclassified excavation and shall include all excavation
performed under this item regardless of the material encountered.
PART 2 PRODUCTS
Not Used
01272201 EXCAVATION, SUBGRADE PREPARATION, GRADING AMID EMBANKMENT 02200-1
08/01
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
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. 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 6 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.
01272201 EXCAVATION, SUBGRADE PREPARATION, GRADING AND RVMANKMENT 02200-2
08/01
D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades,
roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a
` minimum depth of 12 inches below the contemplated surface of the subgrade or the designated
grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade
foundation, shall be removed to a depth specified, to provide a satisfactory foundation.
Unsatisfactory materials shall become the property of the Contractor and shall be disposed of
at locations approved by the Owner's Representative at the Contractor's expense. The portion
so excavated shall be refilled with suitable selected material as specified, obtained from the
grading operations or borrow area and thoroughly compacted by rolling. The necessary
refilling will constitute a part of the embankment. Where rock cuts are made and refilled with
selected material, or where trenching out is done to provide for a course of pavement, the
depths thus created shall be ditched at frequent intervals to provide adequate drainage.
E. The Owner reserves the right to make minor adjustments or revisions in lines or grades, if
found necessary, as the work progresses due to discrepancies in the plans or to obtain
satisfactory construction.
F. The removal of existing structures and utilities required to permit the orderly progress of work
will be accomplished by the Contractor as an incidental part of the work, unless otherwise
shown on the plans.
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. 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.
01272201 EXCAVATION, SUBGRADE PREPARATION, GRADING AND EMBANKMENT 02200-3
08/01
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 aproved 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.
3.4 STRIPPING
All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter,
rubbish, and any other unsuitable material within the area upon which embankment is to be placed
shall be stripped or otherwise removed before the embankment is started, and in no case shall such
objectionable material be allowed in or under the embankment.
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 %
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
01272201 EXCAVATION, SUBGRADE PREPARATION, GRADING AND MMANR�IEvIENT 02200-4
08/01
areas outside of the pavement areas, no compaction will be required on the top 4 inches. Any
areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers.
F. During construction of the embankment, the Contractor shall route his equipment at all times,
both when loaded and when empty, over the layers as they are placed and shall distribute the
travel evenly over the entire width of the embankment. The equipment shall be operated in such
a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up
into small particles and become incorporated with the other material in the layer.
G. In the construction of embankments, starting layers shall be placed in the deepest portion of the
fill; as placement progresses, layers shall be constructed approximately parallel to the finished
pavement grade line.
H. When rock and other embankment material are excavated at approximately the same time, the
rock shall be incorporated into the outer portion of the embankment and the other materials
shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4
inches in their greatest dimension will not be allowed in the top 12 inches of the subgrade.
Rockfill shall be brought up in layers as specified or as directed and every effort shall be
exerted to fill the voids with the finer material to form a dense, compact mass. Rock or
boulders shall not be disposed of outside of the excavation or embankment areas, except at
places and in the manner designated by the Owner's Representative.
I. Frozen material shall not be placed in the embankment nor shall embankment be placed upon
frozen material.
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.
3.6 EQUIPMENT
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
V 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 the depth and
density specified as determined by the compaction control tests specified in 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.
01272201 EXCAVATION, SUBGRADE PREPARATION, GRADING AND ENH A�NT 02200-5
08/01
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.
D. Quality Control. One field density test shall be required for each 350 square yards of prepared _
subgrade.
3.8 HAUL
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 price for the work involved.
3.9 TOLERANCES
In those areas upon which a subbase, base course, or surface course is to be placed, the top of the
subgrade shall be of such smoothness that, when tested with a 16 -foot straightedge, it shall not
show any deviation in excess of 2 inch, or shall not be more than 0.05 foot from true grade as
established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by
loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling.
3.10 TOPSOIL
A. Topsoil shall be salvaged from stripping or other grading operations. Topsoil shall be the
surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it
shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in
diameter), clay lumps or similar objects. Brush and other vegetation which will not be
incorporated with the soil during handling operations shall be cut and removed. Ordinary sods
and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly
broken up and intermixed with the soil during handling operations.
B. All areas outside the paved areas within the grading limits shall be topsoiled unless otherwise _
shown on the plans or otherwise directed by the Owner's Representative.
C. Suitable equipment necessary for proper preparation and treatment of the ground surface,
stripping of topsoil, and for the handling and placing of all required materials shall be on hand,
in good condition, and approved by the Owner's Representative before the various operations
are started.
D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be —
loosened by discs or spike -tooth harrows, or by other means approved by the Owner's
Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the
covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones —
01272201 EXCAVATION, SUBGRADE PREPARATION, GRADING AND ENMANKMENT 02200-6
08/01
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 area to be topsoiled, which have been established shall be maintained in a true
and even condition. Where grades have not been established, the areas shall be smooth -graded
and the surface left at the prescribed grades in an even and properly compacted condition to
prevent, insofar as practical, the formation of low places or pockets where water will stand.
F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large
roots, rubbish or stones found on such areas, which may interfere with subsequent operations,
shall be removed using methods approved by the Owner's Representative. Heavy sod or other
cover, which cannot be incorporated into the topsoil by discing or other means shall be
removed.
G. The Contractor shall remove topsoil from the designated areas and to the depth as directed by
the Owner's Representative. The topsoil shall be spread on areas already tilled and
smooth -graded, or stockpiled in areas approved by the Owner's Representative. Any topsoil
stockpiled by the Contractor shall be rehandled and placed without additional compensation.
H. In unpaved excavation areas, at least the upper 4 inches of material shall be topsoil, unless
otherwise shown on the plans or stated in the special provisions. Spreading shall not be done
when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental
to the work. Spreading shall be carried on so that turfing operations can proceed with a
minimum of soil preparation or tilling.
I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by
other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or
any foreign matter shall be raked up and disposed of by the Contractor. After spreading is
completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other
means approved by the Owner's Representative. The compacted topsoil surface shall conform
to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon
pavements as a result of hauling or handling of topsoil shall be promptly removed.
END OF SECTION_
01272201 EXCAVATION, SUI3GRADE PREPARATION, GRADING AND IIv113ANKMENT 02200-7
08/01
SECTION 02231
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 01025 - Measurement and Payment.
B. Section 02513 - Asphaltic Concrete Paving.
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 2.1.A and 2.1.B below.
i".
01272201 AGGREGATE BASE COURSE 02231-1
08/01
PART 2 PRODUCTS
2.1 CALICHE MATERIAL
All acceptable material shall be screened and the oversized material crushed and returned to the
screened material in such a manner that a uniform material is produced. The processed base
material shall meet the requirements of TxDOT Item 247, Flexible Base, Type A, Grade 1, which
are as follows:
A. Sieve Analysis
Retained on 1-3/4 inch Sieve ..............................
0%
Retained on 7/8 inch Sieve ................................
10 to 35%
Retained on 3/8 inch Sieve ................................
30 to 50%
Retained on No. 4 Sieve ...................................
45 to 65%
Retained on No. 40 Sieve ..................................
70 to 85%
Maximum increase on passing No. 40 ...................
20%
B. Soil Binder
The material passing the No. 40 sieve shall be known as soil binder and shall meet the
following requirements when prepared in accordance with Test Method TEX-101-E
procedure:
The liquid limit shall not exceed ......................... 35
The plasticity index ......................................... Minimum 3, Maximum 12
The linear shrinkage shall not exceed .................... 8.5
Wet Ball Mill ................................................ 47
PART 3 EXECUTION
3.1 ACCEPTANCE OF SUBGRADE
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.
01272201 AGGREGATE BASE COURSE 02231-2
08/01
3.3 HAULING AND PLACING
A. Equipment: All equipment used shall be suitable for efficiently and properly accomplishing
the work in this items. 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
segregation. When shaping is completed the material shall be uniformly well graded and of
the proper thickness. Material deposited upon the subgrade shall be spread and shaped the
same day. In the event inclement weather or other unforeseen circumstances renders
impractical the spreading of the material during the day in which it is deposited, the material
shall be scarified, mixed and spread as directed by the Engineer. All areas and nests of
segregated coarse of fine materials shall be corrected and removed or replaced with well
graded material. If additional or corrective binder is required, it shall be furnished and applied
in the amount directed by the Engineer. Such binder material shall be carefully and evenly
incorporated with the material in place by scarifying, harrowing, or other approved method.
3.4 FINISHING AND COMPACTING
A. The processed base course shall be thoroughly compacted by rolling. The rolling shall
progress from one side toward previously placed material by lapping uniformly each
preceding rear -wheel track by one-half of the width of such track. Rolling shall continue until
the material is thoroughly set, the interstices of the material reduced to a minimum and until
creeping of the material ahead of the roller is no longer visible. Rolling shall continue until
the base material has been compacted to not less than 100 percent density, 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.
01272201 AGGREGATE BASE COURSE 02231-3
08/01
G. Protection: Work on the base course shall not be accomplished during freezing temperatures
or when the subgrade is wet. When the material is frozen or when the underlying course is
frozen the construction shall be stopped.
Hauling equipment may be routed over completed portions of the base course, provided no
damage results and provided such equipment is routed over the full width of the base course
to avoid rutting or uneven compaction. However, the Engineer shall have full and specific
authority to stop all hauling over completed or partially completed base course when, in his
opinion, such hauling is causing damage. Any damage resulting to the base course from
routing equipment over the base course shall be repaired by the Contractor at his sole
expense.
H. Determine the thickness of the base course by depth tests or cores taken by the Owner and
observed by the Owner's Representative at intervals so that each test represents no more than
300 square yards. Density tests shall be made at intervals of not more than 300 square yards.
3.5 IRREGULARITIES, DEPRESSIONS OR WEAK SPOTS
A. All irregularities, depressions or weak spots which develop during compaction shall be
corrected immediately by scarifying the areas affected, adding or removing material as
required, reshaping and recompacting by sprinkling and rolling. Immediately prior to placing
of surfacing, the base shall be checked for grade and cross section, and any deviation in
excess of three -eights (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
01272201 AGGREGATE BASE COURSE 02231-4
08/01
V
SECTION 02280
SOIL TREATMENT
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES:
A. Subterranean termite prevention treatment of soil areas scheduled to receive new construction.
1.3 REFERENCES
A. Title 7, United States Code 136 through 136y -- Federal Insecticide, Fungicide, and Rodenticide
Act as amended; 1947 (Revised 1988).
1.4 SUBMITTALS
A. Product Data: Submit product label or accompanying labeling in accordance with the Federal
Insecticide, Fungicide, and -Rodenticide Act.
B. Quality Control Submittals:
1. Certificates: Evidence of installer's authorization to apply products under applicable state
and local law.
2. Manufacturer's instructions: Submit manufacturer's directions for use.
C. Contract Closeout Submittals:
1. Project record documents:
a. Submit a certificate signed by installer and contractor stating that treatment has been
applied in accordance with applicable governing regulations and in accordance with
this specification.
b. Incorporate into the certificate or attach thereto a plan drawing indicating actual
application locations and, for each location, noting methods and rates of application
and including typical sections or details where necessary for clarity.
2. Warranty.
a. Submit written 5 -year warranty against infestation of treated areas.
1.5 QUALITY ASSURANCE
A. Installer Qualifications:
1. Licensed to install specified products in the state in which the project is located and in the
local jurisdiction.
2. Comply with applicable pesticide regulations of the state in which the project is located.
- a. Comply with applicable local pesticide regulations.
01272201
08/01
SOIL TREATMENT
02280-1
1.6 WARRANTY
A. Special Warranty:
1. Submit installer's warranty against infestation of treated areas.
2. Warranty shall not reduce or otherwise limit any other rights to correction which the owner
may have under the contract documents.
B. Correction during the warranty period shall include not less that the following:
1. Retreatment of areas in which evidence of infestation is discovered.
PART 2 - PRODUCTS
2.1 TERMITICIDE
A. Registered with the United States Environmental Protection Agency (EPA) for use as a termiticide
under conditions of use prevailing at the project site.
B. Registered with the applicable authorities in the state in which the project is located and with local
governing authorities, as applicable for use as a termiticide under conditions of use prevailing at
the project site.
PART 3 - EXECUTION
3.1 APPLICATION
A. Apply termiticide in strict accordance with manufacturer's instructions.
B. Apply termiticide at the maximum recommended application rates for the respective areas to be
treated and methods of treatment used.
C. Treat the entire structure. Do not leave any portion untreated.
D. Schedule treatment of new construction to occur when treatment may be applied directly to the
soils and surfaces to be treated, and prior to their concealment with subsequent construction.
3.2 -CLEANING
A. Do not allow contamination of surfaces not intended to be treated. Follow manufacturer's
instructions to completely remove chemical from surfaces should contamination occur.
B. Remove from beneath the structure any cellulosic material, wood that is not pressure -preservative
treated, and debris. Do not allow non -pressure -preservative treated wood to contact with or
remain proximate to soil.
END OF SECTION
01272201 SOIL TREATMENT 02280-2
08/01
SECTION 02300
EARTHWORK
PARTI. GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions,
General Conditions, Special Provisions and Division 1 - General Requirements apply to
Work of this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Preparing subgrades for slabs -on -grade, lawns, and plantings.
2. Excavating and backfilling for buildings and structures.
3. Excavating and backfilling trenches within building lines.
B. Related Sections include the following:
1. Division 1 Section "Construction Facilities and Temporary Controls."
2. Division 2 Section "Site Clearing" for site stripping, grubbing, removing topsoil,
and protecting trees to remain.
3. Division 3 Section "Cast -in -Place Concrete" for granular course over vapor
retarder.
1.3 DEFINITIONS
A. Borrow: Satisfactory soil imported from off-site for use as fill or backfill.
B. Excavation: Removal of material encountered above subgrade elevations.
1. Unauthorized Excavation: Excavation below subgrade elevations or beyond
indicated dimensions without direction by Architect. Unauthorized excavation, as
well as remedial work directed by Architect, shall be without additional
compensation.
C. Fill: Soil materials used to raise existing grades.
D. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs,
mechanical and electrical appurtenances, or other man-made stationary features
constructed above or below the ground surface.
E. Utilities include on-site underground pipes, conduits, ducts, and cables, as well as
underground services within buildings.
1.4 SUBMITTALS
.,�
_ A. Material Test Reports: From a qualified testing agency indicating and interpreting test
results for compliance of the following with requirements indicated:
s' 1. Classification according to ASTM D 2487 of each on-site or borrow soil material
proposed for fill and backfill.
01272201 EARTHWORK 02300-1
O8/O1
2. Laboratory compaction curve according to ASTM D 698 for each on-site or borrow
soil material proposed for fill and backfill.
1.5 QUALITY ASSURANCE
A. Codes and Standards: Perform earthwork complying with requirement of authorities
having jurisdiction.
B. Geotechnical Testing Agency Qualifications: An independent testing agency qualified
according to ASTM E 329 to conduct soil materials and rock -definition testing, as
documented according to ASTM D 3740 and ASTM E 548.
PART 2 PRODUCTS
2.1 SOIL MATERIALS
A. General: Provide borrow soil materials when sufficient satisfactory soil materials are
not available from excavations.
B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP,
SM, GC, SC, ML, and CL or a combination of these group symbols; free of rock or
gravel larger than 3 inches in any dimension, debris, waste, frozen materials,
vegetation, and other deleterious matter.
C. Unsatisfactory Soils: ASTM D 2487 soil classification groups MH, CH, OL, OH, and
PT, or a combination of these group symbols.
1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent
of optimum moisture content at time of compaction.
D. Backfill and Fill: Satisfactory soil materials.
E. Engineered Fill: Satisfactory soils meeting the following grading criteria and having a
plasticity index between 5 and 15.
1. Maximum Aggregate Size 2-0 inches.
2. Percent Retained on #4 Sieve 25 to 50 percent.
3. Percent Retained on #40 Sieve 50 to 85 percent.
F. Bedding: Naturally or artificially graded mixture of natural or crushed gravel, crushed
stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a
1 -inch sieve and not more than 8 percent passing a No. 200 sieve.
G. Sand: Clean, manufactured or natural sand with plasticity index of 8 or less.
H. Topsoil: ASTM D5268, pH range of S.S to 74 percent organic minimum, free of stones
1 inch or larger in any dimension, and other extraneous materials harmful to plant
growth.
1. Topsoil Source: Reuse surface soil stockpiled on site. Verify suitability of surface
soil to provide topsoil meeting requirements and amend when necessary.
Supplement with imported topsoil when quantities are insufficient. Clean topsoil of
roots plants, sods, stones, clay lumps and other extraneous materials harmful to
plant growth.
01272201 EARTHWORK 02300-2
08/01
1
PART 3 EXECUTION
3.1 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage
caused by settlement, lateral movement, undermining, washout, and other hazards
created by earthwork operations.
B. Protect subgrades and foundation soils against freezing temperatures or frost. Provide
protective insulating materials as necessary.
C. Provide erosion -control measures to prevent erosion or displacement of soils and
discharge of soil -bearing water runoff or airborne dust to adjacent properties and
walkways.
3.2 DEWATERING
A. Prevent surface water and ground water from entering excavations, from ponding on
prepared subgrades, and from flooding Project site and surrounding area.
B. Protect subgrades from softening, undermining, washout, and damage by rain or water
accumulation.
1. Reroute surface water runoff away from excavated areas. Do not allow water to
accumulate in excavations. Do not use excavated trenches as temporary drainage
ditches.
3.3 EXPLOSIVES
A. Explosives: Do not use explosives.
3.4 EXCAVATION, GENERAL
A. Unclassified Excavation: Excavation to subgrade elevations regardless of the character
of surface and subsurface conditions encountered, including rock, soil materials, and
obstructions.
1. If excavated materials intended for fill and backfill include unsatisfactory soil
materials and rock, replace with satisfactory soil materials.
3.5 EXCAVATION FOR STRUCTURES
A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1
inch. Extend excavations a sufficient distance from structures for placing and removing
concrete formwork, for installing services and other construction, and for inspections.
1. Excavations for Footings and Foundations: Do not disturb bottom of excavation.
Excavate by hand to final grade just before placing concrete reinforcement. Trim
bottoms to required lines and grades to leave solid base to receive other work.
3.6 EXCAVATION FOR UTILITY TRENCHES
A. Excavate trenches to indicated gradients, lines, depths, and elevations.
' 1. Beyond building perimeter, excavate trenches to allow installation of top of pipe
below frost line.
f�r
01272201 EARTHWORK 02300-3
08/01
B. Excavate trenches to uniform widths to provide a working clearance on each side of
pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches
higher than top of pipe or conduit, unless otherwise indicated.
1. Clearance: As indicated.
C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and
support of pipes and conduit. Shape subgrade to provide continuous support for bells,
joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove
projecting stones and sharp objects along trench subgrade.
1. For pipes and conduit less than 6 inches in nominal diameter and flat-bottomed,
multiple -duct conduit units, hand -excavate trench bottoms and support pipe and
conduit on an undisturbed subgrade.
2. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of
trench to support bottom 90 degrees of pipe circumference. Fill depressions with
tamped sand backfill.
3. Excavate trenches 6 inches deeper than elevation required in rock or other
unyielding bearing material to allow for bedding course.
3.7 APPROVAL OF SUBGRADE
A. Notify Architect when excavations have reached required subgrade.
B. If Architect determines that unsatisfactory soil is present, continue excavation and
replace with compacted backfill or fill material as directed.
1. Additional excavation and replacement material will be paid for according to
Contract provisions for changes in the Work.
C. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated
water, or construction activities, as directed by Architect.
3.8 UNAUTHORIZED EXCAVATION
A. Fill unauthorized excavation under foundations or wall footings by extending bottom
elevation of concrete foundation or footing to excavation bottom, without altering top
elevation. Lean concrete fill may be used when approved by Architect.
1. Fill unauthorized excavations under other construction or utility pipe as directed by
Architect.
3.9 STORAGE OF SOIL MATERIALS
A. Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil
materials without intermixing. Place, grade, and shape stockpiles to drain surface
water. Cover to prevent windblown dust.
1. Stockpile soil materials away from edge of excavations. Do not store within drip
line of remaining trees.
01272201 EARTHWORK 02300-4
08101
3.10 BACKFILL
A. Place and compact backfill in excavations promptly, but not before completing the
following:
1. Acceptance of construction below finish grade including, where applicable,
dampproofing, waterproofing, and perimeter insulation.
2. Surveying locations of underground utilities for record documents.
3. Inspecting and testing underground utilities.
4. Removing concrete formwork.
5. Removing trash and debris.
6. Removing temporary shoring and bracing, and sheeting.
7. Installing permanent or temporary horizontal bracing on horizontally supported
walls.
3.11 UTILITY TRENCH BACKFILL
A. Place and compact bedding course on trench bottoms and where indicated. Shape
bedding course to provide continuous support for bells, joints, and barrels of pipes and
for joints, fittings, and bodies of conduits.
B. Place and compact initial backfill of subbase material, free of particles larger than
1 inch, to a height of 12 inches over the utility pipe or conduit.
1. Carefully compact material under pipe haunches and bring backfill evenly up on
both sides and along the full length of utility piping or conduit to avoid damage or
displacement of utility system.
C. Coordinate backfilling with utilities testing.
D. Fill voids with approved backfill materials while shoring and bracing, and as sheeting is
removed.
E. Place and compact final backfill of satisfactory soil material to final subgrade.
3.12 FILL
A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory .soil materials,
obstructions, and deleterious materials from ground surface before placing fills.
B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal
so fill material will bond with existing material.
C. Place and compact fill material in layers to required elevations as follows:
1. Under building slabs, use engineered fill.
2. Under footings and foundations, use engineered fill.
3.13 MOISTURE CONTROL
A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before
compaction to within 2 percent of optimum moisture content.
1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain
frost or ice.
2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that
t`- exceeds optimum moisture content by 2 percent and is too wet to compact to
specified dry unit weight.
01272201 EARTHWORK 02300-5
08/O1
3.14 COMPACTION OF BACKFILLS AND FILLS
A. Place backfill and fill materials in layers not more than 8 inches in loose depth for
material compacted by heavy compaction equipment, and not more than 4 inches in
loose depth for material compacted by hand -operated tampers.
B. Place backfill and fill materials evenly on all sides of structures to required elevations,
and uniformly along the full length of each structure.
C. Compact soil to not less than the following percentages of maximum dry unit weight
according to ASTM D 698:
1. Under structures, building slabs, steps, and pavements, scarify and recompact top
12 inches of existing subgrade and each layer of backfill or fill material at
95 percent.
3.15 GRADING
A. General: Uniformly grade areas to a smooth surface, free from irregular surface
changes. Comply with compaction requirements and grade to cross sections, lines, and
elevations indicated.
1. Provide a smooth transition between adjacent existing grades and new grades.
2. Cut out soft spots, fill low spots, and trim high spots to comply with required
surface tolerances.
B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding.
C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch when tested
with a 10 -foot straightedge.
3.16 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified independent geotechnical engineering
testing agency to perform field quality -control testing.
B. Allow testing agency to inspect and test subgrades and each fill or backfill layer.
Proceed with subsequent earthwork only after test results for previously completed
work comply with requirements.
C. Testing agency will test compaction of soils in place according to ASTM D 1556,
ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be
performed at the following locations and frequencies:
1. Field in-place density tests may also be performed by the nuclear method according
to ASTM D2922, provided that calibration. curves are periodically checked and
adjusted to correlate to tests performed using ASTM. D1556. With each density
calibration check, check the calibration curves furnished with moisture gages
according to ASTM D3017.
2. When field in-place density tests are performed using nuclear methods, make
calibration checks if both density and moisture gages at beginning of work, on each
different type of material encountered, and at intervals as directed by the Architect.
3. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill
layer, at least one test for every 2000 sq. ft. or less of paved area or building slab,
but in no case fewer than three tests.
4. Foundation Wall Backfill: At each compacted backfill layer, at least one test for
each 100 feet or less of wall length, but no fewer than two tests.
01272201 EARTHWORK 02300-6
08/01
5. Trench Backfill: At each compacted initial and final backfill layer, at least one test
for each 150 feet or less of trench length, but no fewer than two tests.
D. When testing agency reports that subgrades, fills, or backfills have not achieved degree
of compaction specified, scarify and moisten or aerate, or remove and replace soil to
depth required; recompact and retest until specified compaction is obtained.
3.17 PROTECTION
A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and
erosion. Keep free of trash and debris.
B. Repair and reestablish grades to specified tolerances where completed or partially
completed surfaces become eroded, rutted, settled, or where they lose compaction due
to subsequent construction operations or weather conditions.
1. Scarify or remove and replace soil material to depth as directed by Architect;
reshape and recompact.
C. Where settling occurs before Project correction period elapses, remove finished
surfacing, backfill with additional soil material, compact, and reconstruct surfacing.
1. Restore appearance, quality, and condition of finished surfacing to match adjacent
work, and eliminate evidence of restoration to the greatest extent possible.
D. Scarify to depth of 4 inches existing lawn and turf which have been compacted, rutted
and disturbed from construction activities.
1. Reshape areas to conform to existing grading and remove all construction debris
and other foreign material uncovered during scarifying.
3.18 DISPOSAL OF SURPLUS AND WASTE MATERIALS
Ji"
01272201
08!01
A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory
soil, trash, and debris, and legally dispose of it off Owner's property.
END OF SECTION
EARTHWORK
02300-7
SECTION 02513
ASPHALTIC CONCRETE PAVING
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Asphaltic concrete base and pavement.
1.3 RELATED SECTIONS
A. Section 02200 — Excavation, Subgrade Preparation, Grading and Embankment.
B. Section 02231 - Aggregate Base Course.
C. ` Section 09900 - Painting: Paint for pavement markings.
1.4 SYSTEM DESCRIPTION
A. PERFORMANCE REQUIREMENTS
1. Paving: Designed for low volume, light traffic street.
1.5 REFERENCES
A. "Standard Specifications for Construction of Highways, Streets and Bridges, 1993 edition,
Texas Department of Transportation," referred to herein as TxDOT Spec.
B. The Asphalt Institute -Manual MS4.
C. The Asphalt Institute -Manual MS -2.
1.6 QUALITY ASSURANCE
A. Perform work in accordance with TxDOT Spec and The Asphalt Institute Manual MS4.
B. Source Quality Control
1. Source of asphaltic materials shall not be changed during the course of the project except
on written permission.
C. Material Tests
1. Preconstruction tests of materials shall be required on all items specified herein including
aggregate sieve analysis and soil constants.
2. Tests shall not be made more than 30 days prior to beginning of operations and the
approval shall be secured before the materials are ordered to be shipped.
01272201 ASPHALTIC CONCRETE PAVING 02513-1
08/01
Additional test certificates shall be furnished on all materials and mix design if the material
source is changed or if construction tests indicate marked variations from the original
tests. If tests reveal that the item tested does not meet the requirements set forth in the
specifications, retests shall be made at the Contractor's expense.
1.7 SUBMITTALS
A. Materials
1. Source: Notify Architect in writing of the source of asphaltic mixture.
2. Aggregate sieve analysis and soil constants.
B. Mix Design
1. Four copies of a mix design from an approved commercial laboratory or other approved
source for Hot Mix Asphaltic Concrete.
C. Certificates
1. Test certificates from an approved commercial laboratory or other approved source shall
be furnished on all materials proposed for use in this work.
2. Additional test certificates shall be furnished on all materials and mix design if the material
source is changed or if construction tests indicate marked variations from the original
tests.
D. Field test reports required in Paragraph 3.5.
1.8 ENVIRONMENTAL REQUIREMENTS
A. Do not place asphaltic materials, when ambient temperature is less than 40 degrees or when
the surface is wet or frozen.
PART 2 PRODUCTS
2.1 MATERIALS
A. Flexible Base Course and Subgrade: As specified in Section 02231, Flexible Base Course.
B. Asphaltic Mixture
1. Conformance: A.S.S.H.T.O. Specifications AC -20
2. Penetration: Between 85 and 150.
3. Grade: Designated after design tests have been made using the material aggregate that is
to be used in the project.
C. Tack Coat: Meet the requirements for cationic emulsions, slow setting CSS -1h, 75 % asphaltic
material to 25 % water.
D. Prime Coat: Meet the requirements of cut back asphalts, medium curing, MC -30.
E. Mineral Aggregate
1. In conformance with TxDOT Spec., Item 340, Para. 340.2, Materials, (1), (1) (a) Course
Aggregate, (1) (c) Fine Aggregate, (1) (d) Mineral Filler.
F. Pavement Paint: As specified in Section 09900 - Painting.
01272201 ASPHALTIC CONCRETE PAVING 02513-2
08/01
2.2 ASPHALT PAVING MIX
A. The paving mixture shall conform to TxDOT Spec., Item 340, para. 340.3, Paving Mixtures,
Table 2 (Type Q.
B. Design Method - The bituminous mixture shall be designed and tested in accordance with these
specifications and methods outlines in Chapter 5, "Marshall Method of Mix Design," Mix
Design Methods for Asphaltic Concrete and other Hot -Mix Types, Asphalt Institute Manual
MS -2, and shall meet the following requirements when tested in accordance with
ASTM D-1559 and ASTM D-3203:
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that compacted granular base is dry and ready to support paving and imposed loads.
B. Verify grades and elevations of the finished subgrade and base course are correct.
C. Beginning installation indicates acceptance of existing conditions.
3.2 PREPARATION
A. Protection of Structures: Protect surfaces of inlets and manholes from the application of tack
coat.
3.3 INSTALLATION
A. Prime Coat: Prime coat shall be applied to the finished aggregate base course at a rate of 0.30
gallon per square yard. Actual application rate shall be determined in the field by the Architect.
B. Tack Coat:
1. Tack coat shall be applied to the existing pavement to be overlaid at a rate of 0.10 gallons
per square yard. Actual application rate shall be determined in the field by Architect.
Pavement to be overlaid shall be swept clean of all foreign matter before application of
tack coat.
2. Protect surfaces of inlets, valve boxes and manholes from the application of tack coat. Do
not apply tack coat to these surfaces.
3. Apply Tack Coat to edges of adjacent pavement, concrete curbs, and inlets.
01272201 ASPHALTIC CONCRETE PAVING 02513"- 3
08101
Minimum Maximum
Marshall Method
Number of blows
Each end of specimen
50
Stability, lbs.
1,200
Flow, units of 0.01"
8 16
Percent air voids
3 5
Percent voids in
Mineral aggregate
13
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that compacted granular base is dry and ready to support paving and imposed loads.
B. Verify grades and elevations of the finished subgrade and base course are correct.
C. Beginning installation indicates acceptance of existing conditions.
3.2 PREPARATION
A. Protection of Structures: Protect surfaces of inlets and manholes from the application of tack
coat.
3.3 INSTALLATION
A. Prime Coat: Prime coat shall be applied to the finished aggregate base course at a rate of 0.30
gallon per square yard. Actual application rate shall be determined in the field by the Architect.
B. Tack Coat:
1. Tack coat shall be applied to the existing pavement to be overlaid at a rate of 0.10 gallons
per square yard. Actual application rate shall be determined in the field by Architect.
Pavement to be overlaid shall be swept clean of all foreign matter before application of
tack coat.
2. Protect surfaces of inlets, valve boxes and manholes from the application of tack coat. Do
not apply tack coat to these surfaces.
3. Apply Tack Coat to edges of adjacent pavement, concrete curbs, and inlets.
01272201 ASPHALTIC CONCRETE PAVING 02513"- 3
08101
C. Asphaltic Concrete
1. Place Asphaltic Concrete within 24 hours of application of Tack Coat.
2. Place to 2 inch compacted thickness.
3. Compact pavement by rolling. Do not displace or extrude pavement from position. Hand
compact in areas inaccessible to rolling equipment.
4. Develop rolling with consecutive passes to achieve even and smooth finish, without roller
marks.
5. Stockpiling, storage, proportioning and mixing shall be in accordance with TxDOT-Spec.
Item 340, para. 340.5 Stockpiling, Storage, and Mixing, (1), (2), (3) and (4).
D. Pavement Paint
1. Pavement paint shall meet the requirements of Federal Specification TT -P -1952-D,
Type 1. Apply pavement paint as shown on the drawings as follows:
a) Parking spaces.
b) No -parking zones.
c) Handicap parking spaces.
2. The Contractor shall use a crew experienced in the work of installing pavement markings
and in the necessary traffic control for such operations on the pavement surface and shall
supply all the equipment, personnel, traffic control, and materials necessary for the
placement of the pavement markings as shown on the plans or as directed by the Architect.
3. The pavement surfaces to receive the pavement markings shall be thoroughly cleaned of
all dirt, organic growth, or other material that will prevent adhesion of the paint to the
pavement ' surface.
4. The pavement markings shall be placed in the proper alignment with guides established
on the roadway. Deviation from the alignment established shall not exceed two inches nor
shall any deviation be abrupt.
5. When deemed necessary by Architect, place any additional pilot markings required to
facilitate placement of permanent markings in alignment specified. Any and all additional
markings placed on pavement for alignment purposes shall be temporary in nature and
shall not establish a permanent marking on pavement.
6. Materials used for pilot markings and equipment used to place such markings shall be
approved by the Architect.
7. Paint markings on the pavement that are not in alignment or sequence, as shown on the
plans or as stated in this specification, shall be totally and completely removed by any
effective method approved by the Architect except that grinding will not be permitted.
8. Paint shall be applied at a rate of not less than 15 gallons nor more than 20 gallons per
mile of solid four -inch stripe. (These rates yield wet film thicknesses from 15 to 20 mils).
9. Applied markings shall be protected from traffic until they have dried sufficiently so as
not to be damaged or tracked by normal traffic movements.
10. Equipment: The equipment shall be capable of placing lines of all widths with clean edges
and of uniform cross-section. Four -inch lines shall be four inches plus or minus 1/8 inch.
11. The equipment shall be equipped with an outrigger or outriggers as required to place
edgelines as called for in the plans.
12. Paint pots or tanks shall be equipped with an agitator that will keep the paint thoroughly
mixed and may be either a pressurized or non -pressurized type.
01272201 ASPHALTIC CONCRETE PAVING 02513-4
08/01
3.4 ADJUSTING AND CLEANING
A. After the completion of placement of the wearing course, all debris resulting from the
construction shall be cleaned up and removed from the site of the work.
B. Areas which have been disturbed during the construction, shall be raked or graded as required
and left in a clean and neat condition.
C. Gutters shall be cleaned of all dirt, aggregate, or other materials which would clog the gutter.
D. The entire premises of the work shall be left in a clean condition satisfactory to the Architect,
and all costs of a cleanup shall be bome by the Contractor.
3.5 FIELD QUALITY CONTROL
A. The surface course as shown on the plans shall be composed of a compacted mixture of mineral
aggregate and asphaltic material. The mixture produced should have the following laboratory
density:
Density, Percent
Min. Max. Optimum
94 99 97
This pavement shall be constructed on the previously completed and approved subgrade and
base, as herein specified and in accordance with the details shown on the plans.
B. Thickness: Core samples will be taken to determine thickness as determined by the Architect.
C. Compaction: Density tests will be performed at a rate of 1 test per 750 square yards.
D. Tolerances
1. Surface Tests: The finished pavement surface shall be smooth and true to the established
line grade and cross section.
2. When tested with a 16 foot straight edge placed parallel to the centerline of the roadways
or parking area. The maximum deviations shall not exceed 1/4 inch at any point.
3. Any point in the surface not meeting those requirements shall be immediately corrected.
3.6 OPENING TO TRAFFIC
A. Open pavement to traffic when directed by Architect.
END OF SECTION
01272201 ASPHALTIC CONCRETE PAVING 02513-5
�- 08/01
'4
SECTION 02665
WATER WORKS PIPING, VALVES AND FITTINGS
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 WORK INCLUDED
A. Excavation and backfill for water piping, valves, and fittings.
B. Water piping, valves, and fittings.
1.3 RELATED SECTIONS
A. Section 03300 - Cast -In -Place Concrete: Concrete requirements.
B. Section 02200 - Earthwork: Backfill requirements.
1.4 DEFINITIONS
A. There will be no classification of excavated materials and term excavation includes all materials
encountered in excavating trenches or structural excavations.
1.5 SYSTEM DESCRIPTION
ti A. Design Requirements
1. New Lines
a) Where a new potable waterline crosses an existing, non -pressure rated wastewater
line, center one segment of waterline pipe over wastewater line such that joints of
waterline pipe are equidistant and at least nine feet horizontally from center line of
wastewater line and potable waterline is at least two feet above wastewater line.
b) Center crossing between joints of wastewater line. If existing wastewater line is
„.' disturbed or shows signs of leaking, replace for at least 9 feet in both directions (18
feet total) with 150 psi pressure rated pipe.
2. New and Existing Lines
a) Where a new potable waterline parallels an existing, non -pressure or pressure rated
wastewater line/force main and registered professional engineer is able to determine
that existing line is not leaking, locate new potable waterline at least two feet above
existing line, measured vertically, and at least four feet away, measured horizontally
from existing line.
b) Exert every effort not to disturb bedding and backfill of existing wastewater line.
` B. Performance Requirements
1. In general use flanged fittings on all exposed piping and mechanical joint or push on joint
on all or fittings unless otherwise specified or shown on drawings.
01272201 WATER WORKS PIPING, VALVES AND FITTINGS 02665-1
08/01
1.6 SUBMITTALS
A. Product Data: Submit manufacturers' descriptive data for all pipe, valves and fittings including
all pipe thickness class calculations.
1.7 QUALITY ASSURANCE
A. Provide PVC pipe approved by National Sanitation Foundation (NSF) for use in transportation
of potable water and bearing NSF seal of approval.
B. Cast all ductile iron fittings from same quality of metal used in casting ductile iron pipe and test
to same requirements. Mark and weigh as required for ductile iron pipe.
C. Make all joints using materials and methods as required to produce joints that will function
satisfactorily under various conditions encountered.
D. Design all valves for a working pressure of at least 150 psi unless otherwise noted.
E. Tapping Sleeves
1. Mechanical joint, or as required to make connection, designed for a working pressure of
150 psi.
F. When new potable water distribution lines are constructed, install no closer than nine feet in
all directions to wastewater collection facilities. Measure all separation distances from outside
surface of each of respected pieces.
1.8 DELIVERY, STORAGE AND HANDLING
A. In loading and unloading, lift pipe by hoists or slide or roll on skidways in such a manner as
to avoid. shock or damage.
B. Do not drop piping.
C. Do not skid or roll pipe handled on skidways against pipe already on ground.
D. Store pipe, fittings and accessories on site in such a manner as to be kept as free as possible
from dirt, sand, mud and or foreign matter.
PART 2 PRODUCTS
2.1 MATERIALS
A. PVC Pipe 2 inches and larger in diameter shall be AWWA C-900, Class 150 (DR 18), rubber
gasketed, push on joint type (Bell-Tite or approved equal),
B. Pipe Fittings
1. General: Type and design especially suitable for use with type of piping with which they
are installed.
2. Pressure Rating: Equal to that of pipe with which they are used but in no case less than
150 psi.
3. Type: Ductile iron, mechanical joint or push -on joint unless otherwise specified or shown
on drawings.
4. Flanged Fittings
a) Faced and drilled in accordance with standard drilling for ANSI B16.1 Class 125
flanges rated for at least 250 psi working pressure.
b) Bolts: Length and diameter required by ANSI Specification, of best quality mild steel
and provided with hexagonal heads.
01272201 WATER WORKS PIPING, VALVES AND FITTINGS 02665-2
08/01
C.
(C
E.
F.
G.
5. Bolts and Nuts: Standard hexagonal heads.
6. Rubber Ring Gaskets: Suitable 1/8" thick for all flanged joints.
a) Flanges: Same material as fitting.
7. Ductile Iron Fittings
a) Conformance: AWWA C110, or AWWA C153.
b) Exterior Coating: Bituminous type unless otherwise indicated.
c) Lining: Cement -lined in accordance with specifications for coating and lining pipe.
8. Gasket Rings: Made of best quality rubber composition sheet packing one-eighth (1/8) inch
thick, of a brand and quality approved by Engineer.
9. Where bell or mechanical joint fittings are used, cast bells integrally with fitting.
Screwed -on bells will not be acceptable.
10. Joint Restraints: EBAA pipe for all mechanical joint or push -on fittings.
Buried PVC pipe smaller than 4 inches in diameter shall conform to the requirements of ASTM
D2241 using PVC 1120 plastic. The pipe shall have a schedule 80 wall thickness unless
otherwise specified on the drawings. Buried PVC pipe shall utilize elastomeric gasket joints
except solvent weld joints may be used in piping smaller than 2 inches.
All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the
transportation of potable water and shall bear the NSF seal of approval.
Steel Casing
Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a
minimum yield strength of 35,000 psi meeting ASTM A139 Grade B or A252 Grade 2. The
exterior of the casing pipe shall have a bituminous coating in conformance with AWWA C203.
Casing wall thickness for installation shall be in accordance with the following:
Location
Diameter
Highway, Street and Parking 24" and smaller
Lot Crossing 26" and larger
Minimum Wall Thickness
0.250"
0.312"
Flexible Couplings and Flanged Coupling Adapters
Flanged coupling adapters and flexible couplings shall be provided at the locations shown on
the drawings and at other locations required for installation of the piping system. Flanged
coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy
coated steel construction shall be used for couplings larger than 12 inches, and smaller
couplings shall be cast iron construction.
Service Connections
Service connections shall be made with polyethylene tubing, copper tube size (CTS) SDR9.
The tubing shall be NSF approved for use in potable water applications. The tubing shall
comply with ASTM D1241, Type III, Grade P 34, Class C, PE 3408 with ASTM D3350 cell
classification of 355434C. The tubing pressure rating shall be 200 psi maximum working
pressure at 73.4° F. Service clamps shall be of either plastic coated ductile iron or bronze
construction. Plastic coated ductile iron service clamps shall be provided with stainless steel
strap(s). Service clamps shall be provided with Mueller threads. One -inch and larger service
clamps shall be double -strap. Clamps shall be sized to fit existing water main and shall be
provided with necessary gaskets and appurtenances.
Corporation stops and valves shall be Mueller H-15000 series for CTS OD tubing, with
Mueller threads, insta-tite or compression connection outlet, or, equal. Furnish rigid liners as
required for compression connections.
01272201 WATER WORKS PIPING, VALVES AND FITTINGS 02665-3
rr3 08/01
PART 3 INSTALLATION
3.1 INSPECTION
A. Inspect pipe, fittings, valves, and accessories for damage upon delivery and during progress
of work.
B. Remove defective material from site.
C. Clean all valves and hydrants of all dirt and foreign matter and check operation before
installation.
. 3.2 PREPARATION
A. Sufficiently in advance of trenching operations, locate all existing underground lines which are
not shown on drawings, to prevent any damage.
B. Notify operators of all oil or gas pipelines prior to excavation around such lines so that
operators may be present during excavation.
C. Exercise extreme to prevent damage to se lines.
D. Thoroughly wrap all buried valves and fittings prior to installation with polyethylene tape.
Secure wrap with 2" duct tape.
3.3 CLEANING
A. Inspect pipe for defects before lowering into trench.
B. While suspended, lightly hammer pipe to detect cracks.
C. Remove defective, damaged or unsound pipe and materials from site.
D. Before pipe is lowered into trench, remove all foreign matter or dirt from inside of pipe and
from all bells, spigots or parts of pipe used in forming joint.
E. Keep all parts of pipe, bells, spigots and fittings clean by approved means during and after
laying.
3.4 EXCAVATION AND TRENCHING
A. Blasting for excavation of solid rock will not be permitted.
B. Trench digging machinery may be used to make trench excavations except in places where
operation of same would cause damages to pipelines, fences or existing structures either above
or below ground; in such instances employ hand methods.
C. Maintain trenching equipment on a level road bed to provide substantially vertical trench walls.
D. Trench Depth: Excavate trench to lines and grades as established by Engineer and as shown
on drawings to provide a minimum depth of cover for all pipe of thirty-six (36) inches unless
otherwise specifically shown on drawings.
E. Trench Width: Excavate trench to a minimum width of outside diameter of pipe plus twelve
(12) inches and a maximum width of outside diameter of pipe plus eighteen (18) inches.
F. Excavate trench to an even grade so that bottom of pipe will rest on bottom of trench over
entire length of pipe.
G. Fine grade trench by hand to obtain a true even grade.
H. Fill all parts of trench excavated below grade with approved material and compact thoroughly.
I. Remove ledge rock, rock fragments or unyielding material encountered in bottom of trench to
a depth of six inches below grade and refill with selected material, and thoroughly compact.
01272201 WATER WORKS PIPING, VALVES AND FITTINGS 02665-4
08/01
f
J. Excavate bell holes of ample dimensions at each joint to prevent bell of pipe from resting on
undisturbed materials and to permit proper jointing of pipe.
K. Adequately support trench to protect both workmen and public and wherever necessary to
prevent caving.
L. Pile all excavated material in a manner that will not endanger work nor existing structures.
M. Remove excess trench excavation, not used for backfilling, and dispose of off site.
N. Properly support all new and existing lines to prevent settlement or damage to line both during
and after construction.
O. Repair existing lines damaged during excavation.
3.5 ALIGNMENT AND GRADE
A. Lay and maintain all pipe to lines and grades shown on drawings or as established on ground
by Engineer.
B. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal
plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown
or permitted, degree of deflection at each joint shall not exceed maximum deflection
recommended by manufacturer of particular type of pipe being laid and degree of deflection
shall be approved by Engineer.
3.6 LAYING AND JOINTING PVC PIPE
A. Obtain approval of trench. and grading prior to installation of pipe and accessories.
B. Handle and install PVC pipe in accordance with manufacturer's recommendations.
C. Lower all pipe, fittings, and valves into trench piece by piece by means of derricks, ropes, or
suitable tools or equipment, in a manner to prevent damage to material.
D. Do not drop or dump pipe nor accessories into trench.
E. Clean ring groove before installation of rubber ring.
F. Install ring in groove as recommended by manufacturer.
G. Wipe spigot end of pipe clean and lubricate using manufacturer's recommended lubricant.
H. In a manner to prevent damage to ring, insert spigot end into bell end until reference mark on
spigot end is flush with end of bell.
I. When pipe laying is not in progress, close open ends of pipe by approved means, to prevent
entrance of contamination, trench water and soil.
3.7 SETTING VALVES, VALVE BOXES AND FITTINGS
A. Furnish valve boxes and extension stems on buried valves where top of operating nut is more
than 36 -inches below finished grade.
B. Top of Extension Stem: Not more than 9 -inches below top of valve box.
C. Set valves and fittings at locations shown on plans or at locations as established by Engineer.
D. Set and joint to pipe in manner specified for pipe installations.
E. Provide a cast iron valve box set over valve for all valves buried in ground.
F. Provide concrete blocking for all buried valves and fittings.
G. Firmly support valve boxes and maintain centered and plumb over wrench nut of valve, with
box cover flush with surface of ground or at such level as directed and encased with concrete
as indicated on drawings.
01272201 WATER WORKS PIPING, VALVES AND FITTINGS 02665-5
08/01
3.8 PLUGGING DEAD ENDS
A. Insert standard plugs into bells of all dead ends
B. Cap pipes, tees, or crosses and spigot ends.
C. Join plugs or caps to pipe or fittings in same manner used in jointing pipe.
D. Provide all plugs and caps with horizontal thrust blocks.
3.9 MARKING TAPE
A. Identify all pipes installed in an open trench with appropriate color and description of 3" wide
pipe identification tape.
B. Install tape parallel to pipe it identifies at a distance above pipe of 12 to 18 inches.
C. Install a tape, detectable from top of finished grade with a metal detector, above non-metallic
(PVC) pipe material.
3.10 GRAVEL FOR EMBEDMENT
Gravel for embedment shall consist of processed natural gravel. The particles shall have irregular
surfaces. The material shall be graded within the following limits.
Maximum Retained
on No. 4 Sieve
on No. 10 Sieve
on No. 40 Sieve
Percent by Weight
5-15
50-90
90-100
The material shall be sufficiently free from clay, dust, blow sand, caliche or slag so as to prevent
shrinkage after setting and drying.
3.11 BACKFILLING
A. Backfilling Over Pipe, Non -water Packed
1. From centerline of pipe to a depth of 1 foot above top of pipe, backfill trench by hand or
by approved mechanical methods using materials free from rocks or boulders greater than
2 inches in size.
2. Moisten material and place in lifts not exceeding 6 -inches in thickness and compact by
tamping to a density of not less than 95% of maximum density at optimum moisture as
determined by ASTM D698.
3. Use special care in placing this portion of backfill to insure placement under and around
pipe and to avoid injuring or moving pipe.
B. Backfilling Under and Over Pipe, Water Packed
1. Backfill all pipe by hand from top of gravel embedment to a point 12 inches above top of
pipe using material free from rocks or boulders greater than 2 inches in size.
2. Carefully place material across entire width of trench.
3. Hand compact as required to assure that all spaces are uniformly filled.
4. When backfill has reached a point 12 inches to 16 inches above top of pipe, fill entire
trench with water to natural ground level.
5. Allow water to percolate through backfill that has been placed until all of water has
drained away.
01272201 WATER WORKS PIPING, VALVES AND FITTINGS 02665-6
08/01
6. Allow backfill to dry until it will support weight of a person without settlement and tamp
backfill to grade.
C. Backfilling to Grade
1. From 1 foot above top of pipe to finish grade, install backfill and tamp.
2. Place material in 6 -inch layers, moistened if necessary, and thoroughly compacted with
mechanical tampers from bottom of trench to finish grade to a density of at least 90% of
maximum density at optimum moisture as determined by ASTM D698.
D. Anchorage of Bends, Tees and Plugs, Etc.
1. Apply reaction or thrust backing to all pipe lines at all tees, plugs, caps, and bends.
2. Back pipe and fittings with concrete conforming to concrete specifications as set forth in
Section 03300 Cast -In -Place Concrete, except a minimum compressive strength of
2500 psi will be acceptable.
3. Place backing between solid ground and fittings to be anchored; area of bearing on pipe
and on ground in each instance shall be sufficient to withstand maximum thrust anticipated
and as required by Engineer.
4. Place backing so that pipe and fitting joints will be accessible for repair.
5. Round backfill up over trench sufficiently to allow for future settlement.
6. Remove all excess dirt from site.
3.11 LINE TESTING
A. After pipe is laid and joints completed, hydrostatically test each section or run of piping.
B. Provide suitable means for filling lines and developing required pressure in lines.
C. Test piping system in accordance with following procedure:
1. Duration: Minimum of four (4) hours.
2. Pressure: Minimum of 100%, but not greater than 120% of pipe pressure class of pipe at
lowest point in test section, and minimum of 85 % of pipe pressure class of pipe at highest point
in test section.
3. Allowable Leakage: Maximum allowable leakage for push -on joints in ductile iron pipe
is number of gallons per hour as determined by following formula:
L = SDJP
133,200
where:
L = Allowable leakage in gallons/per hour
S = Length of pipe tested
D = Nominal diameter of pipe in inches
P = Average of max. and min. pressures within test section in psi
01272201 WATER WORKS PIPING, VALVES AND FITTINGS 02665-7
"� 08/01
4. Maximum allowable leakage for PVC pipe is number of gallons per hour as determined
by following formula:
L= ND�l P
7,400
where:
L = Allowable leakage in gallons/per hour
N = Number of joints in length of pipe tested
D = Nominal diameter of pipe in inches
P = Average of max. and min. pressures within test section in psi
D. Repair all leaks which become evident prior to final acceptance of project and repaired to
satisfaction of Engineer even though particular line has been previously accepted and tested.
3.12 DISINFECTION OF PIPE LINES
A. Disinfect piping system before placing in service by application of a chlorinating agent in
accordance with requirements of AWWA C651.
B. After disinfection has been completed, and before pipeline is filled with municipal water,
sample water in pipe for bacteriological testing.
C. Take a second sample 48 hours later, also for bacteriological testing.
D. If acceptable bacteriological test results are not received, disinfect pipe again and provide
whatever measures are necessary to achieve an acceptable result.
3.13 CLEANING AND ADJUSTING
A. Maintain trench surfaces in a satisfactory manner until final completion and acceptance of work
including blading from time to time as necessary, filling depressions caused by settlement, and
or work required to keep all areas in a presentable condition.
END OF SECTION
01272201 WATER WORKS PIPING, VALVES AND FITTINGS 02665-8
08/01
SECTION 02730
SANITARY SEWER PIPING AND MANHOLES
PART 1 GENERAL
1.1 WORK INCLUDED
A. This section of the specifications covers all sanitary sewer piping and manholes required for
the sanitary sewer improvements included in this project. The term piping as used herein shall
include all piping, fittings and accessories as shown on the plans and/or as specified herein.
1.2 MATERIAL SCHEDULE
Unless otherwise shown on the plans or specified herein, piping shall be "approved type pipe."
Approved type pipe shall be the following:
A. Sanitary Sewer Piping: Type PSM Polyvinyl Chloride (PVC), ASTM D-3034, SDR -35, Cell
Class 12454-B.
B. Fittings, Type PSM Polyvinyl Chloride (PVC), ASTM D-3034.
1.3 SUBMITTALS
Submittals, in accordance with SECTION 01300, SUBMITTALS are required from the Contractor
for the following materials and products. Submittals shall be reviewed and approved by the Architect
prior to the incorporation of any materials and products into the project.
A. PVC Pipe and Fittings, ASTM D-3034.
B. Manholes, frames, covers, joint sealant and joint primer.
C. Laboratory analysis for rock embedment including sieve analysis, fracture faces, abrasion tests
and soundness tests.
D. Trench Safety System.
E. Shop Drawings of rigid Go -No Go full circle mandrel.
F. Membrane Curing Compound.
G. DFW Coupling or equivalent.
H. Marking Tape.
I. Concrete Mix Design.
J. Manhole Vacuum Test or Leakage Test Procedure or Method.
PART 2 MATERIALS
2.1 POLYVINYL CHLORIDE (PVC) SANITARY SEWER PIPE
The sanitary sewer pipeline and fittings shall be approved type pipe with rubber gasket type joints,
complying with ASTM Specification D-3034, SDR -35. Pipe material shall be Cell Class 12454-B
PVC resin compound conforming to ASTM D 1784.
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -1
08/01
The pipe shall be furnished in 20 -foot lengths; other pipe lengths shall be provided when required.
All pipe shall be furnished for belled couplings with a belled gasket pocket coupling on one end.
Approved elastomeric gaskets designed specially for PVC pipe shall be furnished and shall comply
with ASTM F 477.
All PVC pipe shall be marked at intervals of 5 -feet or less. Markings shall include manufacturer's
name and trademark, nominal size of pipe, pertinent information regarding polymer cell
classification and critical identifications regarding performance specifications.
2.2 PIPE FITTINGS
Fittings for PVC pipe shall, in general, be bell -and -spigot type and of PVC material meeting ASTM
Specification D-3034.
2.3 PIPE JOINTS
Push -on joints for PVC sanitary sewer pipe shall meet the requirements of ASTM D3212. Joints
between ductile iron pipe and PVC pipe shall be made by using a DFW coupling or equal.
2.4 MANHOLES AND MISCELLANEOUS ITEMS
A. General
Manholes shall be constructed at the locations shown on the plans. The manholes shall be
constructed in accordance with the details shown on the plans and as specified herein for
precast reinforced concrete manholes.
B. Precast Reinforced Concrete Manholes
1. After the excavation has been completed, the concrete base or bottom shall be poured in
accordance with the details shown on the plans. Precast manhole bases may be used with
Engineer approval.
2. On straight runs, the pipe shall be laid through the manholes and, upon completion of the
invert, the top half of the pipe shall be removed. On manholes where there is a change in
direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly
formed with concrete. The inverts, shall have a true curve of as large a radius as the size
of the manhole will permit and shall be given a smooth trowel finish.
3. When the concrete bottom has properly cured for not less than 24 -hours, the precast
manhole shall be installed. ConSeal CS -102 flexible plastic gaskets or equal shall be used
in the tongue and groove joints and the joint between the manhole bottom section and the
manhole base. The bottom ring shall be grouted in as shown on the plans. Concrete grade
rings shall be used to adjust the manhole frame to the proper grades; the maximum
extension of the top section shall not exceed 12 -inches.
4. Precast manholes shall be tongue and groove concentric precast reinforced concrete
manholes, constructed in accordance with ASTM C 478 of the diameter indicated on the
drawings. Concrete manholes shall be provided with a concentric top cone unless
otherwise shown on the drawings.
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -2
08/01
5. All joints shall be tongue and groove except for the grade rings and all joints shall be
watertight. ConSeal CS -102 flexible plastic gaskets or approved equal shall be used in all
joints. All joints shall be primed prior to the application of the joint sealing material.
6. Manhole bases shall be cured as soon as feasible after removal of forms. Concrete curing
compound shall be applied to all exposed surfaces at a coverage rate recommended by the
manufacturer.
C. Manhole Frames and Covers
Manhole frames and covers shall be of cast iron of the types shown on the drawings. All
castings shall be made from superior quality gray cast-iron conforming to the requirements of
ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted
to the Architect for approval before items are shipped.
D. Manhole Connections
Resilient materials for connectors and filler rings shall be manufactured of natural or synthetic
rubber and shall conform to the requirements prescribed in Table 1 of ASTM C923.
E. Grout
Grout mortar shall contain 7-1/2 sacks of cement per cubic yard of grout and shall contain only
sufficient water to provide the required consistency. The grout shall be worked and packed into
the annular space of the manhole base, as well as worked and packed for internal manhole
drainage, until a dense and uniform installation is achieved. The grout shall be cured with the
application of curing compound.
2.5 ROCK EMBEDMENT
01272201
08/01
Rock embedment for the pipe is required and shall conform to the following gradation:
% by Weight
Retained on 1 -inch sieve
0
Retained on 7/8 -inch sieve
0-2
Retained on 3/4 -inch sieve
15-35
Retained on 5/8 -inch sieve
55-100
Retained on 3/8 -inch sieve
95-100
Retained on No. 10
99-100
The rock embedment will be crushed stone. Crushed stone shall result in a product in which the
coarse aggregate shall have at least 85 % by weight of particles with one or more fractured faces
and 65% by weight of particles with two or more fractured faces. The aggregate shall be
composed of sound, tough, durable particles and shall meet the requirements for deleterious
substances given in ASTM C33. The coarse aggregate (retained on the 3/8 -inch sieve), shall not
show more than 45 % wear when tested in accordance with ASTM C 131. The coarse aggregate
shall also not show evidence of disintegration nor show a total loss greater than 20% when
subjected to five cycles of the sodium sulfate soundness test as specified in ASTM C33.
SANITARY SEWER PIPING AND MANHOLES
02730 -3
2.6 STEEL CASING
Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a
minimum yield strength of 35,000 psi meeting ASTM A139 Grade B or A252 Grade 2. The
exterior of the casing pipe shall have a bituminous coating in conformance with AWWA C203.
Casing wall thickness for installation shall be in accordance with the following:
Location Diameter Minimum Wall Thickness
Highway, Street and Parking 24" and smaller 0.250"
Lot Crossing 26" and larger 0.312"
PART 3 EXECUTION
3.1 PIPE INSTALLATION
A. General
All pipe and accessories for the work specified herein shall be unloaded, handled, laid, jointed,
tested for defects and for leakage in the manner herein specified.
3.2 BACKFILLING
A. Backfill is defined as that portion of the backfill above the graded gravel embedment to the
existing ground.
FM
01272201
08/01
Select backfill — From the top of the graded gravel embedment to a point 12" above the top of
pipe, the backfill shall be carefully placed and shall be loose topsoil or finely divided caliche
free of organic matter, rocks or hard clods larger than two inches.
Final backfilling to grade - From twelve (12) -inches above the top of the pipe to finish grade
shall be backfilled by tamping.
Tamping shall be done by placing the material in 6 -inch layers, moistened if necessary, and
thoroughly compacted with mechanical tampers from one foot above the top of pipe to the
finish grade to a density of at least 95% of maximum density at optimum moisture as
determined by ASTM D698.
The Contractor will be required to correct any trench settlement which occurs during the one-
year warranty period.
Marking Tape
All pipes installed in an open trench will be identified with the appropriate color and
description of 3 -inch wide pipe identification tape. Install the tape parallel to the pipe it
identifies at a distance above the pipe of six to twelve (6 -12) -inches. Install a tape detectable
with a metal detector from the top of finished grade above non-metallic (PVC) pipe material.
SANITARY SEWER PIPING AND MANHOLES 02730 -4
3.3 LEAKAGE TEST
A. Sanitary Sewer Pipeline
Low pressure air tests shall be made by the Contractor on all sewer lines not less than 30 days
after installation. The tests on the sewer lines shall be made on sections of pipe between
manholes. Each section of sewer line shall be tested using the Air Test Method, in accordance
with ASTM C828 (latest revision), and as modified below.
The minimum time for the pressure to drop in any segment from 3.5 psig to 2.5 psig shall be
determined as follows:
T = 0.0850 DK
Q
where:
T = time for pressure to drop 1.0 pound per square inch gauge in seconds
,71 K = 0.000419DL, but not less than 1.0
D = average inside pipe diameter in inches
L = length of line of same pipe size being tested, in feet
Q = rate of loss, 0.0015 cubic feet per minute per square foot internal surface shall be
used
Since a K value of less than 1 shall not be used, there are minimum testing times for each pipe
diameter as follows:
8 -inch diameter 454 seconds
6 -inch diameter 340 seconds
4 -inch diameter 227 seconds
The time calculated from either the formula or the minimum time listed above, whichever is
greater, shall be the required time for each segment of pipeline tested.
If a test fails to meet the minimum allowable requirements of the test, the Contractor shall
immediately determine the cause, make the necessary repairs and retest. All testing and repair
work shall be done at the Contractor's expense..
Leakage testing will not be performed until all backfill material required has been placed and
densified for a period of 30 days. Leakage testing shall only be performed in the presence of
the Engineer personnel or their representative. Contact Architect at least 48 -hours in advance
of testing activities.
-
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -5
08101
B. Manhole Test
A leakage test shall be performed on each manhole installed in this project. The manhole
leakage test shall not be performed until all backfill around the manhole has been in place for
at least 48 hours. Manhole leakage tests may be performed by one of two methods:
1. Manhole Hydrostatic Exfiltration Test
All wastewater lines entering the manhole shall be temporarily plugged with an internal
pipe plug. The manhole shall be filled with water to the manhole ring and allowed to
stand for 24 hours in order to allow saturation of the concrete. Following the 24-hour
saturation period, the manhole shall be refilled with water to the manhole ring and the test
period begun. The contractor shall provide test equipment in which the volume of water
lost can be accurately metered or measured. The minimum test period shall be one hour.
The maximum allowable loss rate shall not be greater than 0.025 gallons per foot of
manhole diameter per foot of manhole depth per hour.
The exfiltration test shall only be performed in the presence of the Engineer or the
Owner's representative. Any manhole which fails the hydrostatic exfiltration test shall be
repaired, reworked or replaced as applicable at the Contractor's expense until the manhole
passes the required test.
2. Manhole Vacuum Test
All lift holes and exterior joints shall be plugged with a non -shrink grout. No grout shall
be placed in horizontal joints prior to testing. All pipes entering the manhole shall be
plugged. Stubouts, manhole boots, and pipe plugs shall be secured to prevent movement
while the vacuum is drawn. A minimum 60-inch/lb torque wrench shall be used to tighten
the external clamps that secure the test cover to the top of the manhole. The test head
shall be placed at the inside of the top of the cone section, and the seal inflated in
accordance with manufacturer's recommendations. A vacuum of 10 inches of mercury
shall be drawn, and the vacuum pump shut off. With all valves closed, the time for the
vacuum to drop to 9 inches of mercury shall not be less than 2 minutes. If vacuum tests
are used in lieu of hydrostatic tests, the test shall be done both before and after backfilling
of the manhole has occurred. If the manhole fails a test, necessary repairs shall be made
with a non -shrink grout while the vacuum is being drawn. The test shall be repeated. If
the vacuum test is failed twice, the manhole shall be repaired, and a hydrostatic test shall
be performed in accordance with paragraph (1) of this section.
3.4 DEFLECTION TEST
A deflection test shall be made by the Contractor on all PVC sewer pipe. The test shall not be
made on a section of sewer until all the backfill on that section has been in place for 30 days.
Deflection testing shall only be performed in the presence of the Owner or their representative.
Contact Owner at least 48 -hours in advance of testing activities.
The deflection test shall be run using a rigid Go -No Go full circle mandrel with a diameter equal
to 95% of the inside diameter of the pipe. The Contractor shall submit shop drawings of the
mandrel to the City for concurrence prior to using the mandrel for testing.
The test shall be performed without mechanical pulling devices. Wherever possible and practical,
the testing shall be initiated at a downstream manhole and proceed upstream.
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -6
08/01
u
No pipe shall exceed a deflection of 5 % of the inside diameter of the pipe. All excess deflections
shall be corrected. The Contractor shall excavate to the point of the excess deflection, correct the
deficiency and retest the pipe. If the pipe retest fails the 5 % allowable deflection, the pipe shall
be replaced.
3.5 INSPECTION
.772
The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the
work and any material found to be defective will be rejected, and the Contractor shall remove such
defective material from the site of the work.
3.6 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.
3.7 HANDLING PIPE AND ACCESSORIES
All pipe, fittings, 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.
3.8 TRENCH EXCAVATION
The Contractor shall be responsible for complying with Texas House Bills 662 and 665 safety
standards and with the applicable OSHA regulations concerning trench excavation, general
excavation and construction safety.
Pipe trenches shall be excavated to the lines and grades shown on the drawings. The Contractor's
attention is drawn to the fact that the trench bottom, as shown on the drawings, is approximately
6 -inches below the bottom of the pipe grade so that bedding material can be placed beneath the
pipe in accordance with the trench cross-section details and these specifications. The minimum
depth of cover for the piping shall be 36 inches unless otherwise specifically shown on the
drawings. Trench widths shall be as shown on the drawings. Trench safety systems as specified
shall be installed where required. The trench walls shall be made vertical to a point at least one
foot above the top of the pipe. Vertical trench walls above this point will not be required;
_ however, in areas of limited right-of-way or when necessary to protect existing facilities or private
property, the slope of the trench wall shall be limited. Where necessary to stay within the
maximum width limits at the top of the pipe or to maintain a relatively straight trench wall to
remain within available right-of-way, the trench walls shall be adequately supported as required
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -7
08/01
by these specifications and OSHA regulations. The Contractor shall be fully responsible for any
damage to private property or existing facilities due to inadequate support.
The minimum width of the trench shall be the outside diameter of the pipe plus 24 -inches and the
maximum width shall be the outside diameter of the pipe plus 36 -inches. The trenching equipment
shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls.
The Contractor shall be responsible for implementing a trench shoring system wherever the trench
depth exceeds 5 -feet.
As soon as practicable after the completion of laying and jointing of the pipe, the trench shall be
backfilled. The Contractor shall be responsible for properly and adequately barricading and
signing open trenches and excavations to protect the public during the construction of the project.
In order to obtain a true even grade, the trench shall be fine graded and shaped in accordance with
the details as shown on the plans. Any part of the trench excavated below grade shall be corrected
by filling with approved material and thoroughly compacting. If clay, rock or other unyielding
material is encountered in the bottom of the trench, it shall be removed to a depth of 6 -inches
below grade, refilled with selected material and thoroughly compacted to grade.
Bell holes of ample dimensions shall be dug at each joint to permit the jointing and bedding of the
pipe to be properly accomplished.
Before the next phase of construction can take place above the trench bottom, which has been
excavated to the proposed subgrade of the specified class of bedding, the Contractor shall shape
and grade earth subgrade. The earth subgrade for the bedding shall be free of surface water, firm,
solid and stable before the rock embedment material is placed.
Trench digging machinery may be used to make trench excavations except in places where
operations of same would cause damage to existing structures either above or below ground; in
such instances, hand methods shall be employed. The Contractor shall locate all existing
underground lines, of which he has been advised whether or not they are shown on the drawings,
sufficiently in advance of trenching operations to prevent any damage thereto. The operators of
all oil or gas pipelines shall be notified prior to excavation around such lines so that these
operators may be present during excavation. Extreme care shall be used to prevent damage and
the Contractor shall be fully responsible for damage to any such lines.
Wherever necessary to prevent caving, the trench shall be adequately supported as required by
Paragraph 3.9 Trench Safety System. The Contractor is entirely responsible for assuring that
trenches are adequately supported and barricaded to protect both his workmen and the public.
There will be no classification of or extra payment for excavated materials and all materials
encountered shall be excavated as required. Adjacent structures and property shall be protected
from damage by construction equipment. All excavated material shall be piled in a manner which
will not endanger the work, existing structures or the public and which will cause the least
obstruction to roadways.
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -8
08/01
Blasting for excavation of solid rock will be permitted only after securing the approval of the
Engineer and local governing authorities and only when proper precautions are taken for
protection of persons or property. The hours of blasting will be fixed by the Engineer. Any
damage caused by blasting shall be paid for by the Contractor. The method of procedure relative
to blasting shall conform to all state laws and local ordinances.
The Contractor will be required to locate all known utility lines, including consumer service lines,
far enough in advance of the trenching to make proper provisions for protecting the lines and to
allow for any deviations that may be required from the established lines and grades.
The Contractor shall not be allowed to disrupt the service on any utility lines except consumers
service lines, which may be taken out of service for short periods of time, if the Contractor
obtains permission from the Owner.
The Contractor shall immediately notify the proper utility company of any damage to utility lines,
in order that service may be established with the least possible delay. Any damage to existing lines
and the repair of consumer lines which are authorized to be cut or temporarily taken out of service
shall be repaired or replaced by the Contractor at his own expense, and as directed by an official
A representative of the owner of the damaged line.
J
All new and existing lines shall be properly supported to prevent settlement or damage to the line
both during and after construction.
Excess trench excavation, not used for backfilling, shall be placed by the Contractor, on
subdivision lots adjacent to the sewer route.
3.9 TRENCH SAFETY SYSTEMS
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. A copy of OSHA Part 1926, Subpart P as published in
the July 1, 1995 Code of Federal Regulations is contained in Appendix A for convenient reference
and information, however neither the Engineer of record, the City nor the Owner warrant that
Appendix A is the most current version of Subpart P. The Contractor shall be responsible for
securing his own copy of the latest version of Subpart P.
The Contractor shall be responsible for complying with the requirements of the specifications,
drawings and all applicable codes. *The Contractor shall immediately notify the City of any
unforeseen field conditions which might affect the integrity of the trench safety system.
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 City, however
alternative methods will not be reviewed or approved prior to bid opening.
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -9
08101
Provide detail drawings for proposed trench safety systems. Clearly identify where each system
is proposed for use and type of system to be used. Trench excavations cannot be started until
trench safety systems have been submitted and concurred with by the City.
3.10 TRENCH METHODS
Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed
by a registered professional engineer stating the maximum allowable depth for the given design
pressure for each type of trench box proposed for use.
Alternative Systems - If alternative systems composed of steel, aluminum, wood or a combination
of materials are proposed, submit design calculations signed by a registered professional engineer
showing all member properties, design strengths and any stress increases used with justification
for their use.
3.11 PROCEDURE
Provide shoring systems in accordance with the submitted design to adequately resist earth
pressures indicated in the design submitted.
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.
Backfill trenches as soon as possible after completion of work. Stockpile excavated materials at
least three feet away from edge of trench. Maintain barricades and signage as required by OSHA,
State and Local codes to protect open excavations.
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. If cut back method is employed, maintain a clear distance of three feet
from edge of cut to spoil piles to avoid allowing loose material to enter trench. Do not operate
heavy equipment except for trench digging equipment within twenty feet of edge of excavation.
3.12 EMBEDMENT
Embedment is defined as the portion of backfill from the bottom of the trench to a point
six (6) -inches above the top of pipe. Rock embedment shall be as specified in this section,
Paragraph 2.5.
The bedding layer for pipe shall consist of rock embedment material up to the bottom of the pipe.
Place the rock embedment in the trench following fine grading. The bedding layer shall be laid
in the pipe trench, shaped and smoothed to grade and then thoroughly consolidated by tamping.
The bedding material shall be checked. for grade and bell holes dug before the pipe is laid.
The haunching layer of rock embedment material shall then be placed up to the spring line of the
pipe (one-half of the outside diameter above the bottom of the pipe). The haunching layer shall
be thoroughly consolidated by tamping-.
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -10
08/01
The initial backfill layer shall be the third lift of rock embedment material and shall be placed to
a point at least six -inches above the top of the pipe. The initial backfill shall be thoroughly
consolidated by tamping or by vibratory compactors.
The remainder of the trench backfill shall be as specified in Paragraph 3.2 of this section. The
Contractor's attention is drawn to the fact that marking tape shall be placed in the trench in
4 accordance with Paragraph 3.2.
3.13 PIPE LAYING IN TRENCH
After the trench has been properly fine graded, the pipe shall be laid in accordance with the
following specifications. Each length of pipe shall be inspected for defects and the spigot cleaned
thoroughly inside and outside before lowering into the trench. Pipe laying shall proceed up -grade
with the spigot ends pointing in the direction of the flow. All pipe shall be laid true to the lines
and grades as established by the drawings using a laser beam or cut stakes to control the grade of
each joint of pipe. Bell holes shall be dug at each joint of sufficient depth to allow the entire length
of the barrel of the pipe to rest on the top of bedding and to allow ample space for properly
jointing the pipe.
Installation and jointing of the pipe shall be in accordance with the manufacturer's
recommendations except where the requirements of these specifications are stricter.
The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the
trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be
plugged by approved means, and no trench water shall be permitted to enter the pipe.
No pipe shall be laid in water, or when the trench conditions or weather is unsuitable for such
work.
If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and
grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid.
Pipe shall be handled and installed in strict accordance with the recommendations of the
manufacturer. Special care shall be exercised in handling pipe, in preparation of the trench for
pipe laying, and in compacting the bedding under and embedment around each side of the pipe.
yThe ring groove shall be clean before installation of the elastomeric gasket. The gasket shall be
carefully installed in the groove as recommended by the manufacturer. The spigot end of the pipe
shall be wiped clean and lubricated using the recommended lubricant. The spigot end shall be
carefully inserted into the bell end until the reference mark on the spigot end is flush with the end
of the bell.
Where the DFW Coupler,, or equivalent, is used, the pipe shall be cut to a point where a spigot -to -
spigot connection can be achieved with .the DFW Coupler. Burrs from pipe cutting shall be
completely removed. The spigot ends of the pipes shall be butted together tightly, the DFW
Coupler centered over the butt joint and the coupler clamps tightened. The joint shall withstand,
and meet the tolerance, of the leakage test specified in Paragraph 3.3.
-
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -11
08/01
3.14 SEWER LINE CROSSING WATER LINE
Where a new potable waterline crosses a new, pressure rated wastewater line, one segment of the
waterline pipe shall be centered over the wastewater line, such that the joints of the waterline pipe
are equidistant and at least nine feet horizontally from the centerline of the wastewater line. The
potable waterline shall be at least six inches above the wastewater line. Whenever possible, the
crossing should be centered between the joints of the wastewater line. The wastewater line shall
be embedded in cement stabilized sand for the total length of one pipe segment plus 12 inches
beyond the joint on each end as shown on the drawings.
3.15 CLEANUP
The backfill shall not be rounded up over trenches. The surface of the trench backfill shall be
compacted and bladed to final grading contours.
The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion
and acceptance of the work. The maintenance shall include blading from time to time as
necessary, filling depressions caused by settlement, and other work required to keep all areas in
a presentable condition.
Any trench settlement which occurs within the one-year warranty period shall be corrected by the
Contractor at no expense to the Owner.
END OF SECTION
01272201 SANITARY SEWER PIPING AND MANHOLES 02730 -12
08/01
SECTION 02800
SITE FURNISHINGS (PICNIC TABLE)
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of
this Section.
1.2 SECTION INCLUDES
A. Steel supported, recycled plastic "accessible" picnic table
1.3 RELATED SECTIONS
A. Section 03300 - Cast -in -Place Concrete
B. Section 09900 - Painting
1.4 SYSTEM DESCRIPTION
A. All weather fixed in place picnic table.
B. Accessible model.
C. Steel supports embedded in concrete.
1.5 SUBMITTALS
A. Section 01300 - Submittal: Procedures for submittals.
B. Product Data: Provide component dimensions, anchorage and fasteners.
C. Shop Drawings: Complete installation requirements.
1.6 QUALITY ASSURANCE
A. Products meeting these specifications establish a standard of quality required as
manufactured by DuMor, Inc. Site Furnishings.
1.7 DELIVERY, STORAGE AND PROTECTION
A. Section 01600 - Material and Equipment: Transport, handle, store and protect products.
1.8 WARRANTY
A. Provide one-year warranty.
01272201 SITE FURNISHINGS (PICNIC TABLE)
08/01
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. DuMor, Inc. PO Box 142, Mifflintown, PA, 17059-0142, Phone: (800) 598-4018,
Fax: (717) 436-9839.
B. Substitutions: Under provisions of Section 01600.
2.2 PRODUCT: Model # 100-68 PL Accessible Picnic Table with 5-1 Embedment
2.3 MATERIALS
A. Slats: 3" x 4" nom. and 3" x 6" nom. recycled plastic.
B. Supports: 3"square x '/a" wall steel tube, 1/z" x 3" steel bar, 15/6" DD steel pipe, and
2" x 1" x 1/z" steel channel.
C. Fasteners: Stainless steel.
2.4 FINISHES
A. Select from standard factory options.
PART 3 EXECUTION
3.1 INSPECTION
A. Confirm that surrounding area is ready for the installation.
B. Installer shall confirm dimensions and elevations to be as shown on drawings provided by
DuMor, Inc.
C. Erection shall be performed by an approved installer and scheduled after all concrete,
masonry and roofing in the area completed.
3.2 INSTALLATION
A. Installation shall be in strict accordance with manufacturer's shop drawings. Particular
attention should be given to protecting the finish handling and erection. After installation,
entire system shall be left in a clean condition.
END OF SECTION
01272201 SITE FURNISHINGS (PICNIC TABLE) 02800-2
08/01
SECTION 02810
IRRIGATION SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SUMMARY
A. This Section 02810 includes valves, piping, sprinklers, specialties, accessories, controls, and
wiring for lawn irrigation systems.
1.3 DEFINITIONS
A.
B.
C.
D.
E.
1.4
A.
B.
C.
01272201
08/01
Pipe sizes used in this Section are nominal pipe size (NPS) in inches. Tube sizes are Standard
size in inches.
Supply Piping: Piping from water source to connection to irrigation system pressure piping.
Piping is under same pressure as water supply. Piping in this category is not included in this
Section.
Pressure Piping: Piping downstream from supply piping to and including control valves.
Piping is under irrigation system pressure. Piping in this category includes pressure
regulators, water meters, and backflow preventers.
Circuit Piping: Piping downstream from control valves to irrigation system sprinklers,
emitters, devices, and drain valves. Piping is under pressure (less than pressure piping) during
flow.
Control Valve: Automatic (electrically operated) valve for control water flow to irrigation
system zone.
SYSTEM PERFORMANCE REQUIREMENTS
Location of Sprinklers and Devices: Design location is approximate. Make minor adjustments
necessary to avoid plantings and obstructions such as signs and light standards.
Minimum Water Coverage: Not less than:
1. Turf Areas: 100 percent. Nozzles shall be set to throw a distance approximately equal
to adjacent sprinkler heads.
Components and Installation: Capable of producing piping systems with the following
minimum working pressure ratings except where indicated otherwise.
1. Pressure Piping: 200 psig.
2. Circuit and Drain Piping: 200 psig.
IRRIGATION SYSTEMS 02810-1
1.5 SUBMITTALS
A. General: Submit the following according to the Conditions of the Contract and Division 1
Specification Sections.
B. Product data including pressure rating, rated capacity, settings, and electrical data of selected
models for the following:
1. Automatic Control Valves.
2. Sprinklers.
3. Wiring.
4. Controller
5. Gate Valves
C. Wiring diagrams for electrical valves, and devices.
D. Shop drawings showing irrigation system, including plan layout and locations, types, sizes,
capacities, and flow characteristics of irrigation system components. Include valves, piping,
sprinklers and devices, accessories, controls, and wiring. Show areas of sprinkler spray and
overspray.
E. Coordination drawings showing piping and major system components. Indicate interface and
spatial relationship between piping, system components, adjacent utilities, and proximate
structures.
F. Maintenance data for inclusion in "Operating and Maintenance Manual" specified Section
"Project Closeout" for the following:
1. Automatic control valves.
2. Sprinklers:
3. Controller
1.6 QUALITY ASSURANCE
A. Comply with requirements of utility supplying water for prevention of backflow and
backsiphonage.
B. Comply with requirements of authority with jurisdiction for irrigation systems.
C. Installer Qualifications: Engage an experienced Installer who has completed irrigation systems
similar in material, design, . and extent to that indicated for Project that have resulted in
construction with a five year record of successful local in-service performance.
D. Listing/Approval Stamp, Label, or Other Marking: On equipment, specialties, and accessories
made to specified standards.
E. Listing and Labeling: Equipment, specialties, and accessories that are listed and labeled.
1. The Terms "Listed" and "Labeled": As defined in "National Electrical Code,"
Article 100.
2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing
Laboratory" (NRTL):as defined in OSHA Regulation 1910.7.
F. Product Options: Irrigation system piping, specialties, and accessories are based on specific
types, manufacturers, and models indicated. Components with equal performance
characteristics produced by other manufacturers may be considered, provided deviations in
dimensions, operation, and other characteristics do not change design concept or intended
performance as judged by the Engineer. The burden of proof of product equality is on the
Contractor. Any request for substitution of products must be accompanied by all of the
following within seven (7) days prior to the bid date.
_ 1. Actual sample of each type of equipment proposed as a substitute.
01272201 IRRIGATION SYSTEMS 02810-2
O8/01
2. Original manufacturer's catalogue sheet indicating the full specification for that particular
item.
3. A list of installations in the immediate area of Lubbock in satisfactory operation for at
least five (5) years. List must include name and phone number of person directly
responsible for the use and maintenance of the facility.
1.7 PROJECT CONDITIONS
Perform site survey and verify existing utility locations. Verify that irrigation system piping may
be installed in compliance with original design and referenced standards.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
All equipment is subject to compliance with the requirements of these specifications.
2.2 GUARANTEES
A. Provide a guarantee for all labor and material for a period of one year, from the date of
substantial completion.
B. Provide a manufacturer's guarantee for all sprinkler system components, i.e.; controllers,
valves and heads, for a period of five years, from the date of substantial completion.
C. Service calls during the one-year warranty period shall require a qualified technician on site
within 24 hours.
2.3 PIPE MATERIALS
A. PVC Pipe - All PVC Pipe shall be approved by the National Sanitation Foundation (NSF) and
shall bear the NSF seal of approval.
1. Type Class 200 PVC, ASTM D2241.
2. Connections:
Four inches and larger Bell -and Spigot type with elastomeric rings, ASTM
C1869.
Less than four inches Socket, solvent -weld, ASTM C1466 and ASTM D2564.
B. Fittings: Type and style of connection to match pipe, minimum schedule 40.
C. Cleaner/Primer: ASTM F - 656 for PVC pipe and fittings.
D. Solvent Cement: ANSI/ASTM D2564 for PVC pipe and fittings.
E. Sleeve Material: PVC, Schedule 80.
2.4 OUTLETS
A. Manufacturers:
l._ Toro
2. Rainbird
01272201
08/01
IRRIGATION SYSTEMS
02810-3
B. Rotary Sprinkler Heads, Large Turf Areas.
Sprinklers shall be pop-up type with gear drive for full circle and part circle coverage. The
final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and
drive assembly shall also be encased in stainless steel. Sprinklers shall be Toro model 640 for
flow rates ranging between 9 and 25 gpm, or approved equal. The sprinkler shall be mounted
up to 2 inch below finished grade and shall include rubber covers.
C. Rotary Sprinkler Heads, Intermediate Size Turf Areas.
The Full and/or Part Circle sprinkler shall be a single -stream, water -lubricated, gear -drive
type capable of covering a 40' radius (FT. RAD.) at 65 pounds per square inch (PSI) with a
discharge rate of 6 gallons per minute (GPM). The sprinkler shall have adjustable arc
coverage of 40 to 360 degrees. Arc adjustment can be performed with or without the sprinkler
in operation and shall require only a flat -blade screwdriver.
The sprinkler shall have a pressure activated multi -function wiper seal that positively seals
against the nozzle flange to keep debris out of the rotor and to clean debris from the pop-up
stem as it retracts.
This wiper seal shall prevent sprinkler from sticking up, and be capable of sealing the
sprinkler cap to sprinkler body under normal operating pressures.
The sprinkler shall have a U " (FNPT) bottom inlet.
The sprinkler shall have a standard rubber cover and a strong stainless steel retract spring for
positive pop down. Pop-up height as measured from the top of the cap, at normal installation,
to the middle of the nozzle orifice shall be 4" inches.
The sprinkler shall come with a stainless steel adjusting screw capable of reducing the radius
up to 25
The sprinkler shall be as manufactured by Rain Bird 5000 series.
D. Fixed Spray Sprinklers, Other Areas.
The overall pop-up height shall be 4 inches.
The sprinkler body, stem, nozzle, and screen shall be constructed of heavy-duty, ultra -violet
resistant plastic. It shall have a heavy-duty stainless steel retract spring for positive pop -down
and a ratcheting system for easy alignment of the pattern.
The sprinkler shall have a soft elastomer pressure activated co -molded wiper seal for cleaning
debris from the pop-up stem as it retracts into the case to prevent the sprinkler from sticking
up and to minimize Aflow-by@
The sprinkler shall have a matched precipitation rate (MPR) plastic nozzle with an adjusting
screw capable of regulating the radius and flow.
Pop-up Spray Sprinklers shall also include a pressure regulating device to prevent high
pressure fogging to the nozzle stream. This regulating device shall be an integral part of the
pop-up stem, removable through the top of the case. These units shall be identifiable from the
top with APRS markings on the cap.
01272201 IRRIGATION SYSTEMS 028104
08/01
` The device shall regulate the nozzle pressure to 30 PSI for inlet pressures from 35 to 70 PSI.
Below 35 PSI the pressure loss shall not exceed 6 PSI.
Sprinklers shall be Rainbird Model 1804 -PRS or approved equal.
2.5 VALVES
A. Manufacturers
1. Weathermatic Model 8200 CR Series or approved equal.
2. Brooks Products, Inc., Model 1419 or approved equal.
B. Automatic Control Valves: Electric Valves. Shall be operated by low -wattage solenoid, dual
ported diaphragm design, normally closed, with manual flow adjustment. Valves shall have
a maximum inlet pressure of 150 psi, be suitable for underground burial without protection.
Valves shall be Weathermatic 8200 CR Series, or approved equal. All valves shall be installed
in an approved type valve box that includes a 3 -inch layer of clean crushed gravel as shown
on the plans. Valves shall carry a 10 -year limited warranty.
C. Valve Box and Cover: 17 inch x 113/4 inch x 18 inch polypropylene with polypropylene, bolt
down covers. Valve Box Extensions shall be used where necessary to obtain proper depth.
D. Gravel: The bottom of each valve box shall be filled with clean gravel as specified. Gravel
shall be washed clean and graded such that none are less than 3/8 inch and none larger than
3/4 inch. Gravel sizes shall be equally proportioned and thoroughly mixed.
E. Gate Valves smaller than 4" shall be standard brass gate valves, double disk or wedge type,
designed for a maximum working pressure of 150 psi.
2.6 CONTROLS
A. Manufacturers: Hunter Model ICC 800-M Series, 32 Station Controller.
B. Controllers: The controller shall have three independent programs (A, B, C) with 8 start times
per program for a total of up to 24 start times per zone and one program (D) that can run
concurrently with the other programs. The controller shall have 4 weekly schedule options
to choose from: 7 -day calendar, 31 -day calendar, odd day programming and even day
programming. It shall also have a 365 -day calendar clock to accommodate true odd -even
watering. Operation shall be available in automatic, semi-automatic and manual modes. All
programming shall be accomplished by use of a programming dial and selection buttons with
user feedback provided by a LCD display.
The controller shall also have a seasonal adjust feature that allows for station run times to be
changed from 10% to 150% in 10% increments to compensate for weather changes.
It shall also have a programmable delay between valve stations.
Transformer input shall be .120 VAC, 60 Hz. Transformer output shall be 24 VAC, 1.5A (40
f, VA). Maximum output per station shall be 24 VAC, 0.56A. Program backup shall be
provided by a non-volatile memory circuit that will hold the program, date and time
indefinitely. The controller shall have Metal Oxide Varistors (MOVs) on the power input
} portion and the secondary output portion to help protect the micro -circuitry from power
surges. There shall be self-diagnostic, electronic short circuit protection that detects a faulty
circuit, -continues watering the remainder of the program, and reports the faulty station on the
display.
01272201 IRRIGATION SYSTEMS 02810-5
08/01
The controller shall be installed in accordance with the manufacturer's published instructions.
The controller shall carry a conditional five year exchange warranty. The automatic
controller(s) shall be the ICC series controller as manufactured for Hunter Industries
Incorporated, San Marcos, California.
The station ability of the controller shall be 32.
C. Controller Housing: NEMA 3R, V.L outdoor; weatherproof, watertight, with lockable access
door. Metal Controller will be wall mountable per manufacturer's recommendations.
D. Wire Conductors: Color coded.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify site conditions under provisions of Section 01040.
B. Verify location of existing utilities.
C. Verify that required utilities are available, in proper location, and ready for use.
3.2 PREPARATION
A. Piping layout indicated is diagrammatic only. Route piping to avoid plants, ground cover, and
structures.
B. Before installation begins, the Contractor shall place a flag stake where each and every
sprinkler is to be located in accordance with the plans. The staking shall be approved in
writing by the Owner. Should a discrepancy in the plans become apparent at this time, in
regard to size, shape or coverage of the areas, the discrepancy shall be submitted in writing
to the Owner.
C. Review layout requirements with other affected work. Coordinate locations of sleeves under
paving to accommodate system.
3.3 TRENCHING
A. Trench Size:
1. Minimum Width: 4 inches wider than max. o.d. of piping to be installed.
2. Minimum Cover Over Installed Supply Piping: 18 inches total.
3. Minimum Cover Over Installed Branch Piping: 14 inches total.
4. Minimum Cover Over Installed Outlet Piping: 14 inches total.
B. Trench to accommodate grade changes.
C. Maintain trenches free of debris, material, or obstructions that may damage pipe.
D. If rock is encountered, trenches are to be over excavated by 3 inches to allow for a 3" layer
of finely graded sand under all piping. After the piping is installed, finely graded sand shall
be placed around the piping up to a point 3" above the piping.
E. All trenches are to be inspected and approved by Owner before covering.
01272201 IRRIGATION SYSTEMS 02810-6
08/01
F. Trench digging machinery may be used to make trench excavation except in places where
operation of same would cause damage to existing structures either above or below ground;
in such instances, hand methods shall be employed. The Contractor shall locate all existing
underground lines, of which he has been advised whether or not they are shown on the
drawings, sufficiently in advance of the trenching to make whatever provisions necessary to
prevent damage thereto. Extreme care shall be used to prevent such damage and the
Contractor shall be fully responsible for damage to any such lines.
G. There will be no classification of, or extra payment for excavated materials and all materials
encountered shall be excavated as required. Adjacent structures shall be protected from
damage by construction equipment. All excavated material shall be piled in a manner which
will not endanger the work or existing structures and which will cause the least obstruction
to roadways.
H. The Contractor will be required to locate all known utility lines far enough in advance of the
trenching to make proper provisions for protecting the lines and to allow for any deviations
that may be required from the established lines and grades.
I. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and
at the Contractor's expense as directed by the Owner.
J. All trenches and adjoining areas shall be hand raked to leave the grade in as good or better
condition than before construction.
K. All trench backfill shall be flooded to prevent settling. Tamping is required, at road crossings
the material shall be placed in 8 -inch layers, moistened if necessary, and thoroughly
compacted with mechanical tampers from the bottom of the trench to the finish grade to a
density of a least 95 % of maximum density at optimum moisture as determined by ASTM
D698.
L. All settling and low areas that occur within the first twelve (12) months will be the
responsibility of the Contractor to fill and level.
M. It is understood that the piping layout is diagrammatic and piping shall be routed in such a
manner to achieve the intent of the plan.
3.4 INSTALLATION
A. Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions.
B. Connect to utilities.
C. Set outlets and box covers at finish grade elevations.
D. Provide for thermal movement of components in system.
E. Swing Joints
1. Swing joints shall be used on all sprinklers (rotary and pop-up) and shall be of the same
diameter as the inlet opening.
2. Premanufactured swing joints shall be used as manufactured by Spears swing joint
schedule 80+, or approved equal (Rotary heads only). See drawing details for fixed
spray sprinkler swing joints.
F. Wiring
1. All wiring shall be No. 14, Type UF, copper direct bury type made for the irrigation
industry. Wiring shall be color -keyed: white for ground, red for operation of equipment.
2. Wire splices will only be allowed to occur within an accessible control box. In-line
direct burial splices will not be allowed. Wire splices shall be DBY model as
manufactured by 3M Company or approved equal.
3. Provide looped slack at valves and snake wires in trench to allow for contraction of
wires.
J
01272201
r l 08/01
IRRIGATION SYSTEMS
02810-7
4. All wire passing under paving, sidewalk, etc., shall be encased in plastic conduit
extending at least 12" beyond edges of paving or construction.
5. All electrical control wiring shall be wrapped together on 10 -feet increments with plastic
straps. An electrical wiring schematic shall be furnished with the equipment.
G. After piping is installed, but before outlets are installed and backfilling commences, open
valves and flush system with full head of water.
H. Dissimilar Materials Piping Joints: Construct joints using adapters that are compatible with
both piping materials, outside diameters, and system working pressure.
3.5 TESTING AND INSPECTION
A. Do not allow any of the work in this section to be covered or enclosed until it has been
inspected, tested and approved by the Owner or Owner's Representative.
B. Fill the main line with water for a 24-hour period prior to testing.
C. Pressure test main lines with 100 psi for a period of 2 hours. Allowable leakage shall be as
determined by the formula listed in AWWA C600. Owner will witness and approve all tests.
Notify Owner at least 24 hours in advance of all testing.
D. Provide all testing equipment and personnel required to complete the testing procedure.
Repeat testing as required.
E. Flush, clean, adjust and balance all systems.
F. Adjust heads for proper coverage.
3.6 CLEANING AND ADJUSTING
A. Flush dirt and debris from piping before installing sprinklers and other devices.
B. Adjust automatic control valves to provide flow rate of rated operating pressure required for
each sprinkler circuit.
C. Carefully adjust lawn sprinklers so they will be flush with, or not more than 2 inch below
finish grade after completion of landscape work.
D. Adjust settings of controllers and automatic control valves.
E. Contractor will be required to remove all construction debris from the site. Final clean up by
the contractor must be acceptable to the owner.
3.7 COMMISSIONING
A. Starting Procedures: Follow manufacturer's written procedures. If no procedures are
prescribed by manufacturers, proceed as follows:
1. Verify that specialty valves and their accessories have been installed correctly and
operate correctly.
2. Verify that specified tests of piping are complete.
3. Check that sprinklers and devices are correct type.
4. Check that damaged sprinklers and devices have been replaced with new materials.
5. Check that potable water supplies have correct type backflow preventers.
6. Energize circuits to electrical equipment and devices.
7. Adjust operating controls.
B. Operational Testing: Perform operational testing after hydrostatic testing is completed, backfill
is in place, and sprinklers are adjusted to final position.
01272201 IRRIGATION SYSTEMS 02810-8
08101
3.8 DEMONSTRATION
A. Demonstrate to Owner that system meets coverage requirements and that automatic controls
function properly.
B. Demonstrate to Owner's maintenance personnel operation of equipment, sprinklers,
specialties, and accessories. Review operating and maintenance information.
C. Provide 7 days' written notice in advance of demonstration.
01272201
08/01
END OF SECTION
IRRIGATION SYSTEMS
02810-9
SECTION 02900
SEEDING
PART 1 GENERAL
1 A RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Seeding at all disturbed areas.
B. Establishment of grass.
C. Fertilizers.
1.3 RELATED SECTIONS
A. Section 02200 - Excavation, Subgrade Preparation, Grading and Embankment.
B. Section 02300 - Earthwork Civil.
1.4 SUBMITTALS
A. Product certificates signed by manufacturers certifying that their products comply with specified
requirements.
1. Manufacturer's certified analysis for standard products.
2. Analysis for other materials by a recognized laboratory made according to methods
established by the Association of Official Analytical Chemists, where applicable.
3. Label data substantiating that plants, trees, shrubs, and planting materials comply with
specified requirements.
B. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical
and common name and percentage by weight of each species and variety, and percentage of
purity, germination, and weed seed. Include the year of production and date of packaging.
C. Material test reports from qualified independent testing agency indicating and interpreting test
results relative to compliance of the following materials with requirements indicated.
1. Analysis of existing surface soil.
2. Analysis of imported topsoil.
D. Planting schedule indicating anticipated dates and locations for each type of planting.
E. Maintenance instructions recommending procedures to be established by Owner for
maintenance of landscaping during - an entire year. Submit before expiration of required
maintenance periods.
01272201 SEEDING 02900-1
08/01
1.5 QUALITY ASSURANCE
A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work
similar in material, design, and extent to that indicated for this Project and with a record of
successful landscape establishment.
1. Installer's Field Supervision: Require Installer to maintain an experienced full-time
supervisor on the Project site during times that landscaping is in progress.
B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must
demonstrate to Architect's satisfaction, based on evaluation of agency -submitted criteria
conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct
the testing indicated without delaying the Work.
C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing agency
stating percentages of organic matter, inorganic matter (silt, clay, and sand), deleterious
material, pH, and mineral and plant -nutrient content of topsoil.
1. Report suitability of topsoil for growth of applicable planting material. State recommended
quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum
sulfate, or other soil amendments to be added to produce a satisfactory topsoil.
D. Preinstallation Conference: Conduct conference at Project site to comply with requirements of
Section 01500.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and
name of manufacturer. Protect materials from deterioration during delivery and while stored
at site.
B. Seed: Deliver seed in original sealed, labeled, and undamaged containers.
C. Sod: Harvest, deliver, store and handle sod accounting to requirements in TPI's "Specifications
for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and
Installation" in it's "Guideline Specifications to Turfgrass Sodding."
1.7 PROJECT CONDITIONS
A. Utilities: Determine location of above grade and underground utilities and perform work in a
manner which will -avoid damage. Hand excavate, as required. Maintain grade stakes until
removal is mutually agreed upon by parties concerned.
B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill,
adverse drainage conditions, or obstructions, notify Architect before planting.
1.8 COORDINATION AND SCHEDULING
A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods
with maintenance periods to provide required maintenance from date of substantial completion.
1. Seeding: February — May
2. Sodding: March — September
B. Weather Limitations: Proceed with planting only when existing and forecasted weather
conditions permit.
01272201 SEEDING 02900-2
08/01
- 1.9 WARRANTY
t
A. General Warranty: The special warranty specified in this Article shall not deprive the Owner
of other rights the Owner may have under other provisions of the Contract Documents and shall
be in addition to, and run concurrent with, other warranties made by the Contractor under
requirements of the Contract Documents.
1.10 MAINTENANCE
A. Begin maintenance immediately after each area is planted and continue until acceptable stand
of grass is established, but for not less than the following periods:
1. Seeded: 60 days after date of Substantial Completion.
a) When full maintenance period has not elapsed before end of planting season, or if
lawn is not fully established at that time, continue maintenance during next planting
season.
2. Sodded: 30 calendar days after date of Substantial Completion.
B. Maintain and establish grasses by watering, fertilizing, weeding, mowing, trimming,
replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch
to produce a consistent stand of grass.
C. Watering: Provide and maintain temporary piping, hoses, and watering equipment to convey
water from sources and to keep grass uniformly moist to a depth of 4 inches.
1. Water grass at the minimum rate of 1 inch per week.
D. Mow grass as soon as there is enough top growth to cut with mower set at specified height for
principal species planted. Repeat mowing as required to maintain specified height without
cutting more than 40 percent of the grass height. Remove no more than 40 percent of grass -leaf
growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over
and become matted. Do not mow when grass is wet.
E. Postfertilization: Apply fertilizer to grass after first mowing and when grass is dry.
1. Use fertilizer that will provide actual nitrogen of at least 1 lb. Per 1000 sq. ft. of lawn
area.
PART 2- PRODUCTS
2.1 GRASS MATERIALS
A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed
Analysts' "Rules for Testing Seeds" for purity and germination tolerances.
1. Seed Species: Seed of grass species as follows, with not less than 95 percent germination,
not less than 85 percent pure seed, and not more than 0.5 percent weed seed.
a) Bermuda grass (cynodon dactylon tiffway caltivar) at 9.0 pounds of live seed per
area.
2.2 FERTILIZER
A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting
of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of
urea -form, phosphorous, and potassium in the following composition:
- 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium by
weight.
01272201 SEEDING 02900-3
08/01
B. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials"
in it's "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density,
color and texture, strongly rooted, and capable of vigorous growth and development when
planted.
1. Turfgrass Species: Bermuda grass (cynodon dactylon tiffway caltivar)
PART 3 EXECUTION
3.1 EXAMINATION
A. Examine areas to receive landscaping for compliance with requirements and for conditions
affecting performance of work of this Section. Do not proceed with installation until
unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Outline areas, and secure Architect's acceptance before the start of planting work. Make minor
adjustments as may be required.
B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of
soil -bearing water runoff or airborne dust.
3.3 PLANTING SOIL. PREPARATION
A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous
materials harmful to plant growth.
B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if
planting does not follow placing of planting soil within a few days.
1. A "Planting Soil Amendments Schedule" is included at the end of this Section.
C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix
thoroughly before planting.
3.4 GRASS PLANTING PREPARATION
A. Limit subgrade preparation to areas that will be planted in the immediate future.
B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1-1/2 inch in any
dimension and sticks, roots, rubbish, and other extraneous materials, and legally dispose of
them off Owner's property.
C. Reduce elevation of planting soil to allow for soil thickness of sod in used.
D. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown,
after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen.
1. Place approximately 1/2 the thickness of planting soil mixture required. Work into top of
loosened subgrade to create a transition layer and then place remainder of planting soil
mixture.
E: Grade grass areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake,
remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can
be planted in the immediate future. Remove trash, debris, stones larger than 12 inch in any
dimension, and other objects that may interfere with planting or maintenance operations.
01272201 SEEDING 02900-4
08/01
F. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow
surface to dry before planting. Do not create muddy soil.
G. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting.
3.5 SEEDING NEW GRASSED AREAS
A. Sow seed with a spreader or a seeding machine. Do not broadcast or drop seed when wind
velocity exceeds 2 mph. Evenly distribute seed by sowing equal quantities in 2 directions at
right angles to each other.
1. Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage.
B. Sow seed at the rate of 130 pounds of pure live seed (pis) per acre.
C. Rake seed lightly into top 1/4 inch of topsoil, roll lightly, and water with fine spray.
3.6 SODDING
A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or
muddy.
B. Lay sod to form a solid mass of tightly fitted joints. Butt ends and sides of sod; do not stretch
or overlap. Stagger sod strips or pad to offset joints in adjacent courses. Avoid damage to
subgrades or sod during installation. Tamp and roll tightly to ensure contact with subgrade,
eliminate pockets, and form a smooth surface. Work cracks between pieces of sod.
C. Saturate sod with fine water spray within two hours of planting. During the first week, water
daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2
inches below sod.
3.7 SATISFACTORY WORK
A. Satisfactory Seeded Areas: At the end of maintenance period, a healthy, uniform, close stand
of grass has been established, free of weeds and surface irregularities, with coverage exceeding
90 percent over any 10 sq. ft and bare spots not exceeding 5 by 5 inches.
B. Satisfactory Sodded Areas: At the end of maintenance period, a healthy, well -rooted, even -
colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and
surface irregularities.
3.8 CLEANUP AND PROTECTION
A. During landscaping, keep pavements clean and work area in an orderly condition.
B. Protect landscaping from damage due to landscape operations, operations by other contractors
and trades, and trespassers. Maintain protection during installation and maintenance periods.
Treat, repair, or replace damaged landscape work as directed.
3.9 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil,
trash, and debris, and legally dispose of it off the Owner's property.
B. Grassed Areas: Provide soil amendments in not less than the following quantities:
1. Weight of commercial fertilizer per acre: 400 lbs.
01272201 SEEDING 02900-5
08/01
3. 10 PAYMENT
A. Payment will not be made for soil preparation, seeding and fertilizing prior to planting and
establishing a stand acceptable to the Architect.
END OF SECTION
01272201 SEEDING 02900-6
08/01
SECTION 03300
CAST -IN-PLACE CONCRETE
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of
this Section.
1.2 SUMMARY
A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete
materials, mix design, placement procedures, and finishes.
B. Related Sections include the following:
1. Division 2 Section "Earthwork" for drainage fill under slabs -on -grade.
C. Cast -in -Place Concrete includes the following:
1. Foundations and footings.
2. Slabs -on -grade.
1.3 SUBMITTALS
A. Product Data: For each type of manufactured material and product indicated.
B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics
of materials, project conditions, weather, test results, or other circumstances warrant
adjustments.
1. Indicate amounts of mix water to be withheld for later addition at Project site.
C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement,
prepared " according to ACI 315, "Details and Detailing of Concrete Reinforcement."
Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement,
and supports of concrete reinforcement. Include special reinforcement required for
openings through concrete structures.
D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified
professional engineer detailing fabrication, assembly, and support of formwork. Design
and engineering of formwork are Contractor's responsibility.
E. Material Certificates: Signed by manufacturers certifying that each material item complies
with requirements. Provide classification from admixture manufacturers chloride content
complies with specification requirements.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete Work
similar in material, design, and extent to that indicated for this Project and whose work
has resulted in construction with a record of successful in-service performance.
01272201 CAST — IN PLACE CONCRETE 03300-1
08/01
B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete
products complying with ASTM C 94 requirements for production facilities and
equipment.
1. Manufacturer must be certified according to the National Ready Mixed Concrete
Association's Certification of Ready Mixed Concrete Production Facilities.
C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities
having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the
testing indicated, as documented according to ASTM E 548. The Contractor will be
responsible for coordination and scheduling required testing.
D. Source Limitations: Obtain each type or class of cementitious material of the same brand
from the same manufacturer's plant, each aggregate from one source, and each admixture
from the same manufacturer.
E. ACI Publications: Comply with the following, unless more stringent provisions are
indicated:
1. ACI 301, "Specification for Structural Concrete.
2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials."
3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice."
PART 2 PRODUCTS
2.1 FORM -FACING MATERIALS
A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true,
and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of
joints.
1. Plywood, metal, or other approved panel materials.
B. Rough -Formed Finished Concrete: Plywood, lumber, metal, or another approved material.
Provide lumber dressed on at least two edges and one side for tight fit.
C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.
D. Form -Release Agent: Commercially formulated form -release agent that will not bond with,
stain, or adversely affect concrete surfaces and will not impair subsequent treatments of
concrete surfaces.
1. Formulate form -release agent with rust inhibitor for steel form -facing materials.
E. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced
plastic form ties designed to resist lateral pressure of fresh concrete on forms and to
prevent spalling of concrete on removal.
1. Furnish ties that, when removed, will leave holes not larger than 1 inch in diameter in
concrete surface.
2.2 STEEL REINFORCEMENT
X. Reinforcing Bars: ASTM A 615, Grade 60, deformed.
01272201 CAST - IN PLACE CONCRETE 03300-2
08/01
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and
fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports
according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast
concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as
follows:
1. For slabs -in -grade, use supports with sandplates or horizontal runners where base
material will not support chair legs.
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
1. Fly Ash: ASTM C 618, Class F.
B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as specified. Provide
aggregates from a single source for exposed concrete.
1. For exposed exterior surfaces, do not use fine or course aggregates that contain
substances that cause spalling.
2. Nominal Maximum Aggregate Size: 3/4 inch.
3. Combined Aggregate Gradation: Size 57.
C. Water: Potable and complying with ASTM C 94.
2.5 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent
water-soluble chloride ions by mass of cementitious material and to be compatible with
other admixtures and cementitious materials. Do not use admixtures containing calcium
chloride.
B. Water -Reducing Admixture: ASTM C 494, Type A.
C. High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
D. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
E. _ Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
2.6 VAPOR RETARDERS
A. Provide vapor retarder that is resistant to deterioration when tested according to ASTM
154, as follows:
1. Three-ply, nylon or polyester -cord -reinforced, laminated high density polythylene
sheet, 7.8 mils thick.
2.7 CURING MATERIALS
A. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene
sheet.
B. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1,
Class A. Moisture loss not more than 0.55 kg/sq. in. when applied at 200 sq. ft. per gal.
01272201 CAST — IN PLACE CONCRETE 03300-3
08/01
2.8 RELATED MATERIALS
A. Epoxy Joint Filler: Two -component, semirigid, 100 percent solids, epoxy resin with a
Shore A hardness of 80 per ASTM D 2240.
2.9 CONCRETE MIXES
A. Prepare design mixes for each type and strength of concrete determined by either
laboratory trial mix or field test data bases, as follows:
1. Proportion normal -weight concrete according to ACI 301.
B. Use a qualified independent testing agency for preparing and reporting proposed mix
designs for the laboratory trial mix basis.
1. Do not use the same testing agency for field quality control testing.
C. Footings and Foundation Walls: Proportion normal -weight concrete mix as follows:
L Compressive Strength (28 Days): 3000 psi.
2. Minimum Slump: 3 inches.
3. Maximum Slump: 5 inches.
4. Maximum water - cementitious material ratio: .45.
5. Cementitious material shall be 20% fly ash by weight.
D. Slab -on -Grade: Proportion normal -weight concrete mix as follows:
1. Compressive Strength (28 Days): 3000 psi.
2. Minimum Slump: 3 inches.
3. Maximum Slump: 7 inches.
4. Maximum water - cementitious material ratio: .45.
5. Cementitious material shall be 20% fly ash by weight.
E. Cementitious Materials: For concrete exposed to deicers, limit percentage, by weight, of
cementitious materials other than portland cement according to ACI 301 requirements.
F. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than
portland cement in concrete as follows:
1. Fly Ash: 20 percent.
G. Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not
allow entrapped air content to exceed 3 percent.
H. Limit water-soluble, chloride -ion content in hardened concrete to 0.15 percent by weight
of cement.
I. Admixtures: Use admixtures according to manufacturer's written instructions.
1. Use water -reducing admixture or high -range water -reducing admixture
(superplasticizer) in concrete, as required, for placement and workability.
2. Use water -reducing and retarding admixture when required by high temperatures, low
humidity, or other adverse placement conditions.
3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial
slabs and parking structure slabs, concrete required to be watertight, and concrete
with a water-cementitious materials ratio below 0.50.
2.10 FABRICATING REINFORCEMENT
A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice."
01272201 CAST - IN PLACE CONCRETE 03300-4
08/01
1
{ 2.11 CONCRETE MIXING
H A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to
ASTM C 94 and ASTM C 1116, and furnish batch ticket information.
1. When air temperature is between 85 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.
PART 3 EXECUTION
3.1 GENERAL
A. Coordinate the installation of joint materials, vapor retarder, and other related materials
with placement of forms and reinforcing steel.
B. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support
vertical, lateral, static, and dynamic loads, and construction loads that might be applied,
until concrete structure can support such loads.
C. Construct formwork so concrete members and structures are of size, shape, alignment,
elevation, and position indicated, within tolerance limits of ACI 117.
D. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as
follows:
1. Class B, 1/4 inch.
E. Construct forms tight enough to prevent loss of concrete mortar.
F. Fabricate forms for easy removal without hammering or prying against concrete surfaces.
Provide crush or wrecking plates where stripping may damage cast concrete surfaces.
Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood
inserts for forming keyways, reglets, recesses, and the like, for easy removal.
1. Do not use rust -stained steel form -facing material.
G. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required
elevations and slopes in finished concrete surfaces. Provide and secure units to support
screed strips; use strike -off templates or compacting -type screeds.
H. Provide temporary openings for cleanouts and inspection ports where interior area of
formwork is inaccessible. Close openings with panels tightly fitted to forms and securely
braced to prevent loss of concrete mortar. Locate temporary openings in forms at
inconspicuous locations.
I. Chamfer exterior corners and edges of permanently exposed concrete.
J. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and
bulkheads required in the Work. Determine sizes and locations from trades providing such
items.
K. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust,
dirt, and other debris just before placing concrete.
L: Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks
and maintain proper alignment.
01272201 CAST — IN PLACE CONCRETE 03300-5
08/01
M. Coat contact surfaces of forms with form -release agent, according to manufacturer's
written instructions, before placing reinforcement.
1. Do not allow excess form -coating material to accumulate in forms or come into
contact with in-place concrete surfaces against and which fresh concrete will be
placed.
3.2 EMBEDDED ITEMS
A. Place and secure anchorage devices and other embedded items required for adjoining work
that is attached to or supported by cast -in-place concrete. Use Setting Drawings, templates,
diagrams, instructions, and directions furnished with items to be embedded.
1. Install anchor bolts, accurately located, to elevations required.
3.3 REMOVING AND REUSING FORMS
A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work,
that does not support weight of concrete may be removed after cumulatively curing at not
less than 50 deg F for 24 hours after placing concrete provided concrete is hard enough to
not be damaged by form -removal operations and provided curing and protection operations
are maintained.
B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or
otherwise damaged form -facing material will not be acceptable for exposed surfaces.
Apply new form -release agent.
C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close
joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed
concrete surfaces unless approved by Architect.
3.4 SHORES AND RESHORES
A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design,
installation, and removal of shoring and reshoring.
B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and
provide adequate reshoring to support construction without excessive stress or deflection.
3.5 VAPOR RETARDERS
A. Vapor Retarder: Place, protect, and repair vapor -retarder sheets according to
ASTM E 1643 and manufacturer's written instructions.
B. Fine -Graded Granular Material: Cover vapor retarder with fine -graded granular material,
moisten, and compact with mechanical equipment to elevation tolerances of plus 0 inch or
minus 3/4 inch.
3.6 STEEL REINFORCEMENT
A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement.
1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder
before placing concrete.
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.
01272201 CAST — IN PLACE CONCRETE 03300-6
08/01
C. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcement with bar supports to maintain minimum concrete cover. Do not tack
weld crossing reinforcing bars.
D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces.
3.7 JOINTS
A. General: Construct joints true to line with faces perpendicular to surface plane of concrete.
B. Construction Joints: Install so strength and appearance of concrete are not impaired, at
locations indicated or as approved by Architect.
1. Place joints perpendicular to main reinforcement. Continue reinforcement across
construction joints, unless otherwise indicated. Do not continue reinforcement through
sides of strip placements of floors and slabs.
2. Use a bonding agent at locations where fresh concrete is placed against hardened or
partially hardened concrete surfaces.
C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning
concrete into areas as indicated. Construct contraction joints for a depth equal to at least
one-fourth of concrete thickness, as follows:
1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof
abrasive or diamond -rimmed blades. Cut 1/8 -inch- wide joints into concrete when
cutting action will not tear, abrade, or otherwise damage surface and before concrete
develops random contraction cracks.
3.8 CONCRETE PLACEMENT
A. General: Comply with ACI 304 "Guide for Measuring, Mixing, Transporting, and Placing
Concrete," and as specified.
B. Before placing concrete, verify that installation of formwork, reinforcement, and
embedded items is complete and that required inspections have been performed. Notify
other trades to permit installations of their work.
C. Deposit concrete continuously or in layers of such thickness that no new concrete will be
placed on concrete that has hardened enough to cause seams or planes of weakness. If a
section cannot be placed continuously, provide construction joints as specified. Deposit
concrete to avoid segregation.
D. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to
avoid inclined construction joints. Place each layer while preceding layer is still plastic, to
avoid cold joints.
1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and
procedures for consolidating concrete recommended by ACI 309R.
2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators
vertically at uniformly spaced locations no farther than the visible effectiveness of the
vibrator. Place vibrators to rapidly penetrate placed ' layer and at least 6 inches into
preceding layer. Do not insert vibrators into lower layers of concrete that have begun
,to lose plasticity. At each insertion, limit duration of vibration to time necessary to
consolidate concrete and complete embedment of reinforcement and other embedded
items without causing mix constituents to segregate.
01272201 CAST - IN PLACE CONCRETE 03300-7
08/01
E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within
limits of construction joints, until placement of a panel or section is complete.
1. Consolidate concrete during placement operations so concrete is thoroughly worked
around reinforcement and other embedded items and into comers.
2. Maintain reinforcement in position on chairs during concrete placement.
3. Screed slab surfaces with a straightedge and strike off to correct elevations.
4. Begin initial floating using bull floats or darbies to form a uniform and open -textured
surface plane, free of humps or hollows, before excess moisture or bleedwater
appears on the surface. Do not further disturb slab surfaces before starting finishing
operations.
F. 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.
I. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly
heat water and aggregates before mixing to obtain a concrete mixture temperature of
not less than 50 deg F and not more than 80 deg F at point of placement.
2. Do not use frozen materials or materials containing ice or snow. Do not place
concrete on frozen subgrade or on subgrade containing frozen materials.
3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or
chemical accelerators, unless otherwise specified and approved in mix designs.
G. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and
as follows, when hot -weather conditions exist:
1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at
time of placement. Chilled mixing water or chopped ice may be used to control
temperature, provided water equivalent of ice is calculated to total amount of mixing
water. Using liquid nitrogen to cool concrete is Contractor's option.
2. Cover steel reinforcement with water -soaked burlap so steel temperature will not
exceed ambient air temperature immediately before embedding in concrete.
3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete.
Keep subgrade moisture uniform without standing water, soft spots, or dry areas.
4. Use water -reducing retarding admixture when required by high temperatures, low
humidity, or other adverse placing conditions, as acceptable to Architect.
3.9 FINISHING FORMED SURFACES
A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie
holes and defective areas repaired and patched. Remove fins and other projections
exceeding ACI 347R limits for class of surface specified.
B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material,
arranged in an orderly and symmetrical manner with a minimum of seams. Repair and
patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch
in height.
1. Apply to concrete surfaces exposed to public view or to be covered with a coating or
covering material applied directly to concrete, such as waterproofing, dampproofing,
veneer plaster, or painting.
01272201 CAST — IN PLACE CONCRETE 03300-8
08/01
C. Rubbed Finish: Apply the following to smooth -formed finished concrete:
1. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete
m surfaces and rub with carborundum brick or another abrasive until producing a uniform
color and texture. Do not apply cement grout other than that created by the rubbing
process.
D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed
surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching
adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly
across adjacent unformed surfaces, unless otherwise indicated.
3.10 FINISHING FLOORS AND SLABS
A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and
finishing operations for concrete surfaces. Do not wet concrete surfaces.
B. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is
small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill
low spots. Repeat float passes and restraightening until surface is left with a uniform,
smooth, granular texture.
1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to
floor and slab surfaces to be covered with fluid -applied or sheet waterproofing, built-
up or membrane roofing, or sand -bed terrazzo.
C. Trowel Finish: After applying float finish, apply first trowel finish and consolidate
concrete by hand or power -driven trowel. Continue troweling passes and restraighten until
surface is free of trowel marks and uniform in texture and appearance. Grind smooth any
surface defects that would telegraph through applied coatings or floor coverings.
1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to
view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a
cleavage membrane, paint, or another thin film -finish coating system
D. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and
elsewhere as indicated.
1. Immediately after float finishing, slightly roughen trafficked surface by brooming with
fiber -bristle broom perpendicular to main traffic route. Coordinate required final
finish with Architect before application.
3.11 MISCELLANEOUS CONCRETE ITEMS
A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated,
after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend
with in-place construction. Provide other miscellaneous concrete filling indicated or
required to complete Work.
B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still
green and by steel -troweling surfaces to a hard, dense finish with corners, intersections,
and terminations slightly rounded.
C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations
as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations,
complying with diagrams or templates of manufacturer furnishing machines and
equipment.
01272201 CAST — IN PLACE CONCRETE 03300-9
08/01
3.12 CONCRETE PROTECTION AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. Comply with ACI 306.1 for cold -weather protection and with
recommendations in ACI 305R for hot -weather protection during curing.
B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported
slabs, and other similar surfaces. If forms remain during curing period, moist cure after
loosening forms. If removing forms before end of curing period, continue curing by one or
a combination of the following methods:
C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed
surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by one or
a combination of the following methods:
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.
3.13 CONCRETE SURFACE REPAIRS
A. Defective Concrete: Repair and patch defective areas when approved by Architect.
Remove and replace concrete that cannot be repaired and patched to Architect's approval.
B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to
two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for
handling and placing.
C. Repairing Formed Surfaces: Surface defects include color and texture irregularities,
cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the
surface, and stains and other discolorations that cannot be removed by cleaning.
1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more
than 1/2 inch in any dimension in solid concrete but not less than 1 inch in depth.
_Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and
brush -coat holes and voids with bonding agent. Fill and compact with patching mortar
before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs
secured in place with bonding agent.
2. Repair defects on surfaces exposed to view by blending white portland cement and
standard portland cement so that, when dry, patching mortar will match surrounding
color. Patch a test area at inconspicuous locations to verify mixture and color match
before proceeding with patching. Compact mortar in place and strike off slightly
higher than surrounding surface.
3. Repair defects on concealed formed surfaces that affect concrete's durability and
structural performance as determined by Architect.
01272201 CAST - IN PLACE CONCRETE 03300-10
08/01
D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish
and verify surface tolerances specified for each surface. Correct low and high areas. Test
surfaces sloped to drain for trueness of slope and smoothness; use a sloped template.
1. Repair finished surfaces containing defects. Surface defects include spalls, popouts,
honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that
penetrate to reinforcement or completely through unreinforced sections regardless of
width, and other objectionable conditions.
2. After concrete has cured at least 14 days, correct high areas by grinding.
3. Correct localized low areas during or immediately after completing surface finishing
operations by cutting out low areas and replacing with patching mortar. Finish
repaired areas to blend into adjacent concrete.
4. Correct other low areas scheduled to receive floor coverings with a repair
underlayment. Prepare, mix, and apply repair underlayment and primer according to
manufacturer's written instructions to produce a smooth, uniform, plane, and level
surface. Feather edges to match adjacent floor elevations.
5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out
low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent
floor elevations. Prepare, mix, and apply repair topping and primer according to
manufacturer's written instructions to produce a smooth, uniform, plane, and level
surface.
6. Repair defective areas, except random cracks and single holes 1 inch or less in
diameter, by cutting out and replacing with fresh concrete. Remove defective areas
with clean, square cuts and expose steel reinforcement with at least 3/4 inch clearance
all around. Dampen concrete surfaces in contact with patching concrete and apply
bonding agent. Mix patching concrete of same materials and mix as original concrete
except without coarse aggregate. Place, compact, and finish to blend with adjacent
finished concrete. Cure in same manner as adjacent concrete.
7. Repair random cracks and single holes 1 inch or less in diameter with patching
mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust,
dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent.
Place patching mortar before bonding agent has dried. Compact patching mortar and
finish to match adjacent concrete. Keep patched area continuously moist for at least 72
hours.
E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy
adhesive and patching mortar.
F. Repair materials and installation not specified above may be used, subject to Architect's
approval.
3.14 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency
to sample materials, perform tests, and submit test reports during concrete placement.
Sampling and testing for quality control may include those specified in this Article.
J
01272201 CAST - IN PLACE CONCRETE 03300-11
08/01
B. Testing Services: Testing of composite samples of fresh concrete obtained according to
ASTM C 172 shall be performed according to the following requirements:
1. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or
fraction thereof of each concrete mix placed each day.
a) When frequency of testing will provide fewer than five compressive -strength
tests for each concrete mix, testing shall be conducted from at least five
randomly selected batches or from each batch if fewer than five are used.
2. Slump: ASTM C 143; one test at point of placement for each composite sample, but
not less than one test for each day's pour of each concrete mix. Perform additional
tests when concrete consistency appears to change.
3. Air Content: ASTM C 231, pressure method, for normal -weight concrete;
ASTM C 173, volumetric method, for structural lightweight concrete; one test for
each composite sample, but not less than one test for each day's pour of each concrete
mix.
4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40
deg F and below and when 80 deg F and above, and one test for each composite
sample.
5. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set of four
standard cylinder specimens for each composite sample.
a) Mold and store cylinders for laboratory -cured test specimens except when field -
cured specimens are required.
6. Compressive -Strength Tests: ASTM C 39, one set for each day's pour exceeding 5
cu. yd. plus additional sets, for each 50 cu. yd. more than the first 25 cu. yd. each
concrete class placed in any one day; one specimen tested at 7 days, two tested at 28
days, one specimen retained in reserve for later testing if required.
C. Strength of each concrete mix will be satisfactory if every average of any three consecutive
compressive -strength tests equals or exceeds specified compressive strength and no
compressive -strength test value falls below specified compressive strength by more than
500 psi.
D. Test results shall be reported in writing to Architect, concrete manufacturer, and
Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain
Project identification name and number, date of concrete placement, name of concrete
testing and inspecting agency, location of concrete batch in Work, design compressive
strength at 28 days, concrete mix proportions and materials, compressive breaking
strength, and type of break for both 7 -and 28 -day tests.
E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may
be permitted by Architect but will not be used as sole basis for approval or rejection of
concrete.
F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete
when test results indicate that slump, air entrainment, compressive strengths, or other
requirements have not been met, as directed by Architect. Testing and inspecting agency
may conduct tests to determine adequacy of concrete by cored cylinders complying with
ASTM C 42 or by other methods as directed by Architect.
END OF SECTION
01272201 CAST — IN PLACE CONCRETE 03300-12
08/01
SECTION 03320
PORTLAND CEMENT CONCRETE PAVING
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES:
A. Formwork for pavements.
B. Formwork accessories.
C. Form stripping.
D. Reinforcing steel for pavements.
E. Cast -in-place concrete for pavements.
F. Concrete curing.
G. Striping.
1.3 RELATED SECTIONS:
A. Earthwork: Elsewhere in Division 2.
B. Cast -in-place concrete for structures: Division 3.
C. Joint sealers: Division 7.
1.4 REFERENCES
A. AASHTO M 182-91I -- Standard Specification for Burlap Cloth Made from Jute or Kenaf;
American Association of State Highway and Transportation Officials; 1991.
B. ACI 201.2R-92 -- Guide to Durable Concrete; American Concrete Institute; 1992.
C. ACI 211.1-91 -- Standard Practice for Selecting Proportions for Normal, Heavyweight, and
Mass Concrete; American Concrete Institute; 1991.
D. ACI 301-89 -- Specifications for Structural Concrete for Buildings; American Concrete
Institute; 1989.
E. ACI 302AR-89 -- Guide for Concrete Floor. and Slab Construction; American Concrete
Institute; 1989.
F. ACI 304R-89 -- Guide for Measuring, Mixing, Transporting, and Placing Concrete; American
Concrete Institute; 1989.
G. ACI 305R-91 -- Hot Weather Concreting; American Concrete Institute; 1991.
H. ACI 306R-88 -- Cold Weather Concreting; American Concrete Institute; 1988.
I. ASTM A 185-90a -- Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete
Reinforcement; 1990.
J. ASTM A 615-92 -- Standard Specification for Deformed and Plain Billet -Steel Bars for
Concrete Reinforcement; 1992.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-1
08/01
K. ASTM C 31-91 -- Standard Practice for Making and Curing Concrete Test Specimens in the
Field; 1991.
L. ASTM C 33-92 -- Standard Specification for Concrete Aggregates; 1992.
M. ASTM C 39-93a-- Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens; 1993.
N. ASTM C 42-90 — Standard Test Method for Obtaining and Testing Drilled Cores and Sawed
Beams of Concrete; 1990.
O. ASTM C 94-92a -- Standard Specification for Ready -Mixed Concrete; 1992.
P. ASTM C 143-90a -- Standard Test Method for Slump of Hydraulic Cement Concrete; 1990.
Q. ASTM C 150-94 — Standard Specification for Portland Cement; 1994.
R. ASTM C 171-92 -- Standard Specification for Sheet Materials for Curing Concrete; 1992.
S. ASTM C 172-90 -- Standard Practice for Sampling Freshly Mixed Concrete; 1990.
T. ASTM C 173-78 -- Standard Test Method for Air Content of Freshly Mixed Concrete by the
Volumetric Method; 1978.
U. ASTM C 231-91b -- Standard Test Method for Air Content of Freshly Mixed Concrete by the
Pressure Method; 1991.
V. ASTM C 260-94 — Standard Specification for Air -Entraining Admixtures for Concrete; 1994.
W. ASTM C 309-93 -- Standard Specification for Liquid Membrane -Forming Compounds for
Curing Concrete; 1993.
X. ASTM C 494-92 -- Standard Specification for Chemical Admixtures for Concrete; 1992.
Y. ASTM C 618-94a -- Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete; 1994.
Z. ASTM D 1751-83(91) -- Standard Specification for Preformed Expansion Joint Filler for
Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types);
1983 (Re -approved 1991).
AA. ASTM E 329-93b -- Standard Specification for Agencies Engaged in the Testing and/or
Inspection of Materials Used in Construction; 1993.
BB. CRSI MSP -1-90 -- Manual of Standard Practice; Concrete Reinforcing Steel Institute; 1990.
1.5 SUBMITTALS
A. Product Data: Submit manufacturer's product data for the following:
1. Concrete admixtures.
2. Curing compound.
B. Quality Control Submittals: Submit the following information related to quality assurance
requirements specified:
1. Design data: Submit proposed mix designs and test data before concrete operations begin.
Identify for each mix submitted the method by which proportions have been selected.
a) For mix designs based on field experience, include individual strength test results,
standard deviation, and required average compressive strength f(cr) calculations.
b) For mix designs based on trial mixtures, include trial mix proportions, test results,
and graphical analysis and show required average compressive strength f(cr).
c) Indicate quantity of each ingredient per cubic yard of concrete.
d) Indicate type and quantity of admixtures proposed or required.
2. Test reports: Submit laboratory test reports for all testing specified.
3. Certifications: Submit affidavits from an independent testing agency certifying that all
_ materials furnished under this section conform to specifications.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-2
08/01
4. Certifications: Provide certification from manufacturers of concrete admixtures that
chloride content complies with specified requirements.
5. Delivery tickets: Submit copies of delivery tickets complying with ASTM C 94 for each
load of concrete delivered to site.
6. Cold weather concreting: Submit description of planned protective measures.
7. Hot weather concreting: Submit description of planned protective measures.
1.6 QUALITY ASSURANCE
A. Testing Agency Services:
1. Employ, at contractor's expense, an independent testing agency acceptable to the architect
to perform specified tests and other services required for quality assurance.
a) Testing agency shall meet ASTM E 329 requirements.
B. Source of Materials: Obtain materials of each type from same source for the entire project.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Deliver reinforcement to project site bundled and tagged with metal tags indicating bar size,
lengths, and other data corresponding to information shown on placement drawings.
1. Store concrete reinforcement materials at the site to prevent damage and accumulation of
dirt or rust.
B. Store cementitious materials in a dry, weathertight location. Maintain accurate records of
shipment and use.
C. Store aggregates to permit free drainage and to avoid contamination with deleterious matter or
other aggregates. When stockpiled on ground, discard bottom 6 inches of pile.
D. Handle aggregates to avoid segregation.
1.8 PROJECT CONDITIONS
A. Cold -Weather Concreting: Comply fully with the recommendations of ACI 306.
1. Well in advance of proposed concreting operations, advise the architect of planned
- protective measures including but not limited to heating of materials, heated enclosures,
and insulating blankets.
B. Hot -Weather Concreting: Comply fully with the recommendations of ACI 305R.
1. Well in advance of proposed concreting operations, advise the architect of planned
protective measures including but not limited to cooling of materials before or during
mixing, placement during evening to dawn hours, fogging during finishing and curing,
shading, and windbreaks.
PART 2 PRODUCTS
2.1 FORMWORK
A. Pavement Forms: Standard steel paving forms in sections not less than 10 feet in length.
`i 1. Single piece; depth equal to slab thickness.
_ 2. Base width at least three-fourths of form depth but not less than 8 inches, unless otherwise
approved.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-3
08/01
3. Straightness tolerance: 1/8 inch in 10 feet from true plane surface along top; 1/4 inch in
10 feet along face.
4. Locking provisions at ends of abutting form sections.
5. Wood forms complying with the above provisions,. including base and locking, may be
used only where form of less than 10 feet is required.
6. Wet screeds will not be permitted.
2.2 REINFORCING MATERIALS
A. Reinforcing Bars: Provide deformed bars complying with the following, except where
otherwise indicated:
1. ASTM A 615, Grade 60.
B. Welded Wire Fabric: ASTM A 185, cold -drawn steel, plain.
C. Reinforcing Accessories:
1. Tie wire: Black annealed type, 16-1/2 gage or heavier.
2. Supports: Bar supports conforming to specifications of CRSI "Manual of Standard
Practice. "
a) Precast concrete blocks of strength equal to or greater than specified strength of
concrete or Class 3 supports equipped with sand plates, where concrete will be cast
against earth. Concrete masonry units will not be accepted.
D. Load Transfer Devices:
1. Dowels: Plain round or deformed bars, as shown on the drawings. Provide corrosion
inhibitor on unbonded end.
a) Metal expansion caps: Designed to provide not less than 1 inch of bar movement.
2.3 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, and as follows:
1. Type I, except where other type is specifically permitted or required.
2. Type I.
B. Fly Ash: ASTM C 618, Type C or F.
C. Water: Potable.
D. Aggregates:
1. Normal weight concrete: ASTM C 33.
a) Class 4M, size number 467.
2. Maximum size of coarse aggregates: One-third of depth of pavements.
E. Admixtures - General: Admixtures which result in more than 0.1 percent of soluble chloride
ions by weight of cement are prohibited.
F. Air -Entraining Admixture: ASTM C 260 and certified by manufacturer for compatibility with
other mix components.
G. Water -Reducing Admixture: ASTM C 494, Type A.
H. Water -Reducing, Retarding Admixture: ASTM C 494, Type D.
I. Water -Reducing and Accelerating Admixtures: ASTM C 494, Type E.
J. High -Range Water -Reducing Admixture (Superplasticizer): ASTM C 494, Type F or G.
K. Traffic Paint: White or yellow color. Pavement paint shall meet the requirements of Federal
Specification TT -P -1952 -D -Type 1.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-4
08/01
2.4 MISCELLANEOUS MATERIALS AND ACCESSORIES
A. Burlap: AASHTO M 182, Class 2 jute or kenaf cloth.
B. Moisture -Retaining Cover: ASTM C 171, and as follows:
1. Curing paper.
2. Polyethylene film.
3. White burlap -polyethylene sheeting.
C. Liquid Curing Compounds:
1. Curing compounds: Liquid membrane -forming curing compounds complying with ASTM
C 309, Type 1. The curing compound shall not be applied during rainfall. Curing
compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon
to not more than 75 -square feet.
2. Solvents: Provide water-based products.
D. Expansion Joint Filler:
1. Non -extruding bituminous type: ASTM D 1751.
2.5 CONCRETE MIX DESIGN
A. Required Average Strength: Establish the required average strength f(cr) of the design mix on
the basis of trial mixtures as specified in ACI 211, and proportion mixes accordingly. Employ
an independent testing agency acceptable to the architect for preparing and reporting proposed
mix design.
B. Specified compressive strength f'(c) at 28 days: 3,500 psi.
C. Admixtures:
1. Air -entraining admixture: Use in mixes for exterior exposed concrete unless otherwise
specifically indicated. Add at rate to achieve total air content in accordance with Table
1.4.3 of ACI 201.2. For concrete not exposed to exterior, add at rate to achieve total air
content between 2 percent and 4 percent.
2. Water -reducing admixture: Add as required for placement and workability.
3. Water -reducing and retarding admixture: Add as required in concrete mixes to be placed
at ambient temperatures above 90 degrees F.
4. Water -reducing and accelerating admixture: Add as required in concrete mixes to be
placed at ambient temperatures below 50 degrees F.
5. High -range water -reducing admixture (superplasticizer): Add as required for placement
and workability.
6. Do not use admixtures not specified or approved.
D. Mix Adjustments: Provided that no additional expense to owner is involved, contractor may
submit for architect's approval requests for adjustment to approved concrete mixes when
circumstances such as changed project conditions, weather, or unfavorable test results occur.
Include laboratory test data substantiating specified properties with mix adjustment requests.
-
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-5
08/01
2.6 CONTROL OF MIX IN THE FIELD
A. Slump: A tolerance of up to 1 inch above approved design mix slump will be permitted for 1
batch in 5 consecutive batches tested. Concrete of lower slump than that specified may be used,
provided proper placing and consolidation is obtained. The mix determined shall be workable
concrete having a slump between 1 and 2 inches as determined by ASTM C143. If high -range
water -reducing admixtures are used, the initial slump range of 1 to 2 inches shall not exceed
8 inches after the addition of the high -range water -reducing admixture.
B. Total Air Content: A tolerance of plus or minus 1-1/2 percent of approved design mix air
content will be allowed for field measurements. Air content, percent by volume 5 1/2%.
C. Do not use batches that exceed tolerances.
2.7 CONCRETE MIXING
A. Transit Mixers: Mix concrete materials in transit mixers, complying with requirements of
ASTM C 94.
1. At ambient temperatures of 85 to 90 degrees F, reduce mixing and delivery time to 75
minutes.
2. At ambient temperatures above 90 degrees F, reduce mixing and delivery time to 60
minutes.
PART 3 EXECUTION
3.1 CONCRETE FORM PREPARATION
A. General: Comply with requirements of ACI 301 for formwork, and as herein specified. The
contractor is responsible for design, engineering, and construction of formwork, and for its
timely removal.
B. Construction: Construct and brace formwork to accurately achieve end results required by
concrete documents, properly located and accurately aligned. Provide for screeds, bulkheads,
anchorages, and other features shown or otherwise required.
C. Release Agent: Provide field -applied form coating. Thoroughly clean and recondition formwork
and reapply coating before each use.
3.2 PLACING REINFORCEMENT
A. General: Comply with requirements of ACI 301 and as herein specified.
B. Preparation: Clean reinforcement of loose rust and mill scale, soil, and other materials which
adversely affect bond with concrete.
C. Placement: Place reinforcement to achieve not less than minimum concrete coverages required
for protection. Accurately position, support, and secure reinforcement against displacement.
Provide Class C tension lap splices complying with ACI 318 unless otherwise indicated. Do
not field -bend partially embedded bars unless otherwise indicated or approved.
1. Use approved bar supports and tie wire, as required. Set wire ties to avoid contact with
or penetration of exposed concrete surfaces. Tack welding of reinforcing is not permitted.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-6
08101
2. Wire fabric: Install in maximum lengths possible, lapping adjoining pieces not less than
one full mesh. Offset end laps to prevent continuous laps in either direction, and splice
laps with tie wire.
D. Welding: Welding of reinforcement is not permitted.
3.3 JOINT CONSTRUCTION
3.4 CONCRETE PLACEMENT
A. Preparation: Provide materials necessary to ensure adequate protection of concrete during
inclement weather before beginning installation of concrete.
B. Inspection: Before beginning concrete placement, inspect formwork, reinforcing steel, and
items to be embedded, verifying that all such work has been completed.
C. Placement - General: Comply with requirements of ACI 304 and as follows:
1. Schedule continuous placement of concrete to prevent the formation of cold joints.
2. If a section cannot be placed continuously, provide keyed construction joints with tie bars
of size and spacing as approved by the architect.
3. Deposit concrete as close as possible to its final location, to avoid segregation.
D. Slab Placement: Schedule continuous placement and consolidation of concrete within planned
construction joints.
1. Thoroughly consolidate concrete without displacing reinforcement or embedded items,
using internal vibrators, vibrating screeds, roller pipe screeds, or other means acceptable
to architect.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-7
08/01
A. General: Provide joints of the types and in the locations shown on the drawings.
1.
Construct joints in adjacent panels in precise alignment. Do not offset joints.
2.
Tool slab edges and formed joints with 1/8 -inch radius jointing tool.
B. Expansion Joints:
r
1.
Provide positive, firm support of filler during placement of concrete to ensure accurate
}
alignment.
2.
Install expansion joint filler to the full concrete depth.
3.
Recess top edge of filler to the depth indicated to accommodate joint sealant. Protect top
edge of filler with removable metal channel while concrete is being placed, or provide
filler with removable portion of the required depth.
4.
Where dowels are used, punch or drill filler to exact dowel diameter, spacing, and depth.
C. Load Transfer Devices:
1.
Apply a thin brush coat of approved lubricant to free end of dowels immediately before
concrete placement.
2.
Place at right angles to joints, in precise horizontal and vertical alignment and spacing,
and firmly supported against movement during placing of concrete.
D. Sawn Contraction Joints:
1.
Use only wet saws of an approved type.
2.
Time sawing to occur before cracking occurs but after concrete has hardened sufficiently
to avoid rough joint surfaces.
3.
Saw to one-fourth of slab depth.
4.
Extend saw cut to full width of concrete section, including adjacent curbs and gutters, if
any.
3.4 CONCRETE PLACEMENT
A. Preparation: Provide materials necessary to ensure adequate protection of concrete during
inclement weather before beginning installation of concrete.
B. Inspection: Before beginning concrete placement, inspect formwork, reinforcing steel, and
items to be embedded, verifying that all such work has been completed.
C. Placement - General: Comply with requirements of ACI 304 and as follows:
1. Schedule continuous placement of concrete to prevent the formation of cold joints.
2. If a section cannot be placed continuously, provide keyed construction joints with tie bars
of size and spacing as approved by the architect.
3. Deposit concrete as close as possible to its final location, to avoid segregation.
D. Slab Placement: Schedule continuous placement and consolidation of concrete within planned
construction joints.
1. Thoroughly consolidate concrete without displacing reinforcement or embedded items,
using internal vibrators, vibrating screeds, roller pipe screeds, or other means acceptable
to architect.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-7
08/01
E. Cold Weather Placement: Comply with recommendations of ACI 306 when air temperatures
are expected to drop below 40 degrees F either during concrete placement operations or before
concrete has cured.
1. Do not use frozen or ice -laden materials.
2. Do not place concrete on frozen substrates.
F. Hot Weather Placement: Comply with recommendations of ACI 305R when ambient
temperature before, during, or after concrete placement is expected to exceed 90 degrees F or
when combinations of high air temperature, low relative humidity, and wind speed are such that
the rate of evaporation from freshly poured concrete would otherwise exceed 0.2 pounds per
square foot per hour.
1. Do not add water to approved concrete mixes under hot weather conditions.
2. Provide mixing water at lowest feasible temperature, and provide adequate protection of
poured concrete to reduce rate of evaporation.
3. Use fog nozzle to cool formwork and reinforcing steel immediately prior to placing
concrete.
3.5 FINISHING PAVEMENTS
A. Finishing Operations - General:
1. Do not directly apply water to slab surface or dust with cement.
2. Use hand or powered equipment only as recommended in ACI 302.1R.
3. Screeding: Strikeoff to required grade and within surface tolerances indicated. Verify
conformance to surface tolerances. Correct deficiencies while concrete is still plastic.
4. Do not perform subsequent finishing until excess moisture or bleed water has disappeared
and concrete will support either foot pressure with less than 1/4 -inch indentation or weight
of power floats without damaging flatness.
5. Final floating: Float to embed coarse aggregate, to eliminate ridges, to compact concrete,
to consolidate mortar at surface, and to achieve uniform, sandy texture. Recheck and
correct surface tolerances.
B. Finish: Burlap drag, rough surface.
C. Slab Surface Tolerances:
1. Achieve flat, level planes except where grades are indicated. Slope uniformly to drains.
2. Flatness tolerance: Maximum depression between high spots when measured by placing
a 10 -foot straightedge on surface at any orientation: 1/4 inch.
D. Repair of Slab Surfaces: Test slab surfaces for smoothness and to verify surface plane to
tolerance specified. Repair defects as follows:
1. High areas: Correct by grinding after concrete has cured for not less than 14 days.
2. Low areas: Immediately after completion of surface finishing operations, cut out low areas
and replace with fresh concrete. Finish repaired areas to blend with adjacent concrete.
Proprietary patching compounds may be used when approved by the architect.
3.6 CONCRETE CURING AND PROTECTION
A. General:
1. Prevent premature drying of freshly placed concrete, and protect from excessively cold
or hot temperatures until concrete has cured.
2. Provide curing of concrete by one of the methods listed and as appropriate to service
conditions and type of applied finish in each case.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-8
08/01
B. Curing Period:
1. Not less than 7 days for standard cements and mixes.
C. Surfaces Not in Contact with Forms:
1. Start initial curing as soon as free water has disappeared, but before surface is dry.
2. Keep continuously moist for not less than 3 days by uninterrupted use of any of the
following:
a) Water ponding.
b) Water -saturated sand.
c) Water -fog spray.
d) Saturated burlap: Provide 4 -inch minimum overlap at joints.
3. Begin final curing procedures immediately following initial curing and before concrete has
dried.
a) Moisture -retaining cover: Lap not less than 3 inches at edges and ends, and seal with
waterproof tape or adhesive. Repair holes or tears during curing period with same
tape or adhesive. Maintain covering in intimate contact with concrete surface. Secure
to avoid displacement.
1. Extend covering past slab edges at least twice the thickness of slab.
2. Do not use plastic sheeting on surfaces which will be exposed to view when in
service.
b) Curing compound: Apply at rate stated by manufacturer to conform with
moisture -retention requirements specified, using second, immediate application at
right angles to first, if necessary, and reapply if damaged by rain.
4. Continue final curing to end of curing period.
D. Avoid rapid drying at end of curing period.
E. Ensure that joints and slab edges receive adequate curing.
1. Ensure that sawn joints receive adequate curing after sawing.
2. Where joints subsequently will be sealed, do not apply curing compounds unless joint
faces will be sandblasted free of compound.
F. During and following curing period, protect concrete from temperature changes of adjacent air
in excess of 5 degrees F per hour and 50 degrees F per 24 hours. Progressively adjust
protective measures to provide uniform temperature changes over entire concrete surface.
3.7 REMOVAL OF FORMS AND SUPPORTS
A. Provided that concrete has hardened sufficiently that it will not be damaged, forms may be
removed after concrete has cured at not less than 50 degrees F for 8 hours. Maintain curing
and protection operations after form removal.
3.8 TRAFFIC PAINT
A. Apply traffic paint for striping and other markings with mechanical equipment to produce
uniform straight edges. Apply at manufacturer's recommended rates to provide a 15 mil wet
film thickness.
3.9 QUALITY CONTROL TESTING DURING CONSTRUCTION
i A. Composite Sampling, and Making and Curing of Specimens: ASTM C 172 and ASTM C 31.
1. Take samples at point of discharge.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-9
08/01
2. For pumped concrete, perform sampling and testing at the frequencies specified herein at
point of delivery to pump, and perform additional sampling and testing at the same
frequency at discharge from line. Results obtained at discharge from line shall be used for
acceptance of concrete.
B. Slump: ASTM C 143. One test per strength test and additional tests if concrete consistency
changes.
1. Modify sampling to comply with ASTM C 94.
C. Air Content of Normal Weight Concrete: ASTM C 173 or ASTM C 231. One test per strength
test performed on air -entrained concrete.
D. Concrete Temperature:
1. Test hourly when air temperature is 40 degrees F or below.
2. Test hourly when air temperature is 90 degrees F or above.
3. Test each time a set of strength test specimens is made.
E. Compressive Strength Tests: ASTM C 39.
1. Compression test specimens: Mold and cure one set of 4 standard cylinders for each
compressive strength test required.
2. Testing for acceptance of potential strength of as -delivered concrete:
a) Obtain samples on a statistically sound, random basis.
b) Minimum frequency:
1. One set per 100 cubic yards or fraction thereof for each day's pour of each
concrete class.
2. One set per 3500 square feet of slab area or fraction thereof for each day's pour
of each concrete class.
3. When less than 5 cubic yards is placed in one day, the architect may, at
architect's option, waive laboratory testing of specimens if adequate evidence of
satisfactory strength is provided. (Molding and curing of these specimens is not
waived.)
4. When the above testing frequency would provide fewer than 5 strength tests for
a given class of concrete during the project, conduct testing from not less than
5 randomly selected batches, or from each batch if fewer than 5.
c) Test one specimen per set at 7 days for information unless an earlier age is required.
d) Test 2 specimens per set for acceptance of strength potential; test at 28 days unless
other age is specified. The test result shall be the average of the two specimens. If
one specimen shows evidence of improper sampling, molding, or testing, the test
result shall be the result of the remaining specimen; if both show such evidence,
discard the test result and inform the architect.
e) Retain one specimen from each set for later testing, if required.
f) Strength potential of as -delivered concrete will be considered acceptable if all of the
following criteria are met:
1. No individual test result falls below specified compressive strength by more than 500 psi.
2. Not more than 10 percent of individual test results fall below specified compressive
strength f' (c).
3. Average of any 3 consecutive strength test results equals or exceeds specified compressive
strength f'(c).
g) Evaluate construction and curing procedures and implement corrective action when
strength results for field -cured specimens are less than 85 percent of test values for
companion laboratory -cured specimens.
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-10
08/01
F. Test Results: Testing agency shall report test results in writing to architect and contractor
within 24 hours of test.
1. Test reports shall contain the following data:
a) Project name, number, and other identification.
b) Name of concrete testing agency.
c) Date and time of sampling.
d) Concrete type and class.
e) Location of concrete batch in the completed work.
f) All information required by respective ASTM test methods.
2. Nondestructive testing devices such as impact hammer or sonoscope may be used at
architect's option for assistance in determining probable concrete strength at various
locations or for selecting areas to be cored, but such tests shall not be the sole basis for
acceptance or rejection.
3. The testing agency shall make additional tests of in-place concrete as directed by the
architect when test results indicate that specified strength and other concrete characteristics
have not been attained.
a) Testing agency may conduct tests of cored cylinders complying with ASTM C 42,
or tests as directed.
b) Cost of additional testing shall be borne by the contractor when unacceptable concrete
has been verified.
3.10 OPENING PAVEMENTS TO TRAFFIC
A. Do not allow traffic, including construction traffic, on pavements until authorized.
B. Pavements may be opened to traffic only after seven (7) days have elapsed after placement and
pavements have developed at least 85 percent of specified final design strength.
END OF SECTION
01272201 PORTLAND CEMENT CONCRETE PAVING 03320-11
08/01
SECTION 03321
CONCRETE CURBS, GUTTERS AND SIDEWALKS
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Curb and gutter, concrete valley gutters, concrete fillets, concrete driveways, sidewalks,
drainage aprons, and miscellaneous concrete paving work.
1.3 EXCAVATION AND GRADING
A. Excavation or embankment for curb, gutter, combined curb and gutter, and other miscellaneous
concrete work shall conform to the lines and grades shown on the plans or as established in the
field. The preparation of the curb and gutter subgrade shall be completed at the time the
subgrade is constructed for the adjacent street section. The street subgrade shall be extended
six (6) inches beyond the back of curb and shall be compacted to 95 % of maximum density as
determined by ASTM D698. Where the finished street subgrade is more than three (3) inches
below the bottom of the proposed curb grade, compacted caliche base shall be used as fill to
bring the subgrade up to the required bottom of curb elevation. Where curb, gutter and
combined curb and gutter pavement is on fill, the material shall be placed in layers and
compacted, by appropriate methods, equal to that specified in the Earthwork section. The cost
of excavation, embankment, grading for curb, gutter, combined curb and gutter and other
concrete structures or concrete work shall be_ included as a part of and paid for in the cost of
each item bid.
PART 2 PRODUCTS
2.1 FORMS
A. General:
Forms for curb and gutter shall be approved type metal forms. The form sections shall be
straight, free of warp and of a depth equal to the depth of the concrete section formed. The
forms shall consist of a back form and gutter form with steel templates. Forms shall be
constructed accurately to line and grade as established in the field, shall be adequately braced
so that they will not move during placing of the concrete, and shall remain in place at least
twelve (12) hours after placing of concrete. Forms shall be oiled with a light oil before each
use and forms which are to be reused shall be cleaned immediately after use and maintained
- in good condition. Forms for concrete paving shall also conform to provisions of this
01272201 CONCRETE CURBS, GUTTERS AND SIDEWALKS 03321- 1
08/01
paragraph. Forms for curb and gutter on curves with a radius of 130 feet or less shall be
flexible steel forms.
B. Templates:
The steel templates shall have the shape of the cross-section of the curb and gutter except the
bottom portion of the template shall be cut away to allow for a solid mass of concrete. An
acceptable shape is shown on a detail sheet of the plans; however, other shapes may be used
upon submission of a design and the approval of the Engineer.
C. Machine Laid Curb and Gutter
1. The concrete curb and gutter sections may be formed with a curb and gutter laydown
machine, provided the machine is capable of laying the curb and gutter to the proper
grade, alignment and cross-section, and is equipped with adequate vibrators to produce
a dense concrete free of honeycombs.
2. Laydown machines that cannot meet the above requirements will not be acceptable for use.
D. Curb and Gutter Cross -Section
Should the Contractor desire to use metal templates which differ slightly from the sections
shown on the plans, such templates or drawings thereof shall be submitted for approval. Slight
differences which will not affect the general appearances of the curb and gutter sections will
be approved but no forms or templates shall be used which have not been approved by the
Engineer.
2.2 CONCRETE MATERIALS
A. Concrete - Refer to Section 03300.
B. Reinforcing
1. General: Metal reinforcements shall conform to the requirements of the following:
2. Bar Reinforcement
a) "Standard Specifications for Deformed Billet -Steel Bars for Concrete
Reinforcement," ASTM Designation A615, Grade 60. All bars shall be deformed
bars unless otherwise noted. Plain bars shall conform to requirements of ASTM
Designation A306, Grade 60.
b) All reinforcement shall be permanently marked with grade identification marks or
shall, on delivery, be accompanied by a manufacturer's guarantee of grade and
compliance with these specifications. Reinforcement stored on the site shall be
protected for accumulations of grease mud or other foreign matter and from rust
producing conditions. Bars shall be free from rust, scale, oil, mud or structural
defects when incorporated in the structures.
3. Mesh Reinforcement: Mesh reinforcing shall conform to the requirements of ASTM
Designation A185. The spacing and wire gauge shall be shown on the plans.
4. Fabrication and PIacing: Reinforcement shall be accurately fabricated to the dimensions
and shapes shown on the plans in accordance with ACI Manual of Standard Practice unless
variations are specifically shown on the plans. Four (4) sets of Fabrication shop drawings
shall be furnished the Engineer and shall receive his approval before any reinforcing steel
is fabricated. Bars shall be rigidly held in place with approved metal devices in accordance
with the ACI Detailing Manual. Cover for bars shall be 1/3 the slab thickness of concrete
in slabs unless otherwise noted on the plans. Where details on splices are not shown or
where unanticipated splices are required, they shall be made in a region of minimum stress
and the length of lap shall be as required by the ACI Code.
01272201 CONCRETE CURBS, GUTTERS AND SIDEWALKS 03321-2
08/01
2.3 PROPORTIONING
A. The exact amounts of all material entering into the concrete shall be determined in the field in
order to produce the desired durability, density, uniformity, workability and the specified
strength. All materials shall be measured separately by methods, satisfactory to the Engineer,
which will permit control of the concrete and production of a product of uniform quality.
Particular care shall be used in measuring cement and water. One bag of cement will be
considered as ninety-four (94) pounds and one gallon of water as eight and thirty-three
one -hundredths (8.33) pounds. Water contained in the aggregates shall be taken into account
in calculating the amount of water to be added to the mixture. The percentage of fine aggregate
to total aggregate shall be between 33% and 45%.
B. Concrete for the designated uses shall conform to the following:
Max. Water Content Min. Cement Content Compressive
U.S. Gallons 94-1b. Sacks Strength, Lbs.
Per Sack of Cement Per Cu. Yd. Per Sq. In .
Curb and Gutter,
Sidewalk, Concrete
Valley Gutters
and Misc. Concrete
Work 6.5 5.0 3000 at 28 days
2.4 MIXING AND PLACING
A. Concrete shall be mixed in an approved batch type mixer which shall be equipped with a device
for measuring the water which is accurate to within two percent (2%). Minimum time for
mixing each batch after all ingredients are in the mixer shall be one and one-half (1/2) minutes.
The speed of the mixer shall not exceed that recommended by the manufacturer. Excessive
overmixing, requiring the addition of water to preserve the required consistency, will not be
permitted. Concrete not in place -within 45 minutes from the time of charging the drum, or
which has developed initial hardening, shall not be used. Transit mixed concrete conforming
to these specifications will be acceptable.
PART 3 EXECUTION
3.1 PLACING
A. Concrete shall be deposited in place in such a manner as to require the minimum of rehandling
and shall be placed in a manner which will produce a uniformly dense section, free of
honeycomb or other voids, conforming to the grade, thickness, and shapes shown on the plans.
Before placing concrete the subgrade or base surface shall be sprinkled so that it is in a
thoroughly moistened condition (but not muddy). Concrete adjacent to forms or joints shall be
thoroughly spaded or vibrated in order to eliminate honeycomb. Honeycombed places in the
back of the curb or face of gutter will not be permitted, all honeycombed places shall be
01272201 CONCRETE CURBS, GUTTERS AND SIDEWALKS 03321-3
08/01
patched as directed by the Engineer. Concrete shall not be placed when the temperature is less
than 40NF. and under no circumstances shall it be placed on frozen ground.
B. Mixing concrete for use in a curb and gutter laydown machine shall be mixed as specified
above, and shall be placed to form the curb and gutter section with the laydown machine.
Slump of the concrete shall be accurately controlled and shall be low enough to prevent sagging
or slumping of the curb section behind the machine. Batches with excessive slump will be
rejected.
3.2 JOINTS
A. Curb and gutter shall be constructed with an expansion joint at the tangent point of each return
at intersections, at intervals of not more than forty feet (40') between intersections (odd length
sections as directed by the Engineer), and at the end of each day's concrete pour. A
construction or contraction joint shall be located at 10 -foot intervals, or at each template or as
directed by the Engineer. All joints shall be perpendicular to the surface of the concrete and
to the axis of the section. Construction or contraction joints for curb and gutter poured in metal
forms shall be formed by metal template plates accurately shaped to the cross-section shown
on the plans and so constructed that they can be removed during the finishing operations.
Templates shall be maintained in good condition and warped or bent templates shall not be used
B. In machine laid curb and gutter the contraction joints shall be made at 10 -foot intervals by
cutting into the curb and gutter sections with a trowel a depth of approximately 2"; these joints
shall be finished as specified under finishing. Expansion joints shall be placed at end returns,
but not to exceed a maximum spacing of three hundred feet (300'), and at the end of each day's
concrete pour.
C. Expansion joint material shall be an approved preformed bituminous impregnated non -extruding
type jointing material, 1/2" thick (1/2" thick for machine laid curb and gutter), and shaped to
the section of the curb and gutter, or concrete drainage apron.
3.3 FINISHING
A. Curb and gutter, gutter, concrete valley gutters, fillets, and other miscellaneous concrete work
shall be accurately shaped to the cross section shown on the plans or approved by the Engineer
and finished to a surface of uniform texture by floating with a wood float and troweling. The
final finishing shall be done with a brush, the last stroke being one from the back of the curb
to the lip of the gutter. Both sides of all joints, the lip of the gutter, and back edge of the curb
shall be finished with an approved edging tool before the final brushing. Curves at the top and
bottom of curb sections shall be accurately shaped and finished and the finished curb and gutter
shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the
gutters or slabs. Particular care shall be exercised at valley gutters, both in setting forms and
finishing, to insure that the shape of the gutter shall conform to the details of the plans and that
no water pockets will be formed in the gutter of the pavement.
At construction and contraction joints the mortar shall be cut the full width of the joint, and shall
be neatly finished with an approved edging or grooving tool of such design to groove the joint
approximately 2" in depth.
B. The construction and contraction joints in machine laid curb and gutter shall be neatly formed
and finished with an approved edging or grooving tool of such design to groove the joint
approximately 2" in depth.
01272201 CONCRETE CURBS, GUTTERS AND SIDEWALKS 03321-4
08/01
J
3.4 PROTECTING AND CURING
A. All concrete work shall be covered with burlap or other suitable material as soon as it has set
sufficiently to prevent marking and kept wet continuously for at least four (4) days. Care shall
be taken to prevent mechanical injury to concrete work during this period and until the work
is accepted. Any work damaged prior to acceptance shall be repaired to the satisfaction of the
Engineer.
B. In lieu of the above method of curing, the curb and gutter may be cured by applying a liquid
membrane coating to all exposed surfaces as soon as the concrete has set sufficiently. The back
and front of the concrete curb and gutter shall have the membrane applied as soon as the forms
have been removed. The materials and method of application shall be approved by the Engineer
before concrete placement begins. The coating shall conform to A.S.T.M. Designation C-309.
C. Suitable means shall be provided to prevent concrete from freezing for not less than 72 hours
after placing. Any concrete damaged by freezing shall be removed and replaced by the
Contractor at his expense. The addition of any admixture of chemicals to the concrete to
prevent freezing shall not be allowed, unless specifically approved by the Engineer.
D. Suitable means shall be provided to protect freshly poured concrete from rain damage. Such
means shall be kept readily accessible at all times during placement of concrete.
3.5 REMOVAL OF CONCRETE CURB, GUTTER, SIDEWALKS AND DRIVEWAYS
A. The removal of all curbs, gutters, sidewalks and driveways that are required for the
construction of the improvements as shown on the plans or as directed by the Engineer shall
be removed and disposed of by the Contractor and no separate payment will be made for this
item of work.
B. Sidewalks, driveways, curb and gutter shall be removed to the limits as directed by the
Engineer, and shall be sawed with a concrete saw unless the concrete is being removed to an
existing construction joint.
3.6 DEFECTIVE WORK
A. Any defective work disclosed after the forms have been removed shall be immediately removed
and replaced. If any dimensions are deficient, or if any section is not constructed to the proper
grade, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the
opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed
and replaced at the expense of the Contractor.
3.7 BACKFILLING
A. Backfill behind and adjacent to all concrete work including curb, gutter, sidewalks, drives,
drainage structures and other miscellaneous concrete work shall be made from good quality
topsoil. This material shall be free from organic material such as leaves, grass, roots and other
unsuitable materials and free of rocks or stones. The Contractor shall provide a smooth, even
slope between the property line and the top of curb or other concrete structure. Backfill behind
the curb and gutter shall be compacted to at least the density of the undisturbed natural ground
in the adjacent area.
01272201
08/01
CONCRETE CURBS, GUTTERS AND SIDEWALKS 03321-5
B. Care shall be taken during the backfill and cleanup process not to scrape, chip, crack or
otherwise damage the concrete including tire marks from equipment or trucks. Any damaged
concrete will be removed and replaced at the expense of the Contractor.
END OF SECTION
01272201 CONCRETE CURBS, GUTTERS AND SIDEWALKS 03321-6
08/01
SECTION 04200
UNIT MASONRY
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Concrete Masonry Units (CMU).
B. Decorative Concrete Masonry Units.
C. Mortar.
D. Grout for masonry.
E. Reinforcement, anchorage, and accessories.
F. Premolded insulation inserts.
1.3 RELATED SECTIONS
A. Section 01410 - Testing Laboratory Services: Testing laboratory services.
B. Section 05500 - Metal Fabrications: Loose steel lintels, and fabricated steel items.
C. Section 07600 - Sheet Metal: Cap flashings over masonry work and placement of flashing
receivers.
D. Section 07900 - Joint Sealers: Rod and sealant at control joints.
1.4 REFERENCES
A. ACI 530 - Building Code Requirements for Masonry Structures.
B. ACI 530.1 - Specifications For Masonry Structures.
C. ASTM A82 - Cold -Drawn Steel Wire for Concrete Reinforcement.
D. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products.
E. ASTM A525 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process.
F. ASTM A580 - Stainless and Heat -Resisting Steel Wire.
G. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement.
H. ASTM A641 - Zinc -Coated (Galvanized) Carbon Steel Wire.
I. ASTM B370 - Copper Sheet and Strip for Building Construction.
J. ASTM C55 - Concrete Building Brick.
K. ASTM C56 - Structural Clay Non -Load Bearing Tile.
L. ASTM C90 - Load -Bearing Concrete Masonry Units.
M. ASTM C91 - Masonry Cement.
N. ASTM C94 - Ready -Mixed Concrete.
O. ASTM C129 - Non -Load Bearing Concrete Masonry Units.
P. ASTM C144 - Aggregate for Masonry Mortar.
Q. ASTM C150 - Portland Cement.
01272201 UNIT MASONRY
08/01
01-
R. ASTM C199 - Test Method for Pier Test for Refractory Mortar.
S. ASTM C207 - Hydrated Lime for Masonry Purposes.
T. ASTM C216 - Facing Brick (Solid Masonry Units Made From Clay or Shale).
U. ASTM C270 - Mortar for Unit Masonry.
V. ASTM C387 - Packaged, Dry, Combined Materials, for Mortar and Concrete.
W. ASTM C404 - Aggregates for Masonry Grout.
X. ASTM C476 - Grout for Masonry.
Y. ASTM C578 - Rigid, Cellular Polystyrene Thermal Insulation.
Z. ASTM C780 - Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced
Unit Masonry.
AA. ASTM C1019 - Method of Sampling and Testing Grout.
BB. ASTM C1072 - Method for Measurement of Masonry Flexural Bond Strength.
CC. ASTM E447 - Test Methods for Compressive Strength of Masonry Prisms.
DD. ASTM E518 - Test Method for Flexural Bond Strength of Masonry.
EE. IMIAC - International Masonry Industry All -Weather Council: Recommended Practices and Guide
Specification for Cold Weather Masonry Construction.
FF. IMIAC - International Masonry Industry All -Weather Council: Recommended Practices and Guide
Specification for Hot Weather Masonry Construction.
GG. NCMA - TEK Manual.
HH. UL - Fire Resistance Directory.
1.5 SUBMITTALS
A. Shop Drawings
1. Indicate bars sizes, spacings, locations, reinforcement quantities, bending and cutting
schedules, supporting and spacing devices for reinforcement and accessories.
B. Product Data
1. Provide data for decorative masonry units and fabricated wire reinforcement.
2. Manufacturer's Installation Instructions: Indicate special procedures, positioning of
reinforcement and perimeter conditions requiring special attention.
3. Include design mix complying with the Property specification of ASTM C270, required
environmental conditions and admixture limitations.
4. Provide data for premolded insulation inserts or perlite fill.
C. Samples
1. Samples: Submit three samples of decorative block units to illustrate color, texture and
extremes of color range.
2. Submit two samples of mortar, illustrating mortar color and color range.
D. Reports
1. Submit reports on mortar indicating conformance to property requirements of ASTM C270
and component mortar materials to requirements of ASTM C270 and test and evaluation
reports to ASTM C780.
2. Submit reports on grout indicating conformance of component grout materials to
requirements of ASTM C476 and test and evaluation reports to ASTM C1019.
E. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements.
01272201 UNIT MASONRY 04200-2
08/01
1.6 QUALITY ASSURANCE
A. Perform Work in accordance with ACI 530 and ACI 530.1.
1.7 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section with
minimum three years experience.
1.8 PRE -INSTALLATION CONFERENCE
A. Convene one week prior to commencing work of this section, under provisions of Section 01039.
1.9 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect and handle products to site under provisions of Section 01600.
B. Accept decorative units on site. Inspect for damage.
C. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign
matter.
1.10 ENVIRONMENTAL REQUIREMENTS
A. Cold Weather Requirements: Maintain materials and surrounding air temperature to minimum 40
degrees F prior to, during, and 48 hours after completion of masonry work.
B. Hot Weather Requirements: Maintain materials and surrounding air temperature to maximum 90
degrees F prior to, during, and 48 hours after completion of masonry work.
1.11 COORDINATION
A. Coordinate work under provisions of Section 01039.
B. Coordinate the masonry work with installation of window and door frames and other items
indicated to be built-in.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Concrete and Decorative Concrete Masonry Units
1. Featherlite Block Co.
B. Portland Cement and Lime
1. Essroc Materials, Inc.
2. Glen-Gery Corporation.
3. Lafarge Corporation.
4. Lehigh Portland Cement Co.
5. Riverton Corporation (The).
01272201
08/01
UNIT MASONRY
04200-3
C. Mortar Pigments
1.
Davis Colors.
2.
Lafarge Corporation.
3.
Solomon Grind -Chem Services, Inc.
D. Joint Reinforcement, Ties, and Anchors
1.
Dur -O -Wal, Inc.
2.
Heckman Building Products, Inc.
3.
Hohmann & Barnard, Inc.
4.
Masonry Reinforcing Corp. of America.
5.
National Wire Products Industries.
6.
Southern Construction Products.
E. Admixtures
1.
Integral CMU Water Repellent
a. W.R. Grace & Co.
2.
Cold -Weather Admixture
a. Euclid Chemical Co.
b. W.R. Grace & Co.
3.
Mortar Water -Repellent Admixture
a. W.R. Grace & Co.
2.2 CONCRETE MASONRY UNITS
A. Hollow Load Bearing Block Units (CMU): ASTM C90, Type I - Moisture Controlled medium
weight, with integral water-repellent admixture.
B. Solid Load -Bearing Block Units (CMU): ASTM C90, Type I - Moisture Controlled medium
weight, with integral water-repellent admixture.
C. Hollow Non -Load Bearing Block Units (CMU): ASTM C129, Type I - Moisture Controlled
medium weight, with integral water-repellent admixture.
D. Decorative Block Units
1. Conformance: ASTM C90, Type I - Moisture Controlled medium weight, with integral
water -repellant admixture..
2. Size and Shape: Nominal size of 8x8xl6 inches, 4x8xl6, 8x4xl6 and 8x12xl6 as indicated
on the drawings.
3. Surface Finish
a. Type I - Split face.
b. Type III - Molded concrete masonry units: Standard gray.
E. Colors:
1. Type I - As selected from full range of Prestige and Classic Colors.
F. Provide special units for 90 degree corners, bond beams and lintels.
2.3 REINFORCEMENT AND ANCHORAGE
A. -Single Wythe Joint Reinforcement: Truss type; steel wire, hot dip galvanized to ASTM A641 Class
1 after fabrication, 9 ga. side rods with 9 ga. cross rods. Fabricate with integral double eyes where
masonry veneer is scheduled. Pintle length as required to set in from face of veneer.
01272201 UNIT MASONRY 04200-4
08/01
B. For cavity walls, provide vertically adjustable ladder type consisting of two 9 -gage (0.1483 inch)
longitudinal wires for the inner wythe, 9 -gage cross wires either winged loop or eye -section
receivers, and 3/16 -inch wire hook type box ties or rectangular pintle ties at not more than 6
inches o.c. Pintles shall have two vertical legs. Maximum play between pintles and eyes shall be
1/16 inch. Maximum vertical misalignment between bed joints of brick and the joint reinforcement
shall be 1.25 inches. Provide one tie for every 1.78 square feet of all wall area, 16 inches o.c.
both ways.
C. Reinforcing Steel: Specified in Section 03300.
D. Reinforcing Steel: ASTM A615, 60 ksi yield grade, deformed billet bars, uncoated finish.
E. Wall Ties for Headers and Rowlocks: Corrugated formed sheet metal, 7/8 x 8 inch 16 gage thick,
hot dip galvanized to ASTM A123 B2 steel finish.
F. Wall Ties: Formed steel wire, 9 gage thick, pintle type, hot dip galvanized to ASTM A123 B2
steel finish.
2.4 MORTAR AND GROUT
A. Portland Cement: ASTM C150, Type I gray at dark color masonry and white at light color
masonry or as otherwise selected by architect.
B. Mortar Aggregate: ASTM C144, standard masonry type.
C. Hydrated Lime: ASTM C207, Type S.
D. Grout Aggregate: ASTM C404.
E. Water: Clean and potable.
F. Bonding Agent: Latex.
G. Mortar Color: Mineral oxide pigment colors as selected by Architect from manufacturer's full
range of colors.
2.5 ADMIXTURES
A. Water Repellent: Liquid type; Dry -Block Mortar Admixture.
B. Accelerator: Accelguard 80 or MORSET.
C. Retardant: Liquid type, equal to Martard-E.
2.6 FLASHINGS
A.
Copper/Kraft Paper Flashings: 2 oz/sq ft sheet copper bonded to fiber reinforced asphalt treated
Kraft paper.
Lap Sealant: Butyl type as specified in Section 07900.
Preformed Control Joints: Neoprene material. Provide with corner and tee accessories, cement
fused joints.
Joint Filler: Closed cell polyurethane; oversized 50 percent to joint width; self expanding.
Provided in maximum lengths available.
Building Paper: No. 30 asphalt saturated felt.
Weeps: Cotton rope.
Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials.
01272201 UNIT MASONRY 04200-5
08/01
B.
C.
D.
E.
F.
G.
d
Copper/Kraft Paper Flashings: 2 oz/sq ft sheet copper bonded to fiber reinforced asphalt treated
Kraft paper.
Lap Sealant: Butyl type as specified in Section 07900.
Preformed Control Joints: Neoprene material. Provide with corner and tee accessories, cement
fused joints.
Joint Filler: Closed cell polyurethane; oversized 50 percent to joint width; self expanding.
Provided in maximum lengths available.
Building Paper: No. 30 asphalt saturated felt.
Weeps: Cotton rope.
Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials.
01272201 UNIT MASONRY 04200-5
08/01
2.7 MORTAR AND GROUT MIXES
A. Mortar For Load Bearing Walls and Partitions: ASTM C270, Type S using the Property
specification.
B. Mortar For Non -Load Bearing Walls and Partitions: ASTM C270, Type S using the Property
specification.
C. Mortar For Engineered Masonry: ASTM C270, Type S using the Property specification.
D. Mortar For Masonry Veneer on Metal Studs: ASTM C270, Type N using the property
specification.
2.8 GROUT MIXES
A. Bond Beams and Lintels: 3,000 psi strength at 28 days; 8-10 inch slump; premixed type in
accordance with ASTM C94.
B. Engineered Masonry: 3,000 psi strength at 28 days; 8-10 inch slump; premixed type in accordance
with ASTM C94.
2.9 GROUT MIXING
A. Mix grout in accordance with ASTM C94.
B. Add admixtures in accordance with manufacturer's instructions; mix uniformly.
C. Do not use anti -freeze compounds to lower the freezing point of grout.
2.10 MIX TESTS
A. Test mortar and grout in accordance with Section 01410.
B. Testing of Mortar Mix: In accordance with ASTM C780 for compressive strength, consistency,
mortar aggregate ratio, water content, and splitting tensile strength.
C. Testing of Grout Mix: In accordance with ASTM C1019 for compressive strength, and slump.
PART 37 EXECUTION
3.1 EXAMINATION
A. Verify that field conditions are acceptable and are ready to receive work.
B. Verify items provided by other sections of work are properly sized and located.
C. Verify that built-in items are in proper location, and ready for roughing into masonry work.
D. Request inspection of spaces to be grouted.
3.2 PREPARATION
A. Direct and coordinate placement of metal anchors supplied to other sections.
B. Provide temporary bracing during installation of masonry work. Maintain in place until building
structure provides permanent bracing.
C. Apply bonding agent to existing concrete surfaces.
D. Plug clean-out holes with block masonry units. Brace masonry for wet grout pressure.
01272201 UNIT MASONRY 04200-6
08/01
3.3 INSTALLATION
A. Mortar Mixing
1. Thoroughly mix mortar ingredients in accordance with ASTM C270 in quantities needed
for immediate use.
2. Maintain sand uniformly damp immediately before the mixing process.
3. Add mortar color and admixtures in accordance with manufacturer's instructions. Provide
uniformity of mix and coloration.
4. Provide water-repellent admixture in mortar for all exterior exposed masonry.
5. Do not use anti -freeze compounds to lower the freezing point of mortar.
6. If water is lost by evaporation, re -temper only within two hours of mixing.
7. Use mortar within two hours after mixing at temperatures of 90 degrees F, or
two -and -one-half hours at temperatures under 40 degrees F.
B. Coursing
1. General
a. Establish lines, levels, and coursing indicated. Protect from displacement.
b. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints
of uniform thickness.
2. Concrete Masonry Units:
a. Bond: Running.
b. Coursing: One unit and one mortar joint to equal 8 inches.
C. Mortar Joints:- Concave.
C. Placing and Bonding
1. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed with
other work.
2. Lay hollow masonry units with face shell bedding on head and bed joints.
3. Buttering corners of joints or excessive furrowing of mortar joints are not permitted.
4. Remove excess mortar as work progresses.
5. Interlock external corners.
6. Separate intersecting walls with 3/8 inch thick joint material with removable edges for
sealing after installation.
7. Do not shift or tap masonry- units after mortar has achieved initial set. Where adjustment
must be made, remove mortar and replace.
8. Perform job site cutting of masonry units with proper tools to provide straight, clean,
unchipped edges. Prevent broken masonry unit corners or edges.
9. Cut mortar joints flush where wall tile is scheduled, and resilient base is scheduled.
10. Isolate masonry partitions from vertical structural framing members with a control joint.
11. Isolate top joint of masonry partitions from horizontal structural framing members and slabs
or decks with compressible joint filler or firesafing as required for fire rated walls.
D. Weeps
1. Install weeps in veneer at 32 inches oc horizontally above through -wall flashing, shelf angles
and lintels, and at bottom of walls.
E. Cavity Wall
1. Do not permit mortar -to drop or accumulate into cavity air space or to .plug weeps.
F. Reinforcement and Anchorage - Single Wythe Masonry
1. Install horizontal joint reinforcement 16 inches o.c..
2. Place masonry joint reinforcement in first and second horizontal joints above and below
openings. Extend minimum 16 inches each side of opening.
01272201 UNIT MASONRY 04200-7
08/01
3. Place joint reinforcement continuous in first joint below top of walls.
4. Lap joint reinforcement ends minimum 6 inches.
5. Reinforce stack bonded unit joint corners and intersections with strap anchors 16 o.c.
G Insulation: Install foam fill insulation in all cells of decorative CMU and CMU backup (except
cells scheduled or indicated to be grouted) at all walls and portions of walls exposed to the
exterior.
3.4 REINFORCEMENT AND ANCHORAGE - MASONRY VENEER
A. Embed wall ties in masonry back-up to bond veneer at maximum 16 inches o.c. vertically and 36
inches o.c. horizontally. Place at maximum 3 inches o.c. each way around perimeter of openings,
and within 12 inches of openings.
B. Reinforce stack bonded unit joint comers and intersections and soldier course headers and accent
bands with strap anchors 16 inches oc.
3.5 MASONRY FLASHINGS
A. Extend flashings horizontally under window sills, above ledge or shelf angles and lintels, under
parapet caps, at bottom of walls.
B. Turn flashing up minimum 8 inches and bed into mortar joint of masonry and seal to sheathing
over steel stud back-up.
C. Lap end joints minimum 6 inches and seal watertight.
D. Turn flashing, fold, and seal at corners, bends, and interruptions.
3.6 LINTELS
A. Install loose steel lintels over openings.
B. Install reinforced unit masonry lintels over openings where steel or precast concrete lintels are not
scheduled.
C. All masonry lintels to attain specified strength before removing temporary supports.
D. Maintain minimum 8 inch bearing on each side of opening.
3.7 MORTAR
A. Install mortar in accordance with ASTM C270.
B. Dryblock additive is to be in Mortar on all exterior exposure walls (brick veneer mortar joints,
CMU veneer mortar joints and CMU backup mortar joints). DrybIock additive is also to be added
to all exterior exposure CMU veneer units. Dryblock additive is also to be added to all CMU back
up units in exterior exposure masonry walls.
3.8 GROUT
A. Install grout in accordance with ASTM C476.
B. Work grout into masonry cores and cavities to eliminate voids.
C. Do not install grout in lifts greater than 16 inches without consolidating grout by rodding.
D. Do not displace reinforcement while placing grout.
E. Remove excess mortar from grout spaces.
F. Lap splices minimum 24 bar diameters.
01272201 UNIT MASONRY 04200-8
08/01
G. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch of
dimensioned position.
H. At bearing locations, fill masonry cores with grout for a minimum 12 inches either side of opening.
3.9 ENGINEERED MASONRY
A. Lay masonry units with core cells vertically aligned clear of mortar and unobstructed.
B. Place mortar in masonry unit bed joints back 1/a inch from edge of unit grout spaces, bevel back
and upward. Permit mortar to cure 7 days before placing grout.
C. Reinforce masonry unit cores with reinforcement bars and grout.
D. Retain vertical reinforcement in position at top and bottom of cells and at intervals not exceeding
192 bar diameters. Splice reinforcement in accordance with Section 03300.
E. Do not wet masonry unit surfaces in contact with grout prior to grout placement.
F. Grout spaces less than 2 inches in width with fine grout using low lift grouting techniques. Grout
spaces 2 inches or greater in width with course grout using high or low lift grouting techniques.
G. When grouting is stopped for more than one hour, terminate grout 1-1/2 inch below top of upper
masonry unit to form a positive key for subsequent grout placement.
H. Low Lift Grouting: Place first lift of grout to a height of inches and rod for grout consolidation.
Place subsequent lifts in 8 inch increments and rod for grout consolidation.
3.10 CONTROL AND EXPANSION JOINTS
A. Do not continue horizontal joint reinforcement through control and expansion joints.
B. Install preformed control joint device in continuous lengths. Seal butt and comer joints in
accordance with manufacturer's instructions.
C. Size control joint in accordance with Section 07900 for sealant performance.
D. Form expansion joint as detailed.
3.11 BUILT-IN WORK
A. As work progresses, install built-in metal door and glazed frames, anchor bolts, plates, and other
items to be built-in the work and furnished by other sections.
B. Install built-in items plumb and level.
C. Bed anchors of metal door and glazed frames in adjacent mortar joints. Fill frame voids solid with
mortar. Fill adjacent masonry cores with grout minimum 12 inches 300 from framed openings.
D. Do not build in organic materials subject to deterioration.
3.12 TOLERANCES
A. Maximum Variation From Alignment of Pilasters: 1/4 inch.
B. Maximum Variation From Face of Unit to Adjacent Unit: 1/32 inch.
C. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft and 1/2 inch in 20 ft or more.
D. Maximum Variation from Plumb: 1/4 inch per story non -cumulative; 1/2 inch in two stories or
more.
E. Maximum Variation from Level Coursing: 1/8 inch in 3 ft and 1/4 inch in 10 ft; 1/2 inch in 30
ft or more.
t F. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft.
G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch.
01272201 UNIT MASONRY 04200-9
08/01
H. Variation From Joint Width: Plus or minus 1/8 inch.
I. Maximum Variation of Panel from Plane: 1/8 inch.
3.13 CUTTING AND FITTING
A. Cut and fit for chases, pipes, conduit, sleeves, and structural members. Coordinate with other
sections of work to provide correct size, shape, and location.
B. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or
strength of masonry work may be impaired.
3.14 FIELD QUALITY CONTROL
A. Field inspection and testing will be performed under provisions of Section 01400.
B. Inspect all masonry work.
C. Inspect and test engineered masonry work.
D. Test and evaluate mortar in accordance with ASTM C780.
E. Test and evaluate grout in accordance with ASTM C1019.
F. Test mortar and masonry units to ASTM C1072, E447 and E518; test in conjunction with masonry
unit sections specified.
3.15 CLEANING
A. Clean work under provisions of 01700.
B. Remove excess mortar and mortar smears as work progresses.
C. Replace defective mortar. Match adjacent work.
D. Clean soiled surfaces with cleaning solution.
E. Use non-metallic tools in cleaning operations.
F. Do not scratch or deface units.
3.16 PROTECTION OF FINISHED WORK
A. Protect finished Work under provisions of Section 01500.
B. Without damaging completed work, provide protective boards at exposed external corners which
may be damaged by construction activities.
END OF SECTION
01272201 UNIT MASONRY 04200-10
08/01
S
SECTION 05400
COLD -FORMED METAL FRAMING
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SUMMARY
A. This Section includes the following:
1. Roof rafter framing.
2. Ceiling joist framing.
B. Related Sections include the following:
1. Section 04200: Unit Masonry.
1.3 DEFINITIONS
A. Minimum Uncoated Steel Thickness: Minimum uncoated thickness of cold -formed framing
delivered to the Project site shall be not less than 95 percent of the thickness used in the cold -
formed framing design. Lesser thicknesses shall be permitted at bends due to cold forming.
B. Producer: Entity that produces steel sheet coil fabricated into cold -formed members.
1.4 PERFORMANCE REQUIREMENTS
A. Structural Performance: Provide cold -formed metal framing capable of withstanding design
loads within limits and under conditions indicated.
1. Design Loads: As follows:
a. Dead Loads: 15 PSF (for both rafter and ceiling joist).
b. Roof Live Loads: 20 PSF.
2. Deflection Limits: Design framing systems to withstand design loads without
deflections greater than the following:
a. Roof Rafter Framing: Horizontal deflection of 1/240 of the horizontally projected
span.
b. Ceiling Joist Framing: Vertical deflection of 1/240 of the span.
3. Design framing systems to provide for movement of framing members without damage
or overstressing, sheathing failure, connection failure, undue strain on fasteners and
anchors, or other detrimental effects when subject to a maximum ambient temperature
change of 120 deg F (67 deg C).
1.5 SUBMITTALS
A. Product Data: For each type of cold -formed metal framing product and accessory indicated.
01272201 COLD -FORMED METAL FRAMING 05400-1
08/01
B. Shop Drawings: Show layout, spacings, sizes, thicknesses, and types of cold -formed metal
framing; fabrication; and fastening and anchorage details, including mechanical fasteners.
Show reinforcing channels, opening framing, supplemental franung, strapping, bracing,
bridging, splices, accessories, connection details, and attachment to adjoining Work.
C. Mill certificates signed by steel sheet producer or test reports from a qualified independent
testing agency indicating steel sheet complies with requirements.
1.6 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed cold -formed metal
framing 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. Engineering Responsibility: Engage a qualified professional engineer to prepare design
calculations, Shop Drawings, and other structural data.
C. Mill certificates signed by steel sheet producer or test reports from a qualified independent
testing agency indicating steel sheet complies with requirements, including uncoated steel
thickness, yield strength, tensile strength, total elongation, chemical requirements, ductility
and galvanized -coating thickness.
D. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding
Code --Steel," and AWS D1.3, "Structural Welding Code --Sheet Steel."
E. AISI Specifications: Comply with AISI's "Specification for the Design of Cold -Formed Steel
Structural Members" for calculating structural characteristics of cold -formed metal framing.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Protect cold -formed metal framing from corrosion, deformation, and other damage during
delivery, storage, and handling.
B. Store cold -formed metal framing, protect with a waterproof covering, and ventilate to avoid
condensation.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
cold -formed metal framing that may be incorporated into the Work include, but are not
limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide cold -formed metal framing
by one of the following:
1. Dietrich Industries, Inc.
2. Unimast, Inc.
3. United Metal Products, Inc.
01272201 COLD -FORMED METAL FRAMING 05400-2
08/01
A. Steel Sheet: ASTM A 653/A 653M, structural steel, zinc coated, of grade and coating as
follows:
1. Grade: 33(330).
2. Coating: G60 (Z180).
2.3 ROOF -RAFTER FRAMING
A. Steel Rafters: Manufacturer's standard C-shaped steel sections, of web depths indicated,
unpunched, with stiffened flanges, complying with ASTM C 955, and as follows:
1. Minimum Uncoated -Steel Thickness: 0.0329 inch (0.84 mm).
2. Flange Width: 1-5/8 inches (41 mm).
2.4 CEILING JOIST FRAMING
A. Steel Ceiling Joists: Manufacturer's standard C-shaped steel sections, of web depths indicate,
unpunched, with stiffened flanges, complying with SASTM C 955, and as follows:
1. Minimum Uncoated -Steel Thickness: 0.0329 inch (0.84 mm).
2. Flange Width: 1-5/8 inches (41 mm) minimum.
2.5 FRAMING ACCESSORIES
A. Fabricate steel -framing accessories of the same material and finish used for framing members,
with a minimum yield strength of 33,000 psi (230 Mpa).
B. Provide accessories of manufacturer's standard thickness and configuration, unless otherwise
indicated, as follows:
1. Supplementary framing.
2. Bracing, bridging, and solid blocking.
3. End clips.
4. Foundation clips.
5. Gusset plates.
6. Stud kickers, knee braces, and girts.
7. Joist hangers and end closures.
8. Hole reinforcing plates.
9. Backer plates.
2.6 ANCHORS, CLIPS, AND FASTENERS
t A. Steel Shapes and Clips: ASTM A 36/A 36M, zinc coated by hot -dip process according to
ASTM A 123.
B. Mechanical Fasteners: Corrosion -resistant -coated, self -drilling, self -threading steel drill
screws.
1. Head Type: Low -profile head beneath- sheathing, manufacturer's standard elsewhere.
r
C. Welding Electrodes: Comply with AWS standards.
01272201 COLD -FORMED METAL FRAMING 05400-3
08/01
2.7 MISCELLANEOUS MATERIALS
A. Galvanizing Repair Paint: ASTM A 780.
B. Cement Grout: Portland cement, ASTM C 150, Type I; and clean, natural sand,
ASTM C 404. Mix at ratio of 1 part cement to 2-1/2 parts sand, by volume, with minimum
water required for placement and hydration.
C. Nonmetallic, Nonshrink Grout: Premixed, nonmetallic, noncorrosive, nonstaining grout
containing selected silica sands, portland cement, shrinkage -compensating agents, and
plasticizing and water -reducing agents, complying with ASTM C 1107, with fluid consistency
and 30 -minute working time.
2.8 FABRICATION
A. Fabricate cold -formed metal framing and accessories plumb, square, and true to line, and with
connections securely fastened, according to manufacturer's written recommendations and
requirements in this Section.
1. Fabricate framing assemblies using jigs or templates.
2. Cut framing members by sawing or shearing; do not torch cut.
3. Fasten cold -formed metal framing members by welding or screw fastening, as standard
with fabricator. Wire tying of framing members is not permitted. Comply with AWS
D1.3 requirements and procedures for welding, appearance and quality of welds, and
methods used in correcting welding work.
4. Fasten cold -formed metal framing members by welding or screw fastening, as standard
with fabricator. Wire tying of framing members is not permitted.
a. Comply with AWS D1.3 requirements and procedures for welding, appearance
and quality of welds, and methods used in correcting welding work.
B. Fabrication Tolerances: Fabricate assemblies level, plumb, and true to line to a maximum
allowable tolerance variation of 1/8 inch in 10 feet (1:960) and as follows:
1. Spacing: Space individual framing members no more than plus or minus 1/8 inch
(3 mm) from plan location. Cumulative error shall not exceed minimum fastening
requirements of sheathing or other finishing materials.
2. Squareness: Fabricate each cold -formed metal framing assembly to a maximum out -of -
square tolerance of 1/8 inch (3 mm).
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine supporting substrates and abutting structural framing for compliance with
requirements for installation tolerances and other conditions affecting performance. Proceed
with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Grout bearing surfaces uniform and level to ensure full contact of bearing flanges or track
webs on supporting concrete or masonry construction.
01272201 COLD -FORMED METAL FRAMING 05400-4
08/01
3.3 INSTALLATION, GENERAL
A. Cold -formed metal framing may be shop or field fabricated for installation, or it may be field
assembled.
B. Install cold -formed metal framing according to ASTM C 1007, unless more stringent
requirements are indicated.
C. Install framing members in one-piece lengths, unless splice connections are indicated for track
or tension members.
D. Install temporary bracing and supports to secure framing and support loads comparable in
intensity to those for which structure was designed. Maintain braces and supports in place,
undisturbed, until entire integrated supporting structure has been completed and permanent
connections to framing are secured.
E. Install insulation in built-up exterior framing members, such as headers, sills, boxed joists,
and multiple studs at openings, that are inaccessible on completion of framing work.
F. Fasten hole reinforcing plate over web penetrations that exceed size of manufacturer's
standard punched openings.
G. Erection Tolerances: Install cold -formed metal framing level, plumb, and true to line to a
maximum allowable tolerance variation of 1/8 inch in 10 feet (1:960) and as follows:
1. Space individual framing members no more than plus or minus 1/8 inch (3 mm) from
plan location. Cumulative error shall not exceed minimum fastening requirements of
sheathing or other finishing materials.
3.4 JOIST INSTALLATION
A. Install perimeter joist track sized to match joists. Align and securely anchor or fasten tract to
supporting structure at comers, ends, and spacings indicated on Shop Drawings.
B. Install joists bearing on supporting frame, level, straight, and plumb; adjust to final position,
brace, and reinforce. Fasten joists to both flanges of joist track.
1. Install joists over supporting frame with a minimum end bearing of 1-1/2 inches (38
mm).
2. Reinforce ends and bearing points of joists with web stiffeners, end clips, joist hangers,
steel clip angles, or steel -stud sections as indicated on Shop Drawings,
C. Space joists not more than 2 inches (51 mm) from abutting walls, and as follows:
1. Joist Spacing: 16 inches (406 mm)
D. Frame openings with built-up joist headers consisting of joist and joist track, nesting joists, or
another combination of connected joists if indicated.
E. Install bridging at each end of joists and at intervals indicated on Shop Drawings. Fasten
bridging at each joist intersection as follows:
1. Bridging: Cold -rolled steel channel, welded or mechanically fastened to bottom flange
of joists.
2. Bridging: Joist -track solid blocking of width and thickness indicated, secured to joist
webs.
3. Bridging: Combination of flat, taut, steel sheet straps of width and thickness indicated
an joist -track solid blocking of width and thickness indicated. Fasten flat straps to
bottom flange of joists and secure solid blocking to joist webs.
F. Secure joists to load-bearing interior walls to prevent lateral movement of bottom flange.
T�
01272201 COLD -FORMED METAL FRAMING 05400-5
1 08/01
G. Install miscellaneous joist framing and connections, including web stiffeners, closure pieces,
clip angles, continuous angles, hold-down angles, anchors, and fasteners, to provide a
complete and stable joist -framing assembly.
3.5 REPAIRS AND PROTECTION
A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and
installed cold -formed metal framing with galvanized repair paint according to ASTM A 780
and manufacturer's written instructions.
END OF SECTION
01272201 COLD -FORMED METAL FRAMING 05400-6
08/01
SECTION 07181
WATER REPELLENT COATING
PARTI- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Water-repellent coating applied to exterior masonry surfaces.
1.3 RELATED SECTIONS
A. Section 04200 - Unit Masonry: Masonry surfaces.
B. Section 07900 - Joint Sealers.
1.4 REFERENCES
A. ASTM C67 - Sampling and Testing Brick and Structural Clay Tile.
B. ASTM C140 - Sampling and Testing Concrete Masonry Units.
C. ASTM D5095 - Determination of the Non-volatile Content in Silanes, Siloxanes and Silane-
Siloxane Blends Used in Masonry Water Repellent Treatment.
D. ASTM E514 - Water Penetration and Leakage Through Masonry.
E. RILEM 25 - PEM Method IIA
1.5 PERFORMANCE REQUIREMENTS
A. Perform a laboratory test on each substrate to be treated, to determine absorption rate of treated
and untreated specimens in accordance with the following standards:
1. Concrete Unit Masonry: ASTM C 140.
2. Water Penetration and Leakage through Masonry: ASTM E51, using a test pressure of 20
lbf/ft5.
B. Treatment of Specimens: Treat specimens using same application rates and methods as
recommended by water repellent manufacturer for field application.
C. Water Absorption Reduction: Minimum 90 percent after 24 hours.
1.6 SUBMITTALS
A. Product Data: Provide details of product description, tests performed, limitations to coating,
cautionary procedures required during application, and chemical properties including percentage
of solids.
B. Manufacturer's Installation Instructions: Indicate special procedures and conditions requiring
special attention.
01272201
08/01
WATER REPELLENT COATING
07181-1
C. Test Reports
1. Provide copy of laboratory test indicating compliance with specified requirements.
2. Provide written results to Architect prior to beginning field application of water repellents.
D. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements.
1.7 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this
section with minimum ten years documented experience.
B. Applicator Qualifications: Company specializing in performing the work of this section with
minimum three years documented experience.
C. Mock-up
1. Provide test area of not less than 5 square feet comprising typical water repellent
installation, using specified methods and materials.
2. Visually examine test area for color change of substrate and water repellency.
3. Unacceptable Installation: Extensive darkening of substrate or absorption of water above
specified limits.
4. Acceptable Installation: Maintain for duration of project as representative standard for
remainder of installation.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect and handle products to site under provisions of Section 01600.
B. Protect coating liquid from freezing.
1.9 ENVIRONMENTAL REQUIREMENTS
A. Do not apply coating when ambient temperature is lower than 50 degrees F or higher than 100
degrees F.
B. Keep surfaces being treated dry until completion of treatment, including curing period.
1.10 WARRANTY
A. Provide manufacturer's standard 5 year warranty, signed by Contractor and applicator, warranting
water repellent material against failure of material and workmanship.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Siloxane
1. Chemprobe Technologies, Inc.
2. The Euclid Chemical Company.
3. L & M Construction Chemicals, Inc.
4. Pecora Corporation.
5. ProSoCo, Inc.
6. Stonhard,Inc.
B. Substitutions: Under provisions of Section 01600.
01272201 WATER REPELLENT COATING
08/01
07181-2
�j
2.2 MATERIALS
r A. Siloxanes: Colorless penetrating water repellent, alkylalkoxysiloxanes that are oligomerous with
alcohol, ethanol, mineral spirits, water, or other proprietary solvent carrier.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify joint sealants are installed and cured.
4 B. Verify surfaces to be coated are dry, clean and free of efflorescence, oil, or other matter
detrimental to application of coating.
3.2 PREPARATION
A. Cure masonry and mortar substrate a minimum of 21 days prior to application of water repellents.
B. Remove loose particles and foreign matter.
C. Remove oil or foreign substance with a chemical solvent which will not affect coating.
D. Scrub and rinse surfaces with water and let dry.
E. Test for pH level according to repellent manufacturer's instructions to ensure chemical bond to
silicate minerals.
F. Protect all glass, aluminum, painted surfaces and other substrates not specified to receive water
repellent coating from contact with water repellent coating.
3.3 APPLICATION
A. Apply coating in accordance with manufacturer's written instructions and at recommended rate.
B. Apply in minimum two continuous, uniform coats.
3.4 FIELD QUALITY CONTROL
A. Perform field test on non -water repellent treated and water repellent treated area for each substrate
scheduled to be treated. Perform separate test for masonry and mortar joints.
1. Perform test using the RILEM 25 PEM method IIA for a period of one hour.
2. Perform minimum of 5 separate tests for each substrate scheduled to receive water repellent
treatment using specified methods and materials.
3. Acceptable Application: Minimum 80 percent reduction in water absorption between treated
and untreated areas.
4. Provide additional coatings until required reduction in absorption is achieved.
5. Notify Architect prior to initial absorption tests.
3.5 'PROTECTION TO FINISHED AND ADJACENT WORK
A. Protect adjacent surfaces not scheduled to receive coating.
B. Mask sealant bond surfaces to prevent water repellent from migrating onto joint surfaces.
4 C. Protect landscaping, property, and vehicles.
D. If applied to unscheduled surfaces, remove immediately by a method instructed by coating
manufacturer.
01272201 WATER REPELLENT COATING 07181-3
08/01
3.6 SCHEDULE
A. Exterior Concrete Masonry Units. Masonry: Siloxane, minimum two coats.
END OF SECTION
01272201 WATER REPELLENT COATING 07181-4
08/01
SECTION 07210
BUILDING INSULATION
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Batt insulation in rafter construction.
1.3 RELATED SECTIONS
A. Section 05400 - Cold -Formed Metal Framing.
1.4 REFERENCES
A. ASTM C177 - Test Method for Steady -State Thermal Transmission Properties by Means of the
Guarded Hot Plate.
B. ASTM C665 - Mineral Fiber Blanket Thermal Insulation for Light Frame Construction and
Manufactured Housing.
C. ASTM E 84-87 Test Method for Surface Burning Characteristics of Building Materials.
D. ASTM E 119-83 Fire Tests of Building Construction and Materials.
E. ASTM E 1264 - Standard Classification for Acoustical Ceiling Products.
1.5 REGULATORY REQUIREMENTS
A. Conform to SBCCI and NFPA 101 for combustibility and smoke development requirements for
materials as follows:
1. Flame Spread: 25 or less.
2. Smoke Developed: 450 or less.
B. Identify insulation with appropriate markings of applicable testing and inspecting organization.
1.6 SUBMITTALS
A. Product Data
-1. Provide data on product characteristics, performance criteria, limitations.
B. Manufacturer's Certificate
1. Certify that products meet or exceed specified requirements.
01272201
08/01
BUILDING INSULATION
07210-1
1.7 DELIVERY, STORAGE AND HANDLING
A. Protect insulations from physical damage and from becoming wet or soiled. Comply with
manufacturer's recommendations for handling, storage and protection.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS - INSULATION MATERIALS
A. Owens/Corning Corporation
B. CertainTeed
C. W.R. Grace
D. Celotex Corporation
E. Substitutions: Under provisions of Section 01600.
2.2 MATERIALS
A. Insulation
1. Light Guage Roof Structure Framing
a. Thermal Batt Insulation
1) Conformance: ASTM C 665 Type III, Class A - with membrane, glass fiber
batt conforming to the following:
2) Thermal Resistance: R19.
3) Size: Frame spacing x maximum length.
4) Facing: Foil -Scrim -Kraft with Fire Hazard Classification rating of 25 or less
per ASTM E-84.
2.3 ACCESSORIES
A. Insulation Fasteners: Steel impale spindle and clip on flat metal base, self adhering backing, length
to suit insulation thickness.
B. Wire Mesh: Galvanized steel, hexagonal wire mesh.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that substrate, adjacent materials, and insulation are dry and ready to receive insulation.
3.2 INSTALLATION
A. Install insulation in accordance with insulation manufacturer's instructions.
B. Install in exterior wall spaces without gaps or voids.
C. Trim insulation neatly to fit spaces.
D. Fit insulation tight in spaces and tight to exterior side of mechanical and electrical services within
the plane of insulation. Leave no gaps or voids.
01272201 BUILDING INSULATION 07210 - 2
08/01
E. Install batt insulation with vapor barrier facing conditioned space.
F. Fill all roof expansion joint assemblies with unfaced batts.
3.3 SCHEDULE
A. Install thermal batt insulation where indicated on the drawings.
01272201
08/01
END OF SECTION
BUILDING INSULATION
07210-3
SECTION 07410
1 PREFORMED ROOF PANELS
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Underlayment
B. Preformed panels.
C. Associated trim, snow and ice guards.
1.3 RELATED DOCUMENTS
A. Section 05400 — Cold -Formed Metal Framing.
1.4 REFERENCES
A.
ASCE 7 - Minimum Design Loads for Buildings and Other Structures.
z-
B.
ASTM A653 - Steel Sheet, Zinc Coated (Galvanized) or Zinc -Iron Alloy -Coated
(Galvannealed) by the Hot Dip Process.
C.
ASTM A 792/A - Steel Sheet, 55% Aluminum -Zinc Alloy -Coated by the Hot -Dip Process.
D.
ASTM B 117 - Salt Spray (Fog) Testing.
E.
ASTM B 209 - Aluminum and Aluminum-AIloy Sheet and Plate.
F.
ASTM C 518 - Steady -State Heat Flux Measurements and Thermal Transmission Properties
by Means of the Heat Flow Meter Apparatus.
G.
ASTM C 920 - Elastomeric Joint Sealants.
H.
ASTM C 991 - Flexible Glass Fiber Insulation for Pre -Engineered Metal Buildings.
I.
ASTM C 1289 - Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board,
J.
ASTM D 522: Mandrel Bend Test of Attached Organic Coatings.
K.
ASTM D 523: Specular Gloss.
ti.
L.
ASTM D 714: Evaluating Degree of Blistering of Paints.
M.
ASTM D 968: Abrasion Resistance of Organic Coatings by Falling Abrasive.
N.
ASTM D 1308: Effect of Household Chemicals on Clear and Pigmented Organic Finishes.
O.
ASTM D 1654 - Evaluation of Painted or Coated Specimens Subjected to Corrosive
Environments.
P.
ASTM D 1970 - Self -Adhering Polymer Modified Bituminous Sheet Materials Used as
Steep Roofing Underlayment for Ice Dam Protection.
Q.
ASTM D 2244 - Calculation of Color Differences from Instrumentally Measured Color
Coordinates.
a.:
R.
ASTM D 2247 - Testing Water Resistance of Coatings in 100 Percent Relative Humidity.
_ S.
ASTM D 3359 - Measuring Adhesion by Tape Test.
01272201
PREFORMED ROOF PANELS 07410-1
08/01
T. ASTM D 4214 - Evaluating the Degree of Chalking of Exterior Paint Films.
U. ASTM E 84 - Surface burning Characteristics of Building Materials.
V. ASTM E 96 - Water Vapor Transmission of Materials.
W. ASTM E 283 - Air Infiltration
X. ASTM E 331 - Water Penetration
Y. ASTM E 1592 - Structural Performance of Sheet Metal Roofing and Siding Systems by
Uniform Static Air Pressure Difference.
Z. ASTM E 4587 - Conducting Tests on Paint and Related Coatings and Materials Using a
Fluorescent UV -Condensation Light- and Water -Exposure Apparatus.
AA. SMACNA: "Architectural Sheet Metal Manual"
BB. UL 580: Tests for Uplift Resistance of Roof Assemblies
1.5 DESIGN REQUIREMENTS
A. Design the Standing Seam Sheet Metal Roof System (SSSMRS) as a complete system
including members and connections not indicated on the drawings to comply with ASTM
E1592 for structural panels and Class 90 as defined in UL 580 for architectural panels.
B. Loading Criteria: Design in accordance with ASCE 7-95, unless otherwise specified, and
the following:
1. Dead Load: Actual weights of the SSSMRS components as determined by
manufacturer.
2. Concentrated Loads
a. Panels and Concealed Anchor Clips: Capable of resisting a 300 -pound
concentrated load at midspan on a 12 -inch wide section of deck.
b. Panels: Capable of supporting combined dead load and concentrated load without
buckling or permanent distortions.
C. Panel Deflection: Not greater than 1/180th of span between supports.
3. Live Loads: 20 pounds per square foot.
4. Wind Uplift Loads
a. Computed and applied using criteria on drawings.
b. Uplift Force for each Connection Assembly: Pressure given for area under
consideration, multiplied by tributary load area of connection assembly, and
multiplied by appropriate factor of safety, as follows:
(1). Single fastener in each -connection: 3.0 -
(2). Two or more fasteners in each connection: 2.25
5. Thermal Loads: 200 degree total temperature range during life of structure.
C. Accessories and Fasteners
1. Capable of resisting specified design wind uplift loads with allowance for expansion
and contraction movement of roof panel system resulting from thermal changes.
2. Fasteners at covered walk shall be of a length and be installed so that they are not
exposed on underside of cellular deck and visible from below.
1.6 PERFORMANCE REQUIREMENTS
A. Panel Finish
1. Salt Spray Test
a. Withstand salt spray test for a minimum of 1000 hours in accordance with ASTM
B 117, including scribe requirement in test.
01272201 PREFORMED ROOF PANELS 07410-2
08/01
1.7 QUALITY ASSURANCE
A. Materials
1. . Obtain roof and wall panels, components, transitions, and assemblies from same
manufacturer.
B. Manufacturer's Qualifications
1. Manufacturer having a minimum of three years experience in manufacturing panels
of this nature.
C. Installer's Qualifications
1. Installation of panels and accessories by installers with a minimum of two years
experience in panel projects of this nature and approved by Manufacturer.
01272201 PREFORMED ROOF PANELS 07410-3
08/01
b. Receive a rating of 10, no blistering, as determined by ASTM D 714
immediately upon removal of from test, 10,
panel and rating of no edge creep,
no failure at scribe, as determined by ASTM D 1654.
2. Formability Test: No evidence of fracturing to naked eye when subjected to a 180 -
degree bend over a 3/8 -inch diameter mandrel in accordance with ASTM D 522.
3. 2000 Hour Accelerated Weathering Requirements
a. Test Conformance: ASTM G 23 using a Type D apparatus.
b. No cracking, peeling, blistering, loss of adhesion of protective coating, or
corrosion of base metal.
c. Loss of Adhesion: Protective coating that can be readily removed from base
metal with tape in accordance with ASTM D 3359, Test Method B.
d. Chalking: Not greater than No. 8 rating in accordance with ASTM D 4214 test
procedures.
e. Color Change: Maximum 2 NBS units in accordance with ASTM D 4214 and
ASTM D 2244 test procedures.
4. Humidity Test: No signs of blistering, cracking, creepage or corrosion when scored
panel subjected to a humidity cabinet test in accordance with ASTM D 2247 for [1000]
[ 1500] hours.
5. Impact Resistance: Withstand direct and reverse impact in accordance with ASTM D
2794 equal to 1.5 times metal thickness in mils, expressed in inch -pounds, with no
loss of adhesion.
6. Abrasion Resistance Test: Withstand a minimum of 50 liters of sand before appearance
of base metal when subjected to falling sand test in accordance with ASTM D 968.
7. Specular Gloss: Specular gloss of 25 to 35 at an angle of 60 degrees when measured
in accordance with ASTM D 523.
8. Pollution Resistance: No visual effects when immersion tested in a 10 percent
hydrochloric acid solution for 24 hours in accordance with ASTM D 1308.
B. Wind Uplift
1. Test for wind uplift in accordance with ASTM E 1592 for SSSMR systems and UL
580 for architectural panels.
1.7 QUALITY ASSURANCE
A. Materials
1. . Obtain roof and wall panels, components, transitions, and assemblies from same
manufacturer.
B. Manufacturer's Qualifications
1. Manufacturer having a minimum of three years experience in manufacturing panels
of this nature.
C. Installer's Qualifications
1. Installation of panels and accessories by installers with a minimum of two years
experience in panel projects of this nature and approved by Manufacturer.
01272201 PREFORMED ROOF PANELS 07410-3
08/01
1.8 SUBMITTALS
A. Shop Drawings
I. Indicate methods of erection, elevations, plans of roof fascia soffit and wall panels,
sections and details, anticipated loads, flashings, roof curbs, vents, sealants, interfaces
with adjacent construction and identification of component parts and their finishes and
insulation support strap spacing and liner fabric sizes and locations.
B. Product Data
1. Submit data on components, fasteners, performance characteristics, finishes, insulation
vapor barrier, insulation support system and all appurtenances.
C. Samples
1. Submit samples and color chips for all proposed finishes.
a. Submit one 12 in. long sample of each type of panel, including clips and battens.
b. Submit three 2 in. x 3 in. color chip samples of [each] color selected by
Architect.
C. Submit three 12 x 12 inch samples of vapor barriers including seam.
D. Calculations
1. Submit engineering calculations defining roof and wall system loads based on
requirements specified and indicated on the drawings, allowable clip loads and
required type and number of fasteners per clip.
2. Compute uplift loads on clip fasteners with full recognition of prying forces and
eccentric clip loading.
1.9 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Deliver, store and handle panels, trim, insulation, vapor barrier and associated products in
conformance with Section 01600.
B. Deliver panels, trim, insulation, vapor barrier and associated products to jobsite properly
packaged to provide protection against transportation damage.
C. Exercise extreme care in unloading, storing and erecting panels and trim to prevent bending,
warping, twisting, end and surface damage.
D. Store all material and accessories above ground on well skidded platforms. Slope panels to
drain all water accumulation.
E. Store panels, trim, insulation and vapor barrier under waterproof covering.
F. Provide proper ventilation to panels and trim to prevent condensation build-up between each
panel or trim/flashing component.
G. Do not store panels and trim in contact with other materials that might cause staining,
denting or other surface damage.
1.10 WARRANTY
A. Furnish in conformance with Section 01700.
B. Warranty covering bare metal against rupture, structural failure, and perforation due to
normal atmospheric corrosion exposure for a period of 20 years.
C. Warranty for panel finish against cracking, checking, blistering, peeling, flaking, chipping,
chalking and fading for a period of twenty (20) years for wall panels and twenty (20) years
for roof panels.
D. Weathertightness Warranty: Warrant roof against water leaks for 2 years.
01272201 PREFORMED ROOF PANELS 07410-4
08/01
IPART 2 PRODUCTS
Jl
2.1 ACCEPTABLE MANUFACTURERS
A. Metal Panels and Framing
1. AEP/Span Metals Corp. - Dallas, TX.
2. Alumax Corp. - Mesquite, TX.
3. Centria Roof Systems - Moon Township, PA.
4. MBCI - Grand Prairie, TX.
B. Panel Closures
1. East Coast Fasteners and Closures, Inc; Elkhart Lake, WI.
C. Snow and Ice Guards
1. Snojax, Inc., Mechanicsburg, PA.
2. Sno-Gem, Inc., Crystal Lake, IL.
3. Riddell & Co., Englewood, CO.
D. Substitutions: In accordance with Section 01600.
2.2 MATERIALS
A. Roof and Wall Panels and Trim: Steel Sheet complying with ASTM A792/A, AZ50 coating
per triple -spot test, structural grade 50.
B. Fastener clips: ASTM A653, G90 coating, structural quality grade 50, gage as required for
design loads specified.
C. Sealant: One -part polyurethane complying with ASTM C920. Color as selected by Architect
for exposed areas.
D. Tape Sealant
1. Manufacturer's standard double bead and triple bead pressure sensitive, 100 percent
solids, polyisobutylene compound with a release paper backing.
E. Fasteners
1. Equal to Construction Fasteners, Inc. long life ZAC fasteners designed to withstand
specified design loads specified.
F. Snow and Ice Guards.
1. Equal to Sno-Gem.Junior. Triangular shaped, .clear color.
2. 3.25" tall x 6.25" wide. Manufactured from Polycarbonate..
G. Underlayment:
1. Self -adhering type: Membrane rubberized asphalt bonded to sheet polyethelene, with
strippable treated release paper, minimum 58 mils thick.
2. Organic type: ASTM D2178, type 1.
H. Plastic Cement: ASTM D2822 Type I, cutback asphalt type.
I. Closure Strips
1. Type: Closed cell polyethylene foam with integral top glue bead.
2. Density: 2.0 lbs./cubic foot closed cell polyethylene foam.
3. Thickness: 2 inches.
4. Webb Thickness: 1/4 inch minimum.
5. Color: Black.
6. Profile: To match panel.
01272201 PREFORMED ROOF PANELS 07410-5
08/01
1.5 SUBMITTALS
A. Product Data
1. Submit product data indicating sealant chemical characteristics, performance criteria,
limitations and color availability.
2. Submit manufacturer's standard printed installation instructions.
B. Samples
1. Submit one sample kit in form of manufacturer's standard bead samples, consisting of strips
of actual products showing full range of colors available, for each product exposed to view.
C. Certificates
1. Submit manufacturer's certificate that products meet or exceed specified requirements and
are suitable for use indicated.
2. Joint sealant manufacturer's certification that sealants, primers, and cleaners required for
sealant installation comply with local regulations controlling use of volatile organic
compounds.
1.6 QUALITY ASSURANCE
A. Manufacturer: Company specializing in manufacturing the products specified in this Section with
minimum ten years documented experience.
B. Applicator: Company specializing in applying the work of this Section with minimum five years
documented experience.
C. Conform to ASTM C1193 requirements for materials and installation.
1. Obtain joint sealant materials from a single manufacturer for each different product
required.
2. Provide joint sealants, joint fillers, and other related materials that are compatible with one
another and with joint substrates under conditions of service and application, as
demonstrated by sealant manufacturer based on testing and field experience.
D. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible
with one another and with joint substrates under conditions of service and application, as
demonstrated by sealant manufacturer based on testing and field experience.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to Project site in original unopened containers or bundles with labels indicating
manufacturer, product name and designation, color, expiration period for use, pot life, curing
time, and mixing instructions for multicomponent materials.
B. Store and handle materials in compliance with manufacturer's recommendations to prevent their
deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes.
1.8 PROJECT CONDITIONS
A. Environmental Requirements
1. Do not install solvent curing sealants in enclosed building spaces.
2. Do not install sealants when joint substrates are wet.
3. Maintain temperature and humidity recommended by the sealant manufacturer during and
after installation.
01272201 JOINT SEALERS 07900-2
08/01
1.9 SEQUENCING AND SCHEDULING
A. Coordinate the work of this Section with all Sections referencing this Section.
1.10 WARRANTY
A. Provide five year warranty.
B. Warranty: Include coverage of installed sealants and accessories which fail to achieve air tight and
watertight seal, exhibit loss of adhesion or cohesion, or do not cure.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Elastomeric Sealants
1. General: Manufacturer's standard chemically curing, urethane, polyurethane, or polysulfide
polymer based elastomeric sealant complying with ASTM C 920.
2. Types
a. S -l: Type M, Grade P, Class 25.
b. S-2: Type S, Grade P, Class 25.
C. S-3: Type M, Grade NS, Class 25.
d. S-4: Type S, Grade NS, Class 25.
3. Color: As selected by Architect from manufacturer's full range of standard colors.
4. Use Locations: As indicated in Schedule at end of this Section..
B. Latex Sealants
1. General: Manufacturer's standard one -part, nonsag, mildew -resistant, paintable latex sealant
of formulation indicated that is recommended for exposed applications on interior and
protected exterior locations and that accommodates indicated percentage change in joint
width existing at time of installation without failing either adhesively or cohesively.
2. Types
a. S-5; Acrylic -Emulsion Sealant
1) Composition: Manufacturer's standard product accommodating joint movement
of not more than 5 percent in both extension and compression for a total of 10
percent.
2) Conformance: ASTM C 834
b. S-6; Silicone Emulsion Sealant
1) Composition: Manufacturer's standard product that accommodates joint
movement of not more than 25 percent in both extension and compression for
a total of 50 percent.
2) Conformance: ASTM C 834 and, except for weight loss measured per
ASTM C 792, ASTM C 920.
3. Color: As selected by Architect from manufacturer's full range of standard colors.
4. Use Locations: As indicated in Schedule at end of this Section.
r>
01272201 JOINT SEALERS 07900-3
08/01
C. Type S-7; Acrylic Sealant
1. General: Manufacturer's standard one -part, nonsag, solvent -release -curing acrylic
terpolymer sealant complying with AAMA 808.3 and/or FS TT -S-00230, with capability
to withstand 15 percent maximum cyclic movement (7-1/2 percent movement in both
extension and compression) at time of application and remain adhered to joint substrates
indicated for Project without failing cohesively when tested for adhesion and cohesion per
ASTM C 719.
2. Color: As selected by Architect from manufacturer's full range of standard colors.
3. Use Locations: As indicated in Schedule at end of this Section.
D. Type S-8; Butyl Sealant
1. General: Manufacturer's standard one -part, nonsag, nonstaining, paintable,
solvent -release -curing, polymerized butyl sealant formulated with minimum of 75 percent
solids and tack -free time of 24 hours or less, complying with ASTM C 1085.
2. Color: As selected by Architect from manufacturer's full range of standard colors.
3. Use Locations: As indicated in Schedule at end of this Section.
E. Type S-9; Pigmented Narrow Joint Sealant
1. General: Manufacturer's standard, solvent -release -curing, pigmented synthetic rubber
sealant formulated for sealing joints 3/16 inch or smaller in width, complying with
AAMA 803.3
2. Color: As selected by Architect from manufacturer's full range of standard colors.
3. Use Locations: As indicated in Schedule at end of this Section.
F. Bituminous Joint Sealants
1. General: All joint sealants used for concrete and asphalt pavements shall comply with
ASTM D3405 or Federal Spec SS -5-200 - Sealing Compounds, Two -component,
Elastomeric, Polymer Type, Jet -fuel -resistant, Cold Applied.
G. Accessories
1. Primer: Non -staining type, recommended by sealant manufacturer to suit application.
2. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer;
compatible with joint forming materials.
3. Joint Backing: ANSI/ASTM D1056; D1565; D5249; round, closed cell polyethylene foam
rod; oversized 30 to 50 percent larger than joint width.
4. Bond Breaker: Pressure sensitive tape recommended by sealant manufaenurer to Q,,;t
application.
5. Masking Tape: Non -staining, non -absorbing, ultra -violet resistant type as recommended by
sealant manufacturer.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that joint openings are ready to receive work and field measurements are as shown on
Drawings and recommended by the manufacturer.
B. Beginning of installation means installer- accepts existing conditions and substrate.
3.2 PREPARATION
A. Clean and prime joints in accordance with manufacturer's instructions.
B. Remove loose materials and foreign matter which might impair adhesion of sealant.
01272201 JOINT SEALERS 07900-4
08/01
1 C. Verify that joint backing and release tapes are compatible with sealant.
D. Perform preparation in accordance with ASTM C1193.
E. Install masking tape where required to protect adjacent finished surfaces.
3.3 INSTALLATION
A. Perform installation in accordance with ASTM C1193 and manufacturer's written instructions.
B. Measure joint dimensions and size materials to achieve required width/depth ratios.
C. Install joint backing to achieve a neck dimension no greater than 1/3 the joint width.
D. Install bond breaker where joint backing is not used.
E. Remove and replace joint backing which has become wet, dirty, or exposed to weather for
extended period of time.
F. Apply sealant within recommended application temperature ranges. Consult manufacturer when
sealant cannot be applied within these temperature ranges.
G. Install sealant free of air pockets, foreign embedded matter, ridges, and sags.
H. Tool joints concave in accordance with ASTM C1193 and manufacturer's written instructions.
3.4 CLEANING AND REPAIRING
A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and
with cleaning materials approved by manufacturers of joint sealants and of products in which joints
occur.
B. Repair or replace defaced or disfigured finishes caused by work of this Section.
C. Cut out and remove damaged or deteriorated joint sealants and repair so that repaired areas are
indistinguishable from original work.
3.5 PROTECTION OF FINISHED WORK
A. Protect joint sealants during and after curing period from contact with contaminating substances
or from damage resulting from construction operations or other causes so that they are without
deterioration or damage at time of Substantial Completion.
3.6 SCHEDULE
A. Exterior Joints
1. Horizontal traffic joints not exposed to fuel or gas spillage: ASTM D3405.
2. Horizontal traffic joints exposed to fuel or gas spillage: Federal Spec. SS -5-200.
3. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2, S-3
or S-4.
4. Vertical or inclined joints such as panel, coping and control: Sealant types S-3 or S-4.
�1 5. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant
types S-3 or S-4.
.` -6. Threshold Bedding: Sealant type: S-8.
J 7. Joints in Masonry Flashing: Sealant Type S-9.
8. Joints in Sheet Metal Flashing: Sealant Type S-9.
B. Interior Joints
1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-1, or S-2.
2. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2, S-3,
or S-4.
01272201 JOINT SEALERS 07900-5
f'� 08/01
3. Vertical or inclined joints such as panel, coping and control: Sealant types S-3, S-4.
4. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant
types S-3, S-4 or S-6.
5. Non-structural hollow metal doors and borrowed lites. Sealant types S-3, S-4 S-5, S-6 or
S-7.
6. Non-structural perimeter seals around plumbing fixtures and joints between ceramic tile and
dissimilar materials: Sealant type S-6.
7. Non-structural perimeter seals at joints between countertops, backsplashes and walls: Sealant
type S-6.
END OF SECTION
01272201 JOINT SEALERS 07900-6
08101
SECTION 08110
STEEL DOORS AND FRAMES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 WORK INCLUDED
A. Custom fabricated non -rated steel doors and frames.
1.3 RELATED WORK
A. Section 04200 - Unit Masonry: Masonry mortar fill of metal frames.
B. Section 08700 - Hardware.
C. Section 09900 - Painting: Field painting of doors and frames; bituminous coating.
1.4 REFERENCES
A. Architectural and Transportation Barriers Compliance Board - 36 CFR Part 1191, Accessibility
Guidelines for Buildings and Facilities.
B. ANSI/SDI-100 - Recommended Specifications for Standard Steel Doors & Frames.
C. ANSI A224.1 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel
Doors and Frames.
D. ANSI/ASTM A366 - Steel Sheet, Carbon, Cold -Rolled, Commercial Quality.
E. ASTM A525 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot Dip Process, General
Requirements.
F. ASTM E152 - Methods of Fire Tests of Door Assemblies.
G. FS RR -W -365A - Wire Fabric (Insect Screening).
H. MIL -M -17194C(2) -Metal, Expanded, Steel.
I. SDI -107 - Hardware on Steel Doors (Reinforcement --Application).
J. SDI -113 - Test Procedure and Acceptance Criteria for Apparent Thermal Performance for Steel
Door and Frame Assemblies.
K. SDI -116 - Standard Test Procedure and Acceptance Criteria for Rate of Air Flow Through Closed
Steel Door and Frame Assemblies.
L. NFPA 80 - Fire Doors and Windows.
M. NFPA 252 - Fire Tests of Door Assemblies.
01272201
08/01
STEEL DOORS AND FRAMES
08110-1
1.5 QUALITY ASSURANCE
A. Regulatory Requirements
1. Conform to requirements of 36 CFR Part 1191.
2. Conform to NFPA 80 and NFPA 252 for fire rated class indicated
3. Conform to requirements of SDI -100.
B. Manufacturer
1. Company specializing in manufacturing the Products specified with minimum three years
documented experience.
1.6 SUBMITTALS
A. Shop Drawings and Product Data
1. Indicate each type door and frame elevation, reinforcements, hardware locations, metal
types and gauges, and finish. Use same numbering system as indicated on drawings.
2. Indicate frame configuration, anchor spacings and anchor types.
3. Indicate door core construction and head and sill closure method.
4. Indicate cut outs for glazing, glazing stop and glazing frame profiles and methods of
attachment.
5. Manufacturer's standard printed installation instructions.
1.7 DELIVERY, STORAGE, AND PROTECTION
A. Provide frames with manufacturer's standard sill spreader bar for all welded units.
B. Protect doors and frames with manufacturer's standard resilient packaging.
C. Break seal on-site to permit ventilation.
1.8 WARRANTY
A. Provide five year manufacturer's warranty.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Doors
1. Exterior: 16 gage stretcher level, zinc coated steel conforming to ASTM A526; hot dipped
galvanized in accordance with ASTM A525, with A60 or G60 coating designation, mill
phosphatized.
B. Frames
1. Exterior: 14 gage, zinc coated steel conforming to ASTM A526; hot dipped galvanized in
accordance with ASTM A525, with A60 or G60 coating designation, mill phosphatized.
C. Protective Coatings
1. Bituminous Coating: Specified in Section 09900 - Painting.
2. Primer: Manufacturer's standard oven dried, gray alkyd enamel primer, complying with
requirements of ANSI/SDI A224.1.
01272201 STEEL DOORS AND FRAMES 08110-2
08/01
D. Accessories
I. Jamb Anchors
a. Masonry Construction: 'T' -strap type, corrugated and galvanized.
2. Silencers: As specified in Section 08700 - Hardware.
3. Expanded metal: Mil -M- 17194C, Type 11, Class 1, Style 3/4 - #14F (flattened), .061 inches
thick, carbon steel.
2.2 FABRICATION
A. General
1. Fabricate doors and frames to sizes and profiles indicated and in conformance with, except
as otherwise specified, SDI -100, SDI -113 and SDI -116 for non -rated assemblies and NFPA
80 and NFPA 252 for rated assemblies.
2. Fabricate frames and doors with hardware reinforcement plates welded in place. Provide
mortar guard boxes for frames set in masonry.
3. Grind all welds smooth, fill all voids with body putty and seam filler and sand smooth.
Welds and joints shall not be visible.
4. Apply shop primer after fabrication.
B. Doors
1. Exterior doors: Grade 11, Model 2.
2. Close top edge of doors with flush steel channel closure. Seal joints watertight.
3. Close bottom edge of doors with inverted steel channel closure.
4. Core Construction, Exterior Doors
a. Type f: Vertical steel stiffeners formed from not less than 20 gage steel, spaced not
more than 6" apart, and securely attached to face sheets by spot welds, not more than
6" on center.
b. Fill spaces between stiffeners full height of door with a minimum 0.6 pound density
insulation.
C. U -value through door: Maximum 0.24.
C. Frames
1. Fabricate and assemble as complete welded unit.
2. Weld Z anchors to frame.
3. Reinforce frames wider than 48 inches with roll formed steel channels fitted tightly into
frame head, flush with top.
4. Prepare frame for silencers. Provide for three single silencers on strike side of single doors
and two single silencers on frame head at double doors without mullions.
5. Provide minimum 14 gage steel floor angle clips welded to each jamb.
2.3 FINISH
A. Finish: As Specified in SECTION 09900.
PART 3 - EXECUTION
3.1
d
A.
01272201
08/01
INSTALLATION
General
1. Install frames in accordance with SDI -105 and manufacturer's written instructions.
STEEL DOORS AND FRAMES
08110-3
2. Coordinate with masonry wall construction for anchor placement.
3. Coat inside of frame profile with bituminous coating to a thickness of 1/16 inch where in
direct contact with mortar.
4. Install field applied hardware in accordance with SDI -107.
3.2 TOLERANCES
A. Maximum Diagonal Distortion: 1/16 inch measured with straight edge, corner to corner.
3.3 ADJUSTING AND CLEANING
A. Adjust for smooth and balanced door movement.
END OF SECTION
01272201 STEEL DOORS AND FRAMES 08110-4
08/01
SECTION 08700
HARDWARE
PART 1
- GENERAL
1.1
RELATED DOCUMENTS
"j
A.
Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
79
Section.
.a
1.2
WORK INCLUDED
A.
All finish hardware necessary for completion of project.
j:
1.3
RELATED WORK
a;
A.
Section 08110 - Steel Doors and Frames.
B.
Section 08211 - Wood Doors.
C.
Section 08410 - Aluminum Entrances and Storefronts: Hardware scheduled as part of aluminum
doors.
1.4
QUALITY ASSURANCE
A.
Manufacturers Qualifications
1. Companies specializing in manufacturing door hardware with minimum three years
experience.
B.
Regulatory Requirements
1. Fire Door Hardware
a. Conform to requirements of NFPA 80 and 101 for doors shown, scheduled, or
specified to be in a fire rated wall or to receive a UL -label.
b. In case of conflict between hardware specified and NFPA requirements, provide type
required by NFPA.
1.5
REFERENCES
A.
American National Standards Institute (ANSI)
1. ANSI A156.1 Butts and Hinges.
2. ANSI A156.2 Bored and Pre -assembled Locks and Latches.
3. ANSI A156.3 Exit Devices.
4. ANSI A 156.4 Door Controls - Closers.
5. ANSI A156.5 Auxiliary Locks & Associated Products.
6. ANSI A156.6 Architectural Door Trim.
7. ANSI A156.7 Template Hinge Dimensions.
8. ANSI A156.8 Door Controls - Overhead Holders.
9. ANSI A156.16 Auxiliary Hardware.
10. ANSI A 156.17 Self -Closing Hinges and Pivots.
01272201
HARDWARE 08700-1
08/01
11. ANSI A156.18 Materials and Finishes.
12. ANSI A156.21 Thresholds
B. Builders Hardware Manufacturers Association (BHMA)
1. BHMA Directory of Certified Locks & Latches.
2. BHMA Directory of Certified Door Closers.
3. BHMA Directory of Certified Exit Devices.
C. Code of Federal Regulations (CFR)
1. 36CFR Part 1191 - Americans With Disabilities Act (ADA)
D. Door and Hardware Institute (DHI)
1. DHI-02 Installation Guide for Doors and Hardware.
2. DHI-03 Keying Systems and Nomenclature.
3. DHI-04 Recommended Locations for Builders' Hardware for Custom Steel Door and
Frames.
E. National Fire Protection Association (NFPA)
1. NFPA 80 Fire Doors and Windows.
F. Steel Door Institute
1. SDI -107 Hardware on Steel Doors (Reinforcement and Application).
1.6 SUBMITTALS
A. Product Data
I. Provide product data on specified hardware.
2. Submit manufacturer's parts lists, templates, and installation instructions.
3. Submit operation and maintenance data including data on operating hardware, lubrication
requirements, and inspection procedures related to preventative maintenance.
B. Hardware Schedule
1. Include for each item: quantities; manufacturer's name and catalog numbers; sizes; detail
information or catalog cuts; finishes; door and frame size and materials; location and
hardware set identification cross-referenced to drawings; lock trim material thicknesses;
lock trim material evaluation test results; corresponding ANSI or BHMA standard type
number or function number from manufacturer's catalog if not covered by ANSI or BHMA;
and list of abbreviations.
2. Indicate locations and mounting heights of each type of hardware.
3. Indicate lock side of single cylinder doors.
C. Keying Schedule
1. Develop in accordance with DHI-03.
2. Obtain keying system approval before delivering hardware to project.
D. Certificates of Compliance
1. Submit certificates of compliance attesting that hardware items conform to the NFPA, CFR
and ANSI or BHMA standards specified. In lieu of certificates, submit statement that
proposed hardware items appear in current BHMA directories of certified products.
_2. Fire Rated Doors: Submit certificates of compliance, attesting that doors which are
indicated, scheduled, or specified to be fire rated are fitted with the required hardware
(i.e. active latch bolts, self-closing devices) and operate in accordance with the requirements
of NFPA 80. Identify all such doors on certificates.
E. Maintenance Instructions
1. Furnish 2 complete copies of maintenance instructions listing routine maintenance
procedures, possible breakdowns and repairs, and trouble shooting guides.
01272201 HARDWARE 08700-2
08/01
1.7 DELIVERY, STORAGE AND HANDLING
A. Deliver, store and handle hardware to site in accordance with provisions of Section 01600.
B. Individually package each article of hardware in manufacturer's standard commercial carton or
container, and properly mark or label to be readily identifiable with approved hardware schedule.
C. Tag or otherwise identify each change key with door for which its cylinder is intended.
1.8 COORDINATION
A. Coordinate requirements for hardware to be mounted on metal doors or metal frames between
hardware manufacturer and door or frame manufacturer to establish location, reinforcement
required, size of holes, and similar details.
1.9 WARRANTY
A. Provide five year warranty for door closers.
B. Provide two year warranty for all hardware items except door closers.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Hinges
1. Hager Hinge Co.
2. Stanley Hardware Division, Stanley Works.
3. McKinney.
4. Lawrence.
5. No substitutions.
B. Lock and Latches
1. Corbin/Russwin.
2. Yale Security.
3. Sargent.
4. Best.
C. Push/Pulls
1. Trego Industries, Inc.
2. Triangle Brass Manufacturing Co.
3. Rockwood
D. Exit Devices
1. Sargent, Inc.
2. Von Duprin, Inc.
3. Corbin/Russwin.
4. Arrow Locks.
5. No substitutions.
E. Closers
1. LCN
2. Corbin/Russwin
3. No substitutions.
01272201 HARDWARE
08/01
08700-3
F. Gasketing/Thresholds
1. Pemko Manufacturing Co.
2. Reese Enterprises, Inc.
3. Zero International, Inc.
4. National Guard Products, Inc.
G. Protection Plates
1. Builders Brass Works (BBW).
2. Triangle Brass Manufacturing Co.
3. Rockwood.
H. Door Stops/Bumpers
1. Builders Brass Works (BBW).
2. Triangle Brass Manufacturing Co.
3. H.B. Ives, Harrow Co.
4. Rockwood.
I. Door Silencers
1. Builders Brass Works (BBW).
2. Triangle Brass Manufacturing Co.
3. H.B. Ives, Harrow Co.
4. Rockwood.
J. Substitutions: Under provisions of Section 01600 for items not indicated as No Substitutions" .
2.2 MATERIALS
A. Closers
1. General
a. Surface type closers: Size 1 or 2 through size 6.
b. Closers for outswinging exterior doors: Size one size larger than manufacturer's
published recommendations, but not less than size 5.
C. Size requirements for other closers: Conform to manufacturer's published
recommendations, except as specified otherwise.
d. Closers for outswinging exterior doors: Provide parallel arms or top jam mount
closers for outswinging exterior doors.
e. Provide narrow projection closers for doors close to a wall so as not to strike wall
at 90 -degree open position.
f. Set closing force on doors accessible to the physically handicapped for a push-pull
of 5 pounds applied at knob or handle for interior doors; for exterior doors, set to
minimum required to relatch door.
B. Accessories
1. Special Tools: Provide special tools such as spanner and socket wrenches and dogging keys,
required to adjust hardware items.
C. Fastenings
J. Provide proper type, size, quantity, and finish with each article of hardware.
2. Concrete or Masonry: Provide machine screws and expansion shields.
3. • Fastenings exposed,to weather and in finished work: brass, bronze, or stainless steel.
4. Provide one-way or tamperproof screws on exterior doors equipped with half or full surface
hinges.
D. Fire Door Hardware
1. Conform to requirements of NFPA 80.
E. Keys: Nickel silver.
01272201 HARDWARE 08700-4
08/01
2.3 KEYING
A. General: Supplier will meet with Owner to finalize keying requirements and obtain final
instructions in writing.
B. Construction Cylinders and Cores: Contractor will provide and install construction cylinders and
cores. Under no circumstances shall the Contractor receive any of the permanent building
masterkeys or change keys. Upon completion of the building, the hardware supplier shall install
the permanent key system.
1. All masterkeys and permanent keys shall be delivered to the Owner or the Owner's
authorized representative only.
C. Key locks as directed by Owner. Supplier to consult with Owner and/or Owners Representatives
and Architect prior to ordering locks to establish required level of keying.
D. Send keys directly from lock manufacturer to Owner by registered mail or other approved means.
E. Supply keys in following quantities:
1. 6 construction keys
F. Provide key cabinet with 150% expansion with two -tag system. Key cabinet to have a keyed lock
with 6 keys.
G. Supplier to provide training of Owners personnel (maintenance department, principal(s) teacher(s)
and other authorized personnel) on the operation and troubleshooting of the access control locks.
PART 3 - EXECUTION
3.1 INSPECTION
A. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop
drawings.
B. Verify that power supply is available to power operated devices.
C. Beginning of installation means acceptance of existing conditions.
3.2 INSTALLATION
01272201 HARDWARE 08700-5
08/01
A. General
#
1.
Locate in accordance with DHI 04 and DHI 05 recommended Locations for Builders'
Hardware for Standard Steel Doors and Frames and DHI Recommended Locations for
Builders' Hardware for Custom Steel Doors and Frames.
2.
Install in accordance with DHI-02.
3.
When approved, slight variations in locations or dimensions will be permitted.
4.
Attach door control devices for exterior doors such as closers and holders to doors with thru
bolts such as sex bolts and nuts.
5.
Conform to 36CFR Part 1191 for positioning requirements for handicapped.
B. 'Door -Closing Device
1.
Install and adjust in accordance with templates and printed instructions supplied by
manufacturer.
`
2.
Insofar asracticable, mount closer on room side of door for doors opening to or from halls
p Pe g
and corridors.
- C. Kick Plates
>.
1.
Install kick plates on push side of single -acting doors.
01272201 HARDWARE 08700-5
08/01
3.3
D. Thresholds
I. Install in a bed of sealant with stainless steel screws and expansion shields.
2. Provide proper clearance and an effective seal with specified weather stripping.
3. Minimum screw size: #10, length dependent on job conditions.
E. Weatherseals
1. Locate as indicated, snug to door face and fastened in place with color matched metal
screws after door and frames have been finish painted.
2. Install to exclude light and air flow when door is in closed position.
3. Screw spacing: as recommended by manufacturer.
F. Gasketing
1. Install at inside edge of hinge, head and latch side of door frame.
G. Hardware for Labeled Fire Doors
1. Install in accordance with requirements of NFPA 80 AND NFPA 105.
HARDWARE SCHEDULE
Project: Taxi Stand — Lubbock International Airport
Architect: Parkhill, Smith & Cooper, Inc. — Jimmy Rittenbury
Heading # 1:
Sgl. Drs.-# 01 and 02
Each to have
1 1/2 pr.
Hinges BB1279 4 1/z x 4 1/2 x Us10
Hager
1
Lockset ML2065 NSM 612
Russwin
1
Closer DC2210 691
Russwin
1
Kickplate 10" x DW -1" x Us10
Trimco
1
Door stop
Trimco
1
Threshold 170A x DW
Pemko
1
Door bottom 315DN x DW
Pemko
1 set
Weatherstrip 294DV x Opg.
Pemko
Heading # 2:
Sgl. Dr. #03
Each to have
1 1/2 pr.
Hinges BB1279 4 1/2 x 4 1/2 x Us 10
Hager
1
Lockset ML2057 NSM 612
Russwin
1
Overhead holder 700H
GJ
1
Door stop
Trimco
1
Threshold 170A x DW
Pemko
1
Door bottom 315DN x DW
Pemko
1 set
Weatherstrip 294DV x Opg.
Pemko
END OF SECTION
01272201 HARDWARE 08700-6
08/01
'
SECTION 09220
PORTLAND CEMENT PLASTER
PART 1
- GENERAL
1.1
RELATED DOCUMENTS
A.
Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
{
Section.
1.2
SECTION INCLUDES
A.
Metal furring and lathing.
B.
Portland cement plaster system.
C.
Aggregate surface finish.
:3
1.3
RELATED SECTIONS
A.
Section 07900 - Joint Sealers.
-
1.4
REFERENCES
A.
ASTM C150 - Portland Cement.
3
B.
ASTM C206 - Finishing Hydrated Lime.
C.
ASTM C207 - Hydrated Lime for Masonry Purposes.
D.
ASTM C847 - Metal Lath.
E.
ASTM C897 - Aggregate for Job -Mixed Portland Cement -Based Plasters.
Y: '}
"1
F.
ASTM C926 - Application of Portland Cement -Based Plaster.
G.
ASTM C1002 - Steel Drill Screws for the Application of Gypsum Board or Metal Plaster Bases.
H.
ASTM C1063 - Installation of Lathing and Furring for Portland Cement -Based Plaster.
I.
PCA (Portland Cement Association) - PIaster (Stucco) Manual.
1.5
SYSTEM DESCRIPTION
'
A.
Fabricate horizontal elements to limit finish surface to 1/240 deflection under superimposed d ead
load and wind uplift loads.
1.6
SUBMITTALS
P".
A. 'Submit
under provisions of Section 01330.
B.
Product Data
1. Provide product data on furring, lathing components, structural characteristics, plaster
materials, characteristics and limitations of products specified.
t
2. Submit manufacturer's installation instructions.
C.
Certificates
-,
y�
1. Submit manufacturer's certificate that products meet or exceed specified requirements.
01272201
PORTLAND CEMENT PLASTER 09220-1
':
08/01
D. Samples
I. Submit two samples, 24 x 24 inch in size illustrating finish color and texture.
1.7 QUALITY ASSURANCE
A. Lather
1. Company specializing in metal furring and lathing work with three years documented
experience.
2. Perform work in accordance with ASTM C1063.
B. Plasterer
1. Company specializing in cement plaster work with three years documented experience.
2. Apply cement plaster in accordance with ASTM C926 and PCA Plaster (Stucco) Manual.
C. Mock-up
1. Construct mockup, 4 feet long by 4 feet wide, which includes furring, lathing, plaster finish,
color, substrate, incidental flashings, sealants, and other components. Coordinate with
installation of associated work specified in other sections.
2. Locate where directed.
3. Accepted sample shall be kept at project site until completion of all work of this section.
4. Mockup may remain as part of the Work.
1.8 ENVIRONMENTAL REQUIREMENTS
A. Do not apply plaster when substrate or ambient air temperature is less than 50 degrees F nor more
than 80 degrees F.
B. Maintain minimum ambient temperature of 50 degrees F during installation of plaster and until
cured.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Finish Stucco
1. El Rey Stucco Co., Inc.; Alburquerque, NM.
2. La Habra Products, Inc.; Anaheim, CA.
3 United States Gypsum; Chicago, IL.
B. Moldings
1. Alabama Metal Industries Corp; Birmingham, AL.
2. Keene Building Products; Libertyville, IL.
C. Substitutions: Under provisions of Section 01600.
2.2 MATERIALS
A. Main Soffit Channels: ASTM C1063, hot or cold rolled steel; rust inhibitive paint finish coating,
3/4 inch deep x 1-1/2 inch high, length as required.
B. Furring Channels: ASTM C1063, hot or cold rolled steel; rust inhibitive paint finish coating,
3/8 inch deep x 3/4 inch high; length as required.
C. Hangers: ASTM C1063, Galvanized steel, of size to suit application, to rigidly support ceiling
components in place, to deflection limits as indicated.
01272201 PORTLAND CEMENT PLASTER 09220-2
08/01
J
D.
Lateral Bracing: Formed steel, rust inhibitive paint finish; minimum 16 gage thick; size and length
as required.
E.
Metal Lath: ASTM C847; Galvanized, flat diamond mesh; 3.41b/sq ft.
€ F.
Moldings
1. Material: Formed galvanized sheet steel, minimum 26 gage; depth governed by plaster
thickness; maximum possible lengths; expanded metal flanges, with square edges.
2. Finish:
3. Acceptable Product: Following are product numbers of Keene Building Products
a. Soffit Edge Molding: #40 expansion joint with perforated reveal, modified as
indicated on drawings.
b. Control Joint: CJ series.
-'� G.
Comer Mesh: Same material and finish specified for metal lath; minimum 2 inches wide.
H.
Anchorage Methods: Nails, staples, or other approved metal supports, of type and size to suit
application, galvanized to rigidly secure lath and associated metal accessories in place.
I.
Access Panels, Non -Fire Rated In Plaster on Metal Furring: Specified in Section 08305.
J.
Cement: ASTM C150, Type I Portland.
K.
Lime: ASTM C206, Type S or C207, Type S.
L.
Aggregate: In accordance with ASTM C897.
M.
Water: Clean, fresh, potable and free of mineral or organic matter which can affect plaster.
N.
Finish Coat: Manufacturer's standard premixed portland cement and aggregate type; color as
selected by Architect.
2.3
PLASTER MIXES
A. Mix and proportion base and brown -coat cement plaster in accordance with ASTM C926,
Type C.
B. Finish Coat
I. Mix in accordance with manufacturer's instructions.
C. Mix only as much plaster as can be used prior to initial set.
D. Mix materials dry, to uniform color and consistency, before adding water.
E. Protect mixtures from freezing, frost, contamination, and evaporation.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify surfaces and site conditions under provisions of Section 01039.
3.2 PREPARATION
A. Clean concrete surfaces of foreign matter. Clean surfaces using acid solutions, solvents, or
detergents. Wash surfaces with clean water.
B. Roughen smooth concrete surfaces and apply bonding agent. Apply in accordance with
manufacturer's instructions.
01272201 PORTLAND CEMENT PLASTER 09220-3
r;l 08/Ol
3.3 INSTALLATION
A. General
1. Install lathing and furring for Portland cement plaster work in accordance with ASTM
C1063 and the following:
B. Soffit Framing
1. Securely anchor hangers to structural members.
2. Coordinate the location of hangers with other work.
3. Size and space hangers in conformance with ASTM C1063, Table 1 to achieve deflection
limits indicated.
4. Install furring to height indicated after above soffit work is complete.
5. Install soffit furring independent of walls, columns, and above soffit work.
6. Space main carrying channels at maximum 42 inch centers; not more than 6 inches from
wall surfaces.
7. Securely fix carrying channels to hangers to prevent turning or twisting and to transmit full
load to hangers.
8. Place furring channels perpendicular to carrying channels, not more than 2 inches from
perimeter walls, and rigidly secure.
9. Reinforce openings in suspension system which interrupt main carrying channels or furring
channels with lateral channel bracing. Extend bracing minimum 24 inches past each
opening.
10. Laterally brace suspension system.
11. Establish contraction, control, and expansion joints with specified joint device.
12. Splice laps in main and furring channels in conformance with ASTM C1063.
C. Lathing
1. Apply metal lath taut, with long dimension perpendicular to supports.
2. Lap ends minimum 1 inch. Secure end laps with tie wire where they occur between
supports.
3. Lap sides of diamond mesh lath minimum 1-1/2 inches.
4. Attach metal lath to metal soffit framing in accordance with ASTM C1063. Space
attachments at maximum 6 inches on center.
D. Accessories
1. Continuously reinforce internal angles with corner mesh, return metal lath 3 inches from
corner to form the angle reinforcement; fasten at perimeter edges only.
2. Place strip mesh diagonally at corners of lathed openings. Secure rigidly in place.
3. Butt and align ends of all moldings. Secure rigidly in place.
4. Coordinate work with installation of metal access panels. Refer to Section 08305.
5. Install frames plumb and level in opening. Secure rigidly in place.
6. Position to provide convenient access to concealed work requiring access.
E. Control Joints
1. Locate exterior control joints every 12 feet in each direction or as indicated on reflected
ceiling plan.
2. Establish control joints with specified joint device.
3. Coordinate joint placement with other related work.
01272201 PORTLAND CEMENT PLASTER 09220-4
08/01
3.4 PLASTERING
A. Apply plaster in accordance with ASTM C926 and manufacturer's instructions.
B. Apply scratch coat to a nominal thickness of 5/16 inch brown coat to a nominal thickness of 5/16
inch, and a finish coat to a nominal thickness of 1/8 inch over metal lathed surfaces.
C. Apply brown coat immediately following initial set of scratch coat.
D. Moist cure brown coats.
E. After curing, dampen base coat prior to applying finish coat.
F. Apply finish coat and wood float to a smooth and consistent fine sand float finish.
G. Avoid excessive working of surface. Delay troweling as long as possible to avoid drawing excess
fines to surface.
H. Moist cure finish coat for minimum period of 48 hours.
I. Tempering of finish -coat plaster is prohibited.
3.5 TOLERANCES
A. Maximum Variation from True Flatness: 1/8 inch in 10 feet.
01272201
08/01
END OF SECTION
PORTLAND CEMENT PLASTER
09220-5
SECTION 09250
GYPSUM BOARD SYSTEMS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A.
Metal grid suspension ceiling framing.
B.
Framing accessories.
C.
Gypsum board.
D.
Taped and sanded joint treatment.
E.
Texture finish.
F.
Gypsum sheathing.
1.3
RELATED SECTIONS
A. Section 07210 - Building Insulation: Thermal insulation and sound attenuation batts.
B. Section 09900 - Painting: Surface finish.
1.4 REFERENCES
A. ASTM C36 - Gypsum Wallboard.
B. ASTM C79 - Standard Specification for Gypsum Sheathing Board.
C. ASTM C475 — Joint Compound and Joint Tape for Finishing Gypsum Board.
D. ASTM C514 - Nails for the Application of Gypsum Board.
E. ASTM C630 - Water Resistant Gypsum Backing Board.
F. ASTM C645 - Non -Load (Axial) Bearing Steel Studs, Runners (Track), and Rigid Furring
Channels for Screw Application of Gypsum Board.
G. ASTM C754 - Installation of Framing Members to Receive Screw Attached Gypsum Board.
H. ASTM C840 - Application and Finishing of Gypsum Board.
I. ASTM C919 — Use of Sealants in Acoustical Applications.
J. ASTM C1002 - Steel Drill Screws for the Application of Gypsum Board or Metal Plaster Bases.
K. ASTM C1047 - Accessories for Gypsum Wallboard and Gypsum Veneer Base.
L. ASTM C1085 - Butyl Rubber -Based Solvent -Release Sealants.
M. ASTM C1280 — Application of Gypsum Sheathing Board.
N. ASTM D3678 — Rigid PVC Interior Profile Extrusions.
O. ASTM D4397 — Polyethylene Sheeting for Construction, Industrial and Agricultural Applications.
P. ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials.
Q. ASTM E90 - Method for Laboratory Measurement of Airborne Sound Transmission Loss of
Building Partitions.
R. ASTM E119 - Fire Tests of Building Construction and Materials.
01272201 GYPSUM BOARD SYSTEMS 09250-1
08/01
S. ASTM El 190 — Strength of Power -Actuated Fasteners Installed in Structural Members.
T. FM 1-21 — Fire Resistance of Building Assemblies.
U. FS FF -P-395 (Rev. C) - Pin, Drive Guided and Pin Driver, Powder Actuated (Fasteners for
Powder Actuated and Hand Actuated Fastening Tools).
V. GA -214 - Levels of Gypsum Board Finish.
W. GA -600 - Fire Resistance Design Manual.
X. UL - Fire Resistance Directory and Building Material Directory.
Y. WHI - Certification Listings.
1.5 SYSTEM DESCRIPTION
A. Design system to accommodate construction tolerances, deflection of building structural members,
and clearances of intended openings.
B. General: Provide steel framing members complying with the following requirements:
1. Ceiling Component Sizes and Spacings: As indicated but not less than that required to
comply with ASTM C 754, maximum deflection of L/240 and deadload of 5 lbf per sq. ft.
minimum.
1.6 SUBMITTALS
A. Submit following in accordance with provisions of Section 01300:
1. Product Data: Provide data on metal framing, gypsum board, joint tape, metal trim
accessories and decorative finish.
1.7 QUALITY ASSURANCE
A. Qualifications
1. Applicator: Company specializing in performing the work of this section with minimum
three years documented experience.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in original packages, containers, or bundles bearing brand name and
identification of manufacturer or supplier.
B. Store materials inside under cover and keep dry and protected against damage from weather, direct
sunlight, surface contamination, corrosion, construction traffic, and other causes.
C. Neatly stack gypsum panels flat to prevent sagging.
D. Handle gypsum board to prevent damage to edges, ends, and surfaces. Do not bend or otherwise
damage metal corner beads and trim.
1.9 PROJECT CONDITIONS
A. Environmental Conditions
1. General: Establish and maintain environmental conditions for applying and finishing gypsum
board to comply with ASTM C840 and with gypsum board manufacturer's
recommendations.
01272201 GYPSUM BOARD SYSTEMS 09250-2
08/01
2. Room Temperatures
a. For nonadhesive attachment of gypsum board to framing, maintain not less than
40 deg F.
b. For adhesive attachment and finishing of gypsum board, maintain not less than 50 deg
F for 48 hours prior to application and continuously after until dry.
C. Do not exceed 95 deg F when using temporary heat sources.
3. Ventilation: Ventilate building spaces, as required, for drying joint treatment materials.
71 Avoid drafts during hot dry weather to prevent finishing materials from drying too rapidly.
. J
PART 2 - PRODUCTS
2.1 MATERIALS
A. Framing
1. Grid Suspension System for Interior Ceilings: ASTM C645, manufacturer's standard
direct -hung grid suspension system composed of main beams and cross furring members
that interlock to form a modular supporting network.
B. Gypsum Board
1. Moisture Resistant Gypsum Board: ASTM C630; 5/8 inch thick, maximum permissible
length; ends square cut, tapered edges; UL rated when part of fire rated assembly.
2. Gypsum Sheathing Board: ASTM C79; moisture resistant core; 1/2 inch thick maximum
permissible length; ends square cut, tongue and groove edges; water repellant paper faces.
C. Accessories
1. Trim:
a. Edge Trim: ASTM C1047; Galvanized steel with knurled faces, types as indicated.
2. Joint Materials: ASTM C475; paper reinforcing tape, joint compound, adhesive, and water.
3. Ceiling Texture: Joint compound texturing material.
4. Fasteners
a. Framing to Substrate: Tie wire, nails, screws and other metal supports, of type and
size to suit application; to rigidly secure materials in place.
b. Powder -Actuated Fasteners in Concrete: FS FF -P-395 (Rev. C), size and type
recommended by framing manufacturer.
C. Metal Framing to Metal Framing: Manufacturer's standard screw attachments.
d. Gypsum Board to Metal Framing
1) Screws complying with ASTM C1002; type as required for substrate indicated.
2) Adhesive: ASTM C557.
5. Tie and Hanger Wire: ASTM A 641, Class 1 zinc coating, soft temper, with capability to
sustain, without failure, a load equal to 10 times that imposed by ceiling construction, as
determined by testing per ASTM E 1190 conducted by a qualified testing agency.
6. Adhesive: ANSI/ASTM C557 and as recommended by the manufacturer.
7. Plastic Cement: ASTM D2822 Type I, cutback asphalt type.
01272201 GYPSUM BOARD SYSTEMS 09250-3
08/01
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify site conditions under provisions of Section 01039.
B. Verify that site conditions are ready to receive work and substrates to which gypsum board
assemblies attach comply with requirements for installation tolerances and other conditions
affecting performance of assemblies specified in this Section.
C. Do not proceed with installation until unsatisfactory conditions have been corrected.
3.2 INSTALLATION
A. Ceiling Framing
1. Contractor's option to use 1 1/2" main carrying channels with 7/8" hat channels or to use
grid suspension system.
2. Install in accordance with ASTM C754, manufacturer's instructions, and UL instructions.
3. Coordinate location of hangers with other work.
4. Install ceiling framing independent of walls, columns, and above ceiling work.
5. Reinforce openings in ceiling suspension system which interrupt main carrying channels or
furring channels, with lateral channel bracing. Extend bracing minimum 24 inches past each
end of openings.
6. Laterally brace entire suspension system.
7. Carrying channels with hat channel;
a. Space main carrying channels at maximum 48 inch centers; not more than 6 inches
from wall surfaces. Lap splice securely.
b. Securely fix carrying channels to hangers to prevent turning or twisting and to
transmit full load to hangers.
C. Place hat channels perpendicular to carrying channels at maximum 16 inch centers,
not more than 2 inches from perimeter walls, and rigidly secure. Lap splice securely.
8. At locations indicated on drawings for the installation on the bottom of roof framing
members, provide additional carrying channels to maintain a maximum spacing of 48 inches
between channel and roof framing members.
a. Provide additional carrying channels as needed to meet maximum spacing
requirements at changes in ceiling planes and interruptions of framing members.
9. Grid Suspension System: Install in accordance with manufacturer's instructions.
B. Acoustical and Thermal Batts
1. Place insulation in partitions tight within spaces, around cut openings, behind and around
electrical and mechanical items within or behind partitions, and tight to items passing
through partitions.
C. Gypsum Board
1. Install gypsum board in accordance with ASTM C840, manufacturer's instructions and per
UL assembly instructions.
2. Erect single layer gypsum board vertically, with ends and edges occurring over firm
bearing.
3. Use screws when fastening gypsum board to metal furring or framing.
4. Erect exterior gypsum sheathing horizontally, with edges butted tight and ends occurring
over firm bearing.
01272201 GYPSUM BOARD SYSTEMS 09250-4
08/01
5. Adhesive Application: Apply adhesive to back of gypsum board in uniform pattern. Press
gypsum board against wall to ensure full contact of adhesive with wall substrate and gypsum
board.
6. Treat cut edges and holes in moisture resistant gypsum board with sealant.
7. Place control joints consistent with lines of building spaces as indicated or as directed.
D. Joint Treatment
1. Gypsum Board: Install joint treatment in conformance with ASTM C840 and to level as
defined by GA -214 and as scheduled at the end of this Section.
E. Texture Finish
1. Ceilings: Spray or roller apply light finish texture coating in accordance with manufacturer's
instructions and approved samples.
3.3 TOLERANCES
A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 1/8 inch in 10 feet
in any direction.
3.4 SCHEDULES
A. Joint Treatment
1. Level 3: All gypsum board surfaces scheduled to receive spray applied texture.
01272201
08/01
END OF SECTION
GYPSUM BOARD SYSTEMS
09250-5
J
SECTION 09300
TILE
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Ceramic mosaic tile floor finish using the thinset application method.
B. Ceramic tile walls and base finish using the thinset application method.
1.3 RELATED SECTIONS
A. Section 03300 - Cast -in -Place Concrete: Troweling of floor slab for tile application and floating
of floor slab for mortar bed.
B. Section 04200 - Unit Masonry: Substrate to receive finish.
C. Section 07900 - Joint Sealers: Control joint components.
D. Division 15 - Sanitary Drainage and Vent Systems: Floor drains.
1.4 REFERENCES
A. ANSI/TCA A108.4 - Installation of Ceramic Tile with Water Resistant Organic Adhesive.
B. ANSI/TCA A108.5 - Ceramic Tile Installed with Dry -Set Portland Cement Mortar or Latex
Portland Cement Mortar.
C. ANSI/TCA A118.4 - Latex -Portland Cement Mortar.
D. ANSI/TCA A136.1 - Organic Adhesives for Installation of Ceramic Tile, Type 1 and Type 2.
E. ANSI/TCA A137.1 - Specifications for Ceramic Tile.
F. ANSI/TCA A108. IB - Installation of Ceramic Tile on a Cured Portland Cement Mortar Bed with
Dry -Set Portland Cement Mortar or Latex Portland Cement Mortar.
G. ANSI A108.10 - Installation of Grout in Tilework.
H. ANSI 118.6 - Ceramic Tile Grouts.
I. ANSI 108.5 - Installation of Ceramic Tile with Dry -Set Portland Cement Mortar or Latex Portland
Cement Mortar.
J. TCA (Tile Council of America) - Handbook for Ceramic Tile Installation.
1.5 SUBMITTALS
A. Shop Drawings and Product Data
1. Submit shop drawings indicating the layout, perimeter conditions, junctions with dissimilar
materials, and setting details.
01272201 TILE 09300- 1
08/01
2. Submit product data indicating material specifications, characteristics, and instructions for
using adhesives and grouts.
3. Submit manufacturer's standard printed installation instructions.
4. Submit maintenance data including recommended cleaning and stain removal methods,
cleaning materials, and polishes and waxes.
B. Samples
1. Provide a minimum of one square foot to indicate pattern and color variations.
C. Certificates
1. Submit manufacturer's certificate that products meet or exceed specified requirements.
1.6 QUALITY ASSURANCE
A. Manufacturer Qualifications
1. Company specializing in the manufacture of products specified in this Section with minimum
5 years experience.
2. Conform to ANSI/TCA A137.1
B. Installer Qualifications.
1. Conform to TCA Handbook for Ceramic Tile Installation.
2. Installer: Company specializing in applying the work of this Section with minimum 5 years
documented experience.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Protect adhesives from freezing or overheating in accordance with manufacturer's instructions.
1.8 ENVIRONMENTAL REQUIREMENTS
A. Do not install adhesives in a closed, unventilated environment.
B. Maintain 50 degrees F. during installation of mortar materials.
PART 2 - PRODUCTS
2.1 MATERIAL
A. Tile
1. Ceramic Mosaic Floor Tile: ANSI/TCA A137.1, conforming to the following:
a.
Moisture Absorption: 0.5 to 3.0 percent
b.
Size: 2 X 2 X 1/4 inch
C.
Edge: Cushioned
d.
Surface Finish: Unglazed
e.
Color: As selected by Architect from manufacturer's Group I and Group II colors.
2. Ceramic Wall Tile: ANSI/TCA A137.1, conforming to the following:
a.
Moisture Absorption: 0.5 to 3.0 percent
b.
Size: 4 1/4 x 4 1/4 x 5/16 inch
C.
Edge: Cushioned
d.
Surface Finish: Matte glazed
e.
Colors: As selected by Architect from manufacturer's Group I or Group II colors.
01272201 TILE 09300-2
08/01
J 3. Ceramic file base at walls scheduled to receive tile: Match floor tile for moisture absorption,
surface finish, size and color; 5 inch high; coved bottom and external corner; square top
edge; mitered internal corners.
4. Trim Shapes: Surface caps, corners and miscellaneous pieces to match adjacent tile surface.
B. Adhesive
1. Organic Adhesive: ANSI/TCA A136.1, Type 1; thinset bond type.
C. Thinset Mortar
1. ANSI/TCA A118.4; Portland cement, sand, latex additive, and water.
D. Grout
1. Grout: Pre -mixed cementitious type with latex additive; ANSI 118.6.
2. Colors
a. Floor Tile: Manufacturer's standard dark grey.
b. Walls Tile: Selected from Manufacturer's full range of colors.
2.2 MIXES
,.
A. Thinset and Grout
1. Mix and proportion pre -mix bond coat and grout materials in accordance with
manufacturer's instructions.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that surfaces are ready to receive work.
B. Beginning of installation means installer accepts condition of existing substrate.
3.2 PREPARATION
A. Protect surrounding work from damage or disfiguration.
B. Vacuum clean existing substrate and damp clean._
C. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness
tolerances.
D. Apply conditioner to surfaces as recommended by adhesive manufacturer.
3.3 INSTALLATION
A. General
1. Install adhesive, tile, and grout in accordance with manufacturer's instructions.
2. Lay floor tile in grid running bond pattern centered in both directions in each space or on
each wall area.
3. Lay wall tile in grid pattern centered in both directions in each space or on each wall area.
4. Do not interrupt tile pattern through openings.
5. Place threshold strips at exposed tile edges in floors.
6. Cut and fit the tight to penetrations through tile.
7. Form corners and bases neatly.
JE 01272201 TILE 09300-3
08/01
8. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make
joints watertight, without voids, cracks, excess mortar, or excess grout.
9. Keep control joints free of adhesive or grout. Apply sealant to joints.
10. Allow tile to set for a minimum of 48 hours prior to grouting
11. Grout tile joints and damp cure for minimum of 72 hours after installation.
12. Apply sealant to junction of tile and dissimilar materials, inside wall corners and at junction
of dissimilar planes.
B. Floor Tile
1. Install in accordance with ANSI A108.5, ANSI A108.10 and TCA Handbook number F113
when scheduled as "Thin Set".
C. Wall Tile
1. Over masonry walls install in accordance with ANSI 108-5 and TCA Handbook number
W202.
D. Control Joints
1. Provide joints where indicated on the drawings, and if not indicated, provide in conformance
with TCA Handbook for Ceramic Tile Installation.
2. Keep control joints free of adhesive or grout. Apply sealant to joints.
3. Seal joint with sealant specified in Section 07900 - Joint Sealers.
3.4 FIELD QUALITY CONTROL
A. Sound tile after setting.
B. Replace hollow sounding units.
3.5 ADJUSTING AND CLEANING
A. Wash tile thoroughly to remove all residue.
B. Use of acid in cleaning solutions is prohibited.
C. Replace all broken chipped or otherwise damaged tile.
3.6 PROTECTION
A. Do not permit traffic over finished floor surface for minimum of seven days after installation.
END OF SECTION
01272201 TILE 09300-4
08/01
SECTION 09900
PAINTING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 WORK INCLUDED
A. Surface preparation.
B. Surface finish schedule.
1.3 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 fmishes available.
C. Painting is not required on prefinished items, finished metal surfaces, concealed surfaces, operating
parts, and labels.
1. Operating parts not to be painted include moving parts of operating equipment such as the
following:
a. Valve and damper operators.
b. Linkages.
c. Sensing devices.
d. Motor and fan shafts.
2. Labels: Do not paint over Underwriter's Laboratories, Factory Mutual or other code -required
labels or equipment name, identification, performance rating, or nomenclature plates.
1.4 REFERENCES
A. ANSIIASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related
Products.
B. ASTM D2016 - Test Method for Moisture Content of Wood.
C. SSPC - SP1 - Solvent Cleaning.
D. SSPC - SP2 - Hand Tool Cleaning.
01272201
08/01
PAINTING
1 'T'TI 1
1.5 DEFINITIONS
A. Conform to ANSI/ASTM D16 for interpretation of terms used in this Section.
1.6 QUALITY ASSURANCE
A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with
five years experience.
B. Applicator: Company specializing in commercial painting and finishing with five years documented
experience.
C. Regulatory Requirements: Conform to SBCCI-94 for Class II flame spread/smoke development
rating requirements for finishes of 26-75/0-450.
D. Single -Source Responsibility: Provide primers and undercoat paint produced by the same
manufacturer as the finish coats.
E. 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.
F. Field Samples: On wall surfaces and other exterior and interior components, duplicate finishes of
prepared samples. Provide full- coat finish samples on at least 100 sq. ft. of surface until required
sheen, color and texture are obtained; simulate finished lighting conditions for review of in-place
work.
1. Final acceptance of colors will be from job -applied samples.
2. The Architect will select one room or surface to represent surfaces and conditions for each
type of coating and substrate to be painted. Apply coatings in this room or surface in
accordance with the schedule or as specified. After finishes are accepted, this room or surface
will be used for evaluation of coating systems of a similar nature.
G. Material Quality: Provide the manufacturer's best quality trade 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.
2. Federal Specifications establish a minimum quality level for paint materials, except where
other product identification is used. Provide written certification from the manufacturer that
materials provided meet or exceed these criteria.
3. Products that comply with qualitative requirements of applicable Federal Specifications, yet
differ in quantitative requirements, may be considered for use when acceptable to the
Architect. Furnish material data and manufacturer's certificate of performance to Architect
for proposed substitutions.
1.7 SUBMITTALS
A. Shop Drawings and Product Data
1. Provide a schedule of all products to be used, application location, number of coats and -
sequence of coatings.
2. Provide product data on all finishing products.
3. Submit manufacturer's standard printed application instructions.
01272201 PAINTING 09900-2
08/01
B. Certificates
1. Submit paint manufacturer's certificate(s) stating the following:
a. Paints for interior use contain no mercurial mildewcide.
b. Paints for interior use contain no insecticide.
C. Paints for interior use contain no more than 0.06 percent lead.
d. Paints proposed for use meet the VOC regulations of the local Air pollution District
having jurisdiction over the geographical area in which the project is located.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect and handle products to site under provisions of Section 01600.
B. Deliver products to site in sealed and labeled containers; inspect to verify acceptance.
C. Container labeling to include manufacturer's name, type of paint, brand name, brand code,
coverage, surface preparation, drying time, cleanup, color designation, and instructions for mixing
and reducing.
D. Store paint materials at minimum ambient temperature of 45 degrees F. and a maximum of 90
degrees F., in well ventilated area, unless required otherwise by manufacturer's instructions.
E. Take precautionary measures to prevent fire hazards and spontaneous combustion.
1.9 ENVIRONMENTAL REQUIREMENTS
A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures
above 45 degrees F. for 24 hours before, during, and 48 hours after application of finishes, unless
required otherwise by manufacturer's instructions.
B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent,
unless required otherwise by manufacturer's instructions.
C. Minimum Application Temperatures for Latex Paints: 45 degrees F. for interiors; 50 degrees F.
for exterior; unless required otherwise by manufacturer's instructions.
D. Minimum Application Temperature for Varnish and Synthetic Finishes: 65 degrees F. for interior
or exterior, unless required otherwise by manufacturer's instructions.
E. Provide lighting level of 80 ft candles measured mid -height at substrate surface.
1.10 EXTRA STOCK
A. Provide a one gallon container of each color to Owner at location designated.
B. Label each container with color and room locations, in addition to the manufacturer's label.
PART 2 - PRODUCTS
08/01
2.1
ACCEPTABLE MANUFACTURERS
A.
ICI Paint Stores, Cleveland, OH.
B.
Kelly -Moore Paint Co., Inc., San Carlos, CA.
C.
PPG Industries, Inc., Pittsburgh, PA.
i
D.
The Sherwin Williams Co.
E.
Substitutions: In accordance with Section 01600.
01272201
PAINTING
08/01
2.2 MATERIALS
A. Coatings
1. Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency,
capable of being readily and uniformly dispersed to a homogeneous coating.
2. Good flow and brushing properties; capable of drying or curing free of streaks or sags.
3. Compatible with existing coatings in renovation areas.
B. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not
specifically indicated but required to achieve finishes specified, of commercial quality.
2.3 FINISHES
A. Refer to schedule at end of Section for surface finish schedule.
B. The schedule is based on the products of ICI Paint Stores as follows:
No.
Product Name
Type
1.
1030
PVA Primer/Sealer
Latex
2.
1110
Ultra -Hide Stain Jammer
Vinyl Toluene
3.
1210
Ultra -Hide
Latex Flat
4.
1310
Ultra -Hide Prime -n -Finish
Alkyd
5.
1370
Spray Master DTG
Alkyd -Flat
6.
1412
Ultra -Hide Enamel
Acrylic -Latex, Eggshell
7.
1416
Ultra -Hide Enamel
Latex -Semi Gloss
8.
1434
Ultra -Wall Enamel
Latex, Low Lustre
9.
1482
Spray Master Pro Uni-Grip WB
Latex -Eggshell
10.
1516
Ultra -Hide Wall & Trim Enamel
Alkyd, Semi -Gloss
11.
1582
Spray Master Dryfall
Alkyd -Eggshell
12.
1600
Woodpride Stain
Alkyd -Oil
13.
1802
Woodpride Interior Varnish
Aquacrylic-Satin
14.
2516
Ultra -Hide Durus Exterior Enamel
Alkyd -Semi -Gloss
15.
3010
Ultra -Hide Block Filler
Vinyl Acrylic
16.
4000
Bloxfil Block Filler
Acrylic
17.
4020
Devflex,DTM Primer
Acrylic
18.
4308
Devguard Industrial Enamel
Alkyd -Gloss
19.
4160
Devguard Tank & Structural Primer
Alkyd
C. Dry mill film thickness (DMFT) indicated is minimum acceptable.
PART 3 - EXECUTION
3.1 INSPECTION
A. Verify that surfaces are ready to receive work as instructed by product manufacturer.
B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition
that may potentially affect proper application.
01272201 PAINTING 09900-4
08/01
C. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes
unless moisture content of surfaces are below following maximums:
1. Plaster: 12 percent.
2. Masonry, Concrete, and Concrete Unit Masonry: 12 percent.
3. Interior Located Wood: 15 percent, measured in accordance with ASTM D2016.
4. Exterior Located Wood: 12 percent, measured in accordance with ASTM D2016.
D. Beginning of installation means acceptance of existing surfaces.
3.2 PREPARATION
A. Remove electrical plates, hardware, light fixture trim, and fittings prior to preparing surfaces or
finishing.
B. Correct minor defects and clean surfaces which affect work of this Section.
C. Shellac and seal marks which may bleed through surface finishes.
D. Impervious Surfaces: Remove mildew by scrubbing with solution of . tri -sodium phosphate and
bleach. Rinse with clean water and allow surface to dry.
E. Asphalt, Creosote, or Bituminous Surfaces Scheduled for Paint Finish: Remove foreign particles
to permit adhesion of finishing materials. Apply latex based compatible sealer or primer.
F. Concrete Floors: Remove contamination, construction markings, acid etch, and rinse floors with
clean water. Allow to dry.
G. Gypsum Board Surfaces: Fill minor defects with filler compound. Spot prime defects after repair.
H. Insulated Coverings: Remove dirt, grease, and oil from canvas and cotton.
I. Galvanized Surfaces: Remove surface contamination and oils and wash with solvent. Apply coat of
etching primer.
J. Concrete and Unit Masonry Surfaces Scheduled to Receive Paint Finish: Remove dirt, loose mortar,
scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of
tri -sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding
metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to dry.
K. Plaster Surfaces: Fill hairline cracks, small holes, and imperfections with latex patching plaster.
Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces.
L. Uncoated Steel and Iron Surfaces: Remove grease, scale, dirt, and rust. Where heavy coatings of
scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply
a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned.
Spot prime paint after repairs.
M. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to
make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces.
N. Interior Wood Items Scheduled to Receive Finish: Wipe off dust and grit prior to priming. Seal
knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after primer has dried;
sand between coats.
O. Exterior Wood Scheduled to Receive Paint Finish: Remove dust, grit, and foreign matter. Seal
knots, pitch streaks, and sappy sections. Fill nail holes with tinted exterior caulking compound after
prime coat has been applied.
P. Wood and Metal Doors Scheduled for Painting: Seal top and bottom edges with primer.
Q. Previously Painted Surfaces
1. Thoroughly clean of all grease, dirt, dust or other foreign matter.
2. Remove blistering, cracking, flaking, peeling or other deteriorated coating.
3. Roughen slick/glossy surfaces.
01272201 PAINTING 09900-5
°� 08/01
3.3
A.
B.
C.
D.
3.4
4. Repair damaged areas such as but not limited to nail holes, cracks, chips and spalls with
suitable materials to match adjacent areas.
5. Feather edges of chipped paint and sand smooth.
6. Prepare surfaces using methods SP 1 or SP 2.
PROTECTION
Protect elements surrounding the work of this Section from damage or disfiguration.
Repair damage to other surfaces caused by work of this Section.
Furnish drop cloths, shields, and protective methods to prevent spray or droppings from disfiguring
other surfaces.
Remove empty paint containers from site.
APPLICATION
A. Paint, Stain and Varnish
1. Apply products in accordance with manufacturer's instructions.
2. Do not apply finishes to surfaces that are not dry.
3. Apply each coat to uniform finish.
4. Apply each coat of paint slightly darker than preceding coat unless otherwise approved.
5. Sand lightly between coats to achieve required finish.
6. Allow applied coat to dry before next coat is applied.
7. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain
before set. Wipe excess from surface.
8. Prime back surfaces of interior and exterior woodwork with primer paint.
9. Prime back surfaces of interior woodwork scheduled to receive stain or varnish finish with
gloss varnish reduced 25 percent with mineral spirits.
3.5 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT
A. Paint shop primed equipment.
B. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical
components and paint separately.
C. In finished spaces, (not mechanical or electrical rooms) prime and paint insulated and exposed pipes,
conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, except where
items are prefinished.
D. Replace identification markings on mechanical or electrical equipment when painted accidentally.
E. Where grilles, registers, louvers, panel covers or other prefinished mechanical and electrical
equipment occurs in a painted surface, paint said items to match adjacent color as selected by
Architect.
F. Paint interior surfaces of air ducts that are visible through grilles and louvers with one coat of flat
black paint, to limit of sight line. Paint dampers exposed behind louvers and grilles to match face
panels.
G. Paint exposed conduit and electrical equipment occurring in finished areas (not mechanical or
electrical rooms).
H. Paint both sides and edges of plywood backboards for electrical and telephone equipment before
installing equipment.
I. Replace electrical plates, hardware, light fixture trim, and fittings removed prior to finishing.
01272201 PAINTING 09900-6
08101
Ir
3.6
CLEANING
A.
As Work proceeds, promptly remove paint where spilled, splashed, or spattered.
B.
During progress of Work maintain premises free of unnecessary accumulation of tools, equipment,
surplus materials, and debris.
C.
Collect cotton waste, cloths, and material which may
constitute a fire hazard,
place in closed metal
containers and remove daily from site.
3.7
SCHEDULE
A.
Exterior Surfaces
Surface 1st Coat (DMFT)
2nd Coat (DMFT)
3rd Coat (DMF)
Ferrous Metals
Bollards, 4160 (2.0)
4308 (2.0)
4308 (2.0)
Railings,
Exposed Lintels, 4160 (2.0)
2516 (2.0)
2516 (2.0)
Misc. Metal
Doors and Frames 4160 (2.0)
2516 (2.0)
2516 (2.0)
and Equipment
Galvanized Metals 4160 (2.0)
2516 (2.0)
2516 (2.0)
Louvers
Ducts
B.
Interior Surfaces
Surface 1st Coat (DMFT)
2nd Coat (DMFT)
3rd Coat (DMF)
Concrete Masonry (CMU) 3010 Varies
1416(l.4)
1416(l.4)
Surface 1st Coat (DMFT)
2nd Coat (DMFT)
3rd Coat (DMF)
Doors and Frames 4160 (2.0)
1516 (2.0)
1516 (2.0)
Galvanized Metal
Ducts 1370
1582 (2.0)
1582 (2.0)
Louvers,
Piping, Conduit,
Outlet Boxes,
Vents
END OF SECTION
01272201 PAINTING
08/01
SECTION 10440
SPECIALTY SIGNS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
~; Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SCOPE OF WORK
A. Extent of the specialty signs is shown on the drawings and specified in these special
provisions.
1.3 QUALIFICATIONS
A. Employ a Signs and Graphics Specialist Subcontractor to prepare shop drawings and
samples, manufacture, fabricate, assemble, and install work of this Section, who is able to
demonstrate an experienced and completed project record satisfactory to the Architect.
B. Assume responsibility of the quality of materials and workmanship required for the
execution of the work.
C. Guarantee all materials and workmanship for a period of two (2) years after the final
acceptance of the work, and, if during this period and defects of faulty materials are found,
immediately upon notification of the Owner's representative, proceed at own expense to
remedy the condition together with any damage to the surrounding finishes or furnishings
occurring as a result of the defect.
D. Defects include but are not necessarily limited to:
1. Detachment of anchors from the base building or sign substrates.
2. Delamination or discoloration of adhesives and painted or other coatings.
-3.. Deformation of exposed sign surfaces.
1.4 SUBMITTALS
A. Product Data: Submit manufacturer's specification including paint label analysis, application
instructions for each -material specified, and instructions for handling, storage, installation,
protection, and maintenance of each product.
B. Shop Drawings: Shop drawings shall be submitted to the Architect in the following manner:
1. One (1) sepia and one (1) blueline print of each drawing.
C. Schedule: Upon successful bidder receiving award of contract, he shall prepare the
following within ten (10) working days:
1. Complete schedule of shop drawing and sample submittal dates.
2. Complete schedule of Sign Package Production presuming ten (10) working days for
Architect's review of shop drawings and samples (from submittal dates).
D. Manufacturer's Installation Instructions: Submit installation template and attachment devices.
01272201 SPECIALTY SIGNS 10440-1
08/01
1.5 SAMPLES
A. Submit full size samples on actual materials and with actual colors as specified, for the
following sign type drawings to the Architect for approval. Where feasible, approved
samples may be included in the work. Paint samples shall be 8" x 10" and clearly identified
on backside.
1. Sign Types C, D, E, F, K, N, O, R and T.
1.6 COORDINATION
A. Furnish information to and coordinate with related trades to assure a satisfactory completion
of the work. In all cases where installation of mounting hardware involves other trades, all
coordination with other trades shall be through the General Contractor. Furnish hardware,
templates, and instructions at the appropriate time.
1.7 PERMITS
A. Obtain and pay for all permits required for execution of the work.
1.8 U.L. STANDARDS
A. Provide electrical components and component assemblies for each item of illuminated sign
equipment which bear either "recognized markings" as indicated in UL listings of the
"recognized component index," or a UL label, to show compliance with UL standards.
PART 2 - PRODUCTS
2.1 CONFORMANCE TO REQUIREMENTS
A. Products shall conform to the requirements specified for the particular item; and where these
requirements are not specified in detail, the materials shall be suitable for the intended usage
of the item. The materials listed below shall conform to the respective specifications and
other requirements as designated below.
2.2 MATERIALS
A. Provide colors, finishes, and materials as shown or specified.
B. Acrylic: Acrylic sign finish shall be smooth, free of scratches, gouges, air bubbles, bulging,
glass fiber strands between surface and background color, foreign matter, and other
imperfections. Plexiglas manufactured by Atohaas, Independence Mall West, 6" and Market
Street, Philadelphia, Pennsylvania 19106. Acrylic manufactured by American Cyramid or
equal. Matte finish.
1. Permanent room identification plaques shall conform to ADA requirements for raised
and brailled messages and pictograms.
C. Vinyl die -cuts: 3M "Scotchcal" or approved equal.
D. Aluminum: All aluminum specified shall have a color or finish as noted. Panel signs shall
use thickness which will prevent oil canning or any other unevenness.
01272201 SPECIALTY SIGNS 10440-2
08/01
E. Hardware:
1. All mountings and assemblies shall be executed in a concealed fashion.
2. Anchors, inserts, and fasteners shall be compatible with sign materials, shall not result
in galvanic action or chemical interaction of adhesives and shall have demonstrative
and sufficient strength for intended use.
F. Paint:
1. For sign boards, sign posts, and sign structures: Imron 5000 by Dupont or approved
equal.
a) Include paint system complete with substrate cleaner(s) , primers and finish
coating as required by metal manufacturer and paint manufacturer to meet
j contract requirements.
' b) Sheen: eggshell.
c) Provide a minimum of two coats, allowing proper curing time between coats.
d) Apply with spray equipment.
is e) Colors: Provide colors to match those shown on the drawings.
G. Fiber Reinforced Polyester — Fiber reinforced polyester panels reinforced with encapsulated
impact -resistant polyurethane cores.
1. Apply glare -free coatings with ultraviolet — light inhibitors to a minimum thickness of
two mils.
2. Molded faces with a minimum thickness of 1/8", 3/16" radiused edges.
H. Adhesives:
1. Silicone adhesive: "GE 1300" or equivalent clear adhesive.
2. "3M" or equivalent.
a) Foam -cored, double -sided tape suitable for use in an exterior environment.
3. Ensure adhesives are compatible with sign and substrate materials and finishes.
I. Interior Graphics Panels: Equal to Scotchprint Electronic Graphics System, four color
reproduction on transfer media, transferred to marking film and protected with interior
protective clear film matte finish, 4 mil vinyl.
J. Reflective Sheeting:
1. 3M "Scotchlite" High Intensity Grade, Pressure Sensitive, or approved equal, color
as indicated on drawings.
2.3 FABRICATION AND MANUFACTURE
A. Verification: Contractor shall verify and be responsible for all dimensions and conditions
shown by these drawings. Written dimensions on the drawings shall have precedence over
scaled dimensions.
B. Notification: The Architect shall be notified of any discrepancies in the drawings or Graphic
Schedule, in field dimensions or conditions and/or changes required in construction details.
C. Fabricate signs to allow for adequate clearances around perimeter of system to enable proper
installation. Fabricate to allow for thermal movement.
D. Provide structural reinforcing within signs as required to maintain rigidity and to
accommodate design loads.
E. Provide the following, and indicate on shop drawings: Provide internal signage lighting an
lighting for internally lit lettering, complete, for connection to stubbed in power supply
indicated on electrical drawings. Provide lighting to accommodate future sign panels at
tenant sign types. Provide even illumination appropriate for sign size and type, and provide
access for servicing and the changing of bulbs.
01272201 SPECIALTY SIGNS 10440-3
j 08/01
F. Fit and assemble the work at the shop to the greatest extent possible. Disassemble only as
required for shipment and erection.
G. Design Intent: Details on the drawings are intended to establish the exterior appearance of
the work. Contractor may change the interior construction shown to conform to his/her shop
practice, in a manner that does not conflict with other portions of the specification.
H. Visible screwheads and fasteners shall occur only at locations indicated on the drawings and
approved submittals.
I. Ensure that all edges and corners of finished letterforms and graphics are true and clean.
Do not use letterforms and graphics with rounded positive or negative corners, nicked, cut,
or ragged edges.
J. Finish and paint all corners and edges of sign plaques. All corners and edges are to be
eased.
2.4 GRAPHICS APPLICATION
A. Typeface: Use Futura bold and Futura Medium as indicated by the drawings and the Sign
Schedule.
B. Original Artwork: Original art shall be defined as artwork that is a first generation
reproduction of the specified art. Edges and corners shall be clean; rounded corners, cut or
ragged edges, edge build-up, bleeding or surface pinholes will not be accepted. Artwork
will be provided where noted.
C. Colors: Colors are specified on the Sign Detail Drawings.
D. Labels: No labels or any form of identification other than shown or specified in the Sign
Schedule shall appear anywhere on any signs.
PART 3 - EXECUTION
3.1 INSPECTION
A. Inspect conditions of locations and surfaces on which signs will be installed. Do not proceed
with installation until defects or errors have been corrected.
3.2 WALK THROUGH
A. The Sign Contractor is to arrange a meeting with the Architect at the site for the final
location and alignment of all sign elements.
3.3 INSTALLATION
A. Install signs at locations shown on drawings. Ensure that signs are installed plumb and true,
at mounting heights indicated, and by method shown or specified. Successful bidder to
notify the Architect within ten (10) days of award of contract of installation schedule.
3.4 PROTECTION
A. Protect the work and adjacent work and materials against damage during progress of the
work until completion. Wrap finished work with paper, polyethylene film, or strippable
_ waterproof tape for shipment and storage, and protect from damage during installation.
01272201 SPECIALTY SIGNS 10440-4
08/01
I
3.5 ADJUST AND CLEAN
A. Repair any damage to signs incurred during installation to the satisfaction of the Architect.
Replace signs which cannot be repaired to new condition. Clean glass, frames, and other
sign surfaces, adjust hardware and electrical equipment for proper operation. Remove sign
waste and debris from site. Signage Contractor shall arrange with the General Contractor
for use of his/her waste receptacles.
PART 4 - SIGN SCHEDULE
4.1 DESCRIPTION OF THE SIGN SCHEDULE
A. The Sign Schedule lists the identification, quantity, and message(s) of every sign for the
work and shows where to find other pertinent information regarding each sign. Quantities,
references, and remarks shown on the Sign Schedule shall have precedence over drawings.
If discrepancies in quantity are found between the specifications and the drawings, the
Architect shall be notified at once.
4.2 SIGN TYPE
A. Each sign is identified by type and an item number (A.01).
4.3 COPY AND GRAPHICS (MESSAGE)
A. The copy and graphics for each sign is shown in the Sign Schedule approximately as they
shall appear and shall be upper and lower case or all capital letters as shown in the Sign
Details. Symbols or diagrams, when they occur, are indicated in the Sign Schedule and
illustrated in the Sign Details.
4.4 SHEET/DETAIL
A.
4.5
A.
4.6
A.
4.7
A.
01272201
08/01
Refer to the construction detail or. details and the graphic layout details for each sign. The
number identifies the page.the drawing is on.
QUANTITY
Quantity shown is that of each sign on each location drawing. In some cases, attic stocks
of small signs may be requested, in addition to the initial required quantity.
LOCATION NUMBER
Identifies a particular sign location on the sign location plan.
COPY CHANGES.
The Architect and/or Client may make changes and/or adjustments to the grids shown on
the drawings, prior to sign fabrication, with no additional payment to Contractor, provided
there is no increase in the total amount of graphic items (i.e., arrows, symbols, copy, etc.)
shown.
SPECIALTY SIGNS 10440-5
PART 5 - PRICING
5.1 PRICE
A. Breakdown of bid price shall be provided indicated in the proposal.
5.2 BID BREAKDOWN
A. The bid shall be put together so that the signs are unit priced.
5.3 UNIT PRICE PROTECTION
A. The Signage Subcontractor shall provide a unit price guarantee for the duration of the
project to the General Contractor. Furthermore, he shall also provide a schedule of unit
prices to the Owner, that shall be guaranteed for a period of two (2) years, after the
completion of installation.
END OF SECTION
01272201 SPECIALTY SIGNS 10440-6
08/01
SECTION 10800
TOILET ACCESSORIES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Toilet accessories.
B. Attachment hardware.
1.3 RELATED SECTIONS
A. Section 09300 - Tile: Wall finish.
1.4 QUALITY ASSURANCE
A. Regulatory Requirements
1. Conform to 36 CFR Part 1190 for location and mounting height of accessories.
2. Provide products of same manufacturer for each type of accessory unit.
1.5 REFERENCES
A. Architectural and Transportation Barriers Compliance Board - 36 CFR Part 1191, Accessibility
Guidelines for Buildings and Facilities.
B. ANSI/ASTM A123"- Zinc (Hot -Dip Galvanized) Coatings on Products Fabricated from Rolled,
Pressed, and Forged Steel Shapes, Plates, Bars and Strips.
C. ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip.
D. ASTM A269 - Seamless and Welded Austenitic Stainless Steel Tubing for General Service.
E. ANSI/ASTM A366 - Steel, Carbon, Cold -Rolled Sheet, Commercial Quality.
F. ANSI/ASTM A386 - Zinc Coating (Hot -Dip) on Assembled Steel Products.
G. ANSI/ASTM B456 - Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel
Plus Chromium.
H. ASTM A500 - Specification for Cold -Formed Welded and Seamless Carbon Steel Structural
Tubing in Rounds and Shapes.
I. ANSI/BHMA A156.16 - Auxiliary Hardware.
1.6 PERFORMANCE REQUIREMENTS
A. Install grab bars in conformance with structural strength requirements of 36 CFR 1191 without
damage to supporting structure or finishes.
01272201 TOILET ACCESSORIES 10800-1
08/01
1.7 SUBMITTALS
A. Shop Drawings and Product Data
1. Provide schedule indicating types, quantities, sizes and installation location by room for each
toilet accessory item to be provided for project.
2. Provide manufacturer's standard product data on accessories describing size, finish, details
of function, and attachment methods.
3. Submit manufacturer's standard printed installation instructions.
1.8 SEQUENCING AND SCHEDULING
A. Coordinate the work of this Section with the placement of internal wall reinforcement to receive
anchor attachments.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Bobrick Washroom Equipment, Inc.; North Hollywood, CA.
B. Bradley Corporation; Menomonee Falls, WI.
C. McKinney/Parker; Scranton, PA.
D. American Specialties; Yonkers, NY.
E. Asi — American Specialties, Inc.; Yonkers, NY.
F. Substitutions: Under provisions of Section 01600.
2.2 MATERIALS
A. Sheet Steel: ANSI/ASTM A366.
B. Exposed Sheet Steel: ASTM A525.
C. Stainless Steel Sheet: ASTM A167, Type 304.
D. Tubing: ASTM A500, stainless steel.
E. Mirror Glass: ASTM C1036, Type I - Transparent Glass, Flat; Class 1 - Clear; Quality ql mirror
select; 1/4 inch thick minimum.
F. Fasteners, Screws, and Bolts: Hot dip galvanized, tamperproof.
G. Expansion Shields: Fiber, lead, or rubber as recommended by accessory manufacturer for
component and substrate.
H. Primer: Zinc Chromate.
2.3 ACCESSORIES
A. Grab Bar (GB)
1. Stainless Steel: Either 302 or 304 L, 18 gauge minimum.
2. Size: 1 1/2" O.D. Length as indicated on the drawings.
3. Finish: Satin finish. In addition, provide manufacturer's standard non -slip surface, either
knurled or peened, over gripping surface of bars.
4. Attachment: Concealed.
5. Clear projection: 1 1/2" between wall and bar.
01272201 TOILET ACCESSORIES 10800-2
08/01
a
7
6. Construction: Provide one piece construction with ends returned to wall with integral
intermediate supports as required. All joints shall be heliarc welded, ground and polished
on exposed surfaces, finished to present uniform matching appearance throughout. Refer
plans for special shapes.
7. Flanges: Wall flanges shall be adequately designed to support the grab bars in compliance
with the performance requirements. Flanges shall be integral part of grab bar.
8. Concealed Attachment: Flanges shall be fabricated to fit over wall anchors by means of not
less than three set screws.
9. Anchors: Provide sub -anchors as required at each support, size and type as recommended
by the manufacturer for each type of wall and finish condition. Support on drywall or
plaster bases solely by means of toggle bolts is prohibited.
10. Acceptable Product: Bradley #8122.
11. Grab bar lengths: GB 1 is 42 inches, GB2 is 36 inches.
B. Mirrors (M)
1. Conformance: Channel frame, stainless steel.
2. Size:
a. (M1) 18"x 36" —adult
3. Acceptable product: Bradley #781.
C. Janitor's Shelves (JS)
1. Conformance: 18 gauge stainless steel units with 8" wide shelf and drying rack full length,
with rag hooks and spring activated mop holders.
2. Size: Furnish units 36" long with 4 holders and 3 hooks.
3. Acceptable product: Bradley #9984.
D. Electric Hand Dryers (EHD)
1. Conformance: '/a" thick cast iron cover finished with porcelain enamel. Motor to be of the
universal type, 1/10 HP at 7500 RPM. Dryer to deliver 7300 linear feet of air per minute
(LFM). To be activated by push button control device. Unit to comply with ADA
requirements regarding protrusions and shall not extend beyond 4" from the wall. Mount
dryers at 32" AFF (Floor to bottom of dryer) for children and 34" AFF for adults. Power
to be 115V, 20 amp, 2300 watts 60 hz.
2. Acceptable Product: World Hand Dryer, Model RASE, as manufactured by World Dryer
Corp.
E. Waste Receptacle (WR)
1. Supplied by Owner, installed by Owner.
F. Soap Dispenser (SD)
1. Supplied by Owner, installed by Contractor.
G. Toilet Tissue Dispenser (TTD)
1. Supplied by Contractor, installed by Contractor.
2. Acceptable Product: Bobric B273.
H. Sanitary Napkin Disposer (SND)
I. Supplied by Contractor, installed by Contractor.
2.4 'FABRICATION
A. General
1. Weld and grind smooth joints of fabricated components.
2. Form exposed surfaces from single sheet of stock, free of joints.
3. Form surfaces flat without distortion, scratches or dents.
01272201 TOILET ACCESSORIES 10800-3
08/01
4. Back paint components where contact is made with building finishes to prevent electrolysis.
5. Shop assemble components and package complete with anchors and fittings.
6. Provide steel anchor plates, adapters, and anchor components for installation.
7. Fabricate all accessories with concealed mountings covered by finished snap -on or set screw
type escutcheons or mountings concealed behind units with doors unless otherwise specified.
8. Hot dip galvanize exposed and painted ferrous metal and fastening devices.
2.5 FACTORY FINISHING
A. Galvanizing: ANSI/ASTM A123, A386 to 1.25 oz/sq. yd.
B. Shop Primed Ferrous Metals: Pretreat and clean, spray apply one coat primer and bake.
C. Enamel: Pretreat to clean condition, apply one coat primer and minimum two coats epoxy
electrostatic baked enamel.
D. Chrome/Nickel Plating: ANSI/ASTM B456, Type SC 2 satin polished finish.
E. Stainless Steel: No. 4 satin luster.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that site conditions are ready to receive work and dimensions are as indicated on shop
drawings.
B. Beginning of installation means acceptance of existing conditions.
3.2 PREPARATION
A. Deliver inserts and rough -in frames to site at appropriate time for building -in.
B. Provide templates and rough -in measurements as required.
C. Verify exact location of accessories for installation.
3.3 INSTALLATION
A. Install fixtures, accessories and items in accordance with manufacturers' instructions.
B. Install plumb and level, securely and rigidly anchored to substrate.
C. Install at heights and locations scheduled on the drawings and per ADA guidelines for children or
adults on sheet G.0.0.3.
D. Install grab bars in conformance with performance requirements specified.
E. Wall mounted waste receptacles and roll paper towel dispensers to be mounted in locations as
directed by Architect to conform to ADA guidelines.
01272201 TOILET ACCESSORIES 10800-4
08/01
I
3.4 SCHEDULE
-Accessories Required
"I z I 11118141 t3a it) all mri 9
•• 1- ol lut FROM 31-mame216, ••
END OF SECTION
01272201 TOILET ACCESSORIES 10800-5
08/01
SECTION 15000
GENERAL MECHANICAL REQUIREMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 DESCRIPTION
A. Work covered by this Division shall consist of furnishing all labor, equipment, supplies and
materials and in performing all operations necessary for the installation of complete and operating
mechanical systems as required by these specifications and/or shown on the drawings, subject to the
terms and conditions of the contract. The work shall also include the completion of such mechanical
and electrical details not mentioned or shown which are necessary for the successful operation of
all systems described on the drawings or required by these specifications; this includes the furnishing
all materials for the filling the systems to make them operable, including water, refrigerant, oil and
grease. Prove satisfactory operation of all equipment and controls to the Engineer on request.
B. Work not included — Certain labor, material and equipment may be furnished and/or installed under
other divisions of these specifications. This Contractor shall coordinate with other trades and arrange
his work to make the part fit together. The following items are to be accomplished under other
divisions of these specifications:
1. Temporary Heat: Refer to paragraph in this Section.
2. Temporary Water and Toilet: Refer to General Conditions.
3. Roof Curbs: Refer to paragraph in this Section.
4. Electrical Equipment and Wiring: Refer to paragraph in this Section.
5.. Concrete: Refer to paragraph in this Section.
C. Equipment Furnished by Owner — Rough -in services pipes to locations as required by architectural
and mechanical drawings and equipment shop drawings. Provide service valves on all pipes except
waste and vent pipes. Plug and cap all waste and vent pipes. Final Connection to equipment will be
made by this Contractor.
1.3 BIDDING
A. All mechanical equipment shall be new unless specified otherwise in the specifications or on the
drawings.
B. All bids must be based only on the equipment and materials as scheduled on the drawings and as
specified or on equivalent equipment and materials from a pre -approved alternative manufacturer.
No bid may be based on a substituted or other alternative without specific written prior approval
from the Engineer. Any Contractor who assumes equivalence of products and who bases his bid on
that assumption does so at his own risk.
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-1
I 08/01
C. A listing of approved alternative manufacturers does not mean that all products of a particular
alternative manufacturer are acceptable alternative to the scheduled items; it merely means that for
bidding prior approval is not required. All fixtures and devices must still be submitted according to
the prescribed procedures. In addition, some items that have an important visual affect, e.g. electric
water coolers, may be required to receive Owner's or Architectural approval also.
1.4 EXISTING UTILITIES
A. The drawings indicate the locations, type and sizes of various utilities within the site where known.
These utilities are indicated as accurately as possible. If the Contractor encounters any utilities
during construction which are not shown on the drawings, they shall ask for written instructions
from the Architect. Any relocation or remodeling required will then be directed by a change order.
This Contractor shall assume all responsibility for protection of all utilities, shown or not, and for
repair required by this construction.
B. Contractor shall verify location, size, elevation, pressure and any other pertinent data of the existing
utilities. Additional costs incurred due to failure to verify such data and to coordinate associated
work with respective utility providers shall not be the Owner's responsibility but shall be borne by
the Contractor.
C. All costs associated with providing utilities including, but not limited to, connection fees, boring
under roads, etc., shall be included in the Contractor's bid price whether such costs are incurred by
Contractor or charged by the utility company.
D. Submission of a bid by the Contractor shall be considered an acknowledgment by the contractor of
his compliance with this section.
1.5 CODES, PERMITS AND FEES
A. Contractor shall comply with all local, state and national codes and shall pay for all applicable costs,
fees, permits, licenses and inspections for this division.
1.6 TEMPORARY HEAT
A. Temporary heat will be furnished by the General Contractor. Use of the permanent heating system
will not be allowed without written authorization from the Engineer, Architect and Owner. In case
the permanent heating system is used for temporary heat, the General Contractor shall pay all the
costs until acceptance by the Owner. Warranty of equipment shall not start until acceptance by the
Owner.
1.7 DRAWINGS
A. Contract drawings are diagrammatic only and are not intended to be scaled for dimensions. All
dimensions shall be taken from Architectural drawings, certified equipment drawings and from the
structure itself before fabricating and work. All space requirements shall be verified, coordinated
with other trades, as it is the various Contractor's responsibility to install the systems complete in
the space provided without extra charges to the Owner. .
B. It is intended that anything, whether labor and materials, which is usually furnished as part of any
equipment specified and which is necessary for operation shall be furnished as part of the Contract
without additional cost, whether or not shown or described.
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-2
08/01
C. All piping in finished areas of the building shall be concealed except where otherwise noted on the
drawings.
D. All equipment shall be installed in accordance with manufacturer's recommendations, unless
approval is given in writing from the Consulting Mechanical Engineer for deviation.
1.8 REQUIREMENTS OF REGULATORY AGENCIES
A. The mechanical work shall be performed in strict accordance with the local and state codes,
ordinances, and regulations governing the particular work involved. Furnish, without extra charge,
any additional material and labor when and where required to comply with these Rules and
Regulations, though the work is not mentioned in the Specifications or shown on the Drawings.
When the Specifications or Drawings call for or describe materials or construction of a better quality
or larger sizes than required by the above mentioned Rules and Regulations, the provisions of these
Specifications and accompanying Drawings shall take precedence.
1.9 QUALIFICATIONS
A. All mechanics shall be capable journeymen, skilled in the work assigned to them with licensing
required by the inspecting authority. All welders must have been certified within the past three years
to perform the work, which they are doing.
1.10 WARRANTY
A. All materials and equipment shall be new unless otherwise specified.
B. Guarantee all workmanship, material and equipment and replace any found defective without cost
to the Owner, for ONE year after final acceptance, as defined in General Conditions.
C. Each warranty for longer than one year as described above (that comes with equipment used on the
job) shall be passed into the Owner in the Operation and Maintenance Manual, along with the dates
of start and end of warranty.
D. Refer to General Conditions for additional information regarding specific warranty requirements.
1.11 PROJECT RECORD DOCUMENTS
A. Before final payment, provide the Architect with one clean set of drawings and specifications
corrected up-to-date as job progress. These documents shall reflect the As -Built conditions. Refer
to General Conditions for additional information.
1.12 SUBMITTALS
A. The intent of this section is to give general submittal information, refer to specific submittal
information in the subsequent mechanical sections.
B. Within 10 days after award of the contract, and before orders are placed, Contractor shall submit
specific information on list of equipment and principal materials specified. Contractor shall indicate
and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such other
supplementary information as necessary for evaluation. Minimum of six (6) copies, or as directed
by the Engineer, of each shall be submitted and shall include all items mentioned by model number
and/or manufacturer's name in the specifications or in schedules on the drawings.
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-3
08/01
C. Requirements for each submittal:
1. Bear a dated stamp or specific written indication that the Contractor has reviewed and approved
all submittal prior to submission to Engineer,
2. Have all information deleted by Contractor that pertains to the means and methods of
construction or to fabrication, assembly, installation, or erection (approval by Engineer shall
not extend to these areas unless specifically noted by Engineer),
3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being
submitted, bye use of a permanent marker, stamp, etc., so as to distinguish it from other pieces
of equipment that may occur on the same page,
4. Be clearly marked as to which available options are being submitted that are associated with a
piece of equipment, and
5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar
data to enable the Engineer to review the proposed equipment.
Omission by Contractor of any of the above requirements or submittals will subject submittal to
automatic rejection without review.
Any submittals received by Engineer that were not requested shall be returned without review of any
kind.
D. Installation Instructions - For certain products or systems as identified in subsequent specifications
sections or on the drawings, the Contractor shall be required to provide copies of manufacturer's
installation instructions with the submittal. When required as such, the installation instructions are
considered part of the submittal and their omission may result in automatic rejection of the submittal.
Where more than one identical device are scheduled, only one set of installation instructions needs
to be submitted, e.g. if seven five -ton split systems air conditions are scheduled, only one five -ton
unit installation instruction needs to be submitted. Similarly, if one set of installation instructions
is identified by the manufacturer and on the instructions to be applicable to more than one type or
size of devices, e.g. if one set of air conditioner instructions is good for three, four, five -ton units,
then only one instruction set is required for these devices.
E. Where indicated in individual specification sections, submittal shall include a copy of the
specification section pertaining to required equipment. Each paragraph of the specification to which
the proposed equipment fully complies shall be checked. Paragraphs having requirements which are
not met or where alternatives .are proposed shall be numbered on the right hand side. A
corresponding numbered paragraph shall be attached to the specification indicating proposed
modifications.
1.13 SUBSTITUTED PRODUCTS
A. Material or equipment specified by Manufacturer's name is being used as a basis of standard. No
substitution is allowable without Engineer's written approval ten (10) days prior to bid due date
unless the manufacturer is listed on the drawings or in the specification as being a pre -approved
alternative manufacturer. Any submittal received without such written approval or prior approval
is subject to unqualified rejection.
B. It shall be the Contractor's responsibility to verify that submitted substitute equipment will fit in
space available. The contractor's submittal for acceptance of the substitute shall include a written
statement of whether or not such acceptance would require any subsequent or associated changes
to the drawings or specifications. Any such changes shall be described in writing, briefly but
complete.
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-4
08/01
C. The Contractor shall be responsible for the costs of any such modifications due to substitution of
materials or equipment for that which was specified or scheduled. The cost shall be complete, that
is, it shall include the cost affect of any and all other trades.
D. The Engineer may request detailed shop drawing or plan layouts of mechanical rooms or systems
of the substituted equipment.
1.14 SAFETY
A. General — Contractor shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with the work, and Contractor shall comply with all laws
governing safety, specifically the "Occupational Safety and Health Standards" and the "Safety and
Health Regulations for Construction", state and federal.
B. According to OSHA, a hazardous chemical is any chemical, which is a physical hazard or a health
hazard. This may include items such as paints, solvents, adhesives, sealants, cleaners, etc. If a
contractor produces, uses, or stores hazardous chemicals at the workplace, them contractor shall
develop, implement, and maintain a hazard communication program in compliance with the latest
OSHA requirements. In projects with multiple tenants in which the building is partially occupied
during all or part of the project, Contractor shall inform the building manager or Owner, according
to OSHA guidelines, of any hazardous chemicals being produced, stored, or used in the building
so that other tenants may be notified. Contractor shall employ required methods of training,
information, handling, ventilation, labeling, storing, disposal, and removal of hazardous chemicals.
1.15 LABELING
A. Each device for which an independent testing authority has established a standard shall have affixed
a label indicating its compliance and listing. Refer to General Conditions for list of such independent
testing authorities.
1.16 SITE VISIT REPORTS
A. During the course of the job, the Engineer will make site visits to observe work in progress and will
subsequently prepare a written _site visit report, which will be sent to the Contractor and to
whomever else the Engineer desires. The Contractor shall prepare a written and typed response
within seven (7) calendar days of his receiving the site visit report. The General Contractor shall
include in his response the following information.
1. Date of site visit by the Engineer,
2. Date of receipt of the site visit report,
3. Name and title of the preparer of the response,
4. An item number referenced to the site report,
5. A brief three or four word description of the item,
6. The Contractor or Subcontractor affected,
7. The proposed course of action, and
8. An expected time of completion of the action.
J, -
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-5
08/01
1. 17 CUTTING AND PATCHING
A. No joists, beams, girders, columns, slabs, or other structural elements shall be cut, drilled, or
altered in any way by the Contractor without first obtaining written permission and instructions from
the Engineer and Architect.
B. Where it is necessary to cut through any non-structural elements of walls, floors, or ceilings to
permit the installation of any work under this contract, or to repair any defects that may appear up
to expiration of guarantee, such cutting shall be done by Contractor with as little damage as
reasonably possible to the element being cut or to adjacent elements.
C. After the necessary work has been completed, the damage shall be repaired by the respective
Contractor, who shall pay all costs of such cutting, repairs and patching. All patching or sealing of
cuts, penetrations, etc., including final appearance of same, shall be done to the approval of the
Engineer and Architect.
PART 2 PRODUCTS
2.1 MATERIALS
A. All materials shall be new and of specified quality, unless specifically noted otherwise. Materials
shall be free from defects. Where manufacturer names are mentioned in the specifications or on the
drawings, it has been done in order to establish a standard of quality and construction.
B. Contractor will be responsible for transportation of his material to and from the job site, and will
be responsible for the storage and protection of his materials and work until the final acceptance of
the job. At the end of each day of work, each Contractor is responsible for covering or protecting
his work and/or materials that may be susceptible to damage even if such damage is the result of
unforeseen causes, e.g. an overnight thunderstorm. Failure to do so will be sufficient cause for
rejection of any item in question, and any such item shall be replaced by Contractor at no cost to
the Owner.
C. Contractor shall verify that all pieces of equipment will fit through available openings in the building
and that all equipment can be installed without modification of building structure.
2.2 EQUIPMENT SCHEDULE
A. All equipment major items are specified in the equipment schedules on the drawings and shall be
new and furnished complete with all accessories normally supplied with the catalog item listed and
all other accessories necessary for a complete and satisfactory installation.
B. Equipment items so noted will require start-up by factory trained personnel. Equipment items so
noted will require factory approved service personnel who shall provide all service, including all
parts and all labor, as requested by the Owner, during the full period of equipment warranty.
2.3 EQUIPMENT RATINGS
A. Equipment capacities as scheduled on the drawings are at project site altitude. Capacities of
submitted equipment must be corrected for project site altitude unless otherwise noted.
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-6
08/01
2.4 WORKMANSHIP
A. The workmanship shall, in all respects, be of the highest grade, and all construction shall be done
according to the best practices of the trade. Piping, ducting and conduit shall be concealed unless
otherwise noted, and installed square to the building lines. Any work not meeting this requirement
shall be replaced or rebuilt without extra expense to the Owner.
2.5 V -BELT DRIVES
A. V -belt drives shall be of fabric and rubber construction of approved manufacture. Multiple belts
shall be matched and all belts shall be adjusted to drive the apparatus properly and to prevent
slippage and undue wear in starting motor nameplate rating.
2.6 BELTGUARDS
A. The Contractor shall provide for each V -belt drive a painted steel belt guard, which shall be
constructed around an angle iron frame, securely bolted to the floor or apparatus. The guard shall
completely enclose drives and pulleys and be constructed to comply with all safety requirements.
Hinged access doors not less than 6" x 6" shall be provided for access to motors and fan shaft for
test purposes.
2.7 ELECTRICAL WIRING AND CONTROL EQUIPMENT
A. All disconnects, motor starters, relays, wiring, etc. shall comply with all requirements of 16000
Sections of the electrical specifications.
B. The Mechanical Contractor must refer to the electrical control equipment and wiring shown on the
Electrical Drawings. Any changes or additions required by specified equipment furnished shall be
the complete responsibility of the Contractor furnishing the equipment.
C. All electrical equipment characteristics (voltage, etc.) must be verified by the Contractor prior to
-5 ordering. It is imperative that voltage and phase characteristics are checked with the electrical
j drawings.
' D: All motors shall be _built in accordance with the current applicable IEEE, ASA and NEMA
r standards. All general-purpose motors shall be open drip -proof machines for installation indoors
and/or in protected locations. Totally enclosed fan cooled (TEFC) motors shall be used in all areas
of exposure to weather or other environmental contamination. Motors shall be rated explosion -proof
when located in hazardous atmospheres. Type II weather -protected motors may be used in lieu of
A. TEFC motors on roof fan units and similar equipment. Motors mounted in direct sun shall be
provided with a shield to forbid direct radiation from the sun when the sun is 45 degrees or greater
above the horizon.
E. Unless indicated otherwise, motors shall be NEMA design B with a service factor of 1.15 with 40°C
J rise and total temperature rise of 65°C ambient and when powered from the system voltage feeding
the motor. TEFC motors shall have a service factor of 1.00 with total temperature rise of 65°C. in
the above conditions. Single-phase motors shall be NEMA Type N split phase induction motors with
built-in thermal protectors. Single-phase motors connected on loads requiring high starting torque
shall be capacitor -start induction motors.
F. All motors shall be all copper wound, high power factor, high efficiency motors. Electric motors
shall be an energy efficient type as defined in the latest edition of NEMA document no. MG1.
Motor efficienc_ y shall be made available to the Engineer as required.
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-7
7: 08/01
t
2.8 EQUIPMENT AND PIPING SUPPORTS
A. All supporting systems for piping, equipment, and materials supported by the building structure shall
be submitted to the Engineer for approval prior to purchase and installation.
2.9 ROOF PENETRATIONS
A. Piping
1. Penetration shall be accomplished with factory -made assemblies designed specifically for the
purpose. The use of pitch pans or pitch pockets is not allowed. Contractor shall provide a
factory -made penetration assembly as follows:
For pipes, conduits, etc. up to 3 -inches in diameter that can or are intended to be turned
to horizontal after passing through the roof (e.g. small electrical conduit, gas piping,
refrigerant lines, water pipes, etc.) the device shall consist of a curb assembly with a
welded 18 gauge galvanized steel shell and base, 1-1/2 inches thick 3 pcf rigid insulation,
0.50 inch aluminum or 20 gauge galvanized cap with minimum 3 inch over hang
and 1 -inch rigid insulation, and 2" x 6" wood nailer. Product shall be Custom Curb Model
CPC, ThyCurb Model RP -2 with TC -1, 2, or 3 curb, or approved equivalent.
2.10 ACCESSIBILITY
A. Access Panels
1. Access panels shall be provided wherever necessary for possible future replacement, adjustment,
or maintenance of operating devices such as machinery, valves, dampers, switches, relays, etc.,
or to other critical non-operating devices such as pull boxes, inspection parts, gauges, etc. Such
access panels shall be provided and installed by Contractor, whether or not shown on the
drawings, and shall be brought to the attention of the Engineer for approval of type, color, etc.
Where access is provided in rated members, the access panels shall be of a type that maintains
the integrity of the member penetrated.
B. Access to Equipment
1. All pipes, tubing, conduit, etc. including, but not limited to, draining piping of any type,
electrical conduit, wiring not in conduit, and pneumatic control tubing shall be installed in such
a way so as not to prevent and/or not to make difficult the removal, operation, use, or
maintenance of equipment, access panels or doors, pathways (especially in attics or
crawlspaces), observation ports, measurement or balancing devices and junction boxes.
2. If access for these purposes is prevented or made unreasonably difficult in the opinion of the
Engineer, then the Contractor shall make modifications or repairs at no cost to anyone except
the Contractor. Such modifications or repairs shall be considered neither complete nor adequate
until the Engineer is satisfied that access for the above purpose is achieved.
2.11 PROTECTION OF PENETRATION
A. All penetrations of fire or smoke barriers shall be sealed, sleeved (if any), insulated (if any),
and vibration isolation (if any) that it maintains the fire or smoke resistance of the barrier in
accordance with the latest edition of NFPA 101 Life Safety Code.
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-8
08/01
B. Contractor shall verify locations and type of all partitions penetrations from the drawings.
Sealing material and methods shall be per UL recommendations.
PART 3 EXECUTION
3.1 STORAGE
A. Provide for proper storage of all materials and equipment and assume responsibility for losses due
to any cause. All storage shall be within the contract limits of the building site or in a bonded
warehouse. All equipment and materials must be covered and stored out of the elements; any item,
which has become rusted, will not be permitted to be used.
B. Each Contractor shall provide temporary storage facilities suitable for equipment stored at the job
site. Storage facilities shall be rainproof and lockable as required. Materials or equipment stored on
site but not in a lockable rainproof storage facility shall be stored above ground or above slab.
Contractor shall take necessary precautions to prevent entry of and/or damage from dirt, trash,
water, or vermin. Equipment not properly stored and protected shall be, at the discretion of the
Engineer, replaces at no cost to the Owner. Roofs are not acceptable storage areas unless
specifically allowed in writing by the Engineer.
3.2 INSTALLATION AND ARRANGEMENT
A. Install all work to permit removal (without damage to other parts) of coils, heat exchanger bundles,
boiler tubes, fan shafts and wheels, filters, belt guards, sheaves and drives and all other parts which
might require periodic replacement or maintenance. Arrange pipes, ducts and equipment to permit
ready access to valves, traps, starters, motors, control components and to clear opens of doors and
of access panels.
B. Offsets, transitions and changes in direction in pipes and ducts shall be made as required to maintain
proper head room and pitch of sloping pipes whether or not indicated on the drawings. Furnish and
install all traps, air vents, sanitary vents, etc., as required to effect these offsets, transitions and
changes in direction.
3.3 PROTECTION OF WORK AND PROPERTY
A. Where there are existing facilities, be responsible for protection thereof, whether or not such facility
is to be removed or relocated or remain as installed. Moving or removing any facility must be done
so as not to cause interruption the work or Owner's Operation.
B. Al pipe and duct openings shall be closed with caps or plugs during installation. All fixtures shall
be covered and protected against injury. At final completion, all work shall be cleaned and delivered
in an unblemished condition, or refinished and repainted at the desecration of the Architect.
3.4 CONCEALED AND EXPOSED WORK
A. "Concealed" is intended to mean within such spaces as pipe chases, pipe trenches, above plaster
ceilings, in walls and buried pipe is inaccessible when building is completed. "Exposed" is intended
to be within equipment rooms, unfinished spaces, above "pushup" ceilings, accessible pipe tunnels,
etc., where pipe is accessible.
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-9
08/01
3.5 CONCRETE
A. This Contractor shall coordinate all requirements for concrete. All concrete shall be furnished under
the Architectural Divisions of these specifications.
3.6 FIELD MEASUREMENTS
A. The Contractor shall verify the dimensions and conditions governing work at the project site. He
shall examine adjoining work on which his work is dependent, for perfect efficiency, and shall
report any work, which must be corrected.
3.7 LUBRICATION
A. The Contractor shall provide all oil and grease for the operating of all equipment until acceptance.
The Contractor shall be held responsible for all damage to bearings while the equipment is being
operated by him up to the date of acceptance of the equipment. The Contractor shall protect all
bearings and shafts during installation and shall thoroughly grease the steel shafts to prevent
corrosion.
3.8 MANUFACTURER'S DIRECTION
A. The Contractor shall install all equipment in strict accordance with all directions and
recommendations furnished by the manufacturer. Where such directions are in conflict with the
plans and specifications, the Contractor shall report such conflicts to the Engineer who shall make
changes deemed necessary and desirable.
3.9 FLUSHING AND STERILIZING
A. Before final connections are made in the piping systems, all piping shall be blown out with air. The
systems shall be flushed for complete removal of all foreign materials. Famish all temporary
connections, valves, etc., required for this purpose.
3.10 TESTS:
A. Test all water lines under 100 psig air pressure. Test to be held for a minimum of six (6) hours.
B. All tests shall be witnessed and approved by the Engineer and the local authority having jurisdiction
before covering or insulating. The satisfactory operation of blowers, pumps and other equipment
with moving parts shall be demonstrated to the Engineer. Equipment without movable parts shall
have pressure or other tests performed by the Contractor to demonstrate satisfactory operation.
C. Famish all instruments, pumps, blowers and equipment required for the testing.
D. Provide written copies of these test reports for inclusion on the Operations and Maintenance
Manuals.
3.11 PAINTING
A. Surfaces of all equipment and material not provided with a factory finish coat shall be thoroughly
cleaned, primed (if not factory primed) and finish coated with a high quality alkyd industrial enamel
of a color chosen by the Owner.
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-10
08/01
i
s
3.12 SPECIAL OPENINGS
A. The contractor shall attempt to schedule delivery of all large equipment requiring special openings
for installation prior to enclosing of area. Where this is not possible written notice of required
openings which must be provided shall be listed by size and location and submitted to the General
Contractor prior to enclosing of areas involved. Work required to construct openings and the
associated cost of enclosing them shall be done at no additional cost to the Owner.
3.13 PLACING IN OPERATION
A. All ducts, pipes, equipment, controls, etc., shall be cleaned of plaster and other foreign debris
B. Before final acceptance, all permanent filters shall be cleaned; throwaway type filters shall be
replaced with new filters.
C. The systems shall be placed in operation.
D. The contractor shall verify that all controls are set to meet operating conditions specified.
1. Example: Boiler operating control set at 200°F. Limit control set at 220°F.
E. The Contractor shall verify that all pieces of equipment are operable and that all sequence of controls
are being met.
W:
F. Contractor to adjust seating through the first (151) year as required by Engineer.
3.14 BALANCING, TESTING AND ADJUSTING THE MECHANICAL SYSTEMS
A. Balancing the mechanical systems shall be part of this contract, refer to subsequent mechanical
�J specification section for details. This Contractor is to include in their bid the cost of balancing,
testing and adjusting.
3.15 OPERATION AND MAINTENANCE INSTRUCTIONS
A. Contractor shall prepare and provide four (4) copies of operating and maintenance manuals.
Contractor shall deliver four bound sets to the Engineer for approval. Each manual shall be in a ring
binder and shall be- indexed with dividers for each section. Delivery of required documents is a
condition of final acceptance.
B. Each manual shall contain, but not limited to, the following general sections:
1. Certificates of acceptance from the inspecting authorities,
2. Waiver of all liens,
3. Warranties with starting dates and end dates for each pieces of equipment and/or for each system
(warranties shall begin on date of substantial completion and acceptance by the Owner),
4. Names, telephone and fax numbers and addresses of all subcontractors, vendors, manufacturer's
representatives, and warranties providers,
5. Certification letters from each Contractor that each system furnished and installed by that
contractor and/or subcontractors is started -up, balanced, adjusted and checked for proper
operation in accordance with the intent of the contract documents,
6. Spare parts lists for each piece of equipment,
7. Lubrication charts showing type of lubrication and application methods and frequencies,
8. Filter cleaning or replacement schedule (On Contractor's letterhead stationary),
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-11
F 1 08/01
9. Preventative maintenance schedule for checking all items such as belt drives, safety controls,
oil and refrigerant charges, and seasonal changer over recommendations. Cleaning of all
strainers, traps, coils, tower pans, tubes, sprays, etc. (on Contractor's letterhead stationary),
10. Normal operating instructions including a sequence of operations (on Contractor's letterhead
stationary),
11. Instruction on who to call for service during guarantee period, (on Contractor's letterhead
stationary),
12. Approved copy of the Testing, Adjusting and Balancing Reports,
13. Copies of As -Built drawings on reproducible vellum as produced by a Xerox or photographic
process and,
14. Copies of all approved shop drawing submittals including nameplate date, design parameters,
name; telephone and fax numbers, address of vendor, manufacturer's representative and
warrantee provider.
C. Approval will not be given for final payment until the tests, balancing and operating instruction
portions have been completed.
3.16 INSTRUCTIONS TO THE OWNER
A. Contractor shall instruct the Owner's operating personnel in the operations and maintenance of all
mechanical systems and equipment.
B. Contractor shall conduct a demonstration of `the installation upon completion and final acceptance
of the work. Prior to this all work shall have been completed, tested, balanced and placed in
operation. Qualified personnel must be present at the demonstration to operate all the systems and
prove the performance of the equipment. The schedule for this demonstration shall be coordinated
with the Engineer.
END OF SECTION
01272201 GENERAL MECHANICAL REQUIREMENTS 15000-12
08/01
SECTION 15050
BASIC MECHANICAL MATERIALS AND METHODS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions,
General Conditions, Special Provisions and Division 1 - General Requirements apply
to Work of this Section.
1.2 SUMMARY
A. This Section includes the following basic mechanical materials and methods to
complement other Division 15 Sections.
1. Piping materials and installation instructions common to most piping systems.
2. Concrete equipment base construction requirements.
3. Equipment nameplate data requirements.
4. Labeling and identifying mechanical systems and equipment is specified in Division
15 Section "Mechanical Identification."
5. Nonshrink grout for equipment installations.
6. Installation requirements common to equipment specification Sections.
7. Cutting and patching.
8. Touchup painting and finishing.
B. Pipe and pipe fitting materials are specified in piping system Sections.
1.3 DEFINITIONS
A. Pipe, pipe fittings, and piping include tube, tube fittings, and tubing.
B. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred
spaces, pipe and duct shafts, unheated spaces immediately below the roof, spaces above
ceilings, unexcavated spaces, crawl spaces, and tunnels.
C. Exposed Interior Installations: Exposed to view indoors. Examples include finished
occupied spaces and mechanical equipment rooms.
D. Exposed Exterior Installations: Exposed to view outdoors, or subject to outdoor ambient
temperatures and weather conditions. Examples include rooftop locations.
E. Concealed Interior Installations: Concealed from view and protected from physical contact
by building occupants. Examples include above ceilings and in duct shafts.
F. Concealed Exterior Installations: Concealed from view and protected from weather
conditions and physical contact by building occupants, but subject to outdoor ambient
temperatures. Examples include installations within unheated shelters.
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-1
08/01
1.4 SUBMITTALS
A. General: Submit the following according to the Conditions of the Contract and Division 1
Specification Sections.
B. Product data for following piping specialties:
1. Mechanical sleeve seals.
C. Samples of color, lettering style, and other graphic representation required for each
identification material and device.
D. Coordination drawings for access panel and door locations.
E. Prepare coordination drawings according to Division 1 Section "Submittals" to a 1/4 inch
equals 1 foot (1:48) scale or larger. Detail major elements, components, and systems of
mechanical equipment and materials in relationship with other systems, installations, and
building components. Show space requirements for installation and access. Show where
sequence and coordination of installations are important to the efficient flow of the Work.
Include the following:
1. Proposed locations of piping, ductwork, equipment, and materials. Include the
following:
a) Planned piping layout, including valve and specialty locations and valve stem
movement.
b) Planned duct systems layout, including elbow radii and duct accessories.
c) Clearances for installing and maintaining insulation.
d) Clearances for servicing and maintaining equipment, including space for
equipment disassembly required for periodic maintenance.
e) Equipment service connections and support details.
f) Exterior wall and foundation penetrations.
g) Fire -rated wall and floor penetrations.
2. Scheduling, sequencing, movement, and positioning of large equipment into the
building during construction.
3. Floor plans, elevations, and details to indicate penetrations in floors, walls, and
ceilings and their relationship to other penetrations and installations.
4. Reflected ceiling plans to coordinate and integrate installations, air outlets and
inlets, light fixtures; communication systems components, sprinklers, and other
ceiling -mounted items.
1.5 QUALITY ASSURANCE
A. Qualify welding processes and operators for piping according to ASME 'Boiler and
Pressure Vessel Code," Section IX, "Welding and Brazing Qualifications."
1. Comply with provisions of ASME B31 Series "Code for Pressure Piping."
2. Certify that each welder has passed AWS qualification tests for the welding processes
involved and that certification is current.
B. ASME A13.1 for lettering size, length of color field, colors, and viewing angles of
identification devices.
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-2
08/01
C. Equipment Selection: Equipment of greater or larger power, dimensions, capacities, and
ratings may be furnished provided such proposed equipment is approved in writing and
1 connecting mechanical and electrical services, circuit breakers, conduit, motors, bases,
and equipment spaces are increased. No additional costs will be approved for these
increases, if larger equipment is approved. If minimum energy ratings or efficiencies of
j the equipment are specified, the equipment must meet the design requirements and
commissioning requirements.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver pipes and tubes with factory -applied end -caps. Maintain end -caps through
shipping, storage, and handling to prevent pipe -end damage and prevent entrance of dirt,
debris, and moisture.
B. Protect stored pipes and tubes from moisture and dirt. Elevate above grade. When
stored inside, do not exceed structural capacity of the floor. .
C. Protect flanges, fittings, and piping specialties from moisture and dirt.
D. Protect stored plastic pipes from direct sunlight. Support to prevent sagging and bending.
1.7 SEQUENCING AND SCHEDULING
A. Coordinate mechanical equipment installation with other building components.
B. Arrange for chases, slots, and openings in building structure during progress of
construction to allow for mechanical installations.
C. Coordinate the installation of required supporting devices and set sleeves in poured -in-
place concrete and other structural components as they are constructed.
D. Sequence, coordinate, and integrate installations of mechanical materials and equipment
for efficient flow of the Work. Coordinate installation of large equipment requiring
positioning prior to closing in the building.
E. Coordinate connection of electrical services.
F. Coordinate connection of mechanical systems with exterior underground and overhead
utilities and services. Comply with requirements of governing regulations, franchised
service companies, and controlling agencies.
G. Coordinate requirements for access panels and doors where mechanical items requiring
access are concealed behind finished surfaces.
H. Coordinate installation of identifying devices after completing covering and painting
where devices are applied to surfaces. Install identifying devices prior to installing
acoustical ceilings and similar concealment.
PART 2 - PRODUCTS
2.1 - PIPE AND PIPE FITTINGS
A. Refer to individual piping system specification Sections for pipe and fitting materials and
joining methods.
B. Pipe Threads: ASME B1.20.1 for factory -threaded pipe and pipe fittings.
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-3
08/01
2.2 JOINING MATERIALS
A. Refer to individual piping system specification Sections in Division 15 for special joining
materials not listed below.
B. Pipe Flange Gasket Materials: Suitable for the chemical and thermal conditions of the
piping system contents.
1. ASME B16.21, nonmetallic, flat, asbestos -free, 1/8 -inch maximum thickness, except
where thickness or specific material is indicated.
a) Full -Face Type: For flat -face, Class 125 cast-iron and cast -bronze flanges.
b) Narrow -Face Type: For raised -face, Class 250 cast-iron and steel flanges.
2. ASME B16.20 for grooved, ring joint, steel flanges.
3. AWWA C110, rubber, flat face, 1/8 inch thick, except where other thickness is
indicated; and full -face or ring type, except where type is indicated.
C. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, except where other material is
indicated.
D. Plastic Pipe Flange Gasket, Bolts, and Nuts: Type and material recommended by piping
system manufacturer, except where other type or material is indicated.
E. Solder Filler Metal: ASTM B 32.
1. Alloy Sn95 or Alloy Sn94: Tin (approximately 95 percent) and silver
(approximately 5 percent), having 0.10 percent lead content.
F. Brazing Filler Metals: AWS A5.8.
1. BCuP Series: Copper -phosphorus alloys.
2. BAg1: Silver alloy.
G. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for
wall thickness and chemical analysis of steel pipe being welded.
H. Flanged, Ductile -Iron Pipe Gasket, Bolts, and Nuts: AWWA C110, rubber gasket, carbon
steel bolts and nuts.
I. Couplings: Iron body sleeve assembly, fabricated to match outside diameters of plain -end
pressure pipes.
1. Sleeve: ASTM A 126, Class B, gray iron.
2. Followers: ASTM A 47 (ASTM A 47M), Grade 32510 or ASTM A 536 ductile
iron.
3. Gaskets: Rubber.
4. Bolts and Nuts: AWWA C111.
5. Finish: Enamel paint.
2.3 PIPING SPECIALTIES
A. Escutcheons: Manufactured wall, ceiling, and floor plates; deep -pattern type where
required to conceal protruding fittings and sleeves.
1. Inside Diameter: Closely fit around pipe, tube, and insulation.
2. Outside Diameter: Completely cover opening.
3. Cast Brass: One-piece, with setscrew.
a) Finish: Rough brass.
b) Finish: Polished chrome plate.
4. Cast Brass: Split casting, with concealed hinge and setscrew.
a) Finish: Rough brass.
b) Finish: Polished chrome plate.
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-4
08/01
5. Stamped Steel: One-piece, with setscrew and chrome -plated finish.
6. Stamped Steel: One-piece, with spring clips and chrome -plated finish.
7. Stamped Steel: Split plate, with concealed hinge, setscrew, and chrome -plated finish.
8. Stamped Steel: Split plate, with concealed hinge, spring clips, and chrome -plated
finish.
r 9. Cast -Iron Floor Plate: One-piece casting.
B. Dielectric Fittings: Assembly or fitting having insulating material isolating joined
dissimilar metals to prevent galvanic action and stop corrosion.
1. Description: Combination of copper alloy and ferrous; threaded, solder, plain, and
weld neck end types and matching piping system materials.
2. Insulating Material: Suitable for system fluid, pressure, and temperature.
3. Dielectric Unions: Factory -fabricated, union assembly for 250-psig minimum
working pressure at a 180oF temperature.
4. Dielectric Flanges: Factory -fabricated, companion -flange assembly for
". 150- or 300-psig minimum pressure to suit system pressures.
5. Dielectric -Flange Insulation Fits: Field -assembled, companion -flange assembly, full -
face or ring type. Components include neoprene or phenolic gasket, phenolic or
x . polyethylene bolt sleeves, phenolic washers, and steel backing washers.
a) Provide separate companion flanges and steel bolts and nuts for
150- or 300-psig minimum working pressure to suit system pressures.
6. Dielectric Couplings: Galvanized -steel coupling, having inert and noncorrosive,
thermoplastic lining, with threaded ends and 300-psig minimum working pressure
at 225 F temperature.
7. Dielectric Nipples: Electroplated steel nipple, having inert and noncorrosive
thermoplastic lining, with combination of plain, threaded, or grooved end types and
300-psig working pressure at 225 F temperature.
` C. Mechanical Sleeve Seals: Modular, watertight mechanical type. Components include
interlocking synthetic rubber links shaped to continuously fill annular space between pipe
and sleeve. Connecting bolts and pressure plates cause rubber -sealing elements to expand
R p when tightened.
D. Sleeves: The following materials are for wall, floor, slab, and roof penetrations:
1. Steel Sheet Metal: 24 -gage or heavier galvanized sheet metal, round tube closed with
welded longitudinal joint.
2. Steel Pipe: ASTM A 53, Type E, Grade A, Schedule 40, galvanized, plain ends.
3. Cast -Iron: Cast or fabricated wall pipe equivalent to ductile -iron pressure pipe,
having plain ends and integral water stop, except where other features are specified.
4. Wall Penetration Systems: Wall sleeve assembly, consisting of housing, gaskets, and
pipe sleeve, with 1 mechanical joint end conforming to AWWA C110 and 1 plain
pipe -sleeve end.
a) Pipe Deflection: 5 percent without leakage.
b) Housing: Ductile -iron casting having waterstop and anchor ring, with ductile -
iron gland, steel studs and nuts, and rubber gasket conforming to
AWWA C111, of housing and gasket size as required to fit penetrating pipe.
c) Pipe Sleeve: AWWA-C151, ductile -iron pipe.
d) Housing -to -Sleeve Gasket: Rubber or neoprene push -on type of manufacturer's
design.
E
r
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-5
08/01
5. Cast -Iron Sleeve Fittings: Commercially made sleeve having an integral clamping
flange, with clamping ring, bolts, and nuts for membrane flashing.
a) Underdeck Clamp: Clamping ring with setscrews.
2.4 GROUT
A. Nonshrink, Nonmetallic Grout: ASTM C 1107, Grade B.
1. Characteristics: Post -hardening, volume -adjusting, dry, hydraulic -cement grout,
nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior
applications.
2. Design Mix: 5000 -psi 28 -day compressive strength.
3. Packaging: Premixed and factory -packaged.
2.5 ACCESS DOORS
A. Flush mounted steel access doors with 16 Ga. frame and 14 Ga. Panel. Prime coat finish.
Concealed spring hinges, screwdriver cam -lock. Doors in fire rated surfaces shall be
U.L. listed and labeled for application. Doors to be Milcor or approved equivalent.
PART 3 - EXECUTION
3.1 PIPING SYSTEMS --COMMON REQUIREMENTS
A. General: Install piping as described below, except where system Sections specify
otherwise. Individual piping system specification Sections in Division 15 specify piping
installation requirements unique to the piping system.
B. General Locations and Arrangements: Drawings (plans, schematics, and diagrams)
indicate general location and arrangement of piping systems. Indicated locations and
arrangements were used to size pipe and calculate friction loss, expansion, pump sizing,
and other design considerations. Install piping as indicated, except where deviations to
layout are approved on coordination drawings.
C. Install piping at indicated slope.
D. Install components having pressure rating equal to or greater than system operating
pressure.
E. Install piping in concealed interior and exterior locations, except in equipment rooms and
service areas.
F. Install piping free of sags and bends.
G. Install exposed interior and exterior piping at right angles or parallel to building walls.
Diagonal runs are prohibited, except where indicated.
H. Install piping tight to slabs, beams, joists, columns, walls, and other building elements.
Allow sufficient space above removable ceiling panels to allow for ceiling panel removal.
I. Install piping to allow application of insulation plus 1 -inch clearance around insulation.
J. Locate groups of pipes parallel to each other, spaced to permit valve servicing.
K. Install fittings for changes in, direction and branch connections.
L. Install couplings according to manufacturer's printed instructions.
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-6
08/01
M. Install pipe escutcheons for pipe penetrations of concrete and masonry walls, wall board
Partitions, and suspended ceilings according to the following:
1- Chrome -Plated Piping: Cast -brass, one-piece, with setscrew, and polished chrome -
plated finish. Use split -casting escutcheons, where required, for existing piping.
2. Uninsulated Piping Wall Escutcheons: Cast -brass or stamped -steel, with setscrew.
3. Uninsulated Piping Floor Plates in Utility Areas: Cast-iron floor plates.
4. Insulated Piping: Cast -brass or stamped -steel, with concealed hinge, spring clips,
and chrome -plated finish.
- 5. Piping in Utility Areas: Cast -brass or stamped -steel, with setscrew or spring clips.
N. Sleeves are required for core drilled holes.
O. Install sleeves for pipes passing through concrete and masonry walls, concrete floor and
i roof slabs, and where indicated.
. P. Install sleeves for pipes passing through concrete and masonry walls, gypsum -board
partitions, concrete floor and roof slabs, and where indicated.
1. Cut sleeves to length for mounting flush with both surfaces.
a) Exception: Extend sleeves installed in floors of mechanical equipment areas or
other wet areas 4 inches above finished floor level. Extend cast-iron sleeve
fittings below floor slab as required to secure clamping ring where specified.
2. Build sleeves into new walls and slabs as work progresses.
3. Install large enough sleeves to provide 1/4 -inch annular clear space between sleeve
and pipe or pipe insulation. Use the following sleeve materials:
a) Steel Pipe Sleeves: For pipes smaller than 6 inches.
b) Steel Sheet -Metal Sleeves: For pipes 6 inches and larger that penetrate gypsum -
board partitions.
c) Cast -Iron Sleeve Fittings: For floors having membrane waterproofing. Secure
flashing between clamping flanges. Install section of cast-iron soil pipe to
extend sleeve to 4 inches above finished floor level. Flashing is specified in
Division 7 Section "Flashing and Sheet Metal."
(1) Seal space outside of sleeve fittings with nonshrink, nonmetallic grout.
4. Except for below -grade wall penetrations, seal annular space between sleeve and
pipe or pipe insulation, using elastomeric joint sealants specified in Division 7
Section "Joint Sealants."
Q. Above Grade, Exterior Wall, and Pipe Penetrations: Seal penetrations using sleeves and
mechanical sleeve seals. Size sleeve for 1 -inch annular clear space between pipe and
sleeve for installation of mechanical seals.
1. Install steel pipe for sleeves smaller than 6 inches.
2. Assemble and install mechanical seals according to manufacturer's printed
instructions.
R. Below Grade, Exterior Wall, and Pipe Penetrations: Install cast-iron wall pipes for
sleeves. Seal pipe penetrations using mechanical sleeve seals. Size sleeve for 1 -inch
k annular clear space between pipe and sleeve for installation of mechanical seals.
1. Below Grade, Exterior Wall, and Pipe Penetrations: Install ductile -iron wall
i penetration system sleeves according to manufacturer's printed installation
instructions.
S. Fire Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and
floors at pipe penetrations. Seal pipe penetrations with firestopping sealant material.
Firestopping materials are specified in Division 7 Section Firestopping.
T. Verify final equipment locations -for roughing in.
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-7
;1 08/01
U. Refer to equipment specifications in other Sections for roughing -in requirements.
V. Piping Joint Construction: Join pipe and fittings as follows and as specifically required
in individual piping system Sections.
1. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.
2. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings
before assembly.
3. Soldered Joints: Construct joints according to AWS "Soldering Manual," Chapter
22 "The Soldering of Pipe and Tube."
4. Brazed Joints: Construct joints according to AWS 'Brazing Manual" in the "Pipe
and Tube" chapter.
5. Threaded Joints: Thread pipe with tapered pipe threads according to
ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe
ends to remove burrs and restore full inside diameter. Join pipe fittings and valves
as follows:
a) Note the internal length of threads in fittings or valve ends, and proximity of
internal seat or wall, to determine how far pipe should be threaded into joint.
b) Apply appropriate tape or thread compound to external pipe threads
(except where dry seal threading is specified).
c) Align threads at point of assembly.
d) Tighten joint with wrench. Apply wrench to valve end into which pipe is being
threaded.
e) Damaged Threads: Do not use pipe or pipe fittings having threads that are
corroded or damaged. Do not use pipe sections that have cracked or open
welds.
6. Welded Joints: Construct joints according to AWS D10.12 "Recommended Practices
and Procedures for Welding Low Carbon Steel Pipe" using qualified processes and
welding operators according to the "Quality Assurance" Article.
7. Flanged Joints: Align flange surfaces parallel. Select appropriate gasket material,
size, type, and thickness for service application. Install gasket concentrically
positioned. Assemble joints by sequencing bolt tightening to make initial contact of
flanges and gaskets as flat and parallel as possible. Use suitable lubricants on bolt
threads. Tighten bolts gradually and uniformly using torque wrench.
W. Piping Connections: Except as otherwise indicated, make piping connections as specified
below.
1. Install unions in piping 2 inches and smaller adjacent to each valve and at final
connection to each piece of equipment having a 2 -inch or smaller threaded pipe
connection.
2. Install flanges in piping 2-1/2 inches and larger adjacent to flanged valves and at
final connection to each piece of equipment having flanged pipe connection.
3. Wet Piping Systems (Water): Install dielectric coupling and nipple fittings to connect
piping materials of dissimilar metals.
3.2 EQUIPMENT INSTALLATION --COMMON REQUIREMENTS
A. Install equipment to provide the maximum possible headroom where mounting heights are
not indicated.
B. Install equipment according to approved submittal data. Portions of the Work are shown
only in diagrammatic form. Refer conflicts to the Architect.
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-8
08/01
C. Install equipment level and plumb, parallel and perpendicular to other building systems
and components in exposed interior spaces, except where otherwise indicated.
D. Install mechanical equipment to facilitate servicing, maintenance, and repair or
replacement of equipment components. Connect equipment for ease of disconnecting,
with minimum of interference with other installations. Extend grease fittings to an
accessible location.
E. Install equipment giving right-of-way to piping systems installed at a required slope.
3.3 ACCESS DOORS
A. Furnish an access door for each pipe chase for each floor. This includes both toilet
plumbing chases and pipe riser chases. Access doors assembly to be minimum size of
16" x 16".
B. Also, furnish access doors in all non -removable ceiling and in partitions and walls where
necessary access to plumbing cleanouts, shock absorbers, fire dampers, manual dampers,
valves and other mechanical devices requiring access. Size as required for access with
minimum size of 12" x 12".
C. Any access doors furnished for installation in fire rated surfaces or assembly shall carry
an approved fire rating for that use.
D. Any access doors furnished for installation in glued on acoustical surfaces or assembly
shall have recessed door to allow installation of tiles.
E. Provide all access doors to the General Contractor for them to construct into the building.
3.4 PAINTING AND FINISHING
A. Refer to Division 9 Section "Painting" for field painting requirements.
R B. Damage and Touch Up: Repair marred and damaged factory -painted finishes with
materials and procedures to match original factory finish.
3.5 CONCRETE BASES
A. Construct concrete equipment bases of dimensions indicated, but not less than 4 inches
larger than supported unit in both directions. Follow supported equipment manufacturer's
setting templates for anchor bolt and tie locations. Use 3000 -psi, 28 -day compressive
strength concrete and reinforcement as specified in Division 3 Section "Cast -in -Place
Concrete. "
3.6 ERECTION OF METAL SUPPORTS AND ANCHORAGE
A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and
elevation to support and anchor mechanical materials and equipment.
B. Field Welding: Comply with AWS D1.1 "Structural Welding Code --Steel."
3:7 ERECTION OF WOOD SUPPORTS AND ANCHORAGE
A. Cut, fit, and place wood grounds, nailers, blocking, and anchorage to support and anchor
mechanical materials and equipment.
9
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-9
08/01
B. Select fastener sizes 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 wood members.
C. Attach to substrates as required to support applied loads.
3.8 CUTTING AND PATCHING
A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces
necessary for mechanical installations. Perform cutting by skilled mechanics of the trades
involved.
B. Repair cut surfaces to match adjacent surfaces.
3.9 GROUTING
A. Install nonmetallic nonshrink grout for mechanical equipment base bearing surfaces, pump
and other equipment base plates, and anchors. Mix grout according to manufacturer's
printed instructions.
B. Clean surfaces that will come into contact with grout.
C. Provide forms for placement of grout, as required.
D. Avoid air entrapment when placing grout.
E. Place grout to completely fill equipment bases.
F. Place grout on concrete bases to provide a smooth bearing surface for equipment.
G. Place grout around anchors.
H. Cure placed grout according to manufacturer's printed instructions.
END OF SECTION
01272201 BASIC MECHANICAL MATERIALS AND METHODS 15050-10
08/01
SECTION 15140
SUPPORTS AND ANCHORS
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Pipe and equipment hangers and supports.
B. Equipment bases and supports.
C. Sleeves and seals.
D. Flashing and sealing equipment and pipe stacks.
1.2 RELATED SECTIONS
A. Section 03300 - Cast -In -Place Concrete: Equipment bases.
B. Section 07270 - Firestopping: Joint seals for piping and duct penetration of fire rated
assemblies.
C. Section 15242 - Vibration Isolation.
1.3 REFERENCES
A. ASME B31.2 - Fuel Gas Piping
B. ASME B31.9 - Building Services Piping
C. ASTM F708 - Design and Installation of Rigid Pipe Hangers.
D. MSS SP58 - Pipe Hangers and Supports - Materials, Design and Manufacturer.
E. MSS SP69 - Pipe Hangers and Supports - Selection and Application.
F. MSS SP89 - Pipe Hangers and Supports - Fabrication and Installation Practices.
1.4 SUBMITTALS
A. Submit under provisions of Section 01300 and 15000.
B. Shop Drawings: Indicate system layout with location and detail of trapeze hangers.
C. Product Data: Provide manufacturers catalog data including load capacity.
D. Design Data: Indicate load carrying capacity of trapeze, multiple pipe, and riser support
hangers.
E. Manufacturer's Installation Instructions: Indicate special procedures and assembly of
components.
1.5 REGULATORY REQUIREMENTS
A. Conform to applicable code for support of plumbing and hydronic piping.
B. Supports for Sprinkler Piping: In conformance with NFPA 13.
01272201 SUPPORTS AND ANCHORS 15140-1
08/01
PART 2 - PRODUCTS
2.1 PIPE HANGERS AND SUPPORTS
A. Manufacturers:
1. Autogrip.
2. Other acceptable manufacturers offering equivalent products.
a) Michigan Hanger.
b) Kin -Line.
c) Kindorff.
3. Substitutions: Refer to Sections 01600 - MATERIAL AND EQUIPMENT and
15000 GENERAL MECHANICAL REQUIREMENTS.
B. Plumbing Piping - Water and Natural Gas:
1. Conform to ASME B31.9, ASTM F708, MSS SP58, MSS SP69 or MSS SP89.
2. Hangers for Pipe Sizes 1/2 to 1-1/2 Inch: Carbon steel, adjustable swivel, split ring.
3. Hangers for Cold Pipe Sizes 2 Inches and Over: Carbon steel, adjustable, clevis.
4.. Hangers for Hot Pipe Sizes 2 to 4 Inches: Carbon steel, adjustable, clevis.
5. Hangers for Hot Pipe Sizes 6 Inches and Over: Adjustable steel yoke, cast iron roll,
double hanger.
6. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods.
7. Multiple or Trapeze Hangers for Hot Pipe Sizes 6 Inches and Over: Steel channels with
welded spacers and hanger rods, cast iron roll.
8. Wall Support for Pipe Sizes to 3 Inches: Cast iron hook.
9. Wall Support for Pipe Sizes 4 Inches and Over: Welded steel bracket and wrought steel
clamp.
10. Wall Support for Hot Pipe Sizes 6 Inches and Over: Welded steel bracket and wrought
steel clamp with adjustable steel yoke and cast iron roll.
1.1. Vertical Support: Steel riser clamp.
12. Floor Support for Cold Pipe: Cast iron adjustable pipe saddle, lock nut, nipple, floor
flange, and concrete pier or steel support.
13. Floor Support for Hot Pipe Sizes to 4 Inches: Cast iron adjustable pipe saddle, lock nut,
nipple, floor flange, and concrete pier or steel support.
14. Floor Support for Hot Pipe Sizes 6 Inches and Over: Adjustable cast iron roll and stand,
steel screws, and concrete pier or steel support.
15. Copper Pipe Support: Carbon steel ring, adjustable, copper plated.
2.2 ACCESSORIES
A. Hanger Rods: Mild steel threaded both ends, threaded one end, or continuous threaded.
2.3 INSERTS ,
A. Manufacturers:
1. Autogrip.
2. Other acceptable manufacturers offering equivalent products.
a) Michigan Hanger.
b) Kin -Line.
c) Kindorff.
01272201 SUPPORTS AND ANCHORS 15140-2
08/01
3. Substitutions: Refer to Sections 01600 - MATERIAL AND EQUIPMENT and 15000
GENERAL MECHANICAL REQUIREMENTS.
B. Inserts: Malleable iron case of galvanized steel shell and expander plug for threaded
connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms;
size inserts to suit threaded hanger rods.
2.4 FLASHING
A. Metal Flashing: 26 gage thick galvanized steel.
B. Metal Counterflashing: 22 gage thick galvanized steel.
C. Lead Flashing:
1. Waterproofing: 5 lb./sq. ft sheet lead
2. Soundproofing: 1 lb./sq. ft sheet lead.
D. Flexible Flashing: 47 mil thick sheet butyl; compatible with roofing.
E. Caps: Steel, 22 gage minimum; 16 gage at fire resistant elements.
2.5 EQUIPMENT CURBS
A. Factory fabrication: Welded 18 gage galvanized steel shell and base, mitered 3 inch cant,
1-1/2 inch thick insulation, factory installed wood nailer.
2.6 SLEEVES
A. Manufacturers:
1. Autogrip.
2. Other acceptable manufacturers offering equivalent products.
a) Michigan Hanger.
b) Kin -Line.
c) Kindorff.
3. Substitutions: Refer to Sections 01600 MATERIAL AND EQUIPMENT and 15000
GENERAL MECHANICAL REQUIREMENTS.
B. Sleeves for Pipes Through Non -fire Rated Floors: 18 gage thick galvanized steel.
C. Sleeves for Pipes Through Non -fire Rated Beams, Walls, Footings, and Potentially Wet
Floors: Steel pipe or 18 gage nun thick galvanized steel.
D. Sleeves for Pipes Through Fire Rated and Fire Resistive Floors and Walls, and Fire
Proofing: Prefabricated fire rated sleeves including seals, UL listed.
E. Sleeves for Round Ductwork: Galvanized steel.
F. Sleeves for Rectangular Ductwork: Galvanized steel or wood.
G. Firestopping Insulation: Glass fiber type, non-combustible.
H. Sealant: Acrylic.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install in accordance with manufacturer's instructions.
01272201
08/01
J
SUPPORTS AND ANCHORS
15140-3
3.2 INSERTS
A. Provide inserts for placement in concrete formwork.
B. Provide inserts for suspending hangers from reinforced concrete slabs and sides of reinforced
concrete beams.
C. Provide hooked rod to concrete reinforcement section for inserts carrying pipe over 4 inches.
D. Where concrete slabs form finished ceiling, locate inserts flush with slab surface.
E. Where inserts are omitted, drill through concrete slab from below and provide through -bolt
with recessed square steel plate and nut flush with top of slab.
3.3 PIPE HANGERS AND SUPPORTS
A. Support horizontal piping as scheduled.
B. Install hangers to provide minimum 1/2 inch space between finished covering and adjacent
work.
C. Place hangers within 12 inches of each horizontal elbow.
D. Use hangers with 1-1/2 inch minimum vertical adjustment.
E. Support horizontal cast iron pipe adjacent to each hub, with 5 feet maximum spacing between
hangers.
F. Support vertical piping at every floor. Support vertical cast iron pipe at each floor at hub.
G. Where several pipes can be installed in parallel and at same elevation, provide multiple or
trapeze hangers.
H. Support riser piping independently of connected horizontal piping.
I. Provide copper plated hangers and supports for copper piping.
J. Design hangers for pipe movement without disengagement of supported pipe.
K. Prime coat exposed steel hangers and supports. Refer to Section 09900. Hangers and
supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not
considered exposed.
3.4 EQUIPMENT BASES AND SUPPORTS
A. Provide templates, anchor bolts, and accessories for mounting and anchoring equipment.
B. Construct supports of steel members. Brace and fasten with flanges bolted to structure.
C. Provide rigid anchors for pipes after vibration isolation components are installed.
3.5 FLASHING
A. Provide flexible flashing and metal counter flashing where piping and ductwork penetrate
weather or waterproofed walls, floors, and roofs.
B. Flash vent and soil pipes projecting 3 inches minimum above finished roof surface with lead
worked one inch minimum into hub, 8 inches minimum clear on sides with 24 x 24 inches
sheet size. For pipes through outside walls, turn flanges back into wall and caulk, metal
counterflash, and seal.
C. Flash floor drains in floors with topping over finished areas with lead, 10 inches clear on
sides with minimum 36 x 36 inch sheet size. Fasten flashing to drain clamp device.
D. Seal floor, shower and mop sink drains watertight to adjacent materials.
E. Provide acoustical lead flashing around ducts and pipes penetrating equipment rooms,
installed in accordance with manufacturer's instructions for sound control.
01272201 SUPPORTS AND ANCHORS 15140-4
08/01
F. Provide curbs for mechanical roof installations 12 inches minimum high above roofing
surface. Flash and counterflash with sheet metal; seal watertight. Attach counter flashing
mechanical equipment and lap base flashing on roof curbs. Flatten and solder joints.
G. Adjust storm collars tight to pipe with bolts; caulk around top edge. Use storm collars above
roof jacks. Screw vertical flange section to face of curb.
3.6 SLEEVES
A. Set sleeves in position in formwork. Provide reinforcing around sleeves.
B. Size sleeves large enough to allow for movement due to expansion and contraction. Provide
for continuous insulation wrapping.
C. Extend sleeves through floors one inch above finished floor level. Caulk sleeves.
D. Where piping or ductwork penetrates floor, ceiling, or wall, close off space between pipe
and duct and adjacent work with fire stopping insulation and caulk air tight. Provide close
fitting metal collar or escutcheon covers at both sides of penetration.
E. Install chrome plated steel escutcheons at finished surfaces.
3.7 SCHEDULES
HANGER ROD
PIPE SIZE MAX. HANGER SPACING DIAMETER
Inches Feet Inches
1/2 to 1-1/4 6.5 3/8
1-1/2 to 2 10 3/8
2-1/2 to 3 10 1/2
4 to 6 10 5/8
01272201
08/01
END OF SECTION
SUPPORTS AND ANCHORS
15140-5
SECTION 15260
PIPING INSULATION
PARTI GENERAL
1.1 SECTION INCLUDES
A. Piping insulation.
B. Jackets and accessories.
1.2 REFERENCES
A. Section 01400 - Quality Control and 01090 - Reference Standards: Requirements for
references and standards.
B. ASTM A167 - Standard Specification for Stainless and Heat -Resisting Chromium -Nickel
Steel Plate, Sheet, and Strip.
C. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate
D. ASTM C177 - Standard Test Method for Steady -State Heat Flux Measurements and
Thermal Transmission Properties by Means of the Guarded Hot Plate Apparatus.
E. ASTM C195 - Standard Specification for Mineral Fiber Thermal Insulating Cement.
F. ASTM C240 - Standard Test Methods of Testing Cellular Glass Insulation Block.
G. ASTM C449/C449M - Standard Specification for Mineral Fiber Hydraulic -Setting Thermal
Insulating and Finishing Cement.
H. ASTM C518 - Standard Test Method for Steady -State Heat Flux Measurements and
Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus.
I. ASTM C533 - Standard Specification for Calcium Silicate Block and Pipe Thermal
Insulation.
J. ASTM C795 - Standard Specification for Thermal Insulation for Use in Contact with
Austenitic Stainless Steel.
K. ASTM C921 - Standard Practice for Determining the Properties of Jacketing Materials for
Thermal Insulation.
L. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building
Materials.
M. ASTM E96 - Standard Test Methods for Water Vapor Transmission of Materials.
N. NAIMA National Insulation Standards.
O. NFPA 255 - Standard Method of Test of Surface Burning Characteristics of Building
Materials.
P. UL 723 - Standard for Test for Surface Burning Characteristics of Building Materials.
1.3 SUBMITTALS FOR REVIEW
A. - Section 01300 -.. Submittals: Procedures for submittals and Section 15000 General
Mechanical Requirements.
B. Product Data: Provide product description, thermal characteristics, list of materials and
thickness for each service, and locations.
01272201 PIPING INSULATION 15260-1
08/01
1.4 SUBMITTALS FOR INFORMATION
A. Section 01300 - Submittals: Procedures for submittals and Section 15000 General
Mechanical Requirements.
B. Manufacturer's Instructions: Indicate installation procedures that ensure acceptable
workmanship and installation standards will be achieved.
1.5 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified
in this section with minimum three years documented experience.
B. Applicator Qualifications: Company specializing in performing the work of this section with
minimum three years documented experience and approved by manufacturer.
1.6 REGULATORY REQUIREMENTS
A. Conform to maximum flame spread/smoke developed rating of 25/50 in accordance with
ASTM E84, NFPA 25, and UL 723.
1.7 DELIVERY, STORAGE, AND PROTECTION
A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products.
B. Accept materials on site, labeled with manufacturer's identification, product density, and
thickness.
1.8 ENVIRONMENTAL REQUIREMENTS
A. Section 01600 - Material and Equipment: Environmental conditions affecting products on
site.
B. Maintain ambient conditions required by manufacturers of each product.
C. Maintain temperature before, during, and after installation for minimum of 24 hours.
PART 2 PRODUCTS
2.1 GLASS FIBER
A. Manufacturer:
1.
Owen Corning.
2.
Certainteed.
3.
Knuaf. _
4.
Substitutions: Refer to Section 01600 - Material and Equipment and Section 15000
General Mechanical Requirements.
B. Insulation: ASTM C547 and ASTM C795; rigid molded, noncombustible.
1.
'K' value: ASTM C177, 0.24 at 75o F.
2.
Maximum service temperature: 850o F.
3.
Maximum moisture absorption: 0.2 percent by volume.
01272201
PIPING INSULATION 15260-2
08/01
A
D.
E.
F.
G.
III
I.
01272201
08/01
Vapor Barrier Jacket:
1. ASTM C921, White Kraft paper with glass fiber yam, bonded to aluminized film.
2. Moisture vapor transmission: ASTM E96; 0.02 perm -inches.
Tie Wire: 0.048 inch stainless steel with twisted ends on maximum 12 inch centers.
Vapor Barrier Lap Adhesive:
1. Manufacturers:
a) Owen Corning.
b) Certainteed.
c) Knuaf.
d) Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
2. Compatible with insulation.
Insulating Cement/Mastic:
1. Manufacturers:
a) Owen Corning.
b) Certainteed.
c) Knuaf.
d) Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
2. ASTM C195; hydraulic setting on mineral wool.
Fibrous Glass Fabric:
L Manufacturers:
a) Owen Coming.
b) Certainteed.
c) Knuaf.
d) Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
2. Cloth: Untreated; 9 oz/sq. yd weight.
3. Blanket: 1.0 lb./cu ft density.
4. Weave: 10x10.
Indoor Vapor Barrier Finish:
1. Manufacturers:
a) Owen Coming.
b) Certainteed.
c) Knuaf.
d) Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
2. Cloth: Untreated; 9 oz/sq. yd weight.
3. Vinyl emulsion type acrylic, compatible with insulation, white color.
Outdoor Vapor Barrier Mastic:
1. Manufacturers:
a) Owen Corning.
b) Certainteed.
c) Knuaf.
d) Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
2. Vinyl emulsion type acrylic or mastic, compatible with insulation, black color.
PIPING INSULATION 15260-3
J. Outdoor Breather Mastic:
1. Manufacturers:
a) Owen Corning.
b) Certainteed.
c) Knuaf.
d) Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
2. Vinyl emulsion type acrylic or mastic, compatible with insulation, black color.
K. Insulating Cement:
1. Manufacturers:
a) Owen Corning.
b) Certainteed.
c) Knuaf.
d) Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
2. ASTM C449/C449M.
2.2 JACKETS
A. PVC Plastic.
1. Manufacturers:
a)
Owen Corning.
b)
Certainteed.
c)
Knuaf.
d)
Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
2. Jacket: ASTM D1784, One piece molded type fitting covers and sheet material, off-
white color.
a)
Minimum service temperature: Oo F.
b)
Maximum service temperature: 1500 F.
c)
Moisture vapor transmission: ASTM E96; 0.002 perm -inches.
d)
Thickness: 15 mil.
e)
Connections: Pressure sensitive color matching vinyl tape.
3. Covering Adhesive Mastic:
a)
Manufacturers:
(1) Owen Corning.
(2) Certainteed.
(3) , Knuaf.
(4) Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
b)
Compatible with insulation.
B. ABS Plastic:
1. Manufacturers:
a)
Owen Corning. -
b)
Certainteed.
c)
Knuaf.
d)
Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
01272201 PIPING INSULATION 15260-4
08/01
PART 3 EXECUTION
3.1 EXAMINATION
A. Section 01039 - Coordination and Meetings: Verification of existing conditions before
starting work.
B. Verify that piping has been tested before applying insulation materials.
C. Verify that surfaces are clean and dry, with foreign material removed.
3.2 INSTALLATION
A. Section 01400 - Quality Control: Manufacturer's instructions.
B. Install in accordance with NAIMA National Insulation Standards.
C. Exposed Piping: Locate insulation and cover seams in least visible locations.
D. Insulated pipes conveying fluids below ambient temperature: Insulate entire system including
fittings, valves, unions, flanges, strainers, flexible connections, pump bodies, and expansion
joints.
E. Glass fiber insulated pipes conveying fluids below ambient temperature:
1. Provide vapor barrier jackets, factory -applied or field -applied. Secure with self-
sealing longitudinal laps and butt strips with pressure sensitive adhesive. Secure with
outward clinch expanding staples and vapor barrier mastic.
01272201 PIPING INSULATION 15260-5
08/01
2.
Jacket: One piece molded type fitting covers and sheet material, off-white color.
a) Minimum service temperature: -40o F.
b) Maximum service temperature of 180o F.
c) Moisture vapor transmission: ASTM E96; 0.012 perm -inches.
d) Thickness: 30 mil.
F
e) Connections: Brush on welding adhesive.
C. Canvas Jacket: UL listed.
1.
Fabric: ASTM C921, 6 oz/sq. yd, plain weave cotton treated with dilute fire retardant
lagging adhesive.
2.
Lagging Adhesive:
3.
Manufacturers:
f;
a) Owen Corning.
b) Certainteed.
c) Knuaf.
d) Substitutions: Refer to Section 01600 - Material and Equipment and Section
x-°
15000 General Mechanical Requirements.
e) Compatible with insulation.
D. Aluminum Jacket: ASTM B209.
1.
Thickness: 0.016 inch sheet.
2.
Finish: Smooth.
3.
Joining: Longitudinal slip joints and 2 inch laps.
4.
Fittings: 0.016 inch thick die shaped fitting covers with factory attached protective
liner.
5.
Metal Jacket Bands: 3/8 inch wide; 0.010 inch thick stainless steel.
6.
Jacket shall be primed to allow painting.
PART 3 EXECUTION
3.1 EXAMINATION
A. Section 01039 - Coordination and Meetings: Verification of existing conditions before
starting work.
B. Verify that piping has been tested before applying insulation materials.
C. Verify that surfaces are clean and dry, with foreign material removed.
3.2 INSTALLATION
A. Section 01400 - Quality Control: Manufacturer's instructions.
B. Install in accordance with NAIMA National Insulation Standards.
C. Exposed Piping: Locate insulation and cover seams in least visible locations.
D. Insulated pipes conveying fluids below ambient temperature: Insulate entire system including
fittings, valves, unions, flanges, strainers, flexible connections, pump bodies, and expansion
joints.
E. Glass fiber insulated pipes conveying fluids below ambient temperature:
1. Provide vapor barrier jackets, factory -applied or field -applied. Secure with self-
sealing longitudinal laps and butt strips with pressure sensitive adhesive. Secure with
outward clinch expanding staples and vapor barrier mastic.
01272201 PIPING INSULATION 15260-5
08/01
2. Insulate fittings, joints, and valves with molded insulation of like material and
thickness as adjacent pipe. Finish with glass cloth and vapor barrier adhesive or PVC
fitting covers.
F. For hot piping conveying fluids 140° F or less, do not insulate flanges and unions at
equipment, but bevel and seal ends of insulation.
G. Glass fiber insulated pipes conveying fluids above ambient temperature:
1. Provide standard jackets, with or without vapor barrier, factory -applied or field -
applied. Secure with self-sealing longitudinal laps and butt strips with pressure
sensitive adhesive. Secure with outward clinch expanding staples.
2. Insulate fittings, joints, and valves with insulation of like material and thickness as
adjoining pipe. Finish with glass cloth and adhesive or PVC fitting covers.
H. Inserts and Shields:
1. Application: Piping 1 inches diameter or larger.
2. Shields: Galvanized steel between pipe hangers or pipe hanger rolls and inserts.
3. Insert location: Between support shield and piping and under the finish jacket.
4. Insert configuration: Minimum 6 inches long, of same thickness and contour as
adjoining insulation; may be factory fabricated.
5. Insert material: Hydrous calcium silicate insulation or other heavy density insulating
material suitable for the planned temperature range.
I. Continue insulation through walls, sleeves, pipe hangers, and other pipe penetrations. Finish
at supports, protrusions, and interruptions. At fire separations, refer to Section 07270.
J. Pipe Exposed in Mechanical Equipment Rooms, Apparatus Bay, or Finished Spaces: Finish
with aluminum jacket. Paint to color selected by Architect.
K. Exterior Applications: Provide vapor barrier jacket. Insulate fittings, joints, and valves with
insulation of like material and thickness as adjoining pipe, and finish with glass mesh
reinforced vapor barrier cement. Cover with aluminum jacket with seams located on bottom
side of horizontal piping.
L. Buried Piping: Provide factory fabricated assembly with inner all-purpose service jacket
with self-sealing lap, and asphalt impregnated open mesh glass fabric, with one mil thick
aluminum foil sandwiched between three layers of bituminous compound; outer surface
faced with a polyester film.
3.3 SCHEDULES
A. Plumbing Systems:
1. Domestic Cold Water Supply:
a) Glass Fiber Insulation:
(1) Pipe Size Range: All sizes.
(2) Thickness: 1 inch.
2. Domestic Hot Water and Recirculation:
a). Glass Fiber Insulation:
(1) Pipe Size Range: All sizes.
(2) Thickness: 1 inch.
3. Refrigerant Piping:
a) As per heat pump manufacturer's recommendations.
END OF SECTION
01272201 PIPING INSULATION 15260-6
08/01
1
SECTION 15290
DUCTWORK INSULATION
PART1 GENERAL
1.1 SECTION INCLUDES
A. Ductwork insulation.
B. Insulation jackets.
1.2 REFERENCES
A. Section 01400 - Quality Control and 15000 General Mechanical Requirements:
Requirements for references and standards.
B. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate
C. ASTM C518 - Standard Test Method for Steady -State Heat Flux Measurements and
Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus.
D. ASTM C553 - Standard Specification for Mineral Fiber Blanket Thermal Insulation for
Commercial and Industrial Applications.
E. ASTM C612 - Standard Specification for Mineral Fiber Block and Board Thermal
Insulation.
F. ASTM C921 - Standard Practice for Determining the Properties of Jacketing Materials for
Thermal Insulation.
G. ASTM C1071 - Standard Specification for Thermal and Acoustical Insulation (Glass Fiber,
Duct Lining Material).
H. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building
Materials.
I. ASTM E96 - Standard Test Methods for Water Vapor Transmission of Materials.
J. ASTM E162 - Standard Test Method for Surface Flammability of Materials Using a
Radiant Heat Energy Source.
K. ASTM G21 - Standard Practice for Determining Resistance of Synthetic Polymeric
Materials to Fungi.
L. NAIMA National Insulation Standards.
M. NFPA 255 - Standard Method of Test of Surface Burning Characteristics of Building
Materials.
N. SMACNA - HVAC Duct Construction Standards - Metal and Flexible.
O. UL 723 - Standard for Test for Surface Burning Characteristics of Building Materials.
1.3 SUBMITTALS FOR REVIEW
A. Section 01300 - Submittals: Procedures for submittals.
B. Product Data: Provide product description, thermal characteristics, list of materials and
thickness for each service, and locations.
01272201
08/01
DUCTWORK INSULATION
15290-1
1.4 SUBMITTALS FOR INFORMATION
A. Section 01300 - Submittals: Procedures for submittals.
B. Manufacturer's Instructions: Indicate installation procedures, which ensure acceptable
workmanship and installation standards will be achieved.
1.5 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products
specified in this section with minimum three years documented experience.
B. Applicator Qualifications: Company specializing in performing the work of this section
with minimum three years documented experience and approved by manufacturer.
1.6 REGULATORY REQUIREMENTS
A. Materials: Flame spread/smoke developed rating of 25/50 in accordance with ASTM E84,
NFPA 255, and UL 723.
1.7 DELIVERY, STORAGE, AND PROTECTION
A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products.
B. Accept materials on site in original factory packaging, labeled with manufacturer's
identification, including product density and thickness.
C. Protect insulation from weather and construction traffic, dirt, water, chemical, and
mechanical damage, by storing in original wrapping.
1.8 ENVIRONMENTAL REQUIREMENTS
A. Section 01600 - Material and Equipment: Environmental conditions affecting products on
site.
B. Maintain ambient temperatures and conditions required by manufacturers of adhesives,
mastics, and insulation cements.
C. Maintain temperature during and after installation for minimum period of 24 hours.
PART 2 PRODUCTS
2.1 GLASS FIBER, FLEXIBLE
A. Manufacturer:
1. Owen Coming
2. Certainteed.
3. Knuaf.
4. Substitutions: Refer to Section 01600 - Material and Equipment and Section 15000
General Mechanical Requirements.
01272201 DUCTWORK INSULATION 15290-2
08/01
B. Insulation: ASTM C553; flexible, noncombustible blanket.
1. 'K' value : ASTM C518, 0.29 at 75o F.
2. Maximum service temperature: 2500 F.
3. Maximum moisture absorption: 0.20 percent by volume.
C. Vapor Barrier Jacket:
1. Kraft paper with glass fiber yarn and bonded to aluminized film 0.0032 inch vinyl.
2. Moisture vapor transmission: ASTM E96; 0.02 perm.
3. Secure with pressure sensitive tape.
D. Vapor Barrier Tape:
1. Manufacturer:
a) Owen Corning
b) Certainteed.
c) Knuaf.
d) Substitutions: Refer to Section 01600 - Material and Equipment and Section
15000 General Mechanical Requirements.
2. Kraft paper reinforced with glass fiber yam and bonded to aluminized film, with
pressure sensitive rubber based adhesive.
3. Vinyl emulsion type acrylic or mastic, compatible with insulation, black color.
E. Tie Wire: Annealed steel, 16 gage.
PART 3 EXECUTION
3.1 EXAMINATION
A. Section 01039 - Coordination and Meetings: Verification of existing conditions before
starting work.
B. Verify that ductwork has been tested before applying insulation materials.
C. Verify that surfaces are clean, foreign material removed, and dry.
3.2 INSTALLATION
A. Section 01400 - Quality Control: Manufacturer's instructions.
S.. B. Install in accordance with NAIMA National Insulation Standards.
C. Insulated ductwork conveying air below ambient temperature:
1. Provide insulation with vapor barrier jackets.
2. Finish with tape and vapor barrier jacket.
3. Continue insulation through walls, sleeves, hangers, and other duct penetrations.
4. Insulate entire system including fittings, joints, flanges, fire dampers, flexible
connections, and expansion joints.
D. Insulated ductwork conveying air above ambient temperature:
1. Provide with or without standard vapor barrier jacket.
2. Insulate fittings and joints. Where service access is required, bevel and seal ends of
insulation.
01272201 DUCTWORK INSULATION 15290-3
08/01
3.3 SCHEDULES
A. Supply Fresh Air and Return Air Duct:
1. Flexible Glass Fiber Ductwork Insulation: 1 1/2 inches thick.
B. Exhaust Ducts:
1. None
END OF SECTION
01272201 DUCTWORK INSULATION 15290-4
08/01
J
SECTION 15410
PLUMBING PIPING
PART1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of
this Section.
1.2 SECTION INCLUDES
A. Pipe and pipe fittings.
B. Valves.
C. Sanitary sewer piping system.
D. Domestic water piping system.
1.3 REFERENCES
A. ANSI B31.9 - Building Service Piping.
B. ASME Sec. 9 - Welding and Brazing Qualifications.
C. ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125, 250 and 800.
D. ASME B16.3 - Malleable Iron Threaded Fittings.
E. ASME B16.4 - Cast Iron Threaded Fittings Class 125 and 250.
F. ASME B16.18 - Cast Bronze Solder -Joint Pressure Fittings.
G. ASME B16.22 - Wrought Copper and Bronze Solder -Joint Pressure Fittings
H. ASME B16.23 - Cast Copper Alloy Solder -Joint Drainage Fittings - DWV.
I. ASME B16.26 - Cast Bronze Fittings for Flared Copper Tubes.
J. ASME B16.29 - Wrought Copper and Wrought Copper Alloy Solder Joint Drainage
Fittings - DWV.
K. ASME B16.32 - Cast Copper Alloy Solder -Joint Fittings for Solvent Drainage Systems.
L. ASTM A47 - Ferritic Malleable Iron Castings.
M. ASTM A53 - Pipe, Steel, Black and Hot -Dipped Zinc Coated, Welded and Seamless.
N. ASTM A74 - Cast Iron Soil Pipe and Fittings.
O. ASTM A120 - Pipe, Steel, Black and Hot -Dipped Zinc Coated (Galvanized), Welded and
Seamless, for Ordinary Uses.
P. ASTM A234 - Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and
Elevated Temperatures.
Q. ASTM B32 - Solder Metal.
R. ASTM B42 - Seamless Copper Pipe.
S. ASTM B43 - Seamless Red Brass Pipe.
T. ASTM B75 - Seamless Copper Tube.
U. ASTM B88 - Seamless Copper Water Tube.
V. ASTM B251 - Wrought Seamless Copper and Copper -Alloy Tube.
W. ASTM B302 - Threadless Copper Pipe (TP).
01272201
08/01
PLUMBING PIPING
15410-1
X. ASTM B306 - Copper Drainage Tube (DWV)•
Y. ASTM C564 - Rubber Gaskets for Cast Iron Soil Pipe and Fittings.
Z. AWS A5.8 - Brazing Filler Metal.
AA. CISPI 310 - Joints for Hubless Cast Iron Sanitary Systems.
BB. CAN -3 B281 - Aluminum Drain, Waste, and Vent Pipe and Components.
CC. NCPWB - Procedure Specifications for Pipe Welding.
1.4 SUBMITTALS
A. Submit under provisions of Section 01300 and 15000.
B. Product Data: Provide data on pipe materials, pipe fittings, valves, and accessories. Provide
manufacturers catalog information. Indicate valve data and ratings.
1.5 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Sections 01700 and 15000.
B. Record actual locations of valves.
1.6 OPERATION AND MAINTENANCE DATA
A. Submit under provisions of Sections 01700 and 15000.
B. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly
views.
1.7 QUALITY ASSURANCE
A. Valves: Manufacturer's name and pressure rating marked on valve body.
B. Welding Materials and Procedures: Conform to ASME Code and applicable state labor
regulations.
C. Welders Certification: In accordance with ASME Sec 9 or NCPWB Standard Procedure
Specifications.
D. Maintain one copy of relevant document on site.
1.8 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
B. Installer: Company specializing in performing the work of this section with minimum three
years documented experience.
1.9 REGULATORY REQUIREMENTS
A. Perform Work in accordance with State, Municipality, and Standard Plumbing Codes.
B. Conform to applicable code for installation of backflow prevention devices.
C. Provide certificate of compliance from authority having jurisdiction indicating approval of
installation of backflow prevention devices.
01272201 PLUMBING PIPING 15410-2
08/01
1 1
DELIVERY, STORAGE, AND HANDLING
y
A.
Deliver, store, protect and handle products to site under provisions of Sections 01600
and 15000.
B.
Accept valves on site in shipping containers with labeling in place. Inspect for damage.
"
C.
Provide temporary protective coating on cast iron and steel valves.
D.
Provide temporary end caps and closures on piping and fittings. Maintain in place until
installation.
E.
Protect piping systems from entry of foreign materials by temporary covers, completing
`1
sections of the work, and isolating parts of completed system.
R�
1.11
ENVIRONMENTAL REQUIREMENTS
A.
Do not install underground piping when bedding are wet or frozen.
1.12
EXTRA MATERIALS
A.
Furnish under provisions of Sections 01700 and 15000.
B.
Provide two repacking kits for each size valve.
PART 2
PRODUCTS
2.1
SANITARY SEWER PIPING, BURIED WITHIN 5 FEET OF BUILDING
A.
Cast Iron Pipe: ASTM A74 service weight.
1. Fittings: Cast iron.
^
2. Joints: Hub -and -spigot, CISPI HSN compression type with ASTM C564 neoprene
gaskets or lead and oakum.
B.
PVC Pipe: ASTM D2729.
1. Fittings: PVC.
2. Joints: ASTM D2855, solvent weld with ASTM D2564 solvent cement.
2.2
SANITARY SEWER PIPING, ABOVE GRADE
A.
Cast Iron Pipe: ASTM A74, service weight.
1. Fittings: Cast iron.
2. Joints: ASTM C564, neoprene gasket system or lead and oakum.
B.
PVC Pipe: ASTM D2729.
1. Fittings: PVC.
2. Joints: ASTM D2855, solvent weld with ASTM D2564 solvent cement.
2.3
WATER PIPING, BURIED BEYOND 5 FEET OF BUILDING
A.
Cast Iron Pipe: AWWA C151.
1. Fittings: Ductile or gray iron, standard thickness.
'
-
2. Joints: AWWA C111, rubber gasket with 3/4 inch diameter rods.
01272201
PLUMBING PIPING 15410-3
08/01
B. Copper Tubing: ASTM B88, Type K, hard drawn annealed.
1. Fittings: ASME B16.18, cast bronze or ASTM B16.22 wrought copper and bronze.
2. Joints: ASTM B32, solder, Grade 95TA.
2.4 WATER PIPING, BURIED WITHIN 5 FEET OF BUILDING
A. Copper Tubing: ASTM B88, Type K, hard drawn, annealed.
2.5 WATER PIPING, ABOVE GRADE
A. Copper Tubing: ASTM B88, Type L, hard drawn.
1. Fittings: ASME B16.18, cast bronze, or ASME B16.22, wrought copper and bronze
2. Joints: ASTM B32, solder, Grade 95TA.
2.6 FLANGES, UNIONS, AND COUPLINGS
A. Pipe Size 2 Inches and Under:
1. Ferrous pipe: 150 psig malleable iron threaded unions.
2. Copper tube and pipe: 150 psig bronze unions with soldered joints.
B. Dielectric Connections: Union with galvanized or plated steel threaded end, copper solder
end, water impervious isolation barrier.
2.7 GATE VALVES
A. Manufacturers:
1. Grinnel.
2. Milwaukee.
3. Nibco.
B. Up to and including 2 Inches: Bronze body, bronze trim, non -rising stem, handwheel, inside
screw, double wedge or disc, solder or threaded ends.
C. Over 2 Inches: Iron body, bronze trim, rising stem, handwheel, OS&Y, double wedge,
flanged ends.
2.8 GLOBE VALVES
A. Manufacturers:
1. Grinnel.
2. Milwaukee.
3. Nibco.
B. Up to and including 2 Inches: Bronze body, bronze trim, rising stem, handwheel, inside
screw, renewable composition disc, solder or screwed ends, with back seating capacity
(repackable under pressure).
C. Over 2 Inches: Iron body, bronze trim, rising stem, handwheel, OS&Y, plug -type disc,
flanged ends, renewable seat and disc.
01272201" PLUMBING PIPING 15410-4
08/01
2.9 BALL VALVES
A. Manufacturers:
1. Grinnel.
2. Milwaukee.
3. Nibco.
B. Up to and including 2 Inches: Bronze two piece body, stainless steel ball, teflon seats and
stuffing box ring, lever handle and balancing stops, solder or threaded ends with union.
C. Over 2 Inches: Cast steel body, chrome plated steel ball, teflon seat and stuffing box seals,
lever handle flanged.
2.10 SWING CHECK VALVES
A. Manufacturers:
1. Grinnel.
2. Milwaukee.
3. Nibco.
B. Up to and including 2 Inches: Bronze swing disc, solder or screwed ends.
C. Over 2 Inches: Iron body, bronze trim, swing disc, renewable disc and seat, flanged ends.
2.11 SPRING LOADED CHECK VALVES
A. Manufacturers:
1. Grinnel.
2. Milwaukee.
3. Nibco.
B. Iron body, bronze trim, stainless steel spring, renewable composition disc, screwed, wafer,
or flanged ends.
2.12 STRAINERS
A. Manufacturers:
1. Grinnel.
2. Milwaukee.
3. Nibco.
B. Size 2 inch and Under: Screwed brass or iron body for 175 psig working pressure, Y pattern
with 1/32 inch stainless steel perforated screen.
C. Size 2-1/2 inch to 4 inch: Flanged iron body for 175 psig working pressure, Y pattern
with 3/64 inch stainless steel perforated screen.
D. Size 5 inch and Larger: Flanged iron body for 175 psig working pressure, basket pattern
with 1/8 inch stainless steel perforated screen.
2.13 PIPING ROOF SUPPORTS
A. Piping shall be supported by factory fabricated roof supports, MIRO Pillow Block
Model 24-R or approved equivalent
01272201
08/01
PLUMBING PIPING
15410-5
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify excavations under provisions of Section 01039.
B. Verify that excavations are to required grade, dry, and not over -excavated.
3.2 PREPARATION
A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe.
B. Remove scale and dirt, on inside and outside, before assembly.
C. Prepare piping connections to equipment with flanges or unions.
3.3 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. Provide non -conducting dielectric connections wherever jointing dissimilar metals.
C. Route piping in orderly manner and maintain gradient.
D. Install piping to conserve building space and not interfere with use of space.
E. Group piping whenever practical at common elevations.
F. Install piping to allow for expansion and contraction without stressing pipe, joints, or
connected equipment.
G. Provide clearance for installation of insulation and access to valves and fittings.
H. Provide access where valves and fittings are not exposed. Coordinate size and location of
access doors with Section 15050.
I. Where pipe support members are welded to structural building framing, scrape, brush clean,
and apply one coat of zinc rich primer to welding.
J. Prepare pipe, fittings, supports, and accessories not prefinished, ready for finish painting.
Refer to Section 09900.
K. Excavate in accordance with Sections 02222 for work of this Section.
L. Backfill in accordance with Sections 02225 for work of this Section.
M. Install bell and spigot pipe with bell end upstream.
N. Install valves with stems upright or horizontal, not inverted.
O. Provide one plug valve wrench for every ten plug valves sized 2 inches and smaller,
minimum of one. Provide each plug valve sized 2-1/2 inches and larger with a wrench with
set screw.
P. Pipe vents from gas pressure reducing valves to outdoors and terminate in weather proof
hood.
Q. Piping shall be supported at 6 feet on center with factory fabricated roof supports. Flash
supports into roof per roofing manufacturer recommendations.
3.4 APPLICATION
A. Use grooved mechanical couplings and fasteners only in accessible locations.
B. Install unions downstream of valves and at equipment or apparatus connections.
C. Install brass male adapters each side of valves in copper piped system. Sweat solder adapters
_ to pipe. -
01272201 PLUMBING PIPING 15410-6
08/01
D. Install gate, ball or butterfly valves for shut-off and to isolate equipment, part of systems,
or vertical risers.
E. Install globe, ball or butterfly valves for throttling, bypass, or manual flow control services.
3.5 ERECTION TOLERANCES
A. Establish invert elevations, slopes for drainage to 1/4 inch per one foot. Maintain gradients.
B. Slope water piping and arrange to drain at low points.
C. Slope condensate drain lines at 1/8 inch per one foot. Maintain gradients.
3.6 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM
A. Refer to Section 15000 for additional information.
B. Prior to starting work, verify system is complete, flushed and clean. Provide verification of
disinfection to Architect.
C. Ensure pH of water to be treated is between 7.4 and 7.6 by adding alkali
(caustic soda or soda ash) or acid (hydrochloric).
D. Inject disinfectant, free chlorine in liquid, powder, tablet or gas form, throughout system to
obtain 50 to 80 mg/L residual.
E. Bleed water from outlets to ensure distribution and test for disinfectant residual at
minimum 15 percent of outlets.
F. Maintain disinfectant in system for 24 hours.
G. If final disinfectant residual tests less than 25 mg/L, repeat treatment.
H. Flush disinfectant from system until residual equal to that of incoming water or 1.0 mg/L.
I. Take samples no sooner than 24 hours after flushing, from 10 percent of outlets and from
water entry, and analyze in accordance with AWWA C651.
3.7 SERVICE CONNECTIONS
A. Provide new reduced pressure backflow preventer with by-pass valves pressure reducing
valve, and sand strainer.
END OF SECTION
01272201 PLUMBING PIPING 15410-7
08/01
SECTION 15430
PLUMBING SPECIALTIES
PART1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of
this Section.
1.2 SECTION INCLUDES
A. Floor drains.
B. Cleanouts.
C. Water hammer arrestors.
1.3 REFERENCES
A. ASME Al 12.21.1 - Floor Drains.
B. ASME A112.26.1 - Water Hammer Arrestors.
C. PDI WH -201 - Water Hammer Arrestors.
1.4 SUBMITTALS FOR REVIEW
A. Section 01300 - Submittals: Procedures for submittals.
B. Product Data: Provide component sizes, rough -in requirements, service sizes, and finishes.
C. Shop Drawings: Indicate dimensions, weights, and placement of openings and holes.
1.5 SUBMITTALS FOR INFORMATION
A. Section 01300 - Submittals: Procedures for submittals.
B. Manufacturer's Instructions: Indicate Manufacturer's Installation Instructions: Indicate
assembly and support requirements.
1.6 SUBMITTALS AT PROJECT CLOSEOUT
A. Section 01700 - Contract Closeout and 15000 General Mechanical Requirements:
Procedures for submittals.
B. Project Record Documents: Record actual locations of equipment, cleanouts, and water
hammer arrestors.
C. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly -
views.
01272201
08/01
PLUMBING SPECIALTIES
15430-1
1.7 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products
specified in this section with minimum three years documented experience.
1.8 DELIVERY, STORAGE, AND PROTECTION
A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products.
B. Accept specialties on site in original factory packaging. Inspect for damage.
1.9 MAINTENANCE PRODUCTS
A. Sections 01700 - Contract Closeout and 15000 General Mechanical requirements.
1.10 EXTRA MATERIALS
A. Section 01700 - Contract Closeout and 15000 General Mechanical Requirements:
Procedures for submittals.
PART 2 PRODUCTS
2.1 FLOOR DRAINS
A. ANSI A112.21.1; lacquered cast iron two piece body with double drainage flange, weep
holes, reversible clamping collar, and round, adjustable nickel -bronze strainer and trap
primer assembly.
2.2 CLEANOUTS
A. Interior Finished Floor Areas (FCO):
1. Lacquered cast iron body with anchor flange, reversible clamping collar; threaded
top assembly, and round gasketed scored cover in service areas and round gasketed
depressed cover to accept floor finish in finished floor areas.
B. Interior Wall Areas (WCO):
1. Line type with lacquered cast iron body and round epoxy coated gasketed cover, and
round stainless steel access cover secured with machine screw.
2.3 WATER HAMMER ARRESTORS
A. ANSI A112.26.1; stainless steel construction, bellows type sized in accordance with PDI
WH -201, precharged suitable for operation in temperature range -100 to 300 degrees F
and maximum 250 psi working pressure.
01272201 PLUMBING SPECIALTIES 15430-2
08101
'7
PART 3 EXECUTION
3.1 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. Extend cleanouts to finished floor or wall surface. Lubricate threaded cleanout plugs with
mixture of graphite and linseed oil. Ensure clearance at cleanout for rodding of drainage
system.
C. Encase exterior cleanouts in concrete flush with grade.
D. Install floor cleanouts at elevation to accommodate finished floor.
E. Install water hammer arrestors complete with accessible isolation valve on hot and cold
water supply piping to each fixture or group of fixtures.
F. Install floor drains where shown and coordinate slop of floor to drain. Install trap primer
in nearest watercloset or lavatory cold water supply and connect to floor drain with type
L soft copper tubing.
G. If the backflow preventer is installed outside, it shall be assembled and mounted in an
enclosure on a concrete pad according to the manufacturer's recommendations and as
indicated on the drawings.
1. Enclosure shall be install plumb, level and square.
2. Concrete pad shall be 4" thick and 6" larger than enclosure in all directions.
01272201
08101
END OF SECTION
PLUMBING SPECIALTIES
15430-3
SECTION 15440
PLUMBING FIXTURES
PARTI GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Water closets.
B. Lavatories.
C. Sinks.
1.3 RELATED SECTIONS
A. Section 06410 Custom Casework: Preparation of counters for sinks.
B. Section 06410 - Custom Casework: Lavatory tops.
C. Section 07900 - Joint Sealers: Seal fixtures to walls and floors.
D. Section 15140 - Supports and Anchors.
E. Section 15410 - Plumbing Piping.
F. Section 15450 - Plumbing Equipment.
G. Section 16180 - Equipment Wiring Systems: Electrical characteristics and wiring
connections.
1.4 REFERENCES
A. ARI 1010 - Drinking Fountains and Self -Contained Mechanically Refrigerated Drinking
Water Coolers.
B. ASME A112.6.1 - Supports for Off -the -Floor Plumbing Fixtures for Public Use.
C. ASME A112.18.1 - Finished and Rough Brass Plumbing Fixture Fittings.
D. ASME A112.19.1 - Enameled Cast Iron Plumbing Fixtures.
E. ASME A112.19.2 - Vitreous China Plumbing Fixtures.
F. ASME A112.19.3 - Stainless Steel Plumbing Fixtures (Designed for Residential Use).
G. ASME A112.19.4 - Porcelain Enameled Formed Steel Plumbing Fixtures.
H. ASME A112.19.5 - Trim for Water -Closet Bowls, Tanks, and Urinals.
I. NFPA 70 - National Electrical Code.
1.5 SUBMITTALS FOR REVIEW
A. Section 01300 - Submittals and Section 15000 General Mechanical Requirements:
Procedures for submittals.
01272201
08/01
PLUMBING FIXTURES
15440-1
B. Product Data: Provide catalog illustrations of fixtures, sizes, rough -in dimensions, utility
sizes, .trim, and finishes.
1.6 SUBMITTALS FOR INFORMATION
A. Section 01300 - Submittals and Section 15000 General Mechanical Requirements:
Procedures for submittals.
B. Manufacturer's Instructions: Indicate installation methods and procedures.
1.7 SUBMITTALS AT PROJECT CLOSEOUT
A. Section 01700 - Contract Closeout, 01730 - Operation and Maintenance Data, 01740 -
Warranties and Section 15000 General Mechanical Requirements: Procedures for submittals.
B. Maintenance Data: Include fixture trim exploded view and replacement parts lists.
C. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's
name and registered with manufacturer.
1.8 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified
in this section with minimum three years documented experience.
1.9 REGULATORY REQUIREMENTS
A. Products Requiring Electrical Connection: Listed and classified by Underwriters
Laboratories Inc., as suitable for the purpose specified and indicated.
1.10 DELIVERY, STORAGE, AND PROTECTION
A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products.
B. Accept fixtures on site in factory packaging. Inspect for damage.
C. Protect installed fixtures from damage by securing areas and by leaving factory packaging
in place to protect fixtures and prevent use.
1.11 WARRANTY
A. Sections 01700 - Contract Closeout, 01740 - Warranties and 15000 General Mechanical
Requirements.
B. Provide five year manufacturer's warranty for electric water cooler.
1.12 EXTRA MATERIALS
A. Sections 01700 - Contract Closeout, 01730 - Operation and Maintenance Data and 15000
General Mechanical Requirements. -
B. Supply two sets of faucet washers and flush valve service kits.
01272201 PLUMBING FIXTURES 15440-2
08/01
PART 2 PRODUCTS
2.1 FLUSH VALVE WATER CLOSETS
A. Bowl:
1. ASME A112.19.2; wall hung, siphon jet, vitreous china closet bowl, with elongated
rim, 1-1/2 inch top spud, china bolt caps.
B. Exposed Flush Valve:
1. ASME A112.18.1; exposed chrome plated, diaphragm type with oscillating handle,
escutcheon, seat bumper, integral screwdriver stop and vacuum breaker; maximum 1.6
gallon flush volume.
C. Seat:
1. Solid white plastic, open front, extended back, self-sustaining hinge, brass bolts, without
cover.
D. Wall Mounted Carrier:
1. ASME A 112.6.1; adjustable cast iron frame, integral drain hub and vent, adjustable
spud, lugs for floor and wall attachment, threaded fixture studs with nuts and washers.
2.2 LAVATORIES
A. Vitreous China Wall Hung Basin:
1. ASME A112.19.2; vitreous china wall hung lavatory 20 x 17 inch minimum, with 4 inch
high back, drillings on 4 inch centers, rectangular basin with splash lip, front overflow,
and soap depression.
B. Faucet: See drawings.
C. Wall Mounted Carrier:
1. ASME A112.6.1; cast iron and steel frame with tubular legs, lugs for floor and wall
attachment, concealed arm supports, bearing plate and studs.
2.3 SERVICE SINKS
A-. Bowl:
1. Manufacturer: Oberoil Model OBR-24.
2. 24 x 24 x 10 inch high molded stone, floor mounted, with one inch wide shoulders,
vinyl bumper guard, stainless steel strainer.
B. Trim:
1. Manufacturer: Oberoil Model F13-065RC.
2. ASME 112.18.1 exposed wall type supply with cross handles, spout wall brace, vacuum
breaker, hose end spout, strainers, eccentric adjustable inlets, integral screwdriver stops
with covering caps and adjustable threaded wall flanges.
C. Accessories:
1. 5 feet of 1/z -inch diameter plain end reinforced rubber hose.
2. Hose clamp hanger.
3. Mop hanger.
01272201
08101
PLUMBING FIXTURES
15440-3
PART 3 EXECUTION
3.1 EXAMINATION
A. Section 01039 - Coordination and Meetings: Verification of existing conditions before
starting work.
B. Verify that walls and floor finishes are prepared and ready for installation of fixtures.
C. Verify that electric power is available and of the correct characteristics.
D. Confirm that millwork is constructed with adequate provision for the installation of counter
top lavatories and sinks.
3.2 PREPARATION
A. Rough -in fixture piping connections in accordance with minimum sizes indicated in fixture
rough -in schedule for particular fixtures.
3.3 INSTALLATION
A. Install each fixture with trap, easily removable for servicing and cleaning.
B. Provide chrome plated rigid or flexible supplies to fixtures with screwdriver stops, reducers,
and escutcheons.
C. Install components level and plumb.
D. Install and secure fixtures in place with wall carriers and bolts.
E. Seal fixtures to wall and floor surfaces with sealant as specified in Section 07900, color to
match fixture.
F. Solidly attach water closets to floor with lag screws. Lead flashing is not intended hold
fixture in place.
3.4 INTERFACE WITH OTHER PRODUCTS
A. Review millwork shop drawings. Confirm location and size of fixtures and openings before
rough -in and installation.
3.5 ADJUSTING
A. Section 01700 - Contract Closeout: Adjusting installed work.
B. Adjust stops or valves for intended water flow rate to fixtures without splashing, noise, or
overflow.
3.6 CLEANING
A. Section 01700 - Contract Closeout: Cleaning installed work.
B. Clean plumbing fixtures and equipment.
3.7 PROTECTION OF FINISHED WORK
A. Section 01700 - Contract Closeout: Protecting installed work.
B. Do not permit use of fixtures.
01272201 PLUMBING FIXTURES 15440-4
08/01
3.8 SCHEDULES
A. Fixture Heights: Install fixtures to heights above finished floor as indicated on architectural
drawings and plumbing fixture schedule, to be in compliance with ADA requirements.
B. Fixture Rough -In, refer to plumbing schedule on drawings for sizes.
01272201
08/01
END OF SECTION
PLUMBING FIXTURES
15440-5
SECTION 15450
PLUMBING EQUIPMENT
PART1 GENERAL
1.1 SECTION INCLUDES
A. Water Heaters.
1.2 RELATED SECTIONS
A. Section 16180 - Equipment Wiring Systems: Electrical characteristics and wiring
connections.
1.3 REFERENCES
A. ASHRAE 90A - Energy Conservation in New Building Design.
B. ASME Section 8D - Pressure Vessels.
C. NFPA 30 - Flammable and Combustible Liquids Code.
D. NFPA 54 -National Fuel Gas Code.
E. NFPA 70 - National Electrical Code.
F. UL 174 - Household Electric Storage Tank Water Heaters.
1.4 SUBMITTALS FOR REVIEW
A. Section 01300 - Submittals: Procedures for submittals and Section 15000 General
Mechanical Requirements.
B. Product Data:
1. Provide dimension drawings of water heaters indicating components and connections
to other equipment and piping.
2. Provide electrical characteristics and connection requirements.
C. Shop Drawings:
1. Indicate heat exchanger dimensions, size of tappings, and performance data.
2. Indicate dimensions of tanks, tank lining methods, anchors, attachments, lifting points,
tappings, and drains.
1.5 SUBMITTALS FOR INFORMATION
A. Section 01300 - Submittals: Procedures for submittals.
B. Manufacturer's Instructions:
1.6 SUBMITTALS AT PROJECT CLOSEOUT
A. Section 01700 - Contract Closeout, 01730 - Operation and Maintenance Data,
01740 — Warranties, and 15000 General Mechanical Requirements: Procedures for
submittals.
01272201 PLUMBING EQUIPMENT 15450-1
08/01
B. Project Record Documents: Record actual locations of components and valves.
C. Operation and Maintenance Data: Include operation, maintenance, and inspection data,
replacement part numbers and availability, and service depot location and telephone
number.
D. Warranty: Submit manufacturers warranty and ensure forms have been completed in
Owner's name and registered with manufacturer.
1.7 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products
specified in this section with minimum three years documented experience.
B. Ensure products and installation of specified products are in conformance with
recommendations and requirements of the following organizations:
1. American Gas Association (AGA).
2. National Sanitation Foundation (NSF).
3. American Society of Mechanical Engineers (ASME).
4. National Board of Boiler and Pressure Vessel Inspectors (NBBPVI).
5. National Electrical Manufacturers' Association (NEMA).
6. Underwriters Laboratories (UL).
1.8 REGULATORY REQUIREMENTS
A. Conform to AGA, NSF, NBBPVI, NFPA 54, NFPA 70, UL 174, and UL 1453
requirements for water heaters.
B. Conform to ASME Section 8D for manufacture of pressure vessels for heat exchangers.
C. Conform to ASME Section 8D, NFPA 30 for tanks.
D. Products Requiring Electrical Connection: Listed and classified by Underwriters
Laboratories Inc., as suitable for the purpose specified and indicated.
1.9 DELIVERY, STORAGE, AND PROTECTION
A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products.
B. Provide temporary inlet and outlet caps. Maintain caps in place until installation.
1.10 WARRANTY
A. Section 01700 - Contract Closeout, 01740 - Warranties, and 15000 General Mechanical
Requirements.
B. Provide five year manufacturer warranty for domestic water heaters.
01272201 PLUMBING EQUIPMENT 15450-2
08/01
PART 2 PRODUCTS
2.1 RESIDENTIAL ELECTRIC WATER HEATERS
A. Manufacturer: State
B. Other acceptable manufacturers offering equivalent products.
1. A.O. Smith
2. Rheem
C. Type: Automatic, electric, vertical storage.
D. Tank: Glass lined welded steel, thermally insulated with 2 inch thick foamite; encased in
corrosion -resistant steel jacket; baked -on enamel finish.
E. Controls: Automatic water thermostat with externally adjustable temperature range from
120 to 170 degrees F, flanged or screw-in nichrome elements, enclosed controls and
electrical junction box.
F. Accessories: Brass water connections and dip tube, drain valve, magnesium anode, and
ASME temperature and pressure relief valve.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install water heaters in accordance with manufacturer's instructions and to AGA, NSF,
NFPA 54, and UL requirements.
B. Coordinate with plumbing piping and electrical work to achieve operating system.
3.2 SCHEDULES
A. Water Heaters as per schedule on drawings.
END OF SECTION
01272201 PLUMBING EQUIPMENT 15450-3
08/01
SECTION 15781
SPLIT SYSTEM AIR CONDITIONING UNITS
PART1 GENERAL
1.1 SECTION INCLUDES
A. Split system air conditioner with electric heat.
B. Unit controls.
1.2 REFERENCES
A. ARI 210 - Unitary Air -Conditioning Equipment.
B. ARI 270 - Sound Rating of Outdoor Unitary Equipment.
C. NFPA 70 - National Electrical Code.
D. NFPA 90A - Installation of Air Conditioning and Ventilation Systems.
1.3 SUBMITTALS FOR REVIEW
A. Section 01300 - Submittals: Procedures for submittals.
B. Shop Drawings: Indicate capacity and dimensions of manufactured products and assemblies
required for this project. Indicate electrical service with electrical characteristics and
connection requirements, and duct connections.
C. Product Data: Provide capacity and dimensions of manufactured products and assemblies
required for this project. Indicate electrical service with electrical characteristics and
connection requirements, and duct connections.
D. Section 01300 - Submittals: Submittals for information.
E. Submit manufacturer's installation instructions. Indicate assembly, support details, connection
requirements, and include start-up instructions.
F. Section 01700 - Contract Closeout, 01730 - Operation and Maintenance Data and 15000
General Mechanical Requirements: Submittals for project closeout.
G. Operation and Maintenance Data: Include manufacturer's descriptive literature, operating
instructions, installation instructions, maintenance and repair data, and parts listing.
1.4 QUALITY ASSURANCE
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
1.5 -REGULATORY REQUIREMENTS
A. Products Requiring Electrical Connection: Listed and classified by Underwriters' Laboratories,
Inc., as suitable for the purpose specified and indicated.
01272201 SPLIT SYSTEM AIR CONDITIONING UNITS
08/01
15781-1
1.6 DELIVERY, STORAGE, AND PROTECTION
A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products.
B. Protect units from physical damage by storing off site until roof mounting curbs are in place,
ready for immediate installation of units.
1.7 WARRANTY
A. Section 01700 - Contract Closeout, 01740 - Warranties and Bonds and 15000 General
Mechanical Requirements.
B. Provide a five year warranty to include coverage for refrigeration compressors and heat
exchangers.
1.8 MAINTENANCE SERVICE
A. Section 01700 - Contract Closeout, 01730 - Operation and Maintenance Data and 15000
General Mechanical Requirements.
B. Furnish service and maintenance of packaged roof top units for one year from Date of
Substantial Completion.
C. Provide maintenance service with a two month interval as maximum time period between calls.
Provide 24-hour emergency service on breakdowns and malfunctions.
D. Include maintenance items as outlined in manufacturer's operating and maintenance data,
including minimum of six filter replacements, minimum of one fan belt replacement, and
controls check-out, adjustments, and recalibration.
E. Submit copy of service call work order or report, and include description of work performed.
1.9 EXTRA MATERIALS
A. Section 01700 - Contract Closeout, 01730 - Operation and Maintenance Data and 15000
General Mechanical Requirements.
B. Provide two complete set of each type of filters.
PART 2 PRODUCTS
2.1 SPLIT SYSTEM HEAT PUMP
A. Inside Unit:
1. Furnish and install where shown on the plans direct expansion fan coils equipped with
electric heater. Unit shall operate properly in vertical position and is to be installed with
ductwork. Refer to the drawings for capacities.
2. Unit enclosure shall be insulated and constructed of galvanized steel, and finished with
baked enamel and be equipped with a throwaway type filter. Provide large front service
access panels for easy access to all components.
3. Fan shall be forward curved with double inlet, mounted on motor shaft, dynamically and
statically balanced. The multi -speed fan motor shall be factory lubricated, have
overload protection, be resiliently mounted and selected to operate at medium speed.
The fan shall deliver scheduled CFM at the required external static pressure.
01272201 SPLIT SYSTEM AIR CONDITIONING UNITS 15781-2
08/01
4. Cooling Coil shall be constructed with aluminum plate fins mechanically bonded to
nonferrous tubing with all joints brazed. Coil shall have factory installed; refrigerant
metering device; refrigerant line fittings which permit mechanical connections. Unit
shall include on internal condensate drain pan with a primary drain line.
5. Electric heater shall be factory installed. Heater models shall be wired for 2 stage
operation, unless not available at kW scheduled. All heaters shall be equipped with
both thermal and current overload devices, and the required heating and cooling system
controls including control circuit 24v transformer.
The control system shall be microprocessor based or mercury switch thermostat capable
or accomplishing sequence of operation as described in Section 15985 - Sequence of
Operation.
B. Outdoor Unit:
1. Furnish and install an air to air electric air conditioner designed and tested for use with
Refrigerant 22 and will contain sufficient charge (R-22) for the complete system. Brass
service valves with refrigerant line fittings and service ports shall be located on exterior
of unit. Total cooling capacity shall not be less than scheduled. Unit seasonal energy
efficiency ratio (SEER) shall be as scheduled or more at ARI conditions. Provide unit
with a Sound Rating Number (SRN) of 20 or less at full capacity. Nominal unit
electrical characteristics shall be as scheduled.
2. Outdoor coil shall have aluminum plate fins, mechanically bonded to aluminum tubing
with all joints brazed. Coil shall be protected by vinyl coated grille. Factory installed
coil refrigerant metering device shall be mounted on unit liquid service valve. Metering
device internal components shall be removable for cleaning or replacement.
3. Outdoor unit fan shall be propeller type, direct driven, and arranged for vertical air
discharge. Fan motor shall be factory lubricated, inherently protected and resiliently
mounted.
4. Compressor shall be of the welded hermetic type with internal vibration isolation.
Compressor motor shall have both thermal and current overload protection devices,
with starting assistance standard on l phase units, if required. Compressor shall be
equipped with a crankcase heater.
5. Controls shall be factory wired and located in a readily accessible location- on unit
swing out service door. Controls and protective devices shall include a liquid line low
pressure switch, suction line accumulator and pressure relief device. Control wiring
terminal board shall be designed to match indoor unit terminal board and accessory
thermostat terminals for standardized point to point connection.
6. Accessories shall include, but not limited to the following: indoor thermostat, short -
cycle prevention controls, start capacitor and relay, coupler, liquid line filter dryer,
precharged tubing packages.
2.2 PERFORMANCE
A. Cooling Capacity: Refer to schedules on drawings for information.
B. Electric Heat in KW: Refer to schedules on drawings for information.
C. Supply Air: Refer to schedules on drawings for information.
D. Scheduled Performance: Refer to schedules on drawings for information.
01272201 SPLIT SYSTEM AIR CONDITIONING UNITS 15781-3
J08/01
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that building is ready to receive work.
B. Verify that proper power supply is available.
3.2 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. Install in accordance with NFPA 90A.
s.
3.3 MANUFACTURER'S FIELD SERVICES
A. Prepare and start systems under provisions of Sections 01400 and 15000.
B. Provide initial start-up and shut -down during first year of operation, including routine servicing
and check-out.
3.4 SCHEDULES: Refer to schedules on drawings for information.
END OF SECTION
01272201 SPLIT SYSTEM AIR CONDITIONING UNITS 15781-4
08101
SECTION 15870
POWER VENTILATORS
PART1 GENERAL
1.1 SECTION INCLUDES
A. Inline exhausters.
1.2 SUBMITTALS FOR REVIEW
A. Section 01300 - Submittals and 15000 General Mechanical Requirements: Procedures for
submittals.
B. Product Data: Provide data on fans and accessories including fan curves with specified
operating point clearly plotted, power, RPM, sound power levels at rated capacity, and
electrical characteristics and connection requirements.
1.3 SUBMITTALS AT PROJECT CLOSEOUT
A. Section 01700 - Contract Closeout and 15000 General Mechanical Requirements:
Procedures for submittals.
B. Maintenance Data: Include instructions for lubrication, motor and drive replacement,
spare parts list, and wiring diagrams.
C. Warranty: Submit manufacturers warranty and ensure forms have been completed in
Owner's name and registered with manufacturer.
1.4 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products
specified in this section with minimum three years documented experience.
1.5 REGULATORY REQUIREMENTS
A. Products Requiring Electrical Connection: Listed and classified by Underwriters
Laboratories Inc., as suitable for the purpose specified and indicated.
PART 2 PRODUCTS
2.1 INLINE EXHAUSTERS
A. Manufacturer:
1. Penn Ventilator.
2. Greenheck.
3. Loren Cook.
4. Substitutions: Acme Engineering & Manufacturing Corporation fans are not
acceptable for this application.
01272201
08/01
POWER VENTILATORS
15870-1
B. Product Requirements:
1. Performance Ratings: Conform to AMCA 210 and bear the AMCA Certified Rating
Seal.
2. Sound Ratings: AMCA 301, tested to AMCA 300, and bear AMCA Certified
Sound Rating Seal.
3. Fabrication: Conform to AMCA 99.
4. UL Compliance: UL listed and labeled, designed, manufactured, and tested in
accordance with UL 705.
C. Performance: Refer to schedule on drawings.
D. Fan Unit: V -belt or direct driven as indicated, with spun aluminum or galvanized steel
with baked -on enamel housing; resilient mounted motor; spring hanging isolators and
brackets, fan shaft mounted in ball bearing pillow blocks, and two bolted access panels.
E. Disconnect Switch: Factory wired, non -fusible, in housing for thermal overload
protected motor and wall mounted solid state speed controller.
F. Backdraft Damper: Gravity actuated, aluminum multiple blade construction, felt edged
with offset hinge pin, nylon bearings, blades linked.
G. Sheaves: Cast iron or steel, dynamically balanced, bored to fit shafts and keyed; variable
and adjustable pitch motor sheave selected so required rpm is obtained with sheaves set
at mid-position; fan shaft with self -aligning pre -lubricated ball bearings.
PART 3 EXECUTION
3.1 INSTALLATION
A. Section 01400 - Quality Control and 15000 General Mechanical Requirements:
Manufacturer's instructions.
B. Do not operate fans until ductwork is clean, filters are in place, and bearings are
lubricated.
END OF SECTION
01272201 POWER VENTILATORS 15870-2
08/01
SECTION 15890
DUCTWORK
PART1 GENERAL
1.1 SECTION INCLUDES
A. Metal ductwork.
B. Duct cleaning.
1.2 REFERENCES
A. ASTM A 527 - Steel Sheet, Zinc -Coated (Galvanized) by Hot -Dip Process, Lock Forming
Quality.
B. NFPA 90A - Installation of Air Conditioning and Ventilating Systems.
C. NFPA 90B - Installation of Warm Air Heating and Air Conditioning Systems.
D. SMACNA - HVAC Air Duct Leakage Test Manual.
E. SMACNA - HVAC Duct Construction Standards - Metal and Flexible.
1.3 PERFORMANCE REQUIREMENTS
A. No variation of duct configuration or sizes permitted except by written permission. Size round
ducts installed in place of rectangular ducts in accordance with ASHRAE table of equivalent
rectangular and round ducts.
1.4 SUBMITTALS
A. Submit under provisions of Sections 01300 and 15000.
1.5 PROJECT RECORD DOCUMENTS _
A. Submit under provisions of Sections 01700 and 15000.
B. Record actual locations of ducts and duct fittings. Record changes in fitting location and type.
Show additional fittings used.
1.6 QUALITY ASSURANCE
A. Perform Work in accordance with SMACNA - HVAC Duct Construction Standards - Metal
and Flexible.
1.7 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
B. Installer: Company specializing in performing the work of this section with minimum three
years documented experience.
01272201 DUCTWORK 15890-1
08/01
1.8 REGULATORY REQUIREMENTS
A. Construct ductwork to NFPA 90A and NFPA 90B standards.
1.9 ENVIRONMENTAL REQUIREMENTS
A. Do not install duct sealants when temperatures are less than those recommended by sealant
manufacturers.
B. Maintain temperatures during and after installation of duct sealants.
PART 2 PRODUCTS
2.1 MATERIALS
A. Galvanized Steel Ducts: ASTM A525 and ASTM A527 galvanized steel sheet, lock -forming
quality, having G90 zinc coating of in conformance with ASTM A90.
B. Steel Ducts: ASTM A366.
C. Flexible Ducts:
1. UL labeled, multiple layers of aluminum laminate supported by helically wound spring
steel wire.
2. Pressure Rating: 10 inches W.G. positive and 1.0 inches negative.
3. Maximum Velocity: 4000 fpm.
4. Temperature Range: -20° F to 210° F.
D. Insulated Flexible Ducts:
1. Two ply vinyl film supported by helically wound spring steel wire; fiberglass insulation;
aluminized vapor barrier film.
2. Pressure Rating: 10 inches W.G. positive and 1.0 inches W.G. negative.
3. Maximum Velocity: 4000 fpm.
4. Temperature Range: -10° F to 160° F.
E. Fasteners: Rivets, bolts, or sheet metal screws.
F. Sealant:
1. Non -hardening, water resistant, fire resistive, compatible with mating materials; liquid
used alone or with tape, or heavy mastic.
G. Hanger Rod: ASTM A36; steel, galvanized; threaded both ends, threaded one end, or
continuously threaded.
2.2 DUCTWORK FABRICATION
A. Fabricate and support in accordance with the latest edition of SMACNA HVAC Duct
Construction Standards - Metal and Flexible, and as indicated. Provide duct material, gages,
reinforcing, and sealing for. operating pressures indicated.
B. Construct T's, bends, and elbows with radius of not less than 1-1/2 times width of duct on
centerline. Where not possible and where rectangular elbows are used, provide[air foil] turning
vanes. Where acoustical lining is indicated, provide turning vanes of perforated metal with
glass fiber insulation.
01272201 DUCTWORK 15890-2
08/01 1
C. Increase duct sizes gradually, not exceeding 15 degrees divergence wherever possible;
maximum 30 degrees divergence upstream of equipment and 45 degrees convergence
downstream.
D. Fabricate continuously welded round and oval duct fittings two gages heavier than duct gages
indicated in SMACNA Standard. Joints shall be minimum 4 inch cemented slip joint, brazed
or electric welded. Prime coat welded joints.
E. Provide standard 45 degree lateral wye takeoffs unless otherwise indicated where 90 degree
conical tee connections may be used.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. Install and seal ducts in accordance with SMACNA HVAC Duct Construction Standards -
Metal and Flexible.
C. Duct Sizes are inside clear dimensions. For lined ducts, maintain sizes inside lining.
D. Provide openings in ductwork where required to accommodate thermometers and controllers.
Provide pilot tube openings where required for testing of systems, complete with metal can
with spring device or screw to ensure. against air leakage. Where openings are provided, in
insulated ductwork, install insulation material inside a metal ring.
E. Locate ducts with sufficient space around equipment to allow normal operating and
maintenance activities.
F. Use crimp joints with or without bead for joining round duct sizes 8 inch and smaller with
crimp in direction of air flow.
G. Use double nuts and lock washers on threaded rod supports.
H. Connect terminal units to supply ducts with one foot maximum length of flexible duct. Do not
use flexible duct to change direction.
I. Connect diffusers to low pressure ducts with 8 feet maximum length of flexible duct held
in place with strap or clamp.
J. Connect flexible ducts to metal ducts with draw bands.
K. During construction, provide temporary closures of metal or taped polyethylene on open
ductwork to prevent construction dust from entering ductwork system.
3.2 CLEANING
A. Clean work under provisions of 01700 and 15000.
B. Clean duct system and force air at high velocity through duct to remove accumulated dust. To
obtain sufficient air, clean half the system at a time. Protect equipment which may be harmed
by excessive dirt with temporary filters, or bypass during cleaning.
C. Clean duct systems with high power vacuum machines. Protect equipment, which may be
harmed by excessive dirt with filters, or bypass during cleaning. Provide adequate access into
ductwork for cleaning purposes.
01272201 DUCTWORK 15890-3
08/01
3.3 SCHEDULES
A. DUCTWORK MATERIAL SCHEDULE
AIR SYSTEM
MATERIAL
Low Pressure Supply (System with Cooling Coil)
Steel
General Exhaust
Steel
Retum and Relief
Steel
B. DUCTWORK PRESSURE CLASS SCHEDULE
AIR SYSTEM
PRESSURE CLASS
Supply and Return (System with Cooling Coils)
1 inch
General Exhaust
1 inch
Return and Relief
1 -inch
END OF SECTION
01272201 DUCTWORK 15890-4
08/01
SECTION 15910
DUCTWORK ACCESSORIES
PART1 GENERAL
1.1 SECTION INCLUDES
A. Air turning devices/extractors.
B. Backdraft dampers.
C. Duct access doors.
D. Duct test holes.
E. Flexible duct connections.
F. Volume control dampers.
G. Diffusers.
H. Registers/grilles.
1. Louvers.
J. Goosenecks.
1.2 RELATED SECTIONS
A. Section 15890 - Ductwork.
B. Section 16180 - Equipment Wiring Systems: Electrical characteristics and wiring connections.
1.3 REFERENCES
A. NFPA 90A - Installation of Air Conditioning and Ventilating Systems.
B. NFPA 92A - Smoke Control Systems.
C. NFPA 70 - National Electrical Code.
D. SMACNA - HVAC Duct Construction Standards - Metal and Flexible:
E. UL 33 - Heat Responsive Links for Fire -Protection Service.
F. UL 555 - Fire Dampers and Ceiling Dampers.
G. UL 5555 - Leakage Rated Dampers for Use in Smoke Control Systems.
H. ARI 650 - Air Outlets and Inlets.
I. ASHRAE 70 - Method of Testing for Rating the Airflow Performance of Outlets and Inlets.
1.4 SUBMITTALS
A. Submit under provisions of Sections 01300 and 15000.
B. Shop Drawings: Indicate for shop fabricated assemblies including volume control dampers,
- duct access doors and duct test holes.
C. Product Data: Provide for shop fabricated assemblies including volume control dampers, duct
access doors, and hardware used. Include electrical characteristics and connection
requirements.
D. Manufacturer's Installation Instructions: Indicate for fire dampers.
01272201 DUCTWORK ACCESSORIES 15910-1
08/01
1.5 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Sections 01700 and 15000.
B. Record actual locations of access doors.
1.6 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
1.7 REGULATORY REQUIREMENTS
A. Products Requiring Electrical Connection: Listed and classified by Underwriters' Laboratories
Inc., as suitable for the purpose specified and indicated.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect, and handle products to site under provisions of Sections 01600 and
15000.
B. Protect dampers from damage to operating linkages and blades.
1.9 EXTRA MATERIALS
A. Furnish under provisions of Sections 01700 and 15000.
B. Provide two of each size and type of fusible link.
PART 2 PRODUCTS
2.1 AIR TURNING DEVICES/EXTRACTORS
A. Multi -blade device with radius blades attached to pivoting frame and bracket, steel or aluminum
construction, with push-pull operator strap, ceiling mounted rotary operator knob or worm
drive mechanism with 18 inch long removable key operator.
2.2 BACKDRAFT DAMPERS.
A. Gravity Backdraft Dampers, Size 18 x 18 inches or Smaller, Furnished with Air Moving
Equipment: Air moving equipment manufacturers standard construction.
B. Multi -Blade, Parallel Action Gravity Balanced Backdraft Dampers: 16 gage thick galvanized
steel, or extruded aluminum, with center pivoted blades of maximum 6 inch width, with felt
or flexible vinyl sealed edges, linked together in rattle -free manner with 90 degree stop, steel
ball bearings, and plated steel pivot pin; adjustment device to permit setting for varying
differential static pressure.
01272201 DUCTWORK ACCESSORIES 15910-2
08/01
2.3 DUCT ACCESS DOORS
A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and
Flexible, and as indicated.
B. Fabrication: Rigid and close -fitting of galvanized steel with sealing gaskets and quick fastening
locking devices. For insulated ductwork, install minimum one inch thick insulation with sheet
metal cover.
1. Less Than 12 Inches Square: Secure with sash locks.
2. Up to 18 Inches Square: Provide two hinges and two sash locks.
3. Larger Sizes: Provide an additional hinge.
4. Sash Lock:.
5. Compression Latch:
6. Hinge:
C. Access doors with sheet metal screw fasteners are not acceptable.
2.4 DUCT TEST HOLES
A. Temporary Test Holes: Cut or drill in ducts as required. Cap with neat patches, neoprene
plugs, threaded plugs, or threaded or twist -on metal caps.
B. Permanent Test Holes: Factory fabricated, air tight flanged fittings with screw cap. Provide
extended neck fittings to clear insulation.
2.5 FLEXIBLE DUCT CONNECTIONS
A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and
Flexible, and as indicated.
B. Connector: Fabric crimped into metal edging strip.
1. Fabric: UL listed fire -retardant neoprene coated woven glass fiber fabric to NFPA 90A,
minimum density 30 oz per sq. yd.
2. Net Fabric Width: Approximately 3 inches wide.
3. Metal: 3 inch wide, 24 gage thick galvanized steel.
2.6 VOLUME CONTROL DAMPERS
A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and
Flexible, and as indicated.
B. Splitter Dampers:
1. Material: Same gage as duct to 24 inches size in either direction, and two gages heavier
for sizes over 24 inch.
2. Blade: Fabricate of double thickness sheet metal to streamline shape, secured with
continuous hinge or rod.
3. Operator: Minimum 1/4 inch diameter rod in self aligning, universal joint action, flanged
bushing with set screw.
C. Multi -Blade Damper: Fabricate of opposed blade pattern with maximum blade sizes 8 x 72
inch. Assemble center and edge crimped blades in prime coated or galvanized channel frame
with suitable hardware.
D. End Bearings: Except in round ductwork 12 inches and smaller, provide end bearings. On
multiple blade dampers, provide oil -impregnated nylon or sintered bronze bearings.
01272201 DUCTWORK ACCESSORIES 15910-3
08/01
E. Quadrants:
1. Provide locking, indicating quadrant regulators on single and multi -blade dampers.
2. On insulated ducts mount quadrant regulators on standoff mounting brackets, bases, or
adapters.
3. Where rod lengths exceed 30 inches, provide regulator at both ends.
2.7 RECTANGULAR CEILING DIFFUSERS
A. Type: Square, adjustable pattern, louvered faced, multi -core diffuser to discharge air in four
way pattern.
B. Frame: Inverted T -bar type.
C. Fabrication: Aluminum with baked enamel off-white finish.
2.8 LOUVERED FACE RETURN GRILLE
A. Type: Blade type face with removable face.
B. Frame: Surface or Duct Mount.
C. Fabrication: Aluminum frame with baked enamel off-white finish.
D. Exhaust diffusers similar, without filter.
2.9 LOUVERS
A. Type: 6 inch deep with blades on 45 degree slope with center baffle and return bend, frame,
birdscreen with 1/2 inch square mesh for exhaust.
B. Fabrication: 12 gage thick extruded aluminum, welded assembly, with factory prime coat
finish. Coordinate with Architect for final color.
C. Mounting: See architectural drawings.
PART 3 EXECUTION
3.1 PREPARATION
A. Verify that electric power is available and of the correct characteristics.
3.2 INSTALLATION
A. Install accessories in accordance with manufacturer's, instructions, NFPA 90A, and follow
SMACNA HVAC Duct Construction Standards - Metal and Flexible. Refer to Section 15890
for duct construction and pressure class.
B. Provide backdraft dampers on exhaust fans or exhaust ducts nearest to outside and where
indicated.
C. Provide duct access doors for inspection and cleaning before and after filters, coils, fans,
automatic dampers, at fire dampers, combination fire and smoke dampers, and elsewhere as
indicated. Provide minimum 12 x 12 inch size for hand access, 18 x 18 inch size for shoulder
access, and as indicated. Review locations prior to fabrication.
D. Provide flexible connections immediately adjacent to equipment in ducts associated with fans
and motorized equipment. -
01272201 DUCTWORK ACCESSORIES 15910-4
08/01
J
E. Provide balancing dampers at points on supply, return, and exhaust systems where branches
are taken from larger ducts as required for air balancing.
F. Use splitter dampers only where indicated.
G. Install diffusers to ductwork with air tight connection.
H. Provide balancing dampers on duct take -off to diffusers, and grilles and registers, despite
whether dampers are specified as part of the diffuser, or grille and register assembly.
I. Paint ductwork visible behind air outlets and inlets matte black. Refer to Section 09900.
END OF SECTION
01272201 DUCTWORK ACCESSORIES 15910-5
08101
]i
SECTION 15990
TESTING, ADJUSTING, AND BALANCING
PART GENERAL
1.1 SECTION INCLUDES
A. Testing, adjustment, and balancing of air systems.
B. Measurement of final operating condition of HVAC systems.
1.2 RELATED SECTIONS
A. Section 15000 - General Mechanical Requirements.
1.3 REFERENCES
A. AABC - National Standards for Total System Balance.
B. ADC - Test Code for Grilles, Registers, and Diffusers.
C. ASHRAE 111 - Practices for Measurement, Testing, Adjusting, and Balancing of Building
Heating, Ventilation, Air-conditioning, and Refrigeration Systems.
D. NEBB - Procedural Standards for Testing, Adjusting, and Balancing of Environmental
Systems.
E. SMACNA - HVAC Systems Testing, Adjusting, and Balancing.
1.4 SUBMITTALS
A.
B.
C.
D.
E.
F.
G.
H.
I.
Submit under provisions of Section 15000
Submit name of adjusting and balancing agency for approval within 30 days after award of
Contract.
Field Reports: Submit under provisions of Section 15000.
Field Reports: Indicate deficiencies in systems that would prevent proper testing, adjusting, and
balancing of systems and equipment to achieve specified performance.
Prior to commencing work, submit report forms or outlines indicating adjusting, balancing,
and equipment data required.
Submit draft copies of report for review prior to final acceptance of Project. Provide final
copies for Architect/Engineer and for inclusion in operating and maintenance manuals.
Provide reports in hard cover, letter size, 3 -ring binder manuals, complete with index page and
indexing tabs, with cover identification at front and side. Include set of reduced drawings with
air outlets and equipment identified to correspond with data sheets, and indicating thermostat
locations.
Include detailed procedures, agenda, sample report forms and copy of AABC National Project
Performance Guaranty prior to commencing system balance.
Test Reports: Indicate data on AABC National Standards for Total System Balance forms,
forms prepared following ASHRAE 111 or NEBB forms.
01272201 TESTING, ADJUSTING AND BALANCING 15990-1
08/01
J. Provide copy of the respective balancing document being used for this project. AABC National
Standards for Field Measurement and Instrumentation, Total System Balance, ASHRAE 111
or NEBB Procedural Standards for Testing, Balancing and Adjusting of Environmental
Systems being used for project.
1.5 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 15000.
B. Record actual locations of flow measuring stations, balancing valves and rough setting.
1.6 QUALITY ASSURANCE
A. Perform total system balance in accordance with AABC National Standards for Field
Measurement and Instrumentation, Total System Balance, ASHRAE 111 or NEBB Procedural
Standards for Testing, Balancing and Adjusting of Environmental Systems.
B. Maintain one copy of respective document on site.
1.7 QUALIFICATIONS
A. Agency: Company specializing in the testing, adjusting, and balancing of systems specified in
this Section with minimum three years documented experience certified by AABC or NEBB.
B. Perform Work under supervision of AABC Certified Test and Balance Engineer, NEBB
Certified Testing, Balancing and Adjusting Supervisor or registered Professional Engineer
experienced in performance of this Work and licensed in the State of TEXAS.
1.8 SEQUENCING
A. Sequence work under the provisions of Section 15000.
B. Sequence work to commence after completion of systems and schedule completion of work
before Substantial Completion of Project.
1.9 SCHEDULING -
A. Schedule work under the provisions of Section 15000.
PART 2 PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 - EXAMINATION
A. Verify that systems are complete and operable before commencing work. Ensure the following
- conditions:
1. Systems are started and operating in a safe and normal condition.
01272201 TESTING, ADJUSTING AND BALANCING 15990-2
08/01
2. Temperature control systems are installed complete and operable.
3. Proper thermal overload protection is in place for electrical equipment.
4. Final filters are clean and in place. If required, install temporary media in addition to final
filters.
5. Duct systems are clean of debris.
6. Fans are rotating correctly.
7. Air coil fins are cleaned and combed.
8. Access doors are closed and duct end caps are in place.
9. Air outlets are installed and connected.
10. Duct system leakage is minimized.
B. Submit field reports. Report defects and deficiencies noted during performance of services,
which prevent system balance.
C. Beginning of work means acceptance of existing conditions.
3.2 PREPARATION
A. Provide instruments required for testing, adjusting, and balancing operations. Make instruments
available to Architect/Engineer to facilitate spot checks during testing.
B. Provide additional balancing devices as required.
3.3 INSTALLATION TOLERANCES
A. Air Handling Systems: Adjust to within plus or minus 5 percent of design for supply systems
and plus or minus 5 percent of design for return and exhaust systems.
B. Air Outlets and Inlets: Adjust total to within plus 5 percent and minus 5 percent of design to
space. Adjust outlets and inlets in space to within plus or minus 5 percent of design.
3.4 ADJUSTING
A. Ensure recorded data represents actual measured or observed conditions.
B. Permanently mark settings of valves, dampers, and other adjustment devices allowing settings
to be restored. Set and lock memory stops.
C. After adjustment, take measurements to verify balance has not been disrupted or that such
disruption has been rectified.
D. Leave systems in proper working order, replacing belt guards, closing access doors, closing
doors to electrical switch boxes, and restoring thermostats to specified settings.
E. At final inspection, recheck random selections of data recorded in report. Recheck points or
areas as selected and witnessed by the Owner.
3.5 AIR SYSTEM PROCEDURE
A. Adjust air handling and distribution systems to provide required or design supply, return, and
exhaust air quantities at site altitude.
B. Measure air quantities at air inlets and outlets.
C. Adjust distribution system to obtain uniform space temperatures free from objectionable drafts
and noise.
01272201 TESTING, ADJUSTING AND BALANCING 15990-3
08/01
D. Use volume control devices to regulate air quantities only to extend that adjustments do not
create objectionable air motion or sound levels. Effect volume control by duct internal devices
such as dampers and splitters.
E. Vary total system air quantities by adjustment of fan speeds. Provide drive changes required.
Vary branch air quantities by damper regulation.
F. Provide system schematic with required and actual air quantities recorded at each outlet or
inlet.
G. Measure static air pressure conditions on air supply units, including filter and coil pressure
drops, and total pressure across the fan. Make allowances for 50 percent loading of filters.
H. Adjust outside air automatic dampers, outside air, return air, and exhaust dampers for design
conditions.
I. Measure temperature conditions across outside air, return air, and exhaust dampers to check
leakage.
3.6 SCHEDULES
A. Equipment Requiring Testing, Adjusting, and Balancing
1. Air conditioning units
2. Air Filters
B. Report Forms
1. Title Page:
a) Name of Testing, Adjusting, and Balancing Agency
b) Address of Testing, Adjusting, and Balancing Agency
c) Telephone and fax numbers of Testing, Adjusting, and Balancing Agency
d) Project name
e) Project location
f) Project Architect
g) Project Engineer
h) Project Contractor
i) Project altitude
j) Report date
2. Summary Comments:
a) Design versus final performance
b) Notable characteristics of system
c) Description of systems operation sequence
d) Summary of outdoor and exhaust flows to indicate amount of building pressurization
e) Nomenclature used throughout report
f) Test conditions
3. Instrument List:
a) Instrument
b) Manufacturer
c) Model number
d) Serial number
e) Range
f) Calibration date
01272201 TESTING, ADJUSTING AND BALANCING 15990-4
08/01
- 4. Electric Motors:
a) Manufacturer
b) Nameplate Data
c) Model/Frame
d) HP/BHP
e) Phase, voltage, amperage; nameplate, actual, no load
- f) RPM
g) Service factor
h) Starter size, rating, heater elements
i) Sheave Make/Size/Bore
5. V -Belt Drive:
a) Identification/location
b) Required driven RPM
c) Driven sheave, diameter and RPM
d) Belt, size and quantity
- - e) Motor sheave diameter and RPM
f) Center to center distance, maximum, minimum, and actual
6. Cooling Coil Data:
a) Identification/number
b) Location
c) Service
-- d) Manufacturer
e) Nameplate Data
fj Air flow, design and actual
g) Entering air DB temperature, design and actual
h) Entering air WB temperature, design and actual
i) Leaving air DB temperature, design and actual
j) Leaving air WB temperature, design and actual
k) Air pressure drop, design and actual
7. Return Air/Outside Air Data:
a) Identification/location
b) Design air flow
c) Actual air flow
d) Design return air flow
e) Actual return air flow
f) Design outside air flow
g) Actual outside air flow
h) Return air temperature
i) Outside air temperature
j) Required mixed air temperature
k) Actual mixed air temperature
END OF SECTION
01272201 TESTING, ADJUSTING AND BALANCING 15990-5
08/01
SECTION 16000
BASIC ELECTRICAL METHODS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS
A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the
applicable provisions of the following:
B. National Electrical Code (NEC)
C. National Electrical Safety Code (NESC)
D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction
pertaining to the work required.
E. All temperature control wiring and associated conduit and boxes, shall be provided under other
sections of the specifications. All power and control wiring, not identified under Division 15, shall
be provided under Division 16.
F. The work covered by Division 16 of the Specifications includes the furnishing of all materials,
labor, transportation, tools, permits, and fees for the complete installation of all electrical work
required in the Contract Drawings.
G. In the event that additional or special construction is required, the Contractor is responsible for
providing all material and equipment which are usually furnished with such construction in order
to complete the installation, whether indicated or not.
H. The contractor shall familiarize himself with the existing conditions of the site and advise the
Architect of any discrepancy or conflict prior to bidding.
1. The contractor shall be responsible for all permits, fees, and licenses required for the project. All
cost of such permits or fees shall be included in the bid.
J. All equipment and material shall be installed in accordance with the applicable manufacturer's
recommendations and standards.
K. Install sleeves, sealant pans, and roof penetrations as required for the installation of the electrical
work. All such work is subject to the approval of the Architect.
L. Contractor shall be responsible for coordinating with the utility service provider to verify all
locations, routing, equipment and labor that will be furnished as a part of this contract.
M. Any fees or charges associated with delivering permanent power for the project shall be included
in the Contractor's bid. The Contractor shall coordinate for all.
1.3 SUBMITTALS
A. The intent of this section is to give general submittal information, refer to specific submittal
information in the subsequent mechanical sections.
01272201
08/01
BASIC ELECTRICAL METHODS
16000-1
B. Within 10 days after award of the contract, and before orders are placed, Contractor shall submit
specific information on list of equipment and principal materials specified. Contractor shall
indicate and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such
other supplementary information as necessary for evaluation. Minimum of six (6) copies, or as
directed by the Engineer, of each shall be submitted and shall include all items mentioned by
model number and/or manufacturer's name in the specifications or in schedules on the drawings.
C. Requirements for each submittal:
1. Bear a dated stamp or specific written indication that the Contractor has reviewed and
approved all submittal prior to submission to Engineer.
2. Have all information deleted by Contractor that pertains to the means and methods of
construction or to fabrication, assembly, installation, or erection (approval by Engineer shall
not extend to these areas unless specifically noted by Engineer).
3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being
submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other
pieces of equipment that may occur on the same page.
4. Be clearly marked as to which available options are being submitted that are associated with
a piece of equipment.
5. Be complete with respect to quantities, dimensions, specific performance, materials, and
similar data to enable the Engineer to review the proposed equipment.
Omission by Contractor of any of the above requirements or submittals will subject
submittal to automatic rejection without review.
Any submittals received by Engineer that were not requested shall be returned without
review of any kind.
PART 2 - PRODUCTS
2.1 EQUIPMENT REQUIREMENTS
A. The electrical requirements for equipment specified or indicated on the drawings are based on
information available at the time of design. If equipment furnished for installation has electrical
requirements other than indicated on the electrical drawings, the Contractor shall make any
required changes to wire and conduit size, controls, overcurrent protection and installation as
required to accommodate the equipment supplied, without additional charge to the Owner. The
complete responsibility and costs for such adjustments shall be assigned to the respective section
of this specification under which the equipment is furnished.
2.2 MATERIALS
A. All similar materials and equipment shall be the product of the same manufacturer unless specified
otherwise.
B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the
production of such material and shall be the manufacturer's current and standard design.
C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at
the altitude of the project site.
01272201 BASIC ELECTRICAL METHODS 16000-2
08/01
PART 3 - EXECUTION
3.1 GENERAL
A. Fabrication, erection and installation of the complete electrical system shall be done in accordance
with accepted good practice by qualified personnel experienced in such work and shall proceed in
an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall
check all areas and surfaces where electrical equipment material is to be installed, removed or
relocated and report any unsatisfactory conditions before starting work. Commencement of work
signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the
finished installation, no allowance will be made for lack of skill on the part of workmen. Surfaces
requiring coatings will be completed prior to installation of any electrical work on these surfaces.
B. The electrical drawings are diagrammatic. The installation requirements shall be carefully
coordinated with structural, architectural and mechanical conditions and shall be adjusted to avoid
conflict.
C. All work shall be concealed in walls, ceilings, chases unless specifically noted to be exposed or
otherwise approved.
D. The locations of electrical equipment is approximate and are not intended to convey the exact
details and mounting of location of outlets, equipment and other items. Exact locations are to be
field determined by actual measurements.
E. The location height and projection of fixtures illuminating signs or special features shall be
approved by Architect prior to installation.
F. Contractor shall coordinate the location of all exterior fixtures with Architectural drawings and
specifications.
G. Consult the Architectural Drawings to determine wall finishes and locations of wall mounted
equipment, counter top splashes and similar items to avoid conflict with electrical equipment.
H. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective
insulating materials as necessary.
01272201 BASIC ELECTRICAL METHODS 16000-3
08/01
W
4
D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured
for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously
t .€
inscribed with a description of utility, with metallic core encased in a protective jacket for
-A
corrosion protection, detectable by metal detector when tape is buried up to 30" deep; colored as
follows:
1. Red: Electric.
2. Yellow: Gas, oil, steam, and dangerous materials.
3. Orange: Telephone and other communications.
4. Blue: Water systems.
5. Green: Sewer systems.
E. Backfill Material
1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand
complying to ASTM C 33.
2. Material more than 12" above pipes and conduits shall be sand indicated above or native fill
r
free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials,
vegetation, and other deleterious matter.
PART 3 - EXECUTION
3.1 GENERAL
A. Fabrication, erection and installation of the complete electrical system shall be done in accordance
with accepted good practice by qualified personnel experienced in such work and shall proceed in
an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall
check all areas and surfaces where electrical equipment material is to be installed, removed or
relocated and report any unsatisfactory conditions before starting work. Commencement of work
signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the
finished installation, no allowance will be made for lack of skill on the part of workmen. Surfaces
requiring coatings will be completed prior to installation of any electrical work on these surfaces.
B. The electrical drawings are diagrammatic. The installation requirements shall be carefully
coordinated with structural, architectural and mechanical conditions and shall be adjusted to avoid
conflict.
C. All work shall be concealed in walls, ceilings, chases unless specifically noted to be exposed or
otherwise approved.
D. The locations of electrical equipment is approximate and are not intended to convey the exact
details and mounting of location of outlets, equipment and other items. Exact locations are to be
field determined by actual measurements.
E. The location height and projection of fixtures illuminating signs or special features shall be
approved by Architect prior to installation.
F. Contractor shall coordinate the location of all exterior fixtures with Architectural drawings and
specifications.
G. Consult the Architectural Drawings to determine wall finishes and locations of wall mounted
equipment, counter top splashes and similar items to avoid conflict with electrical equipment.
H. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective
insulating materials as necessary.
01272201 BASIC ELECTRICAL METHODS 16000-3
08/01
W
I. Excavation for Pipe and Conduit
1. Excavate trenches to indicated gradients, lines, depths, and elevations.
2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe
or conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of pipe or
conduit, unless otherwise indicated.
3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support
of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and
barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones
and sharp objects along trench subgrade.
a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed,
multiple -duct conduit units, hand excavate trench bottoms and support pipe and
conduit on an undisturbed subgrade.
b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to
support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand
backfill.
C. Excavate trenches 4" deeper than elevation required in rock or other unyielding
bearing material to allow for bedding course.
4. Place backfill and fill materials in layers not more than 8" in loose depth for material
compacted by heavy compaction equipment, and not more than 4" in loose depth for
material compacted by hand -operated tampers.
5. Compact soil to not less than the following percentages of maximum dry unit weight
according to ASTM'D 698:
a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12"
of existing subgrade and each layer of backfill or fill material at 95 percent.
b. Under walkways, scarify and recompact top 6" below subgrade and compact each
layer of backfill or fill material at 92 percent.
C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and
compact each layer of backfill or fill material at 85 percent.
6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except
6" below subgrade under pavements and slabs.
7. Protection
a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and
erosion. Keep free of trash and debris.
b. Repair and reestablish grades to specified tolerances where completed or partially
completed surfaces become eroded, rutted, settled, or where they lose compaction
due to subsequent construction operations or weather conditions.
1) Scarify or remove and replace soil material to depth as directed by Architect;
reshape and recompact.
C. Where settling occurs before Project correction period elapses, remove finished
surfacing, backfill with additional soil material, compact, and reconstruct surfacing.
1) Restore appearance, quality, and condition of finished surfacing to match
adjacent work, and eliminate evidence of restoration to the greatest extent
possible.
8. Disposal of Surplus and Waste Materials
a. Disposal: Remove surplus satisfactory soil and waste material, including
unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property
unless otherwise directed by Owner.
01272201 BASIC ELECTRICAL METHODS 16000-4
08/01
b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous
condition by Contractor at no additional expense to Owner.
3.2 PERFORMANCE TESTS
A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition
and freedom from grounds and short circuits before acceptance is requested. All equipment,
appliances and devices shall be operated under load conditions.
B. After the interior wiring system installation is complete conduct operating tests for approval. When
requested, test all the wire, cable, devices and equipment after installation, to assure that all
material continues to possess all the original characteristics as required by governing codes and
standards listed in these specifications.
C. After motor operation has been verified make voltage readings at all panelboards and starters.
Based on these readings, make final adjustments of primary taps on all transformers in the building
as directed, or coordinate with the utility proper building voltage.
D. Perform such other tests as required by other sections of these specifications or as requested to
prove acceptability.
E. Furnish all instruments and labor for testing.
F. All material installed shall be listed, inspected, and approved by a nationally accepted testing
laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available.
3.3 SUBMITTAL -AND APPROVAL OF MATERIALS
A. All requirements for submittals shall comply with the applicable provisions included in the
individual specification sections.
B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc.,
on the drawings is intended to establish a standard of quality of the product. It is the responsibility
of the contractor to review all items he intends to submit. If equipment other than that indicated
on drawings is proposed by the contractor, the information will be reviewed at the time of the
submission of the submittal.
01272201
08/01
11
END OF SECTION
BASIC ELECTRICAL METHODS
16000-5
l
J
SECTION 16111
CONDUIT
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Metal conduit.
B. Flexible metal conduit.
C. Liquidtight flexible metal conduit.
D. Electrical metallic tubing.
E. Fittings and conduit bodies.
1.2 RELATED SECTIONS
A. Section 07270 - Fire Stopping.
B. Section 16130 - Boxes.
C. Section 16170 - Grounding and Bonding.
D. Section 16190 - Supporting Devices.
E. Section 16,195 - Electrical Identification.
1.3 REFERENCES
A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated.
B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated.
C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable
Assemblies.
D. ANSI/NFPA 70 - National Electrical Code.
E. NECA "Standard of Installation. "
F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing.
1.4 DESIGN REQUIREMENTS
A. Conduit Size: ANSI/NFPA 70.
1.5 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal
conduit, nonmetallic conduit, fittings and conduit bodies.
1.6 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 01700.
B. Accurately record actual routing of conduits.
01272201
08/01
CONDUIT
1.7 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSI/NFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for
purpose specified and shown.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect, and handle Products to site under provisions of Section 01600.
B. Accept conduit on site. Inspect for damage.
C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide
appropriate covering.
D. Protect PVC conduit from sunlight.
1.9 PROJECT CONDITIONS
A. Verify that field measurements are as shown on Drawings.
B. Verify routing and termination locations of conduit prior to rough -in.
C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as
required to complete wiring system.
PART 2 - PRODUCTS
2.1 CONDUIT REQUIREMENTS
A. Minimum Size: Sia " unless otherwise specified.
B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit.
C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations.
D. Below Slab: Non metallic PVC conduit is acceptable within limitations specified.
E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non metallic
PVC conduit within limitations specified.
F. MC Cable: Shall not be utilized on this project.
2.2 METAL CONDUIT
A. Manufacturers:
1. Allied
2. Wheatland
3. Substitutions: Under provisions of Section 01600.
B. Rigid Steel Conduit: ANSI C80.1.
C. Intermediate Metal Conduit (IMC): Rigid steel
D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings.
01272201 CONDUIT 16111-2
08/01
! 2.3 FLEXIBLE METAL CONDUIT
A. Manufacturers:
1. Greenfield
2. Electri-Flex
3. Allied Tube
4. Substitutions: Under provisions of Section 01600.
B. Description: Interlocked steel construction. Aluminum is not permitted.
C. Fittings: ANSI/NEMA FB 1 with fittings approved for steel flex.
D. Applications: Use for final connections to motorized equipment, connections to recessed
lighting fixtures located in accessible ceilings, and connections to dry type transformers.
Utilization of 3/8" in lieu of the minimum 3/4" is acceptable under the limitations of the
National Electrical Code.
2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT
A. Manufacturers:
1. Ultatite
2. Electri-flex
3. Substitutions: Under provisions of Section 01600.
B. Description: Interlocked steel construction with PVC jacket.
C. Fittings: ANSI/NEMA FB 1.
D. Applications: Use for final connections to motorized equipment in exterior locations and areas
subjected to moisture.
2.5 ELECTRICAL METALLIC TUBING (EMT)
A. Manufacturers:
1. Allied
2. Substitutions: Under provisions of Section 01600.
B. Description: ANSI C80.3; galvanized tubing.
C. Fittings and Conduit.Bodies: ANSI/NEMA FB 1; all steel, compression or set screw type.
D. Applications: Do not use below grade or in exterior locations. Use only in interior locations.
2.6 PVC COATED METAL CONDUIT
A. Manufacturers:
1. Levy
2. Robroy Industries
3. Substitutions: Under provisions of Section 01600.
B. Description: NEMA RN -1, rigid steel conduit with external PVC coating, 20 mil thick.
C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be
applied with two layers of corrosion resistant tape.
D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to
match conduit.
01272201 CONDUIT 16111-3
08/01
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install conduit in accordance with NECA "Standard of Installation."
B. Install nonmetallic conduit in accordance with manufacturer's instructions.
C. Arrange supports to prevent misalignment during wiring installation.
D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis
hangers, and split hangers.
E. Group related conduits; support using conduit rack. Construct rack using steel channel.
F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190.
G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary
supports.
H. Do not attach conduit to ceiling support wires.
I. Arrange conduit to maintain headroom and present neat appearance.
J. Route exposed conduit parallel and perpendicular to walls.
K. Route conduit installed above accessible ceilings parallel and perpendicular to walls.
L. Maintain adequate clearance between conduit and piping.
M. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104
degrees F.
N. Cut conduit square using saw or pipecutter; de -bun cut ends.
O. Bring conduit to shoulder of fittings; fasten securely.
P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet
locations and to cast boxes.
Q. Install no more than equivalent of three 90 -degree bends between boxes. Use conduit bodies
to make sharp changes in direction, as around beams. Use factory elbows for bends in metal
conduit larger than 2 inch size.
R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system.
S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses,
control and expansion joints.
T. Provide suitable pull string in each empty conduit except sleeves and nipples.
U. Use suitable caps to protect installed conduit against entrance of dirt and moisture.
V. Ground and bond conduit under provisions of Section 16170.
W. Identify conduit under provisions of Section 16195.
X. Ducts shall be cleaned with an flexible mandrel assembly.
Y. All conduits passing vertically through slabs on grade shall be PVC -coated, rigid steel or IMC.
Rigid steel and IMC conduits shall be applied with protective coatings as indicated herein.
Z. Underground branch circuit extensions to parking lot lighting fixtures and other branch circuits
may be direct buried PVC conduit. Service entrance conduit shall be installed in rigid
galvanized steel conduit unless otherwise approved by the Engineer.
AA. Minimum cover for underground conduits shall be 30 inches unless otherwise noted.
BB. Underground conduit routed across the site shall be grouped and installed in a neat and orderly
manner. At locations where conduits enter into pullboxes, all bends shall be installed with a
long sweeping radius.
CC. All conduit shall be routed concealed as much as possible. Roof penetrations for conduits shall
adhere to the requirements and details as indicated on the Architectural drawings.
01272201 CONDUIT 16111-4
08/01
3.2 INTERFACE WITH OTHER PRODUCTS
A. Install conduit to preserve fire resistance rating of partitions and other elements, using materials
and methods under the provisions of Section 07270.
B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with
pitch pocket. Coordinate location with roofing installation.
01272201
08/01
END OF SECTION
CONDUIT
16111-5
SECTION 16123
BUILDING WIRE AND CABLE
PART 1 - GENERAL
1.1 SECTION INCLUDES:
A. Building wire and cable.
B. Wiring connectors and connections.
1.2 RELATED SECTIONS:
A. Section 16195 - Electrical Identification.
1.3 REFERENCES:
A. Section 01400 - Quality Control: Requirements for references and standards.
B. NECA Standard of Installation (National Electrical Contractors Association).
C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment
and Systems (International Electrical Testing Association).
D. NFPA 70 - National Electrical Code.
1.4 SUBMITTALS FOR REVIEW:
A. Section 01300 - Submittals: Procedures for submittals.
B. Product Data: Provide for each cable assembly type.
1.5 SUBMITTALS FOR INFORMATION:
A. Section 01300 - Submittals: Procedures for submittals.
B. Test Reports: Indicate procedures and values obtained.
C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use
stipulated by product testing agency specified under Regulatory Requirements.
1.6 SUBMITTALS AT PROJECT CLOSEOUT:
A. Section 01700 - Contract Closeout: Procedures for submittals.
B. Project Record Documents: Record actual locations of components and circuits.
1.7 QUALIFICATIONS:
A. Manufacturer: Company specializing in manufacturing products specified in this Section with
minimum three years documented experience.
01272201
08/01
BUILDING WIRE AND CABLE
16123-1
1.8 REGULATORY REQUIREMENTS:
A. Conform to NFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the
purpose specified and indicated.
1.9 FIELD SAMPLES:
A. Provide under provisions of Section 01400.
1.10 PROJECT CONDITIONS:
A. Section 01039 - Coordination and Meetings.
B. Verify that field measurements are as indicated.
C. Conductor sizes are based on copper.
D. Wire and cable routing indicated is approximate unless dimensioned.
1.11 COORDINATION:
A. Coordinate Work under provisions of Section 01039.
B. Where wire and cable destination is indicated and routing is not shown, determine exact routing
and lengths required.
PART 2 - PRODUCTS
2.1 BUILDING WIRE:
A. Manufacturers:
1. Southwire.
2. American Cable.
3. Houston Wire and Cable.
4. Substitutions: Refer to Section 01600 - Material and Equipment.
B. Description: Single conductor insulated wire.
C. Conductor: Copper.
D. Insulation Voltage Rating: 600 volts.
E. Insulation: NFPA 70, Type indicated herein.
F. MC Cable: Shall not be utilized on this project.
2.2 WIRING CONNECTORS:
A. Split Bolt Connectors:
1. Ilsco.
2. Buchanan.
3. Burndy.
4. Substitutions: Refer to Section 01600 - Material and Equipment.
01272201 BUILDING WIRE AND CABLE 16123-2
08/01
�J
B. Solderless Pressure Connectors:
1. I1sco.
2. Buchanan.
3. Burndy.
4. Substitutions: Refer to Section 01600 - Material and Equipment.
C. Spring Wire Connectors:
1. Ideal.
2. Substitutions: Refer to Section 01600 - Material and Equipment.
D. Compression Connectors:
1. Ilsco.
2. Buchanan.
3. Burndy.
4. Substitutions: Refer to Section 01600 - Material and Equipment.
PART 3 - EXECUTION
3.1
EXAMINATION:
A.
Section 01039 - Coordination and Meetings: Verification of existing conditions before starting
work.
B.
Verify that interior of building has been protected from weather.
C.
Verify that mechanical work likely to damage wire and cable has been completed.
D.
Verify that raceway installation is complete and supported.
3.2
PREPARATION:
A.
Completely and thoroughly swab raceway before installing wire.
3.3
WIRING METHODS:
A.
Concealed Dry Interior Locations: Use only building wire, Type THW or THHN/THWN
insulation, in raceway.
B.
Exposed Dry Interior Locations: Use only building wire, Type THW or THHN/THWN
insulation, in raceway.
C.
Above Accessible Ceilings: Use only building wire, Type THW or THHN/THWN insulation,
in raceway.
D.
Wet or Damp Interior Locations: Use only building wire, Type THW or THHN/THWN
insulation, in raceway.
E.
Exterior Locations: Use only building wire, Type THW, THHN/THWN or XHHW insulation,
in raceway.
F.
Use wiring methods indicated.
3.4
INSTALLATION:
A.
Section 01400 - Quality Control: Manufacturer's instructions.
B.
Route wire and cable as required to meet Project Conditions.
C.
Install cable in accordance with the NECA "Standard of Installation."
01272201
BUILDING WIRE AND CABLE 16123-3
08/01
D. Use solid conductor for feeders and branch circuits 10 AWG and smaller.
E. Use stranded conductors for control circuits.
F. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of
pre -manufactured fixture whips, listed for such use and not exceeding 6' in length.
G. Use conductor not smaller than 14 AWG for control circuits.
H. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as
indicated on the drawings.
I. Install all conductors in conduit.
J. Pull all conductors into raceway at same time.
K. Use suitable wire pulling lubricant for building wire 4 AWG and larger.
L. Protect exposed cable from damage.
M. All cables shall be neatly supported.
N. Use suitable cable fittings and connectors.
O. Neatly train and lace wiring inside boxes, equipment, and panelboards.
P. Clean conductor surfaces before installing lugs and connectors.
Q. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible
temperature rise.
R. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape
uninsulated conductors and connector with electrical tape to 150 percent of insulation rating
of conductor.
S. Use solderless pressure connectors with insulating covers for copper conductor splices and
taps, 8 AWG and smaller.
T. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps,
10 AWG and smaller.
U. Identify and color code wire and cable under provisions of Section 16195. Identify each
conductor with its circuit number or other designation indicated.
V. The number of conductors in each conduit run shall be limited to the requirements as indicated
on the drawings and indicated in Article 310-15 of the 1999 National Electrical Code.
3.5 FIELD QUALITY CONTROL:
A: Section 01400 - Quality Control: Field inspection, testing and adjusting.
B. Inspect and test in accordance with NETA ATS, except Section 4.
C. Perform inspections and tests listed in NETA ATS, Section 7.3.1.
END OF SECTION
01272201 BUILDING WIRE AND CABLE 16123-4
08/01
SECTION 16130
BOXES
PART 1 - GENERAL
1.1
SECTION INCLUDES:
A.
Wall and ceiling outlet boxes.
B.
Pull and junction boxes.
1.2
RELATED SECTIONS:
A.
Section 07270 - Firestopping.
B.
Section 16140 - Wiring Devices: Wall plates in finished areas.
1.3
REFERENCES:
A.
NECA - Standard of Installation.
B.
NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies.
C.
NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports.
D.
NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum).
E.
NFPA 70 - National Electrical Code.
1.4
SUBMITTALS FOR CLOSEOUT:
A.
Section 01700 - Contract Closeout: Submittals for Project closeout.
B.
Record actual locations and mounting heights of outlet, pull, and junction boxes on project
record documents.
1.5
REGULATORY REQUIREMENTS:
A.
Conform to requirements of NFPA 70.
B.
Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for
the purpose specified and indicated.
PART 2 - PRODUCTS
2.1 OUTLET BOXES:
A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel.
B. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported;
include half-inch (13 mm) male fixture studs where required.
C. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box
manufacturer.
- D. Wall Plates for Finished Areas: As specified in Section 16140.
01272201 BOXES 16130-1
08/01
2.2 PULL AND JUNCTION BOXES:
A. Sheet Metal Boxes: NEMA OS 1, galvanized steel.
B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted
junction box, made of galvanized cast iron with a flange neoprene gasket and stainless steel
cover screws.
C. In -Grade Pullboxes: Boxes shall be concrete with cast-iron covers/rings with H2O ratings
and shall be configured as indicated on the drawings.
PART 3 - EXECUTION
3.1 EXAMINATION:
A. Verify locations of outlets in all locations areas prior to rough -in.
3.2 INSTALLATION:
A. Install boxes in accordance with NECA "Standard of Installation."
B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling,
equipment connections and compliance with regulatory requirements.
C. Set wall mounted boxes at elevations to accommodate mounting heights specified in section
for outlet device.
D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned.
Adjust box location up to 10 feet if required to accommodate intended purpose.
E. Orient boxes to accommodate wiring devices oriented as specified in Section 16140.
F. Maintain headroom and present neat mechanical appearance.
G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only.
H. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from
ceiling access panel or from removable recessed luminaire.
I. Install boxes to preserve fire resistance rating of partitions and other elements, using
materials and methods specified in Section 07270.
J. Coordinate mounting heights and locations of outlets mounted above counters, benches, and
backsplashes with Architectural drawings and other trades.
K. Locate outlet boxes to allow luminaires positioned as shown on reflected ceiling plan.
L. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices.
M. Use flush mounting outlet box in finished areas.
N. Locate flush mounting box in masonry wall to require cutting of masonry unit comer only.
Coordinate masonry cutting to achieve neat opening.
O. Do not install flush mounting box back-to-back in walls; provide minimum 6 inches
separation. Provide minimum 24 inches separation in acoustic rated walls.
P. Secure flush mounting box to interior wall and partition studs. Accurately position to allow
for surface finish thickness.
Q. Use stamped steel bridges to fasten flush mounting outlet box between studs.
R. Install flush mounting box without damaging wall insulation or reducing its effectiveness.
S. Use adjustable steel channel fasteners for hung ceiling outlet box.
T. Do not fasten boxes to ceiling support wires.
01272201 BOXES 16130-2
08/01
U. Support boxes independently of conduit.
V. Use gang box where more than one device is mounted together. Do not use sectional box.
W. Use gang box with plaster ring for single device outlets.
X. Use cast outlet box in exterior surface -mounted locations exposed to the weather and wet
locations.
Y. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast
metal box in other locations.
Z. Coordinate with other trades for box rough -in, such that control devices are grouped (i.e.,
thermostats, wall switches, volume controls, etc.).
AA. In -grade boxes shall be installed as indicated on the drawings. Box Covers shall be
manufactured and installed in a manner to restrict water migration from around the Cover.
3.3 INTERFACE WITH OTHER PRODUCTS:
A. Coordinate installation of outlet box for equipment connected under Section 16180.
3.4 ADJUSTING:
A. Section 01700 - Contract Closeout: Adjusting installed work.
B. Adjust flush -mounting outlets to make front flush with finished wall material.
C. Install knockout closures in unused box openings.
3.5 CLEANING:
A. Section 01700 - Contract Closeout: Cleaning installed work.
B. Clean interior of boxes to remove dust, debris, and other material.
C. Clean exposed surfaces and restore finish.
3.6 REPAIR:
A. Repair any areas or surfaces damaged during conduit installation.
B. Paint (resurface) to original condition.
01272201
08/01
END OF SECTION
BOXES
16130-3
CF•
SECTION 16140
WIRING DEVICES
PART 1 - GENERAL
1.1
SECTION INCLUDES
A.
Wall switches.
B.
Receptacles.
C.
Device plates and decorative box covers.
1.2
RELATED SECTIONS
A.
Section 16130 - Boxes.
1.3
REFERENCES
A.
NECA - Standard of Installation.
B.
NEMA WD 1 - General Requirements for Wiring Devices.
C.
NEMA WD 6 - Wiring Device -- Dimensional Requirements.
D.
NFPA 70 - National Electrical Code.
1.4
SUBMITTALS FOR REVIEW
A.
Section 01300 - Submittals: Procedures for submittals.
B.
Product Data: Provide manufacturer's catalog information showing dimensions, colors, and
configurations.
C.
Manufacturers with similar catalog numbers will not be considered as a basis for an
equivalent product.
1.5
QUALIFICATIONS
A.
Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience..
1.6
REGULATORY REQUIREMENTS
A.
Conform to requirements of NFPA 70.
B.
Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for
the purpose specified and indicated.
01272201 WIRING DEVICES 16140-1
08/01
PART 2 - PRODUCTS
2.1 WALL SWITCHES
A. Manufacturers:
1. Hubbell HBL1221-I.
2. Substitutions: Refer to Section 01600.
B. Description: NEMA WD 1, 20 amp, Heavy -Duty, AC only general -use snap switch.
C. Body and Handle: nylon ivory handle.
D. Utilize equivalent series of manufacturer's numbers above for threeway, four-way and two -
pole applications.
2.2 RECEPTACLES
A. Manufacturers:
1. Hubbell HBL 5362-I
2. Substitutions: Refer to Section 01600. Equivalent.
B. Description: NEMA WD 1, Heavy-duty general use receptacle, with triple wipe contacts
and grounding contacts integral with backstrap (no rivets).
C. Device Body: Ivory plastic.
D. Configuration: NEMA WD 6, type as specified and indicated.
E. Convenience Receptacle: Type 5-20.
F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to
meet regulatory requirements. Hubbell GF5362-I or equivalent.
2.3 WALL PLATES
A. Decorative Cover Plate: Stainless steel.
B. Weatherproof Cover Plate: Gasketed cast metal with gasketed device cover on exterior
devices.
C. Surface Mounted Plates: Galvanized steel plates
PART 3 - EXECUTION
3.1 EXAMINATION
A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to
beginning work.
B. Verify that outlet boxes are installed at proper height.
C. Verify that wall openings are neatly cut and will be completely covered by wall plates.
D. Verify that branch circuit wiring installation is completed, tested, and ready for connection
to wiring devices.
E. Verify installation location of all boxes to be installed in millwork with Architect.
01272201 WIRING DEVICES 16140-2
08/01
3.2 PREPARATION
A. Provide extension rings to bring outlet boxes flush with finished surface.
B. Clean debris from outlet boxes.
3.3 INSTALLATION
A. Install in accordance with NECA "Standard of Installation."
B. Install devices plumb and level.
C. Install switches with OFF position down.
D. Do not share neutral conductor on load side of dimmers.
E. Install receptacles with grounding pole on top.
F. Connect wiring device grounding terminal to branch circuit equipment grounding conductor.
G. Install decorative plates on switch, receptacle, and blank outlets in finished areas.
H. Connect wiring devices by wrapping conductor around screw terminal.
I. Use jumbo size plates for outlets installed in masonry walls.
J. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above
accessible ceilings, and on surface mounted outlets.
K. Install blank cover plate to match other wall plates on all unused boxes.
3.4 INTERFACE WITH OTHER PRODUCTS
A. Coordinate locations of outlet boxes provided under Section 16130 to obtain mounting
heights specified and indicated on drawings.
B. Install all wall switches, thermostats, and fire alarm pull stations at 42 inches above finished
floor.
C. Install convenience receptacle 18 inches above finished floor.
D. Install convenience receptacle 6 inches above backsplash of counter unless otherwise
directed by Architect.
3.5 FIELD QUALITY CONTROL
A. Section 01400 - Quality Control: Field inspection, testing, adjusting, and balancing.
B. Inspect each wiring device for defects.
C. Operate each wall switch with circuit energized and verify proper operation.
D. Verify that each receptacle device is energized.
E. Test each receptacle device for proper polarity.
F. Test each GFCI receptacle device for proper operation.
3.6 ADJUSTING
A. Section 01700 - Contract Closeout: Adjusting installed work.
B. Adjust devices and wall plates to be flush and level.
J-1 01272201
08/01
WIRING DEVICES
16140-3
3.7 CLEANING
A. Section 01700 - Contract Closeout: Cleaning installed work.
B. Clean exposed surfaces to remove splatters and restore finish.
END OF SECTION
01272201 WIRING DEVICES 16140-4
08/01
SECTION 16170
GROUNDING AND BONDING
PART 1 - GENERAL
1.1
SECTION INCLUDES
A.
Grounding electrodes and conductors.
B.
Equipment grounding conductors.
C.
Bonding.
1.2
REFERENCES
A.
Section 01400 - Quality Control: Requirements for references and standards.
B.
NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution
Equipment and Systems (International Electrical Testing Association).
C.
NFPA 70 - National Electrical Code.
1.3
GROUNDING SYSTEM DESCRIPTION
A.
Metal underground water pipe.
B.
Metal frame of the building.
C.
Rod electrodes.
1.4
PERFORMANCE REQUIREMENTS
A.
Grounding System Maximum Resistance: 10 ohms.
1.5
SUBMITTALS FOR REVIEW
A.
Section 01300 - Submittals: Procedures for submittals.
B.
Product Data: Provide for grounding electrodes and connections.
1.6
SUBMITTALS FOR CLOSEOUT
A.
Section 01700 - Contract Closeout: Procedures for submittals.
B.
Project Record Documents: Record actual locations of components and grounding
electrodes.
C.
Certificate of Compliance: Indicate approval of installation by authority having jurisdiction.
1.7
QUALIFICATIONS
A.
Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience, and with service facilities within
100 miles of Project.
01272201
08/01
GROUNDING & BONDING
16170-1
1.8 REGULATORY REQUIREMENTS
A. Conform to requirements of NFPA 70.
B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the
purpose specified and indicated.
PART 2 - PRODUCTS
2.1 ROD ELECTRODES
A. Material: Copper.
B. Diameter: 3/4 inch.
C. Length: 10 feet.
2.2 MECHANICAL CONNECTORS
A. Material: Bronze.
2.3 EXOTHERMIC CONNECTIONS
A. Manufacturers: Cadweld.
2.4 WIRE
A. Material: Stranded copper.
B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as
indicated on the drawings.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to
beginning work.
B. Verify that final backfill and compaction has been completed before driving rod electrodes.
3.2 INSTALLATION
A. Section 01400 - Quality Control: Manufacturer's instructions.
B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance
to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet.
C. Provide bonding to meet Regulatory Requirements.
D. Bond together metal siding not attached to grounded structure; bond to ground.
E. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder
and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing.
01272201 GROUNDING & BONDING 16170 - 2
08/01
F. Grounding Electrode System: The new grounding electrode system shall consist of the
common bonding of building steel, underground steel water piping and supplemental ground
rods as detailed on the drawings.
G. Provide proper bonding of the electrical system's grounded conductor (neutral) and the
grounding electrode system sized in accordance with N.E.C. Article 250.
3.3 FIELD QUALITY CONTROL
A. Section 01400 - Quality Assurance: Field inspection, testing, adjusting.
B. Inspect and test in accordance with NETA ATS, except Section 4.
C. Perform inspections and tests listed in NETA ATS, Section 7.13.
END OF SECTION
01272201 GROUNDING & BONDING
08/01
16170-3
SECTION 16190
SUPPORTING DEVICES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Conduit and equipment supports.
B. Anchors and fasteners.
1.3 REFERENCES
A. NECA - National Electrical Contractors Association.
B. ANSI/NFPA 70 - National Electrical Code.
1.4 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSI/NFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for
purpose specified and shown.
PART 2 - PRODUCTS
2.1 PRODUCT REQUIREMENTS
A. Materials and Finishes: Provide adequate corrosion resistance.
B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of
equipment and conduit. Consider weight of wire in conduit when selecting products.
C. Anchors and Fasteners:
1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and
preset inserts.
2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset
fasteners.
3. Concrete Surfaces: Use self -drilling anchors and expansion anchors.
4. Sheet Metal: Use sheet metal screws.
5. Wood Elements: Use wood screws.
01272201 SUPPORTING DEVICES 16190-1
08/01
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install products in accordance with manufacturer's instructions.
B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of
Installation".
C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit.
D. Obtain permission from Engineer before drilling or cutting structural members.
E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members
or use hexagon head bolts to present neat appearance with adequate strength and rigidity.
Use lock washers under all nuts.
F. Install surface -mounted cabinets and panelboards with minimum of four anchors.
G. In wet and damp locations use steel channel supports to stand cabinets and panelboards one
inch off wall.
H. Install conduit supports a maximum spacing specified in the NEC.
END OF SECTION
01272201 SUPPORTING DEVICES 16190-2
08/01
SECTION 16195
ELECTRICAL IDENTIFICATION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Nameplates and labels.
B. Wire and cable markers.
1.3 REFERENCES
A. ANSI/NFPA 70 - National Electrical Code.
PART 2 - PRODUCTS
2.1 NAMEPLATES AND LABELS
A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black
background.
B. Locations:
1. Each electrical distribution and control equipment enclosure.
2. Communication cabinets, and computer cabinets. '
3. Field disconnects, start stop stations, control panels.
C. Letter Size:
1. Use 1/4 inch letters for identifying individual equipment and loads.
2. Use 1/4 inch letters for identifying grouped equipment and loads..
3. Use 3/8 inch letters for identifying Main Disconnect equipment.
2.2 WIRE/CONDUIT/BOX MARKERS
A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each
termination end point of the conductor. DC conductors shall identify polarity.
B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load
connection. All conduit penetrations identifying the location of each end.
C. Legend:
1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings.
D. Boxes:
1. Label each junction box in accessible locations to indicate the type of
system (i.e.; security; power circuit - 1,3,5; etc.)
01272201 ELECTRICAL IDENTIFICATION 16195-1
08/01
E. Conduits: In each pulIbox, provide a permanent tag (phenolic) indicating the origin and
termination of each spare Conduit.
PART 3 - EXECUTION
3.1 PREPARATION
A. Degrease and clean surfaces to receive nameplates and labels.
3.2 APPLICATION
A. Install nameplate and label parallel to equipment lines.
B. Secure nameplate to equipment front using screws or rivets.
C. Identify underground conduits using underground warning tape. Install one tape per trench
at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes,
cabinets, etc. (see specification Section 16000)
D. Identify all conductors at every termination indicating endpoints of termination and tag
identification as required.
E. Color coding for phase identification:
120/208 volts
Phase
277/480 volts
Black
A
Brown
Red
B
Orange
Blue
C
Yellow
White
Neutral
Gray
Green
Ground
Green
Conductor phase and voltage identification shall be made by color -coded insulation for all
conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification
shall be made by color -coded insulation, or conductors with black insulation may be furnished
and identified by colored electrical tape. Conductor identification shall be provided within each
enclosure where a tap, splice, or termination is made.
END OF SECTION
01272201 ELECTRICAL IDENTIFICATION 16195-2
08/01
SECTION 16441
ENCLOSED SWITCHES
PART 1 - GENERAL
1.1
SECTION INCLUDES
A.
Fusible switches.
B.
Non -fusible switches.
C.
Fuses.
1.2
REFERENCES
A.
NEMA KS 1 - Enclosed Switches.
B.
NFPA 70 - National Electrical Code.
C.
UL 198C - High -Interrupting Capacity Fuses; Current Limiting Type.
D.
UL 198E - Class R Fuses.
E.
NEMA AB 1 — Molded Case Circuit Breakers
F.
NECA — Standard of Installation
1.3
SUBMITTALS
A.
Submit under provisions of Section 01340.
B.
Product Data: Provide switch ratings and enclosure dimensions.
1.4
QUALITY ASSURANCE
A.
Perform Work in accordance with NECA Standard of Installation.
1.5
QUALIFICATIONS
A.
Manufacturer: Company specializing in manufacturing Products specified in this Section
with minimum three years documented experience.
1.6
REGULATORY REQUIREMENTS
A.
Conform to requirements of NFPA 70.
B.
Furnish products listed and classified by UL as suitable for purpose specified and shown.
PART 2 -'PRODUCTS
2.1 MANUFACTURERS
A. Square D.
B. General Electric
01272201 ENCLOSED SWITCHES
08/01
16441-1
C. Eaton
D. Siemens
2.2 ENCLOSED SWITCHES
A. Fusible or Non -fusible as indicated.
B. Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with
externally operable handle interlocked to prevent opening front cover with switch in ON
position. Handle lockable in OFF position.
C. Fuse Clips: Designed to accommodate NEMA FUl, class R fuses.
D. Enclosures: NEMA KS 1.
E. Interior Dry Locations: Type 1.
F. Exterior Locations: Type 3R or 4.
G. NEMA ratings of enclosures as specified on drawings take precedence over location
specification.
H. Current rating of switch to be equal to or greater than that of the circuit it is interrupting.
2.3 FUSES
A. Manufacturers:
1. Bussman
2. Littlefuse
3. Gould Shawmut
B. Dimensions and Performance: NEMA FU 1, Class as specified or indicated.
C. Voltage: Provide fuses with suitable voltage ratings for phase to phase voltages.
D. Service Entrance: Class L, Bussman Low -peak or equivalent.
E. General Purpose Loads: Class RK1, Bussman Low -peak or equivalent.
F. Motor Loads: Class RKS, Bussman Fusetron or equivalent.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install in accordance with NECA Standard of Installation
B. Install fuses in all fusible disconnects.
C. Apply adhesive tag on the inside door of all disconnects indicating the NEMA class fuse and
size installed.
D. Provide a disconnect switch for all equipment where indicated or required by the National
Electrical Code. Coordinate with other disciplines to determine where disconnects are
furnished with equipment.
END OF SECTION
01272201 ENCLOSED SWITCHES 16441-2
08/01
SECTION 16470
PANELBOARDS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, FAA Mandatory Contract Provisions, General
Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this
Section.
B. Related Sections
1. Section 16190 - Supporting Devices.
2. Section 16195 - Electrical Identification: Engraved nameplates.
1.2 SUMMARY
A. Section Includes
1. Distribution and Branch circuit panelboards.
B. References
1. NECA (National Electrical Contractors Association) "Standard of Installation."
2. NEMA AB 1 - Molded Case Circuit Breakers.
3. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies.
4. NEMA KS 1 - Enclosed Switches.
5. NEMA PB 1 - Panelboards.
6. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of
Panelboards Rated 600 Volts or Less.
7. NFPA 70 - National Electrical Code.
1.3 SUBMITTALS
A. Submit under provisions of General Conditions. Shop Drawings: Indicate outline and
support point dimensions, voltage, main bus ampacity, integrated short circuit ampere
rating, circuit breaker and fusible switch arrangement and sizes.
B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of
use stipulated by Product testing agency. Include instructions for storage, handling,
protection, examination, preparation, installation, and starting of Product.
1.4 PROJECT RECORD DOCUMENTS
A. Submit under provisions of General Conditions. Record actual locations of Products;
indicate actual branch circuit arrangement.
1.5 OPERATION AND MAINTENANCE DATA
A. Submit under provisions of General Conditions. Maintenance Data: Include spare parts data
listing; and recommended maintenance procedures and intervals.
03870600 PANELBOARDS 16470-1
02/01
1.6 QUALITY ASSURANCE
A. Perform Work in accordance with NECA Standard of Installation:
1.7 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum five years experience.
1.8 REGULATORY REQUIREMENTS
A. Conform to requirements of NFPA 70. Furnish products listed and classified by UL as
suitable for purpose specified and indicated.
1.9 FIELD MEASUREMENTS
A. Verify that field measurements are as indicated.
1.10 MAINTENANCE MATERIALS
A. Provide maintenance materials under provisions of General Conditions. Provide two of each
panelboard key if required.
PART 2 - PRODUCTS
2.1 PANELBOARDS
A. Manufacturers:
1. General Electric
2. Square -D
3. Westinghouse
B. Description: NEMA PB -1, circuit breaker type.
C. Panelboard Bus: Copper with ratings as indicated. Provide a copper ground bus in each
panelboard.
D. Minimum integrated short circuit rating: Fully rated devices with minimum levels as
indicated. Series rated systems will not be allowed. Minimum calculated values are labeled
on each panelboard and are indicated as "AIC".
E. Molded Case Circuit Breakers: NEMA AB 1, bolt -on, circuit breakers with integral thermal
and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as type
HACR for air-conditioning equipment loads and type SWD for switching applications.
F. Enclosure: NEMA PB -1, Type 1.
G. Cabinet Front: Surface or recessed type as indicated on the drawings, fastened with
concealed trim clamps, hinged door with flush lock, metal directory frame, and finished in
manufacturer's standard gray enamel.
03870600 PANELBOARDS 16470-2
02/01
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install panelboards in accordance with NEMA PB 1.1. Install panelboards plumb. Provide
supports in accordance with drawings and Section 16190. Height: 6 ft maximum to top of
panelboard. Provide filler plates for unused spaces in panelboards. Provide typed circuit
directory for each branch circuit panelboard. Revise directory to reflect circuiting changes
required to balance phase loads. Spare slots shall be labeled as such in erasable pencil on
directory. Provide engraved plastic nameplates under the provisions of Section 16195.
B. Provide two empty 1 inch conduits from each recessed panelboard to an accessible location
above and label as "spare".
C. Ground panelboard in accordance with section 16170.
3.2 FIELD QUALITY CONTROL
A. Field inspection and test for grounds on each circuit after installation is completed. Measure
steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to
balance the phase loads to within 20 percent of each other. Maintain proper phasing for
multi -wire branch circuits. Visual and Mechanical Inspection: Inspect for physical damage,
proper alignment, anchorage, and grounding. Check proper installation and tightness of
connections for circuit breakers, fusible switches, and fuses.
03870600
02/01
END OF SECTION
PANELBOARDS
16470-3
1
JT
SECTION 16510
INTERIOR LUMINAIRES
PART 1 - GENERAL
1.1
SECTION INCLUDES
A.
Interior luminaires and accessories.
B.
Exit signs.
C.
Ballasts.
D.
Lamps.
E.
Luminaire accessories.
1.2
REFERENCES
A.
ANSI C82.1 - Ballasts for Fluorescent Lamps - Specifications.
B.
NEMA WD 6 - Wiring Devices -Dimensional Requirements.
C.
NFPA 70 - National Electrical Code.
D.
NFPA 101 - Life Safety Code.
1.3
SUBMITTALS FOR REVIEW
A.
Section 01300 - Submittals: Procedures for submittals.
B.
Shop Drawings: Indicate dimensions and components for each luminaire that is not a
standard product of the manufacturer.
C.
Product Data: Provide dimensions, ratings, and performance data.
1.4
SUBSTITUTIONS:
A.
Refer to Section 16000 for requirements.
1.5
SUBMITTALS FOR CLOSEOUT
A.
Section 01700 - Contract Closeout: Submittals for project closeout.
B.
Submit manufacturer's operation and maintenance instructions for each product.
1.6
QUALIFICATIONS
A.
Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
1.7
REGULATORY REQUIREMENTS
A.
Conform to requirements of NFPA 70.
B.
Conform to requirements of NFPA 101.
01272201
08/01
INTERIOR LUMINAIRES
16510-1
C. Products: Listed and classified by Underwriters Laboratories, Inc., as suitable for the
purpose specified and indicated.
1.8 EXTRA PRODUCTS
A. Section 01700 - Contract Closeout.
PART 2 - PRODUCTS
2.1 LUMINAIRES
A. Furnish Products as scheduled. Refer to Section 01600 for substitutions and product options.
2.2 EXIT SIGNS
A. Furnish products as scheduled.
2.3 FLUORESCENT BALLASTS
A. Manufacturers:
1. Advance.
2. Motorola.
3. Magnatek.
4. Section 01600 - Materials and Equipment: Substitutions: Permitted.
B. Description: ANSI C82.1, high power factor type electronic ballast, suitable for lamps
specified.
C. Voltage: Match luminaire voltage.
D. Source Quality Control: Certify fluorescent ballast design and construction by Certified
Ballast Manufacturers, Inc.
E. All ballasts shall be UL listed, Class P, with a sound rating of Class A and shall contain no
PCBs.
F. Ballasts shall comply with 47 CFR 18 for electromagnetic interference and shall not
interfere with the operation of other electrical equipment.
G. Unless otherwise indicated (i.e. dual switches) the minimum number of ballasts per fixture
shall be used.
H. Light output regulation shall be +/- 10%.
I. Power factor shall not be less than 0.95.
J. A 60 Hz filter shall be provided.
2.4 LAMPS
A. Fluorescent Lamp Manufacturers:
1. Sylvania.
2. General Electric.
3. Philips.
4. Section 01600 -Materials and Equipment: Substitutions: Permitted.
01272201 INTERIOR LUMINAIRES 16510-2
08/01
B. Lamp Types: As specified for luminaire. Provide 3500 degrees Kelvin lamps for all
fluorescent fixtures.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install suspended luminaires using pendants supported from swivel hangers. Provide pendant
length required to suspend luminaire at indicated height.
B. Locate recessed ceiling luminaires as indicated on reflected ceiling plan.
C. Install surface mounted luminaires and exit signs plumb and adjust to align with building
lines and with each other. Secure to prevent movement.
D. Exposed Grid Ceilings: Support surface mounted luminaires on grid ceiling directly from
building structure.
E. Install recessed luminaires to permit removal from below.
F. Install recessed luminaires using accessories and firestopping materials to meet regulatory
requirements for fire rating in locations where fire rated ceilings are present.
G. Install clips to secure recessed grid -supported luminaires in place.
H. Install wall mounted luminaires, emergency lighting units and exit signs at height as
indicated on Drawings or as scheduled.
I. Install accessories furnished with each luminaire.
J. Make wiring connections to branch circuit using building wire with insulation suitable for
.temperature conditions within luminaire.
K. Bond products and metal accessories to branch circuit equipment grounding conductor.
L. Install specified lamps in each emergency lighting unit, exit sign, and luminaire.
3.2 FIELD QUALITY CONTROL
A. Section 01400 - Quality Assurance: Field inspection, testing, and adjusting.
B. Operate each luminaire after_ installation and connection. Inspect for proper connection and
operation.
3.3 ADJUSTING
A. Section 01700 - Contract Closeout: Adjusting installed work.
B. Aim and adjust luminaires as directed.
C. Position exit sign directional arrows as indicated.
3.4 CLEANING
A. Section 01700 - Contract Closeout: Cleaning installed work.
B. Clean electrical parts to remove conductive and deleterious materials.
C. Remove dirt and debris from enclosures.
D. Clean photometric control surfaces as recommended by manufacturer.
E. Clean finishes and touch up damage.
01272201 INTERIOR LUMINAIRES 16510-3
08/01
3.5 DEMONSTRATION AND INSTRUCTIONS
A. Section 01700 - Contract Closeout: Demonstrating installed work.
3.6 PROTECTION OF FINISHED WORK
A. Section 01700 - Contract CIoseout: Protecting installed work.
B. Relamp luminaires that have failed lamps at Substantial Completion.
END OF SECTION
01272201 INTERIOR LUMINAIRES 16510-4
08101
a
U.S. Department
of Transportation
Federal Aviation
Administration
Advisory
Circular
Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C
DURING CONSTRUCTION Initiated by: AAS -300 Change:
4
-.J
1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on
airports during construction, to assist airport operators in complying with Part 139, Certification and
Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations (FAR),
and with the requirements of Federally funded construction projects. Construction activity is defined
as the presence and movement of personnel, equipment, and materials in any location which could
infringe upon the movement of aircraft. For noncertificated airports and airports with no grant
agreements, application of these provisions will help maintain the desired level of operational safety
during periods of construction.
2. CANCELLATION. AC 150/5370-213, Operational Safety on Airports With Emphasis on Safety
During Construction, dated October 9, 1981, is canceled.
3. RELATED READING MATERIAL. All references cited herein are available for inspection in
any Federal Aviation Administration (FAA) regional office.
a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44,
Status of Federal Aviation Regulations, current edition, contains a price list and ordering
instructions).
b. AC 150/5370-10, Standards for Specifying Construction of Airports, is also sold by the
Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains
ordering instructions).
4. BACKGROUND. Various ACs which detail all major elements of safe, efficient airport design
and construction are available. However, operational safety on airports may be degraded by
construction hazards or marginal conditions that develop after an airport has been opened or
approved for operation. This AC addresses that problem.. NOTE: Airports which have received
Federal assistance (grants, real or personal property) and airports certificated under FAR Part 139
have mandatory requirements related to this subject.
J.
AC 150/5370-2C
5. GENERAL.
5/31/84
a. The airport operator is responsible for full compliance with the requirements of FAR Part 139
for certificated airports and with the provisions of Federal grant agreements when applicable.
Adherence to the following provisions will materially assist the airport operator in providing the
level of safety required. Local FAA Airports offices have technical expertise to assist airport
operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports
Divisions and Airports District/Field Offices, current edition.)
b. Each bidding document (construction plans and/or specifications) for airport development work
or air navigation facility (NAVAID) installation involving aircraft operational areas should
incorporate a section on safety on airports during the construction activity. The section, as a
minimum, should contain the appropriate provisions outlined in Appendix 1 to this AC.
c. The airport operator should pay particular attention to the pullback distances and clearances for
any maintenance activities and emergencies that occur on airports. These include activities which
involve maintenance equipment - such as mowing machines, snowplows, lighting equipment - as
well as emergency standbys for firefighting and rescue equipment.
d. Where feasible and where operational safety is not affected, the airport operator may choose to
keep open operational areas adjacent to construction activity during construction rather than close
them to aircraft activity.
e. At airports that are undergoing a multiyear major redevelopment, a comprehensive construction
safety plan should be developed. This safety plan may contain deviations from the criteria outlined
in Appendix 1 of this AC so long as they are based upon a commitment by the airport operator and
the users to provide the maximum clearances possible between construction activities and aircraft
within the limits imposed by local conditions.
6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on
an airport, in proximity to, or affecting aircraft operational areas or navigable airspace, should be
coordinated with the FAA and airport users prior to initiating such activities. In addition, basic
responsibilities and procedures should be developed and disseminated to instruct construction
personnel in airport procedures and for monitoring construction activities for conformance with
safety requirements. These and other safety considerations should be addressed in the earliest stages
of project formulation and incorporated in the contract specifications. Construction areas located
within safety areas requiring special attention by the contractor should be clearly delineated on the
project plans. The airport operator should closely monitor construction activity throughout its
duration to ensure continual compliance with safety requirements.
a. Formal Notification. A formal notification to the FAA is required by regulation for certain
airport projects. For instance, FAR Part 157, Notice of Construction, Alteration, Activation, and
Deactivation of Airports, requires that FAA be notified in writing whenever a non -Federally funded
project involves the
1 5/31/84 AC 15-/5370-2C
construction of a new airport; the construction, realigning, altering, activating, or abandoning of a
runway, landing strip, or associated taxiway; and the deactivating or abandoning of an entire airport.
Formal notification is made by submitting FAA Form 7480-1, Notice of Landing Area Proposal, to
the nearest FAA district office or FAA regional office. (See AC 70-2, Airspace Utilization
Considerations in the Proposed Construction, Alteration, Activation and Deactivation of Airports,
current edition.) Also, any person proposing any kind of construction or alteration of objects that
affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspace, is
required to notify the FAA. FAA Form 7460-1, Notice of Proposed Construction or Alteration,
- should be used for this purpose. (See AC 70/7460-2, Proposed Construction or Alteration of Objects
That May Affect the Navigable Airspace, current edition.)
b. Work Scheduling; and Accomplishment. Predesign, preconstruction, and prebid conferences
provide excellent opportunities to introduce the subject of airport operational safety during
construction. All parties involved, including the sponsor's engineer and contractors, should integrate
operational safety requirements into their planning and work schedules as early as practical. Also,
responsibilities should be clearly established for continuous monitoring and compliance with the
requirements assigned and for vigilance to detect areas needing attention due to oversight or altered
construction activity. When construction is being planned on FAR Part 139 certificated airports, the
responsible airport safety (certification) inspector should be directly involved at all stages, from
predesign through final inspection.
c. Safety Considerations. The following is a partial list of safety considerations which experience
indicates will need attention during airport construction.
(1) Minimum disruption of standard operating procedures for aeronautical activity.
(2) Clear routes from firefighting and rescue stations to active airport operations areas and safety
areas.
(3) Chain of notification and authority to change safety oriented aspects of the construction plan.
(4) Initiation, currency, and cancellation of Notice to Airmen (NOTAMs).
(5) Suspension or restriction of aircraft activity on airport operations areas.
(6) Threshold displacement and appropriate temporary lighting and marking.
(7) Installation and maintenance of temporary lighting and marking for closed or diverted
aircraft routes on airport operations areas.
(8) Revised vehicular control procedures or additional equipment and manpower.
(9) Marking/lighting of construction equipment.
AC 150/5370-2C 5/31/84
(10) Storage of construction equipment and materials when not in use.
(11) Designation of responsible representatives of all involved parties and their availability.
(12) Location of construction personnel parking and transportation to and from the work site.
(13) Marking/lighting of construction areas.
(14) Location of construction offices.
(15) Location of contractor's plants.
(16) Designation of waste areas and disposal.
(17) Debris cleanup responsibilities and schedule.
(18) Identification of construction personnel and equipment.
(19) Location of haul roads.
(20) Security control on temporary gates and relocated fencing.
(2 1) Noise pollution.
(22) Blasting regulation and control.
(23) Dust control.
(24) Location of utilities.
(25) Provision for temporary utilities and/or immediate repairs in the event of disruption.
(26) Location of power and control lines for electronic/visual navigational aids.
(27) Additional security measures required if FAR Part 107, Airport Security, is involved.
(28) Marking and lighting of closed airfield pavement areas.
(29) Coordination of construction activities during the winter with airport snow removal plan.
(30) Phasing of work.
(3 1) Shutdown and/or protection of airport electronic/visual navigational aids.
4
7
3
5/31/84 AC 15-/5370-2C
(32) Smoke, steam, and vapor controls.
(33) Notify crash/fire/rescue personnel when working on water lines.
(34) Provide traffic directors/wing walkers, etc., as needed to assure clearance in construction
areas.
d. Guidelines for Proximity of Construction Activity to Airport Operations Areas. The guidelines
contained in Appendix 1 are for use in the preparation of plans and specifications when construction
activities are to be conducted in locations which may interfere with aircraft operations. They should
—z be adapted to the needs of a particular project and should not be incorporated verbatim into project
specifications.
7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents
and incidents have identified many contributory hazards and conditions. A representative list
follows:
a. Excavation adjacent to runways, taxiways, and aprons.
b. Mounds or stockpiles of earth, construction material, temporary structures, and other obstacles
in proximity to airport operations areas and approach zones.
c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways
and 3 inches (7.62 cm) for edges between old and new surfaces at runway edges and ends.
d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas or in
safety areas.
e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of
navigational aids.
f. Tall but relatively low visibility units such as cranes, drills, and the like in critical areas such as
safety areas and approach zones.
g. Improper or malfunctioning lights or unlighted airport hazards.
h. Holes, obstacles, loose pavement, trash, and other debris on or near airport operations areas.
i. Failure to maintain fencing during construction to deter human and animal intrusions into the
airport operation areas.
j. Open trenches alongside pavement.
k. Improper marking or lighting of runways, taxiways, and displaced thresholds.
1. Attractions for birds such as trash, grass seeding, or ponded water on or near airports.
5
AC 150/5370-2C 5/31/84
m. Inadequate or improper methods of marking temporarily closed airport operations areas
including improper and unsecured barricades.
n. Obliterated markings on active operational areas.
NOTE: Safety area encroachments, improper ground vehicle operations, and unmarked or
uncovered holes and trenches in the vicinity of aircraft operating surfaces are the three most
recurring threats to safety during construction.
8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and
using procedures for the immediate notification of airport users and the FAA of any conditions
adversely affecting operational safety at the airport. If construction operations require shutdown of a
navigational aid from service for more than 24 hours or in excess of 4 hours daily on consecutive
days, a 45 -day minimum notice is desirable prior to the facility shutdown. Notification of
construction, rough pavement, weather -caused effects, bird hazards, and other conditions affecting
the use of the airport is usually made by NOTAM issued by Flight Service Stations. FAA Air
Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or
other persons engaged in aviation activities are encouraged to report safety related airport conditions
to airport management, the FAA or through the use of the National Aeronautics and Space
Administration's Aviation Safety Reporting System.
9. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a
minimum. Where vehicular traffic on airport operation areas cannot be avoided, it should be
carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Some
aspects of vehicle control and identification are discussed below. It should be recognized, however,
that every airport presents different vehicle requirements and problems and therefore needs
individualized solutions so that vehicle traffic does not endanger aircraft operations.
a. Visibility. Vehicles which routinely operate on airport operations areas should be
marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations.
Vehicles which are not marked and lighted should be escorted by one that is equipped with
temporary marking and lighting devices. (See AC 150/5210-5, Painting, Marking, and Lighting of
Vehicles Used on an Airport, current edition.)
b. Identification. It is usually desirable to be able to identify visually specific vehicles from a
distance. It is recommended that radio equipped vehicles which routinely operate on airport
operations areas be permanently marked with identifying characters on the sides and roof. (See AC
150/5210-5.) Vehicles needing intermittent identification could be marked with tape or with
magnetically attached markers which are commercially available. Whenever possible, vehicles
should be purchased with the recommended markings and lighting.
c. Noticeability. Construction vehicles/equipment should have automatic signalling devices to
sound an alarm when moving in reverse.
6
5/31/84 AC 15-/5370-2C
r
..l
d. Movement. The control of vehicular activity on airport operations areas is of the highest
importance. Airport management is responsible for developing procedures, procuring equipment,
and providing training regarding vehicle operations to ensure aircraft safety during construction.
This requires coordination with airport users and air traffic control. Consideration should be given to
'l the use of two-way radio, signal lights, traffic signs, flagman, escorts, or other means suitable for the
particular airport. The selection of a frequency for two-way radio communications between
construction contractor vehicles and the air traffic control (ATC) tower must be coordinated with the
j ATC tower chief. At nontower airports, two-way radio control between contractor vehicles and
=il fixed -base operators or other airport users should avoid frequencies used by aircraft. It should be
remembered that even with the most sophisticated procedures and equipment, systematic training of
vehicle operators is necessary to achieve safety. Special consideration should be given to training
intermittent operators, such as construction workers, even if escort service is being provided.
10. INSPECTION. Frequent inspections should be made by the airport operator or a representative
during critical phases of the work to ensure that the contractor is following the prescribed safety
y procedures and that there is an effective litter control program.
y 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspectors have
specific responsibilities regarding operational safety on certificated airports before and during
periods of construction activity. Their particular area of concern will be directed towards
construction within safety areas, and they will be involved in the following functions:
a. Review of plans to determine limits of work and possible safety problem areas.
b. Give special attention to the development of the safety plan which is a part of the plans and
specifications.
c. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of
the construction activities and the safety plan.
=J d. Ensure that users of the facilities have ample warning of the proposed construction so that they
may make advanced plans to change their operations.
-L e. FAA Airports engineers and certification inspectors should participate in the predesign and
preconstruction conferences if the project involves a complex safety plan. Also, they should
participate in construction inspections and in the inspection of the finished work to determine that
,l there are no safety violations to FAR Part 139.
/s/
Leonard E. Mudd
Director, Office of Airport Standards
7 (and 8)
5/31/84 AC 15-/5370-2C
3 Appendix 1
APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION
1. RUNWAY ENDS.
Construction equipment normally should not penetrate the 20:1 approach surface.
2. RUNWAY EDGES.
Construction activities normally should not be permitted within 200 feet of the runway centerline.
However, construction may be permitted within 200 feet of the runway centerline on a case-by-case
f basis with approval of the airport operator, the FAA and the users.
S
3. TAXIWAYS AND APRONS.
Normally, construction activity setback lines should be located at a distance of 25 feet plus one-half
the wingspan of the largest predominant aircraft from the centerline of an active taxiway or apron.
However, construction activity may be permitted up to the taxiway and aprons in use provided that the
activity is first coordinated with the airport operator, the FAA and the users; NOTAMs are issued;
marking and lighting provisions are implemented; and it is determined the height of equipment and
materials is safely below any part of the aircraft using the airport operations areas which might
overhang those areas. An occasional passage of an aircraft with wingspan greater than 165 feet should
be dealt with on a case-by-case basis.
4. EXCAVATION AND TRENCHES.
a. Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of an
active runway, provided they are adequately signed, lighted and marked. In addition, excavation and
open trenches may be permitted within 200 feet of the runway centerline on a case-by-case basis, that
is, cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the
users.
b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural
taxiway and apron pavements provided the dropoff is adequately signed, lighted and marked.
5. STOCKPILED MATERIAL.
Extensive stockpiled materials should not be permitted within the construction activity areas defined
in the preceding four sections.
6. MAXIMUM EQUIPMENT HEIGHT.
Notice of proposed construction shall be submitted to the appropriate Airports district office for
review prior to the placement of construction equipment on airports. The guiding criteria involving
FAR Part 139 certificated airports and grant agreement airports is that all construction plans and
specifications require direct coordination with the appropriate Airports district, field, or regional office.
In addition, airports should file FAA Form 7460-1 when equipment is expected to penetrate any of the
surfaces defined above in paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157
requires prior notice to construct, realign, alter, or activate any runway/landing area or associated
taxiway for any project which is non -Federally funded.
7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction
activity in the vicinity of navigational aids requires special consideration. The effect of the activity and
its permissible distance and direction from the aid must be evaluated in each instance. A coordinated
evaluation by the airport operator and the
AC 150/5370-2C
Appendix 1
5/31/84
FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards,
and Airway Facilities Specialists is needed as well as construction engineering and management
input. Particular attention needs to be given to stockpiling materials as well as to the movement and
parking of equipment which may interfere with line -of -sight from the tower or interfere with
electronic emissions. (see AC 150/5300-2D, Airport Design Standards - Site Requirements for
Terminal Navigational Facilities, current edition, for critical areas of NAVAIDS.)
8. CONSTRUCTION VEHICLE TRAFFIC.
With respect to vehicular traffic, aircraft safety during construction is likely to be endangered by
four principle causes: increased traffic volume, nonstandard traffic patterns, vehicles without radio
communication and marking, and operators untrained in the airport's procedures. Because each
construction situation differs, airport management must develop and coordinate a construction
vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers
and contractors. This plan, when signed by all participants becomes a part of the contract. The
airport operator is responsible for coordinating and enforcing the plan.
9. LIMITATION ON CONSTRUCTION.
a. Open flame welding or torch cutting operations should be prohibited unless adequate fire and
safety precautions are provided and have been approved by the airport operator. All vehicles are to
be parked and serviced behind the construction restriction line and/or in an area designated by the
airport operator.
b. Open trenches, excavations, and stockpiled material at the construction site should be
prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the
airport operator and the FAA) during hours of restricted visibility and/or darkness. Under no
circumstances are flare pots to be near aircraft turning areas.
c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft
blast or wind. Material should not be stored near aircraft turning areas or movement areas.
10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS.
The construction specifications should include a provision requiring the contractor to have a man
on call 24 hours per day for emergency maintenance of airport hazard lighting and barricades.
a. Permanently Closed Runways and Taxiways. For runways and taxiways which have been
permanently closed, the lighting circuits should be disconnected. With runways, the threshold
markings, runway designation marking, and touchdown zone markings should be obliterated, and
crosses should be placed at each end at 1,000 foot (300 m) intervals. With taxiways, a cross is
placed at each entrance of the closed taxiway.
b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the
same manner as in paragraph I Oa except runway markings are not obliterated. Rather, crosses are
usually of the temporary type (constructed of
2
I
5/31/84
AC 15-/5370-2C
Appendix 1
material such as fabric or plywood), and they are required only at runway ends. The crosses should
be located on top of the runway numerals. For temporary marking, the dimensions of the crosses
may be reduced to permit use of standard sheets of 4 by 8 foot (1.22 by 2.44 m) plywood.
Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph I Od.
f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes provided with shoulder
stabilization to prevent blast and water erosion. This stabilization may have the appearance of a full
strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define
this area, but conditions may exist such as stabilized islands or taxiway curves where confusion may
exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists,
the stabilized area should be marked with 3 foot (1 m) stripes perpendicular to the edge stripes. On
straight sections, the marks should be placed at a maximum of 100 foot (30 m) spacing. On curves,
the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The
stripes should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in
length, whichever is less.
g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full
strength pavement. However, conditions may exist, such as exceptionally wide runways, where there
is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used.
11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS.
Identification of temporary runway threshold displacements should be located outboard of the
runway surface. These could include outboard lights, Runway End Identification Lights (REILS),
and markings. The extent of the marking and lighting should be directly related to the duration of
the displacement as well as the type and level of aircraft activity.
1 3 (and 4)
c. Closed Airports. When all runways are closed temporarily, the runways are marked as in
paragraph 10b, and the airport beacon is turned off. When all runways are closed permanently, the
runways are marked as in paragraph I Oa, the airport beacon is disconnected, and a cross is placed in
the segmented circle or at central location if no segmented
circle exists.
d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by
use of barricades with alternate orange and white markings. The barricades are supplemented with
orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are
always in the extended position and properly oriented. For nighttime use, the barricades are
='
supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades,
i,
flags, and lights must be such to delineate adequately the hazardous area.
e. Notices to Airmen (NOTAMs�. The airport operator should provide information on closed or
hazardous conditons to the local air traffic control facility (control tower, approach control, center,
flight service station) so that a NOTAM can be issued.
f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes provided with shoulder
stabilization to prevent blast and water erosion. This stabilization may have the appearance of a full
strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define
this area, but conditions may exist such as stabilized islands or taxiway curves where confusion may
exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists,
the stabilized area should be marked with 3 foot (1 m) stripes perpendicular to the edge stripes. On
straight sections, the marks should be placed at a maximum of 100 foot (30 m) spacing. On curves,
the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The
stripes should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in
length, whichever is less.
g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full
strength pavement. However, conditions may exist, such as exceptionally wide runways, where there
is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used.
11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS.
Identification of temporary runway threshold displacements should be located outboard of the
runway surface. These could include outboard lights, Runway End Identification Lights (REILS),
and markings. The extent of the marking and lighting should be directly related to the duration of
the displacement as well as the type and level of aircraft activity.
1 3 (and 4)
u.S. DEPARTMENT OF TRANSPORTATION
' t f • FEDERAL. AVIATION ADMINISTRATION SW 5200.58
SOUTHWEST REGION- 2/1 bl9fi
suBj: AIRPORT SAFETY DURING FAA -FUNDED AIRPORT CONSTRUCTION AND FAA
FACILITIESMAINTENANCE
1. PURPOSE. This Order establishes airport safety standards far FAA -funded
construction (Airport Improvement Program and f=acilities and Equipment Program) and
FAA facilities maintenance.
2. DISTRIBUTION. This Order is,distributed to the Section level in the Airports and
Airway Facilities Divisions, to the Branch level in the Flight Standards, Air Traffic, and
Civil .Aviation. Security Divisions, to the Fart Worth Flight Procedures Office, to all
Southwest Region field offices and facilities, and to F & E Field Installation/Construction
Representatives.
3. CANCELLATION. Order SW 5200.5A, Airport Safety During FAA -Funded Airport
Construction and FAA Facilities Maintenance, dated 6/6/89, is canceled.
4. EXPLANATION OF CHANGES. This Order revises and updates safety criteria for
consistency with current FAA publications and updates references to regional
organizations.
5. DEFINITIONS.
{
.tet
a. Airport Elevation - the highest point on the landing surface of an airport.
b. Certificated Airport - an airport which, by law, is safety -regulated by the FAA under
Part 139 of the Federal Aviation Regulations, and which operates under specific safety
requirements which apply to maintenance and construction activities on the airport.
Certificated airports are listed in Appendix 2.
.,,I c. Displaced Threshold - A threshold that is located at a point on the runway other
z� than the designated beginning of the runway. A temporary displacement may be used
Oistributiorr_ A-X-3(FS,AT.AP,CS); A-X-4(AF): Initiated By: ASW -620
.� A-FOF-0 (maximum); A-FAF-10; A -FAS -1
SW 52G0.5B
2/15/96
to provide landing aircraft adequate clearance over construction equipment or other
objects in the approach area of a runway or adjacent to a runway.
d. Obstacle Free Zone (OFZ) - an FAA airport design standard for a volume of airspace
above a runway. The components are the Runway OFZ, Inner -transitional surface OFZ,
and Inner -Approach OFZ.
e. Obstruction - any structure, natural growth, vehicle or construction. material which
penetrates any airport imaginary surface defined by FAR Part 77, including primary,
transitional, approach, horizontal, and conical surfaces.
f. Relocated Threshold - a runway and which is not located at the physical end of the
pavement. This may occur if part of a runway is closed, and a relocated threshold is
established at the beginning of the .usable pavement. (Note: this term is not used in the
Notice to Airmen system.)
g. Safety Area - the ground surface next to runways, taxiways, and aircraft parking
areas which is expected to be graded, drained and free of any hazardous surface
variations and nonfrangible objects, the purpose of which is to reduce the risk of damage
to an aircraft inadvertently leaving airport pavement.
h. Small Aircraft - an aircraft weighing 1.2,500 lbs or less maximum certificated
takeoff weight.
i. Large Aircraft - an aircraft. weighing more than 12,500 lbs. maximum certificated
takeoff weight.
6. PROCEDURES. Aviation safety is a primary consideration during airport construction
and facilities maintenance. These activities shall be planned and scheduled to minimize
disruption of normal aircraft ground and air traffic. For airports subject to FAR Part 107,
Airport Security, the airport operator's security program standards shall be observed in the
areas of access control, and movement and identification of construction and FAA
personnel and vehicles.
a. These standards shall be used to develop specific safety measures which FAA
employees, grantees, and contractors shall adhere to during these activities on all airports
in the Southwest Region. They provide a reasonable level of safety, but aircraft
operations, weather, security, or local airport rules may require use of more stringent
safety measures. Use of less stringent measures and changes that impact security
controls are permitted only after coordination between Airports, Air Traffic, Airway
Facilities, Flight Standards, .and Civil Aviation Security Divisions, airport management, and
affected aviation users.
Page 2 Par 5
2/15/96 SW 5200.58
b. Bid documents for on -airport construction or maintenance projects shall include
general and specific safety requirements, based on Appendix 1 to this Order, so that
contractors are aware of the costs and constraints which will apply during the project to
maintain a high level of aviation safety.
c. If the clearances and restrictions described in this Order cannot be maintained while
construction or.maintenance is underway, action will be taken as appropriate to:
(1) close runways, taxiways; or aprons,
(2) relocate or displace runway thresholds temporarily,
(3) perform work at night or during periods of minimal aircraft activity.
(4) close affected areas to certain types of aircraft,
(5) restrict aircraft use by weight, wingspan, approach speed, or other
characteristic,
(6) shut down or restrict use of navigational or approach aids.
d. FAA employees who are responsible for construction or maintenance activities on
airports shall coordinate project safety and security requirements and impacts with the
airport sponsor as soon as the impacts have been :identified, but before commitments are
made with contractors or others to perform work on an airport. Coordination will vary
from formal predesign conferences to informal contacts with the airport manager or
responsible sponsor official before starting work.
7. SAFETY IMPACTS. Potentially hazardous conditions which rrsay occur during airport
construction and maintenance include the following:
a. Excavations, trenches, and stockpiled material on or near runways, taxiways and
aprons.
b. Construction equipment on aircraft oPerating areas or in runway approaches or
departure areas.
c. Inadequate construction area marking or lighting.
d. Lack of control over vehicle -access to aircraft operating areas, unauthorized entry
of personnel, vehicles, or animals.
e. Inadequate vehicle marking or lighting.
f. Deficient- marking and lighting of temporary runway thresholds.
Par 6 Page
SW 5200.56
2115196
g. Failure to Issue, update, or cancel Notices to Airman concerning airport or runway
closures or other construction -related airport condition.
h. Failure to mark and identify utilities or power cables, resulting in loss of airport
lighting; navigational, visual, or approach aids; weather reporting service; or
communications.
1. Unauthorized vehicle operations in localizer or glide slope critical areas, resulting in
electronic interference or facility shutdown.
j. Construction debris {gravel, sand, mud, paving material, etc.) on airport pavements,
resulting in aircraft prop, turbine engine, or tire damage.
k. Exposed pavement edges (drop-offs) from runways, taxiways and aprons to
adjacent pavement sections oT shoulders.
I. Construction activities which hamper aircraft rescuelfirefighting access. from fire
stations to the runway -taxiway system or airport buildings.
m. Lack of radio communication with construction and maintenance vehicles in
aircraft operating areas.
8. SAFETY STANDARDS. Paragraphs a through h below define safety standards and
guidelines for FAA -funded construction and FAA maintenance activities on airports.
a. Obstacle Free Zone
(1) Objects, vehicle, and stockpiled material normally_ are not permitted to
penetrate an OFZ. OFZs are shown on Figures 1 - 4.
(a) Runway OFZs are applicable at any time the runway is open for
aircraft use. On precision runways with approach lights, the inner -approach and inner -
transitional surface OFZs must be kept free of penetrations only when the weather
conditions are below an 800 ft. ceiling or less than 2 miles visibility and aircraft are using
an Instrument Landing System (ILS) for approaches.
W Objects which do not penetrate an OFZ still may require notice to
the. FAA under FAR Parts 77 or 152 and may be obstructions to air navigation. Those
objects which exceed FAR Part 77 obstruction standards are to be appropriately
obstruction -marked and, if -used at night, obstruction -lighted. Cranes or other -equipment
of unusual height may require special consideration and coordination with FAA operating
Divisions and airport users.
Page 4 Par 8
2/15/96
SW 5200.58
(2) The Runway OFZ is a volume of airspace extending from the runway surface
up to 150 feet above the runway. It extends 200 feet beyond each end of the runway
and has the following width:
Runways Serving:
Visibility Minimums
lower than 3/4 mils
Other
Runways
Small Aircraft
300 feet
250 feet
Large Aircraft 400 feet
2�Q R
Rwy OFZ
Rwy
1Aiidth OFZ
Plan View End View
Figure 1
OFZ - Visual Runways and Runways with visibility minimums not lower than 3/4 mile
OFZ
nner-Transitional OFZ
Plan View
I n ner-Transitional OFZ
- z
Rwy
oFz
End View
Figure 2
OFZ - Small airplanes exclusively with visibility minimums lower than 3/4 mile
Pao e' 5
SW 5200.513
Inner -Transitional on
2/15/96
ginner Transitional OFZ�
Rwy 0
60 ft
OFZre
Plan ViewI End View
Figure 3. OFZ - Runways serving large aircraft - visibility minimums lower than 3/4 mile
(3) The Inner -Approach OFZ, shown in Figure 4, applies only to runways
with approach lighting systems. It begins 200 feet from the runway threshold and ends
200 feet beyond the last light unit in an approach lighting system, and has a 50:1 slope,
beginning at runway end elevation.
Plan View
0
50
Profile View
Figure 4. Inner -Approach OFZ - Runways with approach lighting systems
Page 6 Pat 8
2115/96
b. Approach Clearance Over Equipment and Material.
SW 5200.5B
(1) Construction activity in a runway approach may result in a need to
displace the landing threshoid temporarily. If an object penetrates a surface shown in
Fig- 5, displace the threshold to a point where thesurfaceis not penetrated.
(2) Objects which do not penetrate these surfaces stilt maybe obstructions
to air navigation end/or may affect standard instrument approach procedures. Coordinate
these with the Fort. Worth Flight Procedures Office, and the Air Traffic System
Management Branch, AS1, -630, as necessary.
Runway
End
i unwa
Obstacle
i
Dimension
(Feet)
Small Aircraft
Large Aircraft
A
0
200
B
250
400
C
700
1000
D
_2250
1500
E
2750
8500
Figure 5. 20:1 Threshold Location Surface
Dann 7
SW 5200.58 2115/96
c. Partial Runway Closure For Equipment On The Runway.
(1) When equipment of construction/maintenence activity must be on a
runway and a decision is made to keep part of the runway open for aircraft, part of the
runway must be closed as shown in figure 6. The dim6hsions shown are recommended;
however, a larger closed area than shown may be necessary depending on aircraft use,
level of activity,, pilot technique, and equipment height, and a smaller closed area may be
possible under some circumstances. These recommendations are based on equipment
heights of about 15 feet; higher objects may require special considerations.
(2) Use the following distances from the construction/maintenance activity
to the relocated threshold:
Small aircraft (12,500 lbs or less)
Large aircraft (More than 12,500 lbs.)
1 Usable Runwavi
500 feet
1000 feet
Closed Area
500' or 1000' 11 Equipment
i emporary
Relocated
Threshold
Figure 6. Relocated Threshold for Equipment on the Runway
d. Runway and Taxiway Safety Areas.
(1) Runway safety areas - construction or maintenance activity is prohibited
in runway safety areas (RSA) while the full length of the runway is open. Normal FAA
maintenance of visual, approach, and navigationalaids is permissible within safety areas
provided vehicles, material,.arid excavations do not penetrate a runway QFZ and
requirements of paragraph 8b for approach clearance over vehicles, equipment and
material are met,
(2) Runway safety areadimensions are shown in Figure 7. .Existing safety
areas at a particular airport may be larger or smaller than the standard dimensions listed.
If construction or maintenance activity must take place within the specified safety area, it
is also acceptable to restrict the runway use to a smaller size of aircraft and use a
narrower and/or shorter safety area dimension for the duration of the activity.
Page a Par a
SW 5200.513
2/15/96
(3) Taxiway .safety areas/object free areas - see Figure 8.
Construction/maintenance activity is permissible in taxiway object free areas and safety
areas if the activity is hazard -marked and/or lighted and NOTAMs are in effect Special
consideration must be given to the height of -barricades, flashers and other warning
devices to clear aircraft wingtips, propellers, engines etc. Other actions may be necessary
such as.
• using "wingwalkerser to guide aircraft past haards,
• Using temporary taxiway marking/lighting to detour aircraft clear of the area,
s Moving equipment and personnel well clear to allow aircraft to pass safety.
Taxiway
Object
Free Area
............IN .......... .,................
Object
.~_ Wingtip
Clearance
Taxiway
Safety
Area
Airplane Design Group (See Appendix 3)
Item
1
11
111
1V
V
Taxiway Safety Area
49
79
118
171
214,
Width (Feet)
Taxiway Object Free
88
130
186
260
320
Area Width (Feet)
D..-- t n
Figure 8. Taxiway Safety Area and Object Free Area
SW 5200.5 13
2/15/96
(3) Taxiway safety areas/object free areas - see Figure 8.
Construction/maintenance activity is permissible in taxiway object free areas and safety
areas if the activity is hazard -marked and/or lighted and NOTAMs are in effect Special
consideration must be given to the rheight of -barricades, flashers and other warning
devices to clear aircraft wingtips, propellers, engines etc. Other actions may be necessary
such as:
• Using "wingwalkers" to guide aircraft past hazards,
• Using temporary taxiway marking/lighting to detour aircraft clear �of the area.
• Moving equipment and personnel well clear, to allow aircraft to pass. safely.
................... ;t ......................... ................................ ................
Taxiway
Object
Free .Area
Wingtip
......... ............ ........... ....::..... . . . . .. Clearance
Object
Taxiway
Safety
Area
Airplane Design Group (See Appendix 3)
Item I I I III IV v
Taxiway Safety Area 49 79 118 171 214.
Width (Feet)
Taxiway Object Free 88 130 186 260 320
Area Width (Feet)
Figure 8. Taxiway Safety Area and Object Free Area
2115/96 SW 5200.56
e. Marking and Lighting
(1) Temporary displaced runway threshold:
tai Mark with white arrows and a white threshold bar as shown in
Advisory .Circular 150!5340-1,, or
(b) Use alternate marking which is:
1 Clearly visible to the pilot,
Z Not misleading, confusing, or deceptive,
2 Secured in place to prevent movement,
A Made of material which will minimize damage to aircraft
which come in contact with the marking.
(2) Temporary relocated runway threshold (partial closure of a runway):
(a) Mark with yellow chevrons as shown in A.C. 150/5340-1, or use
alternate marking as described in per. (1)(b) above.
(b) Runway distance remaining .signs may need to be covered or
removed during the closure to avoid misleading runway length indications to pilots.
(3) Temporary runway thresholds must be lighted if all or part of a runway is
to be open at night during construction and maintenance. The airport operator may
already have temporary threshold lighting available, but this should be determined in
advance.
tat Use light lens colors and spacing in A.C. 15015340-24, Runway
and Taxiway Edge Lighting System.
(b) Disable runway lighting on closed parts of runways -and adjust
amber lenses (caution zone) if necessary. On some lighting systems, it may be necessary
to cover a light rather than removing the lamp or fixture.
(c) Disable visual gide slope indicators (VAS), PAP1, PLASI, etc.),
REIL, and approach lights which would otherwise give misleading indications to pilots as
to the threshold location. Installation of temporary visual aids may be necessary to
provide adequate guidance for pilots on approach to the affected runway. These may be
funded or provided by the FAA or the sponsor.
`;.1
? ^-- n Paos 11
SW 5200.58 2/15196
(4) Closed runway marking:
(a) Use yellow "X" marking as shown in A.C. 150/5340-1.
(b) Closed runway marking is not required on airports with 24-hour
Control Towers if the closed runway cannot be mistaken by pilots for nearby open
runways and the airport operator consents to omitting them. In some cases, closed
runway marking could interfere with the use of the runway for aircraft taxiing if this is to
be allowed while the runway is closed for landing and takeoffs.
(c) Closed runway marking is not required on runways which are
closed only at night provided that:
Runway lighting and visual aids are turned off,
2 NOTAMs are in effect regarding the closure.
(5) Hazard Marking (barricades, traffic cones, flashers, etc.) shall be used:
(a) To outline constructionlmaintenance areas which are accessible to
aircraft, persons, or vehicles,
(b) To identify isolated hazards such as open manholes, small areas
under repair, stockpiled material, waste areas, etc.,
(c) To prevent aircraft from taxiing onto a closed runway for takeoff,
(d) To identify FAA, airport, and National Weather Service facilities,
cables, power lines, ILS critical areas and other sensitive areas, in order to prevent
damage, interference, and facility shutdown.
f. Navigation Aids and Instrument Approach Procedures
(1) The need to shut down navigational, approach, or visual aids shall be
determined on a case-by-case basis. Flight Standards, Air Traffic, Airports, Airway
Facilities, the Flight Procedures Office, and the. airport sponsor shall be involved in the
decision as necessary. Work within an ILS critical area may affect the radiated signals
and interfere with aircraft navigation. ILS critical areas may be shown on the Airport
Layout Plan, or contact the local Airway Facilities office or Airport Traffic Control Tower
for information on critical .;area location and dimensions.
(2) Construction on or near runways may severely restrict the use of
Standard Instrument Approach .Procedures, and all phases of the project shall be
coordinated with the Fort Worth Flight Procedures Office to determine the effects:
pAna 19 Par A
~' 2/15/96 SW 5200.5B
g. Notices to Airman (NOTAM)
f (1) Responsibility for issuing NOTAMs shall be determined before
construction or maintenance begins. Refer to Order 7930.1, National Notice to Airmen
System, or Advisory Circular 150/5200-28, Notices.to Airmen for Abort Operators_
(2) NOTAMs on shutdown or irregular operation of FAA -owned facilities
shall be issued and canceled only by FAA employees. Flight Data Center (FDC) NOTAMs
on instrument approach procedures are issued by the Fort Worth Flight Procedures Office.
NOTAMs on airportconditions and non -Federal navigational aids shall be issued and
canceled only by the airport sponsor. Any person having reason to believe that a NOTAM
is missing, incomplete, or inaccurate shall notify the responsible person.
h. Vehicle, Identification. FAA employees :who operate vehicles on an airport shall
s comply with the airport owner's.ruies for vehicle marking, lighting, and operations, unless
FAA requirements are more stringent. Vehicles operated by FAA employees on active
runways, taxiways, or safety areas shall be marked with orange and white flags or
-� flashing yellow beacons during, daylight hours, and with flashing yellow beacons at night.
Contractors and suppliers shall 'be informed of the applicable requirements of the airport
sponsor by the FAA or airport sponsor employee responsible for the work.
i
i. Controlling Access To Aircraft Operational Areas
(1) Vehicle and pedestrian access routes for airport construction and
maintenance shall be controlled as necessary to prevent inadvertent or unauthorized entry
i of persons, vehicles, and animals. The amount of construction traffic or local
security/safety rules may require use of personnel to control access through gates.or
,fencing, or across aircraft movement areas. Radio communications may be required
f between these personnel and a Control Tower if equipment and personnel must enter or
cross an active Aircraft Movement Area.
Y (2) Vehicle parking areas for FAA and contractor employees shall be
designated in advance to minimize vehicle traffic in aircraft operating areas while still
providing reasonable employee access to the job site.
9. STANDARD SAFETY SPECIFICATIONS. General safety provisions which apply during
contract work on airports are contained in the following documents:
a. Facilities and Equipment Program (F & El projects - Additional General
Provisions, FAA P-1, Clause No. 75, "Special Precautions for Work at Operating Airports."
�J b. Airport Improvement Program (AIP) projects - Advisory Circular 150/5370-10,
"Standards for Specifying Construction of Airports," General Provisions 40-05,
Maintenance of Traffic; 70-08, Barricades, Warning Signs, and Hazard.Marking; 8.0.04,
f., Umitation of Operations.
J, 0-0 P2AA9R
SW 5200.513
2/15/96
10. PROJECT SPECIFICATIONS. Specific safety requirements for a project may be
developed using the guide in Appendix 1 of this Order, or may be written or provided in
other forms which provide similar guidance. The project safety requirements shall be
included In the plans and specifications, as applicable, when an invitation for bids is
issued.
Clyde M. De 4art, Jr.
Regional Administrator
Page 14
Per 10
2115196 SW 5200.5H
Appendix 1
1. General SafaV Requirements: During performance of this contract, the airport
runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the
maximum extent possible. Aircraft use of areas near the contractor's work will be
controlled to minimize disturbance to :the contractor's operation. The contractor shall not
allow his/her employees, subcontractor, suppliers, or any person over whom helshe has
control to enter or remain in any part of the airport which would be hazardous to persons
or to aircraft operations. Whenever aircraft operations' require, the (Contracting Officer,
Engineer, etc.) may order the contractor to suspend operations, move plant, personnel,
equipment, and materials to a ,safe location and stand by until aircraft use is completed.
2. Obstacle F[Ce Zone: Construction activity within an Obstacle Free Zone will require
closing part or all of the ,affected runway. See Figures 1 - 4.
3. gpnroach Clearance to Runways: Runway landing thresholds shall be located to
provide an unobstructed approach surface with an approach ratio over equipment and
material as shown on Figures 5 and 6.
4, Runway and TgXiwa_y Safety Areas: Construction activity within a runway safety area
will require closing part or all of the affected runway. Construction activity within
taxiway safety areas/object free areas is permissible when the taxiway is open to .aircraft
traffic if:
a. Adequate wingtip/empennage clearance exists between the aircraft and
equipment/materiel,
b. Excavations, trenches, or other conditions are conspicuously marked and
lighted,
c. Notices to Airmen are in effect concerning the activity, usually "Personnel and
equipment adjacent to Taxiway_,"
Safety Area dimensions are shown on Figures 7 and S.
AM f : 27. • I ti=t. AN •I• IM� �•
a, Temporary threshold marking is (required, not required). Threshold marking wail
be furnished by the (airport ownar, contractor, etc.).
J b. Temporary threshold lighting is (required, not required). Threshold fighting will
be furnished and maintained by the (airport owner, contractor, etc.).
J. Paae
SW 5200.58
Appendix i
2/15/96
c. Temporary visual aids (VASE, DAPI, REIL, etc.) are (required, not required). The
Visual aid,(s) will be furnished and maintained by the (airport owner, FAA, Contractor,
etc.).
a. Closed runway marking is (required, not required). Closed runway marking shall
be (as shown on the plans, fumished by the owner, etc.).
b. Hazard marking and lighting shall be as required by the (airport owner, project
superintendent, engineer, etc.:), and shall be as (described in Section _ of the
specifications, as shown on the plans; etc;),
a. Contractor vehicles and equipment. shall be identified by (describe marking and
lighting).
b. Employee parking shall be (specific location, or as designated by the engineer,
superintendent, airport manager, etc.).
S. Construction Sitg Access and Haut Roads: Access to the job site shall be via tspecific
route, as shown on the plans, designated by the engineer, superintendent, airport
manager, etc.).
9. Radio_ Communications: Radio communications are (required between the contractor's
representative and the Control Tower), (not required). (Specify communications
requirements in as much detail as possible.)
M--- M I Dar S
2/15/86 SW 5200.5B
Appendix 2
(As of March 1996)
Fayetteville Drake (FYV)
Fort Smith Regional (FSM)
Hot Springs Memorial (HOT)
Little Rock Adams Field (LIT)
Texarkana Regional (TXK)
Alexandria Esler Regional (ESF)
Alexandria Int) (AEX)
Baton Rouge Ryan (BTR)
Lafayette Regional (LFT)
Lake Charles Chennault (CWF)
Lake Charles Regional (LCH)
Monroe Regional (MLU)
New Iberia Acadiana Regional (ARA)
New Orleans International (MSY)
New Orleans Lakefront (NEW)
Shreveport Regional (SHV)
Tallulah Vicksburg -Tallulah Reg. (TVR)
Albuquerque International (ABQ)
Farmington Four Corners Reg. (FMN)
Hobbs • Lea County (Hobbs) (HOB)
Las Cruces International (LRU)
Los Alamos (LAM)
Roswell Industrial (ROW)
Ruidoso Sierra Blanca Reg. (SRR)
Lawton Municipal (LAW)
Oklahoma City Will Rogers (OKC)
Stillwater Municipal (SWO)
Tulsa International (TUU
Abilene Regional (ABI)
Amarillo International (AMA)
Austin Robert Mueller (AUS)
Beaumont Jefferson Co. (BPT)
Brownsville South Padre Is. (BRO)
College Station Easterwood (CLL)
Corpus Christi International (CRP)
Dallas/Fort Worth International (DFW)
Dallas Love (DAL)
El Paso International (ELP)
Fort Worth Alliance (AFW)
Fort Worth Meacham Inti (FTW)
Galveston Scholes (GLS)
Harlingen Valley Intl (HRL)
Houston Ellington (EFD)
Houston Hobby (HOU)
Houston Intercontinental (JAH)
Killeen Municipal (ILE)
Laredo International (LRD)
Longview Gregg County (GGG)
Lubbock International (LBB)
McAllen Miller International (MFE)
Midland International (MAF)
Paris Cox Field (PRX)
San Angelo Mathis Field (SJT)
San Antonio International (SAT)
Temple Draughon•Miller Cen. Tx (TPL)
Tyler Pounds Field (TYR)
Victoria Regional (VCT)
Waco Regional (ACT)
Wichita Falls Muni/Sheppard AFB (SPS)
2115/96
SW 5200.56
Appendix 3
Appendix 3. AIRPLANE DFIRIGN r,Rnt 1PR
Some safety standards in this Order are based on the "Airplane Design Group" from
Advisory Circular 150/5300-13, Abort Design. These Design Groups are based on
aircraft wingspan, with typical aircraft in each Design Group shown below.
Design Group
Wingspan
1
Up to but not including 49 fee
Piper Navajo, Cessna 421, Fairchild Metro, Beech
King Air, Mitsubishi MU -2, Rockwell Sabre 75,
Lear 35/36, SAWHawker-Siddfay, HS -125/800
11
49 feet up to but not including 79 feet
Cessna 441, Embraer 1.20 Brasilia, SAAB 340,
Rockwell Sabre 65, Cessna Citation 11/111, Beech
1900 Airliner, Gulfstream Ii111111/1V/V
III
79 feet up to but not including 118 feet
ATR 42172, BAE-148, Boeing 727/737, Convair
580, DeHaviliand Dash 7, DC -9 (All), Fokker 100,
MD -80, Fairchild F-27
IV
118 feet up t2 but not including 171 feet
Boeing 707, 757, 767, DC -8, Lockheed L-101 1,
DC-10/MD-11
V
171 feet un to but nod including 214 feet
Boeing 747, 777
00.,e a
2/15196
SW 5200.58
Appendix 4
Appendix 4. FAA Office Directory
Following are the FAA offices with responsibilities for construction and/or maintenance on
airports:
Office
12w2h=
Functions
Airports Division, Safety
817-222-5620
Airport safety, FAR 139,
and Standards Branch,
airport design standards,
ASW -620
Airport Improvement
Program project
management
Air Traffic Division, System
817-222-5530
Obstruction Evaluation, Air
Management Branch,
Traffic Procedures,
ASW -530
obstruction marking and
lighting, Control Tower line -
of -sight
Aviation System Standards,
817-222-4131
Instrument approach
Fort Worth Flight
procedures, Flight Data
Procedures Office
Center NOTAMs
Automated Flight Service
Notices to Airmen - Call
Stations (AFSSI
Administration:
1 -800 -
Jonesboro, AR
501-932-4608
544-1709
DeRidder, LA
318-462-6111
423-9347
Albuquerque, NM
505-242-4442
525-9963NM 342-7635TX
McAlester, OK
918-421-6056
722-4223 (OK only)
Conroe, TX
409-760-4201
833-5602
Fort Worth, TX
817-654-2205
722-6209
San. Angelo, TX
915-944-8791
433-8102
Civil Aviation Security
817-222-5700
Airport Security, FAR 107
Division, ASW -700
Airway FaciRties Divicine
Resource Mgt. Branch
817-222-4200
NAVAID Planning
NAS Implementation Br.
817-222-4500
NAVAID Implementation
Operations Branch
817-222-4700
NAVAID Maintenance
System Maintenance Office
505-764-6700
FAA Fact -ties Maintenance
Albuquerque (NM, W. Tx)
Dallas/Fort Worth (Metro)
214-453-4900
Houston (S. Tx, LA)
713-986-7100
Oklahoma City (OK, AR) 1
405-798-2000
Pace 1