Loading...
HomeMy WebLinkAboutResolution - 2022-R0191 - Contract 16399 with Cruz Tec, Inc - Canyon Lakes 4.26.22Resolution No. 2022-RO191 Item No. 7.23 April 26, 2022 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 16399 for Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 3A as per RFP 22-16399-KM, by and between the City of Lubbock and Cruz Tec, Inc., of Houston, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on April 26, 2022 DANIEL M. APE, MAYOR ATTEST: - �p C Rebe a Garza, City Secre ry APPROVED AS TO CONTENT: Jesica McEachern, Assistant City Manager APPROVED AS TO FORM: r K lli Leisure, Assistant City Attorney ccdocs/RES.Public Works Contract 16399- Canyon Lakes Sanitary Sewer Inceptor Rehabilitation - Phase 3A April 11, 2022 PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: 3/22/2023 PROJECT NUMBER: RFP 22-16399-KM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 3A Proposal of called Offeror) Cruz Tec, Inc. To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for the Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 3A having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 220 (to Substantial Completion) TOTAL CONSECUTIVE. CALENDAR DAYS: 240 (to Final Completion) (not to exceed 240 consecutive calendar days to Substantial Completion / 270 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 240 Consecutive Calendar Days with final completion within 270 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $100 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. City of Lubbock RFP 22-16399-KM Canyon Lakes Sanitary Sewer Interceptor Phase 3A Price Proposal Sheet Cruz Tec, Inc. Location Houston TX Total Cost $1,364,485.00 # Items QTY+/- U/M+/- UnitPrice ExtendedCost #1-1 #1-2 #1-3 MOBILIZATION STORMWATER POLLUTION PREVENTION PLAN TRAFFIC CONTROL 1 1 1 LS LS LS $150,000.00 27,500.00 45,000.00 $150,000.00 27,500.00 45,000.00 #2-1 BYPASS PUMPING 6 MONTH 35,000.00 210,000.00 #2-2 CCTV INSPECTION OF SEWER LINE, PRE AND POST 2795 LF 15.00 41,925.00 CONSTRUCTION #2-3 MECHANICAL CLEANING OF 24" DUCTILE IRON SEWER 1645 LF 55.00 90,475.00 LINE #24 SLIPLINING EXISTING 24-INCH SEWER LINE WITH 20- 1733 LF 235.00 407,255.00 INCH FUSIBLE (PS46) ASTM 679, OR APPROVED EQUIVALENT, PVC PIPE #2-5 24-INCH GRAVITY SEWER PIPE BY OPEN CUT, (PS46) 162 LF 265.00 42,930.00 ASTM F679, ALL DEPTHS #2-6 FIBERGLASS MANHOLE 5-FT DIA, INSTALL NEW 3 EA 28,000.00 84,000.00 #2-7 FIBERGLASS MANHOLE 5-FT DIA, REPLACE EXISTING 1 EA 28,550.00 28,550.00 BRICK MANHOLE #2-8 EXTRA VERTICAL DEPTH, 5-FT DIA MANHOLE 24 VF 475.00 11,400.00 #2-9 LINE EXISTING BRICK MANHOLE WITH CURED IN 2 EA 16,500.00 33,000.00 PLACE FIBERGLASS REINFORCED RESIN LINER SYSTEM #2-10 EXTRA VERTICAL DEPTH, 5-FT DIA MANHOLE, 20 VF 350.00 7,000.00 FIBERGLASS LINING SYSTEM #2-11 DEMOLISH 5-FT DIA FIBERGLASS MANHOLE, INSTALL 2 EA 22,500.00 45,000.00 24-INCH 90-DEGREE BEND AND 24-INCH 22.5-DEG BEND, MJ X MJ, MEGALUG JOINT RESTRAINT #2-12 POINT REPAIR 24-INCH VCT SEWER LINE 2 EA 16,500.00 33,000.00 #3-1 FLOWABLE FILL 150 CY 185.00 27,750.00 #3-2 CONCRETE PAVEMENT REPAIR 300 SF 23.00 6,900.00 #3-3 ASPHALT PAVEMENT REPAIR 6000 SF 9.00 54,000.00 #34 CURB AND GUTTER REPLACEMENT 100 LF 38.00 3,800.00 #3-5 SEEDING 6000 SF 2.50 15,000.00 Offerors 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 proposal 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 proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Seventy Seven Thousand Two Hundred Seventv Seven Dollars ($ 77,277.00 ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST------ Offeror ack Jennifer Soliz pt of the following addenda: (Printed or Typed Name) Cruz Tec, Inc Company 12210 Ann Lane Address Houston Harris City, County Texas , 77064 Addenda Nk� Date 3/16/2022 State Zip Code Addenda No. Date Telephone: 281 - 469-2888 Pax: 281 - 469-2885 Addenda No. Date Email: jsoliz(a,aacable.con, Addenda No. Date FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American X I Hispanic American Asian Pacific American Other (Specify) CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2022-873794 Cruz Tec, Inc. Houston, TX United States Date Filed: 04/14/2022 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City Of Lubbock Date Acknowledged: 04/14/2022 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP- 22-16399- Canyon Lakes Sanitary Sewer Interceptor Rehabilitation 4 Name of Interested Party City, State, Country (place of business Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) ruiiiio piuvivau uy i exas muucs k,ummission www.etnics.state.tx.us Version V1.1.191b5cdc CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-873794 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Cruz Tec, Inc. Houston, TX United States Date Filed: 04/14/2022 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City Of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP- 22-16399- Canyon Lakes Sanitary Sewer Interceptor Rehabilitation 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION OMy name is ' `� ` LA and my date of birth is My address is I " -V1 ov'►, (street) (city) (state) (zip code) (country) I declare under pei alty of perjury `that the foregoing is true and correct. Executed in J County, State of n on the day of , 20 42— ( onth) (year) agent of ctracting business entity Si ature of aiAoriz1(clarant—)1/11 =orms orovided by Texas Ethics Commission v vjw ethirc ctnt,-tv uc BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: April 26, 2022 CITY OF LUBBOCK SPECIFICATIONS FOR Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 3A RFP 22-16399-KM CONTRACT 16399 PROJECT NUMBER: 92318.9242.30000 Plans & Specifications may be obtained from htlps:Hci-lubbock-tx.bonfirehub.com/ City of Lubbock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank Addenda Page Intentionally Left Blank 001� car of ib ock TEXAS ADDENDUM I Revised Bid Table and Plan Drawings RFP 22-16399—KM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 3A DATE ISSUED: March 16, 2022 CLOSING: March 23, 2022 at 3:00 PM The following items take precedence over the proposal dates for the above named Request for Proposal (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Revised Bid Table and Plan Drawings The Bid Table and Plan Drawings have been updated. A) Please ensure you are submitting the current version of Bid Table BT- 25GW B) The Plan Drawings have revised and are attached to this addendum. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be emailed to Kmorgangmylubbock.us Questions are preferred to be posted on Bonfire: https:Hci-lbbock-tx.bonfirehub.com/ THANK YOU, �cana i���cvz y�2 CITY OF LUBBOCK Kiara Morgan City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. ADDENDUM 001 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Proposers shall acknowledge receipt of the Addendum in the scape provided on the Proposal Form. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank ANI City of Lubbock TEXAS RFP 22-16399-KM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 3A 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 3:00 PM on March 23, 2022, 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 above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: https: [/zoom.us/j/92352068586?pwd=Q08la2tlbGVFWFEOYWZQS2doWlhwQT09 Meeting ID: 923 5206 8586 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of proposals, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made before RFP closing must be initialed by offeror guaranteeing authenticity. 1.8. Proposals are due at 3:00 PM on March 23, 2022 and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on April 26, 2022, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror 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 offeror 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 $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF THE CONTRACT BY THE LUBBOCK CITY COUNCIL. 1.10. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.11. Offerors 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 proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON- RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.12. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.13. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hqp://pr.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the offeror's expense. 1.14. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. 2. PRE -PROPOSAL MEETING 2.10. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, March 8, 2022, via teleconference. The Zoom meeting information is as follows: Website: https://zoom.us/j/92317186305?pwd=dOtLaTIvOGwxSmRDNHFzYmI1cEVEQT09 Meeting ID: 923 1718 6305 Passcode: 1314 2.11. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.12. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror 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 and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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. 3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Kiara Morgan, Buyer III City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: KMorganAmylubbock.us Website: https://ci-lbbock-tx.bonfrehub.com/portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 240 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 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. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 3. GUARANTEES 3.1 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). 3.2 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. 3.3 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. 3.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor, the "Safety Record Questionnaire", and the Contractor's Experience Modification Ratio (EMR). The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification Ration (EMR) and supporting documentation submitted by the contractor. 4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score portion of this criteria) 4.1.3.2 Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. 4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.5 The "Contractor's Statement of Qualifications" is a minimum. 4.1.5.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.6 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.8 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $1,500,000 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.coM/portal/ and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 7. PROPOSAL PREPARATION COSTS 1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. https:Hlubbocktx.govga.us/WEBAPP/ rs/(S(quiyirflbtihahjnyceg_)vpcs))/SupportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/pies/public-information-act 9. LICENSES. PERMITS. Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror 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. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hlt2s://www.ethics.state.tx.us/forms/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors 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. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_form1295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY OFFERORS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 17. MATERIALS AND WORKMANSHIP 17.1 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19. PROTECTION OF THE WORK 19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror 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 offeror. (c) Equipment schedule. 20. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 21.1 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, both known and unknown, 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/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24. CONTRACTOR'S REPRESENTATIVE 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26. LABOR AND WORKING HOURS 26.1 Attention of each offeror 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 offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the 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 Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays 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 Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 27.1 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 shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. 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, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 30.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31. (QUALIFICATIONS OF OFFERORS 31.1 The offeror 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 offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror 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 offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 32.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 35. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: 3/22/2023 PROJECT NUMBER: RFP 22-16399-KM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 3A Proposal of called Offeror) Cruz Tec, Inc. (hereinafter To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 3A having carefully examined the plans, specifications, instructions to offerors,, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to ffirnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required Under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion. - TOTAL CONSECUTIVE CALENDAR DAYS- 220 .(to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 240 .(to Final Completion) not to exceed 240 consecutive calendar days to Substantial Completion / 270 consecutive calendar days to Final Comple Offeror hereby agrees to commence the work on the above project oil a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 240 Consecutive Calendar Days with rival completion within 270 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each COIlSeCLItive calendar day after substantial completion and liquidated damages in the surn of $100 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to Substantially complete the work on which he has proposed; as provided in the contract documents. City of Lubbock RFP 22-16399-KM Canyon Lakes Sanitary Sewer Interceptor Phase 3A Price Proposal Sheet Cruz Tec, Inc. Location Houston TX Total Cost $193649485.00 # Items QTY+/- U/M+/- UnitPrice ExtendedCost # 1-1 MOBILIZATION 1 LS $150,000.00 $150,000.00 #1-2 STORMWATER POLLUTION PREVENTION PLAN 1 LS 27,500.00 27,500.00 #1-3 TRAFFIC CONTROL 1 LS 45,000.00 45,000.00 EMNENTS #2-1 BYPASS PUMPING 6 MONTH 3500.00 2105000.00 #2-2 CCTV INSPECTION OF SEWER LINE, PRE AND POST 2795 LF 15.00 41,925.00 CONSTRUCTION it #2-3 MECHANICAL CLEANING OF 24" DUCTILE IRON SEWER 1645 LF 55.00 90,475.00 LINE I #24 SLIPLINING EXISTING 24-INCH SEWER LINE WITH 20- 1733 LF ! 235.00 4075255.00 INCH FUSIBLE (PS46) ASTM 679, OR APPROVED EQUIVALENT, PVC PIPE #2-5 24-INCH GRAVITY SEWER PIPE BY OPEN CUT, (PS46) 162 LF 265.00 42,930.00 ASTM F679, ALL DEPTHS #2-6 FIBERGLASS MANHOLE 5-FT DIA, INSTALL NEW 3 EA 28,000.00 84,000.00 #2-7 FIBERGLASS MANHOLE 5-FT DIA, REPLACE EXISTING 1 EA 289550.00 285550.00 BRICK MANHOLE #2-8 EXTRA VERTICAL DEPTH, 5-FT DIA MANHOLE 24 VF `' 475.00 115400.00 #2-9 LINE EXISTING BRICK MANHOLE WITH CURED M 2 EA 165500.00 335000.00 PLACE FIBERGLASS REINFORCED RESIN LINER SYSTEM #2-10 EXTRA VERTICAL DEPTH - 5 FT DIA MANHOLE, 20 VF , 350.00 79000.00 FIBERGLASS LINING SYSTEM #2-11 2 EA 22 500.00 45 9000.00 DEMOLISH 5-FT DIA FIBERGLASS MANHOLE, INSTALL 24-INCH 90-DEGREE BEND AND 24-INCH 22.5-DEG BEND, MJ X MJ, MEGALUG JOINT RESTRAINT #2-12 POINT REPAIR 24-INCH VCT SEWER LINE 2 EA 16,500.00 33,000.00 #3-1 FLOWABLE FILL 150 CY 185.00 279750.00 #3-2 CONCRETE PAVEMENT REPAIR 300 SF 23.00 6 900.00 #3-3 ASPHALT PAVEMENT REPAIR 6000 SF 9.00 54,000.00 #3-4 CURB AND GUTTER REPLACEMENT 100 LF 38.00 39800.00 #3-5 SEEDING 6000 SF 2.50 15,000.00 Offerors 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 proposal 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 M) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the su in of Seventy Seven Thousand Two t1midred Sevemy Seveii Dollars (S 77,277.00 ), which it is agreed shall be collected and retained by the Owner as liquidated dainages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; othenvise, said check or bond shall be returned to the undersigned upon demand. Offeror Understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) Jennifer Soliz Sec. Offeror aclaA4w1edgq9 rqc6pt of the following addenda: Addenda Not ' Date 3/16/2022 Addenda No. Date Addenda No. Date Addenda No. Date Date: 3/2Z(2022 r`ite'ACR ignature Andres C11UZ (Printed or Typed Name) Cruz Tec, Inc Company 12210 Ann Lane Address Houston Hart -is City, County Texas 77064 State Zip Code Telephone-. 281 - 469-2888 Fax: 281 -, 469-2885 Email: isoliz Oeaacablexoni FEDERAL TAX ID or SOCIAL SECURITY No. Nlf%VBE Firm: Woman Black American Native American — X lffispcmic ,American 1 -1 Asian PacificiNnieriewi I I Other (Speci6) I INSURANCE REQUIREMENTS 1, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. 1 further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and (}j is acceptable ( ) is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms statlave been reviewed and approved. Company Name: Cruz Te Signed By: Print Name an itle: A r Cruz President Date: 3/22/2022 KNOW ALL BY THESE PRESENTS, That we, Cruz Tec. Inc of 12210 Ann Lane Houston TX 77064 (hereinafter called the Principal), as Principal, and Continental Casualty Company (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock (hereinafter called the Obligee) in the penal sum of Five Percent of Amount Bid Dollars (S 5% ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3A NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and scaled this 23rd day of Cruz Tec, Inc. ✓�' Witness 2022 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Cheryl R. Colson, Individually of,The Woodlands, TX , their We and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - Surety Bond No.: Bid Bond Principal: Cruz Tec, Inc. obligee: City of Lubbock and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of June, 2021. p iasuel yvsx, o< Continental Casualty Company t.P``f �.c National Fire Insurance Company of Hartford _ waepu*!,° ,x o roolrre s American C lty Company of Re ing, Pennsylvania n' IUIY ti. sEAL r �y � r n02 a' faa7 � MMTw' • ti'w� Paul T. Bmflat Ace President State of South Dakota, County of Minnehaha, ss: On this 16th day of June, 2021, before me personally came Paul T. Bruflat to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, Stale of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hanford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards or Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. S i' M. BENT i /•,q,SOW. rueucq lr f sourx oucor.` Ri •.................. My Commission Expires March 2, 2026 M. Bent Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that die Power of Attorney herein above set forth is still in force, and further certify that the By-law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my time and affixed the seal of the said insurance companies this 23rd day of March, 2022. C)l0,444,� � • "Form P6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Johnson Assistant Secretary Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verity bond authenticity. Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Dowd of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bmffat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25" day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers')to execute various policies, bonds, undertakings and other obligatory instruments of Re nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul 1'. Bmflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attomeys on behalf ofNational Fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution ofthe Board of Directors has authorized various officers (the"Auhorized Officers')to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy forma, may be provided via facsimile or otherwise in an electronic former (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by do Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or inswments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bmffat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25" day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Oficers')to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Oficer% in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA and Continental Insurance Company at 312-822-5000. 3 You may call Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA and Continental Insurance Company's toll -free telephone number for information or to make a complaint at: 1.877.672.6115 4 You may also write to Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA and Continental Insurance Company at: CNA Surety 333 South Wabash Chicago, IL 60604 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800.252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-Mail: ConsumerProtection@tdi.texas.gov 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA and Continental Insurance Company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form F8277.6-2015 AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con Continental Casualty Company, National Fire Insurance Company de Hartford, American Casualty Company de Reading, PA y Continental Insurance Company al 312-822-5000. Usted puede Ilamar al numero de telefono gratis de Continental Casualty Company, National Fire Insurance Company de Hartford, American Casualty Company de Reading, PA y Continental Insurance Company's para informacion o para someter una queja al: 1.877.672-6115 Listed tambien puede escribir a Continental Casualty Company, National Fire Insurance Company de Hartford, American Casualty Company de Reading, PA y Continental Insurance Company: CNA Surety 333 South Wabash Chicago, IL 60604 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-Mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Continental Casualty Company, National Fire Insurance Company de Hartford, American Casualty Company de Reading, PA y Continental Insurance Company primero. Si no se resuelve la dispute, puede entonces comunicarse con el departamento (TDI). UNA ESTE "ISO A SU POLIZA: Este aviso as solo para proposito de informacion y no se convierte an parts o condicion del documento adjunto. Page Intentionally Left Blank Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process`? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As Cruz Tec Inc. Business Address of Principle Office 12210 Ann Lane Houston Texas 77064 Telephone Numbers Main Number 281-469-2888 Fax Number 291-469-2995 Web Site Address crurtec.com Form of Business (Check One) If a Corporation Date of Incorporation xj A Corporation A Partnership An Individual 6-1-2000 State of Incorporation Texas Chief Executive Officer's Name Andres Cruz President's Name Andres Cruz Vice President's Name(s) Andres Cruz Secretary's Name Jennifer Soliz Treasurer's Name PartnershipIf a Date of Organization Andres Cruz State whether partnership is general or limited IndividualIf an Name Business Address Identify1 1uals not previously I 1 which exert a significant amountof business controlover the organization Indicators of Organization Average Number of Current Full Time Employees Average Estimate of Revenue for the 50 Current Year $12 000 000.00 Contractor's Organizational Experience Organization Doing Business As Cruz Tec, Inc. Business Address of Regional Office 12210 Ann Lane Houston Texas 77064 Name of Regional Office Manager Jennifer Soliz Telephone Numbers Main Number 281-469-2888 Fax Number 281-469-2885 Web Site Address crurtec.com Organization i List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date A&A Cable Contractor's Inc. 6-01-1998 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Experience Years experience in projects similar to the proposed project: As a General Contractor 21 1 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? N If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As Cruz Tee, Inc. Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. On -site inspection personnel will be responsible for the day-to-day inspection of ongoing activities. Cruz Tee's inspection staff reports to the site superintendent for coordination of daily activities. All inspection activities are documented in appropriate Daily Inspection Reports and forwarded to the QC representative for inclusion in the QC representative's Daily Report. All QA/QC procedures are tailored to meet the applicable Contract requirements for each job site. All tasks conducted by QA/QC Representatives, Field Inspectors and Procurement Inspectors are recorded on appropriate activity forms and used on the project approval prior to implementation. On -site personnel report to the project manager over seeing the project, who in turns reports to cost management and the president. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Same as above. Experience of • Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Victor Villalobos Jennifer Soliz Project Superintendent Israel Covarubbias Gusavo Avilez Project Safety Officer Andres Cruz Paul Santos Quality Control Manager Andres Cruz Jennifer Soliz If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Cruz Tee, Inc. Victor Villalobos Years of Experience as Project Manager 10 Years of Experience with this organization 2 Number of similar projects as Project Manager 5 Number of similar projects in other positions I Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date North St Marys Street Project 25% 11/2022 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Drew Cain Name Tim Austin Title/ Position Senior Project Manager Title/ Position Airport Engineer Organization Saw lass Organization San Antonio Airport Telephone 210-651-9000 Telephone 210-207-1507 E-mail Drew.Cain@spawglass.com E-mail Timothy.Austin@sanantonio.gov Project North St Ma s Street Project Project Central Sewershed Pkg 9 - Airport Candidate role on Project Alternate Candidate Name of Individual Project Manager Candidates role on Project Project Manager Jennifer Soliz Years of Experience as Project Manager 17 Years of Experience with this organization 15 Number of similar projects as Project Manager 6 Number of similar projects in other positions 30 Current Project Assignments 5 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date BPC Central Sewershed Pkg 4A 25% 9/2022 BPC West Sewershed Pkg 5A 10% 6/2022 BPC East Sewershed Pkg 4B 20% 1 1/2023 Reference Contact Name Information (listing names indicates approval Jeff Fey to contacting the names individuals as a referenc Ramairez Name Richard Title/ Position Senior Protect Manager Title/ Position Manager Organization Ram2 Construction Organization River Plantation MUD Telephone 210-848-6865 Telephone 936-273-4641 E-mail Jeff ram2.net E-mail rpmud@consolidated.net Project N St Marys Street Project River Plantation MUD Rehab Candidate role on Project Project Manager Candidate role on Project Project Manager Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Cruz Tee, Inc. Israel Covarrubias Years of Experience as Project Superintendent 4 Years of Experience with this organization 1 Number of similar projects as Superintendent 3 Number of similar projects in other positions 2 Current Project Assignments 4 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date BPC East Sewershed Pkg 5A 30% 6/2022 BPC East Sewershed Pkg 4B 30% 1/2023 2020 CMOM Pkg 2A 30% 9/2022 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Cruz Tee, Inc. Paul Santos Years of Experience as Project Safety Officer 30 Years of Experience with this organization 5 Number of similar projects as Safety Officer 45 Number of similar projects in other positions 30 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date BPC East Sewershed Pka 4A 20% 9/2022 BPC West Sewershed Pkg 5A 20% 6/2022 BPC East Sewershed Pkg 4B 20% 1/2023 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name I RN-0941 M.- Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Cruz Tec Inc. Andres Cruz Years of Experience as Quality Control Manager 25 Years of Experience with this organization 25 Number of similar projects as Quality Manager 25 Number of similar projects in other positions 100+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date N St Mgas Project 25% 10/2022 BPC East Sewershed Pkg 4A 25% 9/2022 2020 CMOM Pkg 2A 25% 9/2022 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Richard Ramirez Name Alla Korostyshevsky Title/ Position Manager Title/ Position City P.E. Organization River Plantation MUD Organization San Antonio Water System Telephone 936-273-4641 Telephone 210-233-3447 E-mail rpmud@consolidated.net E-mail alla.korosiyshevskyksaws.org Project River plantation MUD Rehab Project Multiple Sewershed Pka 6A Candidate role on Project Alternate Candidate Name of Individual Quality Control/Senior PM Candidate role on Project Quality Control Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As Cruz Tee, Inc. Projects Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Equipment Provide a list of major equipment ro osed for use on this roject. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease See Attached Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? Cruz Tee will self perform all areas of work except for asphalt. What work does the organization propose to subcontract on thisproject? Asphalt and paving work. Contractor's Subcontractors and Vendors Organization Doing Business As Project• • • Provide a list of subcontractors that will provide more than 10 percent of the work based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm Ran el Paving Asphalt o Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors L.- Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm 10 (C7T�rc INC. TRENCHLESS UTILITY CONTRACTORS PROJECT LIST: A&A CABLE CONTRACTORS INC/CRUZ TEC INC. 12210 ANN LANE HOUSTON, TEXAS OFFICE:281-469-2888 FAX:281-469-2885 Cruz Tec, Inc & A & A Cable �� Cable Contractors, Inc. TRENCHLESS UTILITY CONTRACTORS CIPP/PIPEBURSTING WATERLINE/SANITARY SEWER/STORM ENGINEER/COMP SUPERINTENDENT/PRO YEAR PROJECT NAME OWNER/LOCATION ANY CONTACT SCOPE SIZES Footages EST$ COMP DATE JECT MANAGER BYPASS/MH REHAB/PR/CIPP/TC/AS PHALT REPAIRS/STREET MARKING/MH CENTRAL REHAB/MH CESAR SEWERSHED PKG 9 San Antonio Water Carmen Groth 210- INSTALLATION/PR/OBR CIPP-8"-610/10"-363/12" AVILES/JENNIFER 2021 AIRPORT SAWS System 233-3385 /SS LATERAL CONN 8"/10"/12"/16" 626/16"524 $1,258,222.55 4/25/2022 SOLIZ ARCENEAUX, WILSON & COLE, EP BRADY CHRIS 14" OD HDPE FORCE ERIC DUPRE/JENNIFER 2021 MOODY GARDENS CITY OF GALVESTON LLC/EP BRADY NEW 713-691-0923 MAIN INSTALLATION 14" 14"-1200LF $342,000.00 TBA SOLIZ WATER LINE WATERLINES - 6"-616 REHAB/RELAY/METER LF/8"-3315LF BOX/GATEVALVE/FIRE SEWER LINES - OPEN HYDRANTS SEWER - CUT 8"-178/12"-179/18"- OPEN CUT 8"/12'718" 2261 - PIPEBURSTING - SDR 26/SSMH 8"-247.58 - CIPP - 8"- CESAR Beau Russell 281- INSTALL/PIPEBURSTIN 516.81 LF/12"-105LF/18" AVILES/JENNIFER 2021 ST MARY'S SS REHAB SAWS SPAW GLASS 970-5300 G 8"/CIPP 8'712"/18"/PR 8"/12"/18" 475.46LF $2,047,525.58 TBA SOLIZ BYPASS/MH CIPP-8"-2765LF/10"- CESAR BPC CENTRAL SAN ANTONIO Rachel Hoffmeyer REHAB/PR/CIPP/TC/AS 8"MY717/18"12 883LF/15"401/18"- AVILES/JENNIFER 2021 SEWERSHED PKG 3 SAWS WATER SYSTEM 210-233-3385 PHALT REPAIRS 0" 1017/20"-638LF $1,236,396.25 1/14/2022 SOLIZ CIPP - 8"-1425, 10"- CIPP/HEAVY 2400, 12" - 3175 / PIPE RUBEN WESTON MUD PHASE IDS Engineering Kelly Wilkinson 713- CLEAN ING/PIPEBURSTI BURSTING - 8"-100, 10"- SANCHEZ/JENNIFER 2021 4-6 SS REHAB Weston MUD Group 462-3178 NG/MH REHAB/PR 8"/10"112" 600 $262,751.25 7/1/2021 SOLIZ REHAB WWTP - 1" COATING ON Christa Killgore CEMENT MORTAR 15'X35'X16.5 2021 HC MUD NO 70 WWTP HC MUD NO 70 STP WORK 832-216-2323 COATING 1" DIGESTER 15'X35'X16.5' DIGESTERS 4&5 $37,000.00 3/11/2021 BYPASS/MH REHAB/CIPP/PIPEBUR EARZ WASTEWATER CITY OF TRAE SUTTON STING/MH 6"-2600LF/8"-870LF/10"- BARRY 2020 SYSTEM REHAB 2019 GEORGETOWN KPA ENGINEERS 512-819-9478 INSTALLATIONS 6"/8"/10"/12" 320LF/12"-l100LF $2,460,360.00 7/1/2021 SMITH/JENNIFER SOLIZ CENTRAL BYPASS/MH SEWERSHED PKG 8 San Antonio Water Rachel Hoffmeyer REHAB/PR/CIPP/TC/AS 8"-6299LF/10"-747 BARRY 2020 CIPP SAWS System 210-233-3385 PHALT REPAIRS 8"/10"/15" LF115"-348LF $1,293,627.53 8/15/2021 SMITH/JENNIFER SOLIZ MULTIPLE BYPASS/MH SEWERSHED PKG San Antonio Water Rachel Hoffmeyer REHAB/PR/CIPP/TC/AS 8"4316LF/10"- BARRY 2020 PKG 14 SAWS System 210-233-3386 PHALT REPAIRS 8"/10"/12" 1083LF/12"-305LF $811,021.93 10/3/2021 SMITH/JENNIFER SOLIZ 2019-20 MH REHAB Ken Gill TC/REHAB OF RODRIGO 2020 PROJECT CITY OF VICTORIA CITY OF VICTORIA 361485-3340 MH/RING&COVERS MH REHAB -1615 LF $136,731.00 11/20/2020 MARIN/JENNIFER SOLIZ CIPP/PR/PRO Ken Gill TAP/CLEANOLUTS/BYP RODRIGO 2020 AIRLINE RD SS REHAB CITY OF VICTORIA CITY OF VICTORIA 361485-3340 ASS/TC 24" 24"-1725 LF $255,885.00 11/30/2020 MARIN/JENNIFER SOLIZ GATEVALVES/TC/BORI 2019 DEAD END NG/STEEL CASING/MH WATER MAIN San Antonio Water San Antonio Water Nathan Virdell STRUCTURES/BLOWO BARRY 2020 ELIMIATION System System 210-233-3355 FFS 6"712"724" 24"-140LF/8"-2088LF $833,828.22 4/13/2021 SMITH/JENNIFER SOLIZ OPEN CUT/PIPEBURSTING/B San Antonio Water San Antonio Water Rachel Hoffmeyer YPASS/TC/MH BARRY 2020 2019 CMOM PKG 2 System System 210-233-3385 REHAB/PR 8",10" 8"-612LF/10"-581LF $545,278.52 3/10/2021 SMITH/JENNIFER SOLIZ PIPEBRUSTING/CIPP/S HARRIS COUNTY VC TUCKAHOE LANE WATER CONTROL & RECONN/MECHANICAL SANITARY SEWER IMPROVEMENTS CHAD HOWES CLEAN ING/TC/PR/BYPA RODRIGO 2020 REHABILITATION DISTRICT NO.92 BLEYL ENG 936-271-9600 SS 8" 8"-1100LF $54,900.00 9/24/2020 MARIN/JENNIFER SOLIZ PIPEBRUSTING/CIPP/S 2020 SANITARY VC SEWER RECONN/MECHANICAL REHABILITATION PRESTONWOOD CHAD HOWES CLEAN IN G/TC/PR/BYAP RODRIGO 2020 SECTION 3 FOREST PHASE 3 BLEYL ENG 936-271-9600 SS 8",12" 8"-3000LF, 12"40LF $156,375.00 11/30/2020 MARIN/JENNIFER SOLIZ CIPP/POINT EDUARDO SANITARY SEWER MISSION BEND MUD Van De Wiele & JOLIE CRAFT REPAIRS/CONCRETE ORTEGA/JENNIFER 2020 IREHABILITATION 2015 NO. 1 Vogler, Inc. 713-782-0042 WORK 8",10" 8"-5924 LF , 10'-217 LF $208,701.00 11/3/2020 SOLIZ CIPP/TRAFFIC CONTROL/BYPASS/MH CONSTRUCTION OF REHAB/SEWER 2020 SANITARY STRUCTURE SEWER REHAB/POINT 8"-2271 LF / 10" - 317 REHABILITATION HARRIS COUNTY MUD CHAD WALKER REPAIRS/OBSTRUCTIO 8",10",12",15",1 LF, 12"-507LF, 15"-1164 RODRIGO 2020 PHASE I NO. 16 JONES & CARTER 281-363-4039 N REMOVALS 8" LF,18"-25LF $296,957.75 9/24/2020 MARIN/JENNIFER SOLIZ PIPEBURSTING/MH RAUL Roy Rodriguez REHAB/SVC GONZALEZ/JENNIFER 2020 River Oaks SS Rehab City of Dayton City of Dayton 936-258-2354 CON/HEAVY CLEANING 8" 8" - 3,010 LF $282,375.01 7/29/2020 SOLIZ CIPP/TRAFFIC CONTROL/BYPASS/MH REHAB/SEWER STRUCTURE REHAB/SS LATERALS OPEN CUT/POINT REPAIRS/OSTRUCTION Multiple Sewershed Pkg San Antonio Water San Antonio Water Carmen Groth 210- REMOVALS/ASPHALT 8" - 2907 LF 10" -1235 RODRIGO 2020 10B - CIPP System System 233-3385 PAVEMENT REPAIRS 8"-10" LF $2,513,636.65 8127/2020 MARIN/JENNIFER SOLIZ CIPP/HEAVY CLEANING/MECHANIC 2019 Sanitary Sewer AL CLEANING/POINT CIPP 8" - 3400LF Rehabilitation Sections 2 Chad Howes REPAIRS/PIPEBURTIN PIBURSTING - 8" - 550 EDUARDO ORTEGA/ 2020 & 4 Prestonwood UD Bleyl & Associates 936-271-9600 G 8"-12" LF / 12" - 775LF $167,925.00 5/12/2020 JENNIFER SOLIZ CIPP/TRAFFIC CONTROL/BYPASS/MH REHAB/SEWER STRUCTURE REHAB/SS LATERALS OPEN CUT/POINT REPAIRS/OSTRUCTION 21 "-230,24"-2184,27"- CESAR Multiple Sewer Shed San Antonio Water San Antonio Water Terri Ruckstuhl REMOVALS/ASPHALT 21",24",27",30", 2004,30"-1247,3311- 6/2/2020 AVILES/JENNIFER 2019 Package 6A Authority Authority 210-233-3534 PAVEMENT REPAIRS 33"36"48" 379,36"-2064, 48"-117 $5,513,199.18 Complete SOLIZ BYPASSITRAFFIC CONTROL/CIPP/POINT REPAIRS/SERVICE RECONNECTS OPEN 8"-388 LF 10" - 615 LF CUT/OBSTRUCTION 12" -1979 LF 15" - 681 San Antonio Water San Antonio Water Terri Ruckstuhl REMOVALS/CONCRET 8",10",12",15",1 LF 18" -1164 LF 20" - ANDRES 2018 Multiple Sewer Shed 8 Authority Authority 210-233-3534 E WORK/MH REHAB 8",20",21" 371 LF 21" 403 LF $1,640,880.97 7/31/2020 CRUZ/JENNIFER SOLIZ CIPP/POINT REPAIRS/TRAFFIC CONTROL/CONCRET MARTIN Northcliffe Sanitary IDS Engineering Angie Howes WORK/OBSTRUCTION 8" - 20,816 LF -10" - 2/19/2019 MENDOZA/JENNIFER 2018 Sewer Rehabilitation FOUNTAIN HEAD MUD Group 713462-3178 REMOVALS 8",10",15" 1985 LF -15" - 475 LF $654,052.00 Complete SOLIZ CIPP/HEAVY CLEANING/SERVICE MARTIN 2018 Sanitary Sewer Harris County Mud No. Diego Burgos LEAD REPAIRS/MH 12/4/2018 MENDOZA/JENNIFER 2018 Rehabilitation 70 Jones & Carter 281-363-4039 REHAB 8" 8" -195 LF $130,459.00 Complete SOLIZ CIPP/POINT REPAIRS/HEAVY CLEANING/SERVICE LEAD REPAIRS/MH 8'- 2277 If -10" -1133 2018 Sanitary Sewer Harris County Mud No. Aaron Bennett REHAB/POINT 8",10",12",15",1 LF -12" - 601 LF -15" - 11/23/2018 JOSEPH 2018 Rehabilitation 183 Jones & Carter 281-363-4039 REPAIRS 8" 145 LF -18" 1331 LF $412,869.50 Complete TRAN/JENNIFER SOLIZ TRAFFIC CONTROL/PIPEBURSTI NG/CIPP/MH ADJUSTMENTSMH REHAB/POINT 2017 CIPP & REPAIRS/OBSTRUCTIO PIPEBURST N REMOVAL/SERVICE PIPEBURSTING - 8" 374 MARCUS CONSTRUCTING 17- San Antonio Water San Antonio Water David Gonzalez CONNECTIONS OPEN LF -18" - 590 LF CIPP 3/20/2019 GUERRA/JENNIFER 2018 4549 Authority Authority 210-704-SAWS CUT/ASHPALT WORK 8",18" 8" - 6834.4 LF $1,357,234.00 Complete SOLIZ BYPASS/TRAFFIC CONTROL/POINT REPAIRS/MECHANICAL CIPP 15" - 561.8 LF - CLEANING/MH 18" - 889.7 LF - 24" - RACHED Olmos Basin Central San Antonio Water San Antonio Water TerriRuckstuhl REHAB/MH 90.1 LF PIPEBURST 11/3/2018 KHOURIMENNIFER 2018 Watershed Relief Line Authority Authority 210-233-3534 INSTALLATION/CIPP 15",18",24" 18" - 969.8 LF $765,988.25 Complete SOLIZ/TOM TANNER ASPHALT WORK/BYPASS/POLINT RACHED Mildred 24" Sewer Outfall San Antonio Water San Antonio Water Terri Ruckstuhl REPAIRS/CIPP/MH 9/2/2018 KHOURIMENNIFER 2018 - DR 881 Project Authority Authority 210-233-3534 REHAB 24" 24" - 969.2 LF $564,608.95 Complete SOLIZ/TOM TANNER Proposed Sanitary Sewer 8" - 2985 LF -10" - 622 Rehabilitation by CIPP Harris County Mud No. Dennis Eby CIPP/SERVICE LF 12" - 230 LF 15" - 8/2/2018 Joseph Tran/Jennifer 2018 1 Method 179 EBY Engineers 713-957-0788 RECONNECTS 8",10",12",15" 404 LF $110,047.15 Complete Soliz CIPP/OBSTRUCTION 13-919 Step III Storm IDS Engineering Marguerite Camp REMOVALS/POINT 6/1/2018 ANDRES 2018 Sewer Harris County Mud 372 Group 713462-3178 REPAIRS 24" - 30" - 36" CIPP $180,086.00 Complete CRUZ/JENNIFER SOLIZ CIPP/POINT Sanitary Sewer REPAIR/OBSTRUCTION JOSEPH Rehabilation to serve Northwest Harris County Van De Wiele & William Regner REMOVAL/HEAVY 3/16/2018 TRAN/JENNIFER 2017 Cypress Point Section 1 Mud 10 Vogler, Inc. 713-782-0042 CLEANING 8" 8" - CIPP 1742 LF $86,838.50 Complete SOLIZ/TOM TANNER 6"- CIPP 1510LF -8"- CIPP 6850 LF -10" CIPP CIPP/BYPASS 245 LF -15" CIPP 3560 JOSEPH 2017 Sanitary Sewer Sanjay Pokharel PUJMPING/POINT 6" - 8"-10"-15"- LF -18" CIPP 785 LF - $508,123.25 5/18/2018 TRANMENNIFER 2017 Rehabilitation Project River Plantation MUD Bleyl & Associates 936441-7833 REPAIRS 18"-21" 21" CIPP 1375 LF Complete Complete SOLIZ/TOM TANNER Sanitary Sewer Rehabilitation to Serve CIPP/SERVICE JOSEPH Greengate Place Van De Wiele & William Regner RECONNECTS/MH TRAN/JENNIFER 2017 Sections 1&2 Tattor Road MUD Vogler, Inc. 713-782-0042 REHAB 8" 8" CIPP -1313 LF $51,700.50 3/25/2018 SOLIZ/TOM TANNER CIPP/POINT REPAIRS/CLEANOUTS/ OBSTRUCTION REMOVAL/PIPEBURST/ JOSEPH Sanitary Sewer Cypress Klein Utility Ross Crawford EXTERNAL SERVICE 6" - CIPP 1510 LF - 8" - $148,155.00 TRAN/JENNIFER 2017 Rehabilitation Phase IIA District AEI Engineering 713-907-7270 RECONNECTS 6" - 8" CIPP 3570 LF Complete 3/3/2018 SOLIZ/TOM TANNER PIPEBURST/MH INTALLATION/SERVICE 10"-PipeBursting 2017 TAP LF -10" CIPP 1397 LF - JOSEPH North Street Sanitary Schaumburg & Polk Mark Mann INSTALLATION/OPEN 10" Directional Drilling - $574,554.93 TRANMENNIFER 2017 Sewer Rehab City of Nacogdoches Inc. 409-866-0341 CUT SS LINE/CIPP 10" 1371 LF Complete 12/10/2017 SOLIZ/RAUL GONZALEZ TRAFFIC CONTROL/PIPEBURSTI NG/CIPP/SERVICE RECONNECTINS/MH INSTALLATION/MH REHAB/HEAVY CLEAN ING/CUTPLUG & ABANDON WW045 Citywide LINES/POINT JOSEPH Sanitary Sewer Rehab Thelma Holeman REPAIRS/OBSTRUCTIO 12"-15"-18" - 12" - 2000 LF -15" - 840 $1,430,457.00 TRAN/JENNIFER 2017 Phase II City of Pasadena City Of Pasadena 713457-7293 N REMOVALS 30" LF - 30" - 5400 LF 80% Complete 6/19/2018 SOLIZ/TOM TANNER CONCRETE/ASHALPT WORK/BYPASS/TRAFFI C CONTROL/CIPP/PIPBU RSTING/POINT REPAIRS/MH REHAB/OBSTRUCTING 8"-15426 LF -10" - REMOVAL/SERVICE 3036LF -12" - 622 LF - RACHED East Sewershed San Antonio Water San Antonio Water Jonathan Miranda RECONNECTS OPEN 8"-10"-12"-15"- 15" - 450 LF -18" - 793 $2,249,144.38 KHOURI/JENNIFER 2017 Package 1 Authority Authority 210-233-3460 CUT/ 18" LF 80% Complete 6/8/2018 SOLIZ/TOM TANNER PIPEBURST/CIPP/POIN T REPAIRS/OBSTRUCTIO JOSEPH Sanitary Sewer Ronald Anderson PE N REMOVAL/MH 8" - 35140 LF 10" - TRANMENNIFER 2017 Rehabilitation - 2017 El Dorado Utility District A&S Engineers, Inc. 713-942-2700 REHAB 8"-10" -12" 5220 LF 12" - 230 LF $88,035.75 7/6/2017 SOLIZ/TOM TANNER Sanitary Sewer Repairs Rehabilitation Project In 8" -1385 LF -10" - 301 JOSEPH CopperField Phases Harris County Mud No. AECOM Technical Bruce Baumel 8" -10" -12" - LF -12" - 362 LF - 18" - $120,923.00 TRANMENNIFER 2017 4,5,6,7 and 8 208 Services, Inc. 713-780-4100 CIPP/POINT REPAIRS/ 18" 424 LF Complete 7/11/2017 SOLIZ/TOM TANNER Sanitary Sewer Repairs Rehabilitation in TRAFFIC JOSEPH Copperfield for Phases Harris County Mud No. AECOM Technical Bruce Baumel CONTROL/CIPP/POINT 10" - 2783 LF -12" - $171,962.00 TRAN/JENNIFER SOLIZ/ 2017 7,8 and 9 186 Services, Inc. 713-780-4101 REPAIRS 10"-12" -15' 1502 LF -15" - 394 LF Complete 7/25/2017 TOM TANNER PIPEBURSTING/MECHA Construction of Inwood NICAL Park Section One CLEANING/POINT Sanitary Sewer Harris County Mud No. Mark Swanson REPAIRS/OBSTRUCTIO $140,999.2 JOSEPH 2017 Rehabilitation 322 LJA Engineering 713-953-5200 N REMOVAL 8" 8" - 2340 LF Complete 5/12/2017 TRAN/JENNIFER SOLIZ Sanitary Sewer Cleaning PRE and Televising for Village Harris County Mud No. IDS Engineering Marguerite Camp TV/CLEANING/MEHCNI 8" - 5721 LF 10" - 52 $14,866.45 JOSEPH 2017 of Langham Creek Sec. 1 166 Group 713-462-3178 CAL CLEANING 8" -10" -1 LF 12" - 2132 Complete 3/20/2017 TRAN/JENNIFER SOLIZ OPEN CUT/MH INSTALLATION/MH REHAB/ABANDONMEN MARIO Pipe Bursting Sanitary IDS Engineering Marguerite Camp T OF MAINS/CEMENT 8" -1355 LF 12" - $358,996.75 JAIMES/JENNIFER 2017 Sewer Rehabiltiation City of Universal City Group 713462-3178 WORK 8" -12" 1590 LF Complete 4/27/2017 SOLIZ CIPP/POINT REPAIR/MH Sanitary Sewer ADJUSTMENTS/OBSTR Rehabititation to Serve UCTION REMOVAL/MH Settlers Village Sections Van De Wiele & William Regner REHAB/TRAFFIC 8" - 3727 LF 10" - 429 $354,055 JOSEPH 2017 1 & 2 Hams County Mud 105 Vogler, Inc. 713-782-0042 CONTROL/BYPASS 8" -10" LF 12" - 381 LF Complete 4/16/2017 TRAN/JENNIFER SOLIZ 6" -100LF - 8"-24,706LF PRE TV 10" - 5237LF -12" - Sanitary Sewer Cleaning West Hams County Mud IDS Engineering Marguerite Camp INSPECTION/MECHAN 16" , 8" , 10", 12", 109OLF -18" - 835LF - $57,903.79 JOSEPH 2016 and Televising No. 17 Group 713462-3178 CAL CLEANING/ 18", 21" 21" -1001-F Complete 2/27/2017 TRAN/JENNIFER SOLIZ OPEN CUT/PIPEBURST/INSTA LL MH/MH REHABNVATER LINE INSTALLATION/GATE MARIO Wastewater Jed Sulak Jr. VALVES/TRAFFIC 8" -10" 8" - 977LF - 10" - $246,252.50 JAIMESMENNIFER 2016 Improvements Project City of Rosebud BSP Engineers 254-756-1610 CONTROL PIPEBURST 1690 LF Complete 3/3/2017 SOLIZ CIPP/SERVICE RECONNECTIONS/PRO Edminster Hinshaw TRUDING TAP Televising and Sanitary & Russ & REMOVAL/OBSTRUCTI 8" - 7865 LF -10" - 2807 $319,604.80 JOSEPH 2016 Sewer Rehabilitation Northwest Park MUD Assocaites Nancy Tran ON REMOVALS 8" -10" CIPP LF Complete 12/1/2016 TRAN/JENNIFER SOLIZ CIPP/PONT REPAIRS/SERVICE RECONNECTS/HEAVY CLEANING/MH Sanitary Sewer Rehab in First Colony Municipal REHAB/MH $628,250.00 JOSEPH 2016 Lake Colony Utility District No. 9 Costello, Inc Guy Humphrey ADJUSTMENTS 8" CIPP 8" - 2000 LF Complete 11/1/2016 TRAN/JENNIFER SOLIZ TRAFFIC CONTROL/CIPP/POINT REPAIRS/ROOT REMOVAL/SERVICE LEAD REPAIRS OPEN 8" -10000 LF -10" 3700 Sanitary Sewer IDS Engineering Travis Sellers CUT/PIPEBURSTING/P 8"-10"-12"-15" LF -12" -1200 LF -15" $831,090.00 JOSEPH 2015 Rehabilitation Weston MUD Group 713462-3178 DINT REPAIRS CIPP 1400 LF Complete 9/1/2016 TRAN/JENNIFER SOLIZ CIPP/POINT REPAIRS/OBSTRUCTIO 8"-15341 LF -10" - 3782 Sanitary Sewer Van De Wiele & Jolie Craft N REMOVAL/POINT 8"-10"-15"-18" LF -15"- 3646 LF -18" $905,970.75 JOSEPH 2015 Rehabitation 2015 Mission Bend Mud No. 1 Vogler, Inc. 713-782-0042 REPAIRS/ CIPP 320 LF Complete 1011/2016 TRAN/JENNIFER SOLIZ Sanitary Sewer Harris County Mud No. Van De Wiele & Norman Scholes CIPP/MH REHAB/MH $527,042.75 JOSEPH 2015 Rehabilitation 211 Vogler, Inc. 713-782-0042 ADJUSTMENTS 8" CIPP 8" -10839 LF Complete 4/9/2016 TRAN/JENNIFER SOLIZ Sanitary Sewer Harris County Mud No. IDS Engineering Travis Sellers 8", 10", & 30" 8" - 474 LF -10" -102 LF $151,208.50 JOSEPH 2015 Rehabilitation Phase 1 130 Group 713462-3178 CIPP - 30" 377 LF Complete 11/9/2015 TRAN/JENNIFER SOLIZ Water Systems Improvements WA-003 JULIO FM 565 16" Water City of Mont Belvieu, Schaumburg & Polk Steve Jordan 8" & 16" - 8" - 516 LF -16" - 8525 $1,618,526.11 SALINAS/JENNIER 2015 Transmission Line Texas Inc. 409-866-0341 Waterlin Complete 3/7/2016 SOLIZ 8" - 3229 LF -10" 1630 Sanitary Sewer Rehab, Van De Wiele & William Regner 8",10",12" & 24" LF -12" 628 LF - 24" 94 $207,801.00 JOSEPH 2015 Phase I Richey Road Mud jVogler, Inc. 1713-782-0042 CIPP LF Complete 1 12/6/2015 TRAN/JENNIFER SOLIZ Attachment A Current Projects and Project Completed within the last 10 Years See Attached Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Attachment B Protect Information Project Owner Project Name General Description of Project Project•g. • Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost • Key Project Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names Name Title/ Position individuals as a reference) Organization Telephone E-mail Owner Designer Construction Manager Surety Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved Resolved Issues Pending Resolved Issues A&A Cable Contractors, Inc. TRENCHLESS UTILITY CONTRACTORS Manufacturer Vermeer Equipment Vermeer Equipment Vermeer Equipment Vermeer Equipment Vac-Tron Equipment Ditch Witch Equipment Kubota Kubota Volvo Rush Equipment Rush Equipment Aries Cues Pipe Hunter Vactor Great Dane Talpa CRi�f 1' AI(' TRENCHLESS UTILITY CONTRACTORS 12210 Ann Lane Houston, Texas 77064 Office:281-469-2888 Fax:281-468-2885 Current Equipment List: Model 24X40A Directional Boring Machine 16X20A Directional Boring Machine 7X11A Directional Boring Machine Hammerhead 8"/10" Pipe bursting Machine 500 Gallon Vac-Tron System 5110 Trencher KD61-2 Mini Excavator KX161 Excavator EC220EL International Steam Truck International Inversion Boiler Truck CCTV Cutter Van CCTV Cutter Van Jet Cleaner Truck Combo Cleaner Truck Refrigerated Trailer 2060 V6 Digital Mina Camera/Cutter System Quantity 4 10 4 1 4 4 6 2 2 2 2 1 2 1 2 2 2 Company Information Packet Days and Hours of Operation: A&A Cable Contractors Inc./Cruz Tec normal operating hours are from 7am to 7pm Monday thru Friday. Crews are maintained to provide services as required during typical operating hours, weekends, and holidays. A&A Cable Contractors Inc./Cruz Tec realizes that non -typical operations are not always easy to predict so crews are maintained on a standby status just in case. Emergency response usually requires mobilization of crews, equipment, and materials. Therefore, most of the emergency responses are accomplished with 24 to 48 hours of initial call. Operational and Management Plan: Resume and Responsibilities of Key Employees Andres Cruz 25-year business owner specializing in all phases of underground President telecommunication, cable and utility construction including boring, excavation, installing copper and fiber optic cables, water and sewer pipeline rehabilitation by CIPP, Open Cut, Pipe Bursting, Manhole Rehabilitation and CCTV Pipe Inspection. Owner of the company who maintains a comprehensive Daily oversite of the Company Operations and Performance Standards Jennifer Soliz 15 years of Civil Construction Experience specializing in water and sewer Business Operations pipeline rehabilitation by CIPP, Open Cut, Pipe Bursting and CCTV Pipe Inspection, cable, water, and sewer at a management level. Coordinates and executes all company operations for all projects. Maintains oversight of all operations, bidding, contract executions and compliance, resolution executions, customer relations, and Daily business development. Manages all business aspects to include all contract and bonding processes. Handles cost reports, budget forecasting, inspections and quality control management. Oversees accounting department of both companies. Certified in all material applications and software used. Israel 4 years of construction experience including, but Covarrubias not limited to CIPP, Open Cut, Pipe Bursting CCTV inspections, cable, water, Project sewer and natural gas construction at a management level. Production, Manager/Field Quality Assurance Monitoring and Compliance, and Onsite Resolution Ops Management. Victor Villalabos 15 years of construction experience including but not limited to open cut, CIPP, Pipe Bursting, CCTV inspections, manhole installations, point repairs. Project asphalt work. Responsible for scheduling crews to perform work. Manager/Field Maintaining equipment and aggregates for completion of daily Ops production. Oversee product and material controls and ensure site safety and continually monitor quality assurance. 8 years' experience in the utility construction industry, 3 years at a Jordan Adank supervisory level. Specializes in bypass installation, pipe watch and Bypass Superintendent P y P yP p p maintaining crew to oversee all operations. OSHA certification in place. Maintains all Project Management of bypass projects to include Field Operations, Quality Assurance Monitoring and Compliance, and Onsite Resolution Management. Rodrigo Marin15 years of Construction Experience specializing in water and sewer pipeline Project Manager CIPP Installer rehabilitation by CIPP, Open Cut, Pipe Bursting, Manhole Rehabilitation and CCTV Pipe Inspection at a management level. Over 800,000 LF of pipe placed. 15 years of Operational experience of CCTV Inspection equipment. NASSCO Certified in Pipe Tech Software. OSHA Certified. Confined Space Trained. Eduardo Ortega 8 years of Construction Experience specializing in water and sewer pipeline CIPP rehabilitation by CIPP, Open Cut, Pipe Bursting and CCTV Pipe Inspection at Installer a supervisory level. Over 300,000 LF of pipe placed. 8 years of Operational experience of CCTV Inspection equipment. NASSCO Certified in Pipe Tech Software. OSHA Certified. Confined Space Trained. Martin Rodriguez Manhole Rehab Foreman 6 years of Construction Experience specializing in water and sewer pipeline rehabilitation by CIPP, Open Cut, Pipe Bursting, Manhole Rehabilitation and CCTV Pipe Inspection at a supervisory level. 5 years of Operational experience of Manhole Rehab sprayer system and CCTV Inspection equipment. OSHA Certified. Confined Space Trained. 20 years' experience in the health, safety and environment industry. Works Paul Santos directly with field operations to ensure a safe working environment. Plays key safety/operations role in maximizing operations and production while maintaining safety first Manager culture. Head of safety and development of programs. Osha certification in place. Each Field Crew is made up of 6 to 10 crew members which consist of a Field Forman/ Operator, three to five experienced Installers, and Laborers. Each Project Manager is assigned a Field Crew. We currently have two Pipe Bursting Crews and Open cut, Two CIPP/TV Operator crews, Two Manhole crews and two Point Repair crews. Our crews are cross trained to work thru out any aspect of a project. Quality Assurance/Quality Control: FIELD QUALITY CONTROL Test system in accordance with Industry installation instructions standards. Upon completion, Cruz Tec submits DVD records of the pre -lining inspection and post -lining inspection, along with a written report summarizing the extent of the pipe lining performed. Update pipe the lining contract record drawings to reflect the as -built condition after the lining is complete and submit the drawings to the Engineer/Owner. The Engineer/Owner may review the video and documentation and may inspect the work site to determine that the scope of work is complete, that the work is satisfactory, and that the site has been returned to its original condition. ADJUSTING AND CLEANING After liner installation has been completed and accepted, clean the entire project area and restore the site to its original condition before work began. Dispose of excess material and debris not incorporated into the permanent installation. CONSTRUCTION INSPECTION On -site inspection personnel will be responsible for the day-to-day inspection of ongoing activities. Cruz Tec's inspection staff reports to the site superintendent for coordination of daily activities. All inspection activities are documented in appropriate Daily Inspection Reports and forwarded to the CIC representative for inclusion in the QC representative's Daily Report. All OA/QC procedures are tailored to meet the applicable Contract requirements for each job site. All tasks conducted by QA/QC Representatives, Field Inspectors and Procurement Inspectors are recorded on appropriate activity forms and used on the project approval prior to implementation. Quality assurance records are maintained at the job site until project completion. Typical documents maintained by Cruz Tec: Daily Inspection Reports Safety Reports to Inspector Quality Control Daily Report As build drawings Change orders Waste disposal manifests Permits as required Safety Meetings, Recording, and Reporting Testing Reports Site Photos and Videos of Pre, during, and Post Site Conditions. Contingency Plan: Cruz Tec's crews are cross trained on all installation procedural processes. Therefore, a Field Crew can fully operate on a limited staff and support. In addition, Non -typical Operating Hours can be utilized to make up any staff shortages. Staffing Plan: Cruz Tec provides the following Staffing Policies: Employee Benefits Program Employee Merits and Rewards Program that include pay and paid time -off beyond Benefits Industrial Training on Protocol and Proper Installation Procedures New Hire and Biweekly Safety Training Recruiting Program to hire experienced staff Training Programs: Cruz Tec provides continuous and ongoing industry training to achieve the highest performance and quality standards in the industry. Some of these trainings include: CIPP Wet -out procedures provided by both the liner and chemical providers Equipment training conducted by the manufactures of the Vactor, Steamer, Jetter, CCTV Van, Pipebursting equipment and Health and Safety Training conducted by the internal Safety Manager Safety Plan: See attached comprehensive Safety Plan Communication: Cruz Tec provides the following Communication procedures to maintain seamless communications between Cruz Tec staff and Engineer/Owner: Project Schedule that reflect current project conditions updated Daily Project Daily Report that reveal project conditions, work performed, and Daily production results Safety Reports updated weekly Quality Control Daily Reports Bi-weekly or Monthly Project On -site Progress Meetings held with the Engineer/Owner Wages and Benefit: Cruz Tec recruits and hires industry experienced staff with above industry standard wages to retain them. Crew goals are Bi-annually set and Merit Benefits provided for exceeding the goals. Service Plan: Cruz Tec utilizes CCTV vans, Vactor Trucks, Jetter Trucks, Steamer Trucks, Industrial Compressors, Freezer Trailers, Bypass equipment, and various Pipe Rehabilitation Apparatuses to achieve the existing Sanitary and Storm Sewer Pipe Trenchless Rehab. Response Time: Cruz Tec guarantees a 24 to 48-hour response time depending on the response needs of manpower, equipment, and materials conditions. Contractor's General Business Information Check if: X Corporation _ Partnership _Joint Venture _ Sole Proprietorship If Corporation: A. Date and State of Incorporation June 1, 2000 - State of Texas EIN# 76-0648286 We have been doing business as a GC for 20 years and as a subcontractor for 20 years. B. List of Executive Officers I• IT" Title Andres Cruz President Andres Cruz Vice President Jennifer Soliz Corporate Secretary Andres Cruz Treasurer 1. Please see attached list of major engineered construction projects completed and currently in progress by our organization in the past five (5) years. 2. Name of Surety Company and name, address, and phone number of agent. CHS 25025 N 1-45 Freeway, Suite 525 The Woodlands, Texas 77380 832-482-4736 3. Has your organization ever failed to complete any construction contract awarded to you? Yes X No 4. Has any Corporate Officer, partner, joint venture participant or proprietor ever failed to complete a construction contract awarded to him or her in their own name or when acting as a principal of another organization? Yes X No 5. In the last five (5) years, has your organization ever failed to substantially complete a project in a timely manner? —Yes X No 6. Indicate general types of work performed with your own work force. Underground utility construction, sanitary sewer, water and storm sewer along with telecommunication, directional drilling and boring utility work 7. If required, can your organization provide a bid bond for this project? X Yes _ No 8. What is your approximate total bonding capacity? $500,000 to $2,000,000 — $2,000,000 to $5,000,000 X $5,000,000 to $10,000,000 9. Furnish the following information with respect to an accredited banking institution familiar with your organization. Name of Bank Frost Bank Address 1 Blvd Place — 1700 Post Oak Blvd Houston Texas 77056 Account Manager Telephone Carl Willis Direct 713-388-1197 Fax 10. Please see attached list of resumes of key employees. 11. Please see attached list of available equipment. I hereby certify that the information submitted herewith, including any attachment is true to the best of my knowledge and belief. By: Jennifer Soliz Title: Corporate Secretary Dated: October 12. 2020 Open Cut- Pipe Bursting Superintendent Gustavo Aviles Field Project Manager Israel Covarrubias Manhole Rehabilitation Superintendent Martin Rodriguez Project Manager Victor Villalobos (7Project Coordinator Elizabeth Camacho CIPP Superintendent Rodrigo Marin Bypass Superintendent Jordan Adank 1�0 PIP B Crew I Manhole Crew CIPP Crew #1 FCIPPCrew #2 Bypass Crew Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: _71 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rej ected. X 4-,�td� ��2 Signature President Title NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY Andres Cruz being first duly swom, on his/her oath, says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham, or any other person or corporation to refrain from a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. Cruz Tec, Inc. Firm Andres Name Title to before me this 22nd My Commission Fjkljires: 9/1 ON, September 14. 2022 day of March 202Z82-t— NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. to. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided Rangel Paving Texas Asphalt/Paving Minority Owned Yes No °X ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Andres Cruz Cruz Tec, Inc. (PRINT NAME OF COMPANY) Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ° ° 2. ° ° 3. ° ° 4. ° ° 5. ° ° 6. ° ° 7. ° ° 8. ° ° 9. ° ° 10. ° ° 11. 12. 13. ° ° 14. ° ° 15. ° ° 16. ° ° SUBMITTED BY: (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Pate Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Cruz Tec, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Three Hundred Sixty -Four Thousand Four Hundred Eighty -Five Dollars ($1,364,485.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 26th day of April, 2022, to RFP 22-16399-KM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 3A and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2022. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Pate Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * 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. Pate Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank 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 Cruz Tec, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Three Hundred Sixty -Four Thousand Four Hundred Eighty -Five Dollars ($1,364,485.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 26th day of April, 2022, to RFP 22-16399-KM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 3A and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2022. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Pate Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions f the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. Pate Intentionally Left Blank CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 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 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 512-305-7238 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 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) 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: (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; (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 (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 (G) 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. The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. CONTRACT Pate Intentionally Left Blank IContract 16399 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26`h day of A ril, 2022 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 Cruz Tec, Inc. of the City of Houston, County of Harris 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: RFP 22-16399-KM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 3A Mand all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Cruz Tec, Inc.'s proposal dated March 23, 2022, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal 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. 1 COMPLETE ADDRESS: Cruz Tec, Inc. 12210 Ann Lane Houston, TX 77064 ATTEST: Corpo to Sec ary CITY OF L CK, TEXAS (OWNER): By: Daniel M. Pok Mayor ATTEST: RebeccVarza, City Secretary U APPROVED AS TO CO TENT: 12r Public Works Representative /- `,JW4A �S • �t�GN.uwti S/1t�ZZ. Name (Printed) Date AP LOVED AS 10 FORM: Ali Leisure, Assistant City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Cruz Tec, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Josh Kristinek, P.E., Assistant City Engineer/Capital Projects & Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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. 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. The City reserves the right to approve or disapprove the selection of any subcontractor(s). WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. it. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))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 distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons 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 workers 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 Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. 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. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. 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 workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 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 Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Med Exp (Any one Person) w/Heavy Equipment XCU B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $9,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.411(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. 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. 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. If policy limits are paid, new policy must be secured for new coverage to complete project. 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: (1) 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 800-372-7713 or 512-804-4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, 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 PER CONSECUTIVE CALENDAR 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. If the Contractor should neglect, fail, or refuse to Finally 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 $100 PER CONSECUTIVE CALENDAR 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 fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 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 in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project 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. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, 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 proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 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 Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (i) in the event the total value of the contract is five million dollars or more, 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; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar 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. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. 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. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 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 but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. 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 year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinbbove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the 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 $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in anyway, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https:Hci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. DAVIS BACON WAGE DETERMINATIONS EXHIBIT A Pate Intentionally Left Blank "General Decision Number: TX20220002 02/25/2022 Superseded General Decision Number: TX20210002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a)(2)-(60). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022: If the contract was awarded on or between . Executive Order 14026 generally applies to the contract. . The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. . Executive Order 13658 generally applies to January 1, 2015 and January 29, 2022, and the the contract contract is not renewed or extended on or after . The contractor must pay all covered workers January 30, 2022: at least $11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/govenun ent-contracts. Modification Number Publication Date 0 01/07/2022 1 02/25/2022 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ** ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** 1 : G Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility ............ $ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 ** Asphalt Paving Machine ...... $ 13.40 ** Broom and Sweeper ........... $ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ........................$ 12.28 ** LoaderBackhoe..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ............... $ 10.36 Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing) ....... $ 13.50 ** TRUCK DRIVER Lowboy -Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658 ($11.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/govemm ent-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 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 National Office because National Office has 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, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested parry's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO" EXHIBITS B & C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Page Intentionally Left Blank dirt csry of If Lubbock TEXAS CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION PHASE 3A ity ibtiock TEXAS TECHNICAL SPECIFICATIONS FEBRUARY 2022 Page Intentionally Left Blank ty Lubbock TExns TABLE OF CONTENTS DIVISION 1 — GENERAL REQUIREMENTS SECTION 01010 SUMMARY OF WORK.........................................................................................4 SECTION 01019 CONTRACT CONSIDERATIONS........................................................................9 SECTION 01020 MEASUREMENT AND PAYMENT..................................................................14 SECTION 01028 CHANGE ORDER PROCEDURES.....................................................................19 SECTION 01039 COORDINATION AND MEETINGS.................................................................22 SECTION 01140 WORK RESTRICTIONS......................................................................................24 SECTION 01300 SUBMITTAL PROCEDURES.............................................................................27 SECTION 01310 PROGRESS SCHEDULES...................................................................................31 SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN.....................................33 SECTION 01380 PROJECT PHOTOGRAPHS................................................................................37 SECTION 01400 QUALITY REQUIREMENTS.............................................................................39 SECTION 01410 TESTING LABORATORY SERVICES..............................................................43 SECTION 01555 BARRICADES, SIGNS, AND TRAFFIC HANDLING......................................46 SECTION 01576 WASTE MATERIAL DISPOSAL.......................................................................47 SECTION 01700 CONTRACT CLOSEOUT....................................................................................49 DIVISION 2 — SITE WORK SECTION 02082 PRE -CAST CONCRETE MANHOLES...............................................................51 SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS....................................................56 SECTION 02221 REMOVING & REPLACING EXISTING PAVEMENTS .................................58 SECTION 02240 DEWATERING....................................................................................................60 SECTION 02257 CONTROLLED LOW STRENGTH MATERIAL...............................................63 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION...............................................66 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES..........................................69 SECTION 02320 UTILITY BACKFILL MATERIALS...................................................................79 SECTION 02445 BORING AND ENCASING.................................................................................83 SECTION 02530 SANITARY SEWER PIPING..............................................................................87 SECTION 02540 CCTV INSPECTION OF SEWER LINES.........................................................093 SECTION 02560 SEWER LINE CLEANING................................................................................101 Table of Contents February 2022 Sk* City of Lubbock TEXAS SECTION 02580 CURED IN PLACE PIPE (CIPP).......................................................................105 SECTION 02600 FUSIBLE PVC PIPE...........................................................................................113 SECTION 02606 POLYMER CONCRETE MANHOLES.............................................................126 SECTION 02607 FIBERGLASS MANHOLES..............................................................................131 SECTION 02665 WATER PIPING, VALVES, AND FITTINGS..................................................135 SECTION 02734 CURED IN PLACE RESIN LINER FOR MANHOLE REHABILITATION .................149 SECTION 02750 BYPASS PUMPING OF EXISTING SANITARY SEWERS ...........................153 SECTION 02920 LAWNS AND GRASSES...................................................................................157 DIVISION 3 — CONCRETE SECTION 03300 CAST -IN -PLACE CONCRETE.........................................................................165 Table of Contents February 2022 SECTION 01010 SUMMARY OF WORK PART1 GENERAL IKLots] STMu/Ot1wi 1vf City of Lubbock THAS A. This section covers the description of the Work to be completed under these Specifications. B. Identification: City of Lubbock, Lubbock, Texas. C. Section includes: (1) Definitions (2) Project description (3) Permits and licenses (4) Access to site (5) Contractor's use of the premises (6) Project schedule (7) Security Procedures (8) Coordination requirements (9) Pre -construction meeting (10) Warranty 1.2 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. 1.3 PROJECT DESCRIPTION A. Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3A, Capital Improvements Project. B. Major work items are: (1) Bypass Pumping (2) Construction of approximately 162 linear feet of 24-inch diameter gravity sanitary sewer line in open cut trench. (2) Slip lining 2533 linear feet existing 24-inch diameter gravity sanitary sewer line with 20- inch fusible PVC pipe. Summary of Work 01010-1 1V/ City of Lubbock TEXAS (3) Construction of four new manholes and rehabilitation of two existing manholes with cured in place lining system. The Contractor shall furnish all labor, equipment, and materials required for the complete construction of the work as shown on the drawings and specified herein. C. Suggested Sequence of Construction for Project Area 1 (1) Bypass Pumping (2) Installation of manholes 2, 3 and 4 (3) CCTV inspection from Sta -0+100 through Sta 29+65 (4) Perform point repairs as needed (5) Perform heavy mechanical cleaning as needed (6) Slip lining (7) Lining of manhole 5 (8) Post construction CCTV inspection D. All work shall be performed in accordance with the most recent City of Lubbock Design Standards for Water and Sanitary Sewer construction. 1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition equal to that before the work began to the satisfaction of the Engineer. 1.5 PERMITS AND LICENSES A. Contractor shall provide qualifications to the Owner upon request to display evidence of competency and authority to perform required work. B. Contractor shall be responsible for obtaining all required permits. C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the Owner. 1.6 ACCESS TO SITES A. Contractor shall limit access to the site to authorized personnel only. B. Contractor shall adequately barricaded open excavations and construction material and equipment as to prevent unauthorized personnel from accessing. C. The Owner shall locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup schedules when working with in the alley right of way. 1.7 CONTRACTOR'S 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 the Owner. Summary of Work 01010-2 1ri� City of Lubbock Texas B. The contractor shall ensure that any disturbed area is left in a condition equal to or better condition before finishing construction in the area. 1.8 PROJECT SCHEDULE A. The Work summarized above shall be substantially completed within 240 calendar days from the date of the Notice to Proceed. B. There will be a $300.00 per day liquidated damages for each day that exceeds the limit. C. Within ten (10) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch List. There shall be $100 per day liquidated damages assessed for each day that exceeds the limit. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.1 SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2 COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each parry involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. 3.3 PRE -CONSTRUCTION MEETING A. A pre -construction meeting will be held ten (10) days of the date of Notice to Proceed and prior to any construction taking place. 3.4 WARRANTY A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial acceptance of the work. Summary of Work 01010-3 f l of Lubbock T_ AS B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will schedule an inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. C. Any work that is considered defective by the Owner's representative will be repaired. D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION Summary of Work 01010-4 SECTION 01019 CONTRACT CONSIDERATIONS PART1 GENERAL 1.1 SUMMARY A. This section covers the method for the Contractor to request payment for completed work. B. Section includes: (1) Schedule of Values (2) Application for Payment (3) Payment Retainage 1.2 SCHEDULE OF VALUES A. Contractor shall submit a Schedule of Values on Engineer approved Contractor's form within five (5) days after receiving the bid tabulation. B. Revise schedule to include approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit two (2) copies of each application on Engineer approved Contractor's form. B. Utilize Schedule of Values for listing items in Application for Payment. C. Monthly, submit application for payment on or about the 1 Oth day of each month. D. Include an updated construction progress schedule, materials received, and manifest with each Application for Payment E. Submit the following along with the application for final payment: (1) The documentation for the completed project. (2) Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. (3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary Public. 1.4 PAYMENT RETAINAGE A. The Owner will retain five (5) percent of each payment. B. Retainage will be released as final payment, upon completion of the Final Punch List. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used END OF SECTION Contract Considerations 01019-1 PART 1 -GENERAL SCOPE 1AFZ LubbocCity of k TEXAS SECTION 01020 MEASUREMENT AND PAYMENT The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. PAY ITEMS PAY ITEM NO. 1 - MOBILIZATION A. The cost for mobilization shall be limited to no more than 5% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 3. When 1 % of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. MEASUREMENT AND PAYMENT 01020- 1 AF LubbCityock of Texas 6. Payment for the remainder of the lump sum bid for "Mobilization" will be made onthe final estimate after final acceptance of the project. PAY ITEM NO. 2—STORMWATER POLLUTION PREVENTION PLAN The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sand bags, biodegradable logs, construction entrance/exit, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. Payment will be made at the unit price bid per lump sum for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. PAY ITEM NO. 3 — TRAFFIC CONTROL A traffic control plan must be maintained for the duration of the project. This includes supplying and designing a traffic control plan as well as any coordination with adjacent property tenants regarding any changes that may impact operations, parking, etc... The unit price bid shall include furnishing and placing all materials and signage necessary to implement the traffic control plan provided. PAY ITEM NO. 4 — BYPASS PUMPING This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to bypass pump per City of Lubbock specifications. Measurement for payment shall be on a per -linear -foot basis of pipe installed. PAY ITEM NO. 5 — CCTV INSPECTION, PRE AND POST CONSTRUCTION Contractor shall perform and submit to the COL pre and post construction CCTV inspection. Measurement will be made, in linear feet, including and all incidentals necessary to complete the work. PAY ITEM NO. 6 — MECHANICAL CLEANING OF 24" DUCTILE IRON SEWER LINE Contractor shall perform heavy mechanical cleaning of tuberculated pipes. Measurement will be made, in linear feet, and all incidentals necessary to complete the work. PAY ITEM NO. 7 — SLIPLINING EXISTING 24" SEWER LINE WITH APPROVED 20- INCH FUSIBLE PVC PIPE 20-inch fusible PVC pipe by sliplining various depth and material of existing 24-inch sewer line. The bid price for this item shall include all equipment, materials, and labor; furnishing, hauling and installing of sewer line and grouting of annular space as necessary. MEASUREMENT AND PAYMENT 01020- 2 WA►i Lubbocc� of k T11AS PAY ITEM NO. 8 — 24-INCH GRAVITY SEWER PIPE, ASTM F679, BY OPEN CUT, ALL DEPTHS This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to install approved fiberglass or PVC sewer pipe by open cut at various depths measured to the flow line as shown in the plans and described in the technical specifications. Complete, in place, including trench safety, bedding, embedding, compaction, post construction cleaning and video inspection. Measurement for payment shall be on a linear -foot basis. PAY ITEM NO. 9 — 5-FOOT DIA. FIBERGLASS MANHOLE, INSTALL NEW This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install a 5-foot diameter fiberglass manhole as shown in the plans, specifications and details. Complete, in place, Including backfilling and vacuum testing. Measurement for payment shall be on a per -each basis. PAY ITEM NO. 10 — 5-FOOT DIA. FIBERGLASS MANHOLE TO REPLACE EXISTING BRICK MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary replace existing brick manhole with new 5-foot diameter fiberglass manhole as shown in the plans, specifications and details. This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to demolish existing manholes at the locations shown on the plans. Complete, including removal of frame, cover, cone section, grout fill riser section, backfill and compaction to City of Lubbock specifications. PAY ITEM NO. 12 — LINE EXISTING BRICK MANHOLE WITH CURED -IN - PLACE FIBERGLASS LINER SYSTEM This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to install the cured -in -place fiberglass manhole liner system to the proposed manholes at the locations and grades shown on the plans. Measurement for payment shall be on a per -each basis. PAY ITEM NO. 16 — FLOWABLE FILL This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to add flowable fill to sewer lines. Measurement for payment shall be on a per cubic yard basis. PAY ITEM NO. 17 — CONCRETE PAVEMENT REPAIR A. Measurement will be made of the area, in square yards, of concrete pavement actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all pavement structure layers including, reinforcement and subgrade densification according to City of Lubbock standards, compaction, testing and all incidentals necessary to complete the work. B. All excavation and embankment needed to construct the roadway improvements to grade will be subsidiary to this item. C. Any unsuitable material shall be removed and replaced by the contractor will be subsidiary to this bid item. PAY ITEM NO. 18 — ASPHALT PAVEMENT REPAIR A. Measurement will be made of the area, in square yards, of hot mix asphalt MEASUREMENT AND PAYMENT 01020- 3 AV LubbCioty of ck Texas pavement actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all pavement structure layers including subgrade densification and caliche base according to City of Lubbock standards, tack and prime coats, compaction, testing and all incidentals necessary to complete the work. B. All excavation and embankment needed to construct the roadway improvements to grade will be subsidiary to this item. C. Any unsuitable material shall be removed and replaced by the contractor will be subsidiary to this bid item. PAY ITEM NO. 19 — CURB AND GUTTER REPLACEMENT A. Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. B. 5 foot curb and gutter transitions as shown in the plans will be paid as Type B Curb and Gutter. C. Removal, replacement and relocation of mailboxes as indicated on the plans shall be considered subsidiary to this bid item and will not be paid for directly. PAY ITEM NO. 20 — SEEDING Measurement will be made of the area, in square yards, of hydroseed shown on plans. Hydroseed will be paid for at the unit price bid per square yard. The unit price bid shall include spreading topsoil, fertilization, watering, maintenance, and all incidentals necessary to complete the work. All work shall be performed in accordance with Division 2 Section 02920 — Lawns and Grasses. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01020 MEASUREMENT AND PAYMENT 01020- 4 SECTION 01028 CHANGE ORDER PROCEDURES PART1 GENERAL 1.1 SUMMARY 1AVZ LubbocCity of k TEXAS A. This section covers the procedures to be followed for a change in Contract price or time. B. Section Includes: (1) Submittals (2) Documentation Of Change In Contract Sum/Price And Contract Time (3) Change Procedures (4) Construction Change Authorization (5) Stipulated Price Change Order (6) Unit Price Change Order (7) Time And Material Change Order (8) Execution Of Change Orders (9) Correlation Of Contractor Submittals 1.2 SUBMITTALS A. Submit the name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.3 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Contractor shall maintain detailed records of work done on a time and material basis. B. Provide full information required for evaluation of proposed changes and to substantiate costs of changes in the Work. C. Document each quotation for a change in a cost or time with sufficient data to allow evaluation of the quotation. D. On request, provide additional data to support computations, including but not limited to: (1) Quantities of products, labor, and equipment. (2) Taxes, insurance, and bonds. (3) Overhead and profit. (4) Justification for any change in Contract Time. (5) Credit for deletions from Contract, similarly documented. (6) If subcontracted, on request, provide subcontractor documentation according to Contract Conditions and this specifications. Show Contractor markup on subcontractor changes. E. Support each claim for additional costs, and for work done on a time and material basis, with additional information: (1) Origin and date of claim. (2) Dates and times work was performed, and by whom. (3) Time records and wage rates paid. (4) Invoices and receipts for products, equipment, and subcontracts, similarly documented. Change Order Procedures 01028-1 AV City of ck Lubbo Texas 1.4 CHANGE PROCEDURES A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official Construction Change Authorization or Contract Change Order. Discussions in the field or by phone or email, without proper documentation, do not authorize Contractor to perform tasks outside the scope of Work. Changes must be authorized as described in this Section. B. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. C. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications and a change in Contract Time for executing the change. The Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the Proposal Request. Estimate shall include the proposed change's full effect on the Work 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. D. The Contractor may request clarification of Drawings, Specifications, or Contract documents or other information by submitting a Request for Information to the Engineer. Engineer may request a Proposal Request in response to a Request for Information. 1.5 CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate the method of determining any change in Contract Sum/Price or Contract Time. C. The Contractor shall promptly execute the change in the Work. 1.6 STIPULATED PRICE CHANGE ORDER A. Based on accepted Proposal Request. 1.7 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.8 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.9 EXECUTION OF CHANGE ORDERS Change Order Procedures 01028-2 ftk LubbCityock of Texas A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.10 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and resubmit. C. The Contractor shall promptly enter changes in Project Record Documents. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Change Order Procedures 01028-3 1ArZ LubbocCity of k TEXAS SECTION 01039 COORDINATION AND MEETINGS PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Coordination (2) Field Engineering (3) Pre -Construction Meeting (4) Progress Meetings 1.4 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.5 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set -backs and easements; confirm drawing dimensions, and elevations. C. Provide field engineering services. D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.6 PRE -CONSTRUCTION MEETING A. Schedule meeting within ten (10) days of date of Notice to Proceed. B. Tentative agenda: (1) Use of premises by Owner and Contractor. (2) Distribution of executed Contract Documents. (3) Procedures and processing of field decisions, submittals, and substitutions, applications for payments, RFIs, proposal request, Change Orders and Contract closeout procedures. (4) Submission of list of Subcontractors, list of products and progress schedule. (5) Designation of personnel representing the parties in Contract and the Engineer. (6) Owner's requirements. (7) Construction facilities and controls provided by Owner. (8) Survey and layout. (9) Security and housekeeping procedures. (10) Schedules. (11) Procedures for testing. (12) Procedures for maintaining record documents. (13) Inspection and acceptance of products put into service during construction period. Coordination and Meetings 01039-1 1AVz Lubbock City of Texas C. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 1.7 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Tentative 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 related to Work. E. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. PART 2 PRODUCTS Not used PART 3 EXECUTION Note used END OF SECTION Coordination and Meetings 01039-2 1AVZ LubbocCity of k TEXAS SECTION 01140 WORK RESTRICTIONS PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Use Of Premises (2) Special Scheduling Requirements (3) Working Period (4) Utility Cutovers And Interruptions (5) Noise Restrictions (6) Advance Notice (7) Water For Construction (8) Work Area Limits 1.2 USE OF PREMISES A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Confine construction operations to within the limits of Right of Way, Alley Easements and Manhole locations, as shown on plans. C. Keep driveways and entrances serving premises clear and available to tenants, residents and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. D. Schedule construction to minimize obstruction of driveways and entrances. E. Driveways for residents who are handicapped in residential areas shall be kept in service to the extent feasible. Provide alternate assistance or access while driveway or street is blocked at any handicapped individual's residence. 1.3 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. C. The Work under this contract requires special attention to the scheduling and conduct of the Work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 1.4 WORKING PERIOD A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. (1) Saturday work shall be restricted to those activities that do not require observation by the Owner. (2) The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. Work Restrictions 01140-1 1Arz J�Kubl%y�k B. No work shall be performed on the following holiday periods or days: (1) New Year's Day (2) Good Friday Holiday (3) Memorial Day Holiday (4) Independence Day Holiday (5) Labor Day Holiday (6) Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. (7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. C. Work outside regular working hours requires Owner's approval. (1) Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. (2) Based on the justification provided, the Owner may approve work outside regular hours. (3) During periods of darkness, the different parts of the Work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. D. The Drawings contain specific requirements that affect certain areas of the Work. 1.5 UTILITY CUTOVERS AND INTERRUPTIONS A. Contractor is responsible for notifying residences in advance of utility interruptions. B. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor. C. Sanitary sewer service connections shall be re -connected in a timely manner following installation of the new sanitary sewer pipe. D. Water line service interrupted shall be re -connected in a timely manner following installation of new water line. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on -site an OSHA approved hand portable sound measurement device for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed by hand by the Contractor's forces on door handles, or handed to applicable individuals at each route building. C. The text for the advance written notice will be approved by the Owner. Work Restrictions 01140-2 IAVZ ZY Lubck TFMA5 D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient's attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. (1) The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. (2) The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. (3) The City will not furnish potable water free of charge for the construction work. (4) The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. B. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. C. Monuments and markers shall be protected before construction operations commence. D. Where construction operations are to be conducted during darkness, the markers shall be visible at all times. E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION Work Restrictions 01140-3 1AFZ LubbocCity of k TEXAS SECTION 01300 SUBMITTAL PROCEDURES PART1 GENERAL 1.1 SUMMARY A. Section includes: (1) Submittal Procedures (2) Re -Submittal Requirements (3) Action Submittals (4) Proposed Products List (5) Shop Drawings (6) Information Submittals (7) Contractor's Review (8) Owner And Engineer Action 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project and coordinate submission of related items. D. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. E. Submittals may be delivered to the Engineer at the following address: Development Engineering Services 1314 Ave K Lubbock, Texas 79401 F. Allow enough time for submittal review, including time for re -submittals, as follows: (1) Time for review shall commence on the Owner or Engineer's receipt of submittal. (2) Allow fifteen (15) days for initial review of each submittal. (3) Allow additional time if processing must be delayed to permit coordination with subsequent submittals. (4) The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. (5) If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (2 1) days. (6) Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (21) days for initial review of each submittal. (7) If intermediate submittal is necessary, process it in same manner as initial submittal. (8) Allow fifteen (15) days for processing each resubmittal. G. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Submittal Procedures 01300-1 AV LubbCity of ock THAS I. Provide space for Contractor and Engineer review stamps. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. L. Submittals not requested will not be recognized or processed. 1.3 RE -SUBMITTAL REQUIREMENTS A. Revise initial submittal as required and re -submit to meet requirements as specified. B. Identify all changes made since previous submittal. C. Mark as RESUBMITTAL. D. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal (ie. 0001-A). PART 2 PRODUCTS 2.1 ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification Sections. B. Submit three (3) copies of each submittal, unless otherwise indicated. (1) The three (3) copies will be retained by the Owner's representative. (2) Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. 2.2 PROPOSED PRODUCTS LIST A. Within fifteen (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 or catalog designation, and reference standards. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Collect information into a single submittal for each element of construction and type of product or equipment. D. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. E. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. F. Include notation of special coordination requirements for interfacing with adjacent work. G. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 — Contract Closeout. 2.3 SHOP DRAWINGS A. Prepare Project specific information, drawn accurately to scale. B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. C. Include the following information, as applicable: (1) Dimensions Submittal Procedures 01300-2 1ArZ City of Lubbock T11AS (2) Identification of products (3) Fabrication and installation drawings (4) Schedules (5) Design calculations (6) Compliance with specified standards (7) Notation of coordination requirements (8) Notation of dimensions established by field measurement D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. E. For drawings I I x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus three (3) copies which will be retained by Engineer. F. Drawing size shall be minimum of 8 % x 11 inches and a maximum of 24 x 36 inches. G. Draw details to a minimum size of %2 inch equal to 1 foot. H. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 01700 — Contract Closeout. 2.4 INFORMATION SUBMITTALS A. Manufacturer's Instructions: (1) 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. (2) Identify conflicts between manufacturers' instructions and Contract Documents. (3) Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer's Certificates (1) When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. (2) Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. (3) Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: (1) Prepare written information indicating current status of insurance or bonding coverage. (2) Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. B. Note corrections and field dimensions. C. Mark with approval stamp before submitting to the Owner or Engineer. (1) Stamp each submittal with a uniform approval stamp. Submittal Procedures 01300-3 1V City of Lubbock Texas (2) Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 91MI ./I�� �I�l t: ►MIX" I le1-►iUMIMMIXOMO 7 A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval stamp and will return them without action. B. The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: (1) No exception taken (2) Exceptions as noted (3) Rejected Revise and resubmit D. The submittal stamp by the Owner or Engineer will also contain the following: (1) Checking is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. (2) Any action shown is subject to the requirements of the plans and specifications. (3) The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. E. The Owner or Engineer will review each submittal and will not return it, or will reject and return it, if it does not comply with the requirements. END OF SECTION Submittal Procedures 01300-4 1ArZ LubbocCity of k TEXAS SECTION 01310 PROGRESS SCHEDULES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Format (2) Content (3) Revisions To Schedules (4) Submittals (5) Distribution 1.2 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. 1.3 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. Progress Schedules 01310-1 AV LubbCity of ock THAS 1.6 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 PRODUCTS Not used PART 1 EXECUTION Not used END OF SECTION Progress Schedules 01310-2 1ArZ LubbocCity of k TEXAS SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Contractor Responsibilities (2) Erosion and Sediment Controls (3) Components for Silt Fences (4) Components for Straw Bales (5) Storm Water Pollution Prevention Plan 1.2 CONTRACTOR RESPONSIBILITIES A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No.TXR150000. B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the permit requirements. C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. D. It is the Contractor's responsibility to ensure that the SWP3 is in full compliance with the TPDES permit. E. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.3 EROSION AND SEDIMENT CONTROLS A. General (1) Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. (2) Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress (1) Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. (2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. (3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. Storm Water Pollution Prevention Measures 01356-1 AF LubbCity of ock THAS C. Silt Fences/Diversion Berms (1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. (2) Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment, and grading.) (3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as they are required and until they are removed from the site. D. Sand/Gravel Bags (1) The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. (2) Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). (3) Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization (1) The Contractor shall disturb the least amount of site area as possible. (2) Stabilization measures to be implemented by the Contractor may include any of the following measures: (a) Temporary or permanent seeding or sodding (b) Mulching (c) Geotextiles (d) Vegetative buffer strips (e) Paving (f) Stabilization measures shall be implemented in accordance with the SWP3. PART 2 PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric (1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments, which are formed into a stable network such that filaments retain their relative positions. (2) The filament shall consist of a long -chain synthetic polymer composed of at least eight - five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. (3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. Storm Water Pollution Prevention Measures 01356-2 IAFZ City of Lubbock T11AS (4) The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS U.S. Std. Sieve ASTM D 4751 20 — 100 B. Silt Fence Stakes and Posts (1) The Contractor may use either wooden stakes or steel posts for fence construction. (2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. (3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. C. Identification, Storage, and Handling\ (1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales (1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. (2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire -bound or string -tied. (3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. (4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. (5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. PART 3 EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. B. The Contractor must keep a copy of the SWP3 on site at all times. C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48) hours prior to start of construction. D. No work will be permitted until NOI is filed. E. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. F. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. Storm Water Pollution Prevention Measures 01356-3 Ir - City of Lubbock AS G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. H. The Contractor shall furnish the Owner with a copy of the NOI and NOT. END OF SECTION Storm Water Pollution Prevention Measures 01356-4 SECTION 01380 PROJECT PHOTOGRAPHS PART 1— GENERAL 1.1 WORK INCLUDED 1AVZ LubbocCity of k TEXAS A. This section covers the description of the Work to be completed under these Specifications. B. All project photography shall follow the specifications listed herein. 1.2 DEFINITIONS A. CD — compact disk; electronic media for storing digital information such as photos; B. jpeg — a specific photographic file format utilizing file compression with minimal loss of image quality; C. Megapixels — defined as one million pixels; used for image density rating; D. Picture — synonymous with photograph; E. Pixel — the smallest indivisible color element of a raster image; F. USB — stands for Universal Serial Bus, an industry standard for short -distance digital data communications G. USB port — is a standard cable connection interface for computer and electronic devices H. USB Drive — an external hard disk drive or optical disc drive that plugs into the USB port 1.3 QUALITY ASSURANCE A. The Contractor shall verify image quality through camera's on -screen display after taking photos. B. Photos shall not utilize digital zooms. 1.4 SUBMITTALS A. The following elements of construction shall have a minimum of 10 photos each from multiple angles: (1) Pre -construction conditions (2) Excavation & shoring (3) Concrete formwork & reinforcement placement (4) Precast curb inlet installation (5) Backfilling & compaction (showing method of compaction at each change in material) (6) Plug and flowable fill of existing storm drain line. B. Submittals are due in conjunction with each pay app cycle; photos may be used to corroborate materials or progress verification. C. Photos shall be submitted in digital format on any of the following hard media: Photographic Documentation 01380-1 1AVZ City of Lubbock T11AS (1) Photo CD (2) USB Drive D. Emailed photo submittals will not be accepted. E. External hard drives for file transfer will not be accepted. PART 2 — PRODUCTS 1.5 PHOTOGRAPHS A. All photography shall be digital. B. File format for all pictures shall be jpeg. C. All photos shall be of a size of 2.0 megapixels or greater. D. Naming Convention (1) All digital photo files will be re -named according to the following standard: [ContractNumber]-[Description] Example: 011035-Precast Concrete Curb Inlet Installation at 22"d Street (a) Station numbering shall appear in the description when applicable. (b) Camera's date settings must be correct and automatic date information shall not be tampered with or altered after photos are taken. PART 3 — EXECUTION 1.6 RESTRICTIONS A. In secure areas, permission will be required prior to access. B. Pictures taken from outside secure areas (through or over fence) will not be allowed. 1.7 PROCEDURES A. Photos shall be taken during on -going work, unless requested by Engineer. B. Number of photos per construction element may change based on complexity of construction or due to unforeseen circumstances. 1.8 OTHER REQUIREMENTS A. The Engineer reserves the right to request additional pictures. B. The City's Senior Inspector may also request additional photos in special circumstances. END OF SECTION Photographic Documentation 01380-2 1AVz LubbocCity of k TEXAS SECTION 01400 QUALITY REQUIREMENTS PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Definitions (2) Testing Requirements (3) Submittals (4) Quality Control (5) Repair and Protection 1.2 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.3 TESTING REQUIREMENTS A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. B. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. C. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.4 SUBMITTALS A. Qualification Data: (1) For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. (2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. (a) Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: (1) Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: (a) Date of issue (b) Project title and number. Quality Requirements 01400-1 dftk LubbCiocty of kM (c) Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. (d) Dates and locations of samples and test (e) Names of individuals making tests (f) Description of the work and test method (g) Identification of material, product, and specification Section. (h) Complete test or inspection data (i) Test results and interpretation of test results 0) Ambient conditions at time of sample taking and testing. (k) Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. (1) Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. (m) For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: (1) Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Test Agency Qualifications: (1) An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: (1) Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. (2) The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: (1) Submit certified written report of each test and similar Quality Assurance service to the Contractor. (2) Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5 QUALITY CONTROL A. Owner Responsibilities: (1) Where quality control services are indicated as Owner or Engineer's responsibility, such services may be performed by the Owner's forces or by a qualified testing agency to perform these services. (2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: (1) Provide quality control services required in the various specification Sections. Quality Requirements 01400-2 1V City of Lubbock Texas (2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. (3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. (4) Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. (5) Such reports shall include failing tests and retests. (6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. (7) Where the Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. (8) Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: (1) Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: (1) Cooperate with the Engineer and Contractor in performance of duties. (2) Provide qualified personnel and necessary equipment to perform required tests and inspections. (3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. (4) Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. (5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. (6) Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. (7) Do not perform any duties of the Contractor. E. Associated Services: (1) Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. (2) Notify agency sufficiently in advance of operations to permit assignment of personnel. (3) Provide the following: (a) Access to the Work. (b) Incidental labor and facilities necessary to facilitate tests and inspections. (c) Adequate quantities of representative samples of materials that require testing and inspecting. (d) Assist agency in obtaining samples. (e) Facilities for storage and field curing of test samples. Quality Requirements 01400-3 AV LubbCioty of ck TEXAS (f) Additional associated services required of the Contractor for testing access are listed in the specification Sections. (g) Delivery of samples to testing agencies. (h) Preliminary design mix proposed for use for material mixes that require control by testing agency. (i) Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: (1) Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. (2) Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 PRODUCTS Not used PART 1 EXECUTION 1.1 REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. B. Provide materials and comply with installation requirements specified in other Sections of these Specifications. C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. D. Protect construction exposed by or for quality control service activities. E. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Quality Requirements 01400-4 1AFz LubbocCity of k TEXAS SECTION 01410 TESTING LABORATORY SERVICES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Selection and Payment (2) Quality Assurance (3) Laboratory Responsibilities (4) Laboratory Reports (5) Limits on Testing Laboratory Authority (6) Contractor Responsibilities (7) Schedule of Inspections and Tests B. References: (1) 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. (2) ANSI/ASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.2 SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, 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. D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. E. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. G. The cost associated with compliance testing shall be paid by the Contractor. H. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. I. Payment for re -testing will be paid by the Contractor. 1.3 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM D3740R and ANSI/ASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. Testing Laboratory Services 01410-1 AF LubbCity of ock TEXAS C. Testing equipment shall be 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. 1.4 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. C. Cooperate with the Engineer and Contractor in performance of services. D. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. E. Ascertain compliance of materials and mixes with requirements of Contract Documents. F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. G. Perform additional inspections and tests required by the Engineer. 1.5 LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Laboratory test reports shall 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 Specification Section (6) Location in the Project (7) Type of inspection or test (8) Date of test (9) Results of tests (10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. 1.6 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 the Contractor. D. Laboratory has no authority to stop the Work. 1.7 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. Testing Laboratory Services 01410-2 AVk LubbCity of ock 711AS D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.8 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 Testing Laboratory Services 01410-3 1AVz Lubbock City of T11AS SECTION 01555 BARRICADES, SIGNS, AND TRAFFIC HANDLING PART1 GENERAL 1.1 SUMMARY A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights, and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. B. Section Includes: (1) Description (2) Construction Methods (3) Traffic Control Plan (4) Maintenance PART 2 PRODUCTS 2.1 CONSTRUCTION METHODS A. All barricades, signs, and other types of devices shall conform to those indicated in the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). B. All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. I' IR W1014181116101 3.1 TRAFFIC CONTROL PLAN A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. B. This plan must be approved in writing by the Engineer or Owner in order to be used. C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on this project site or in the immediate area to insure compliance with the TCP. 3.2 MAINTENANCE A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing, or a combination thereof such that during darkness and rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics of traffic industry standard reflective panels. END OF SECTION Barricades, Signs and Traffic Handling 01555-1 1ArZ LubbocCity of k T11AS SECTION 01576 WASTE MATERIAL DISPOSAL PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Submittals (2) Salvageable Material (3) Excess Material 1.2 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. C. Submit a written and signed release from property owner upon completion of disposal work. D. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas as the entities to be held harmless in any subsequent legal proceeding. E. Both property permissions and signed releases shall be attested to by a notary public. PART 2 PRODUCTS Not used PART 3 EXECUTION 1.1 SALVAGEABLE MATERIAL A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section 02221 — Removing Existing Pavements. 1.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess material may be disposed at the WTRDF at no additional cost to the Owner. (1) There will be a tipping fee per ton for construction debris and for excess uncontaminated soil. (2) There will also be a fee per load for every truck that is not covered properly when coming to the landfill. (3) For a complete list of fees associated with the WTRDF, please go to the City's website at https:Hci.lubbock.tx.us/departments/solid-waste-management/faqs. (4) All tipping fees shall be considered to be included in the Contractor's bid prices. C. Excess soil maybe deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. Waste Material Disposal 01576-1 D. Waste materials shall be removed from the site on a daily basis, such maintained in a neat and orderly condition. END OF SECTION 1 LubbocCity of k TUAS that the site is Waste Material Disposal 01576-2 1AVz LubbocCity of k TEXAS SECTION 01700 CONTRACT CLOSEOUT PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Closeout Procedures (2) Final Cleaning (3) Adjusting (4) Project Record Documents (5) Warranties (6) Spare Parts and Maintenance Materials. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Should the Engineer consider the work incomplete or defective: (1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. (2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. (3) The Engineer will re -inspect the Work. C. Provide submittals to the Engineer that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site, sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.4 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: (1) Contract Drawings (2) Specifications (3) Addenda (4) Change Orders and other Modifications to the Contract (5) Reviewed shop drawings, product data, and samples. Contract Closeout 01700-1 IAVZ Lubbock City of TEXAS B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: (1) Legibly mark and record at each Product section description of actual Products installed, including the following: (a) Manufacturer's name and product model and number. (b) Product substitutions or alternates utilized. (c) Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: (1) Legibly mark each item to record actual construction including: (a) Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. (b) Field changes of dimension and detail. (c) Details not on original Contract Drawings. (d) Changes made by Addenda and Modifications. 1.6 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 (10) days after acceptance, listing date of acceptance as start of warranty period. 1.7 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 Contract Closeout 01700-2 1Arz LubbocCity of k TEXAS SECTION 02082 PRE -CAST CONCRETE MANHOLES PART1 GENERAL 1.1 SUMMARY A. This section of the specifications pertains to pre -cast concrete manholes and related items. B. Section Includes: (1) References (2) Submittals (3) Delivery, Storage, and Handling (4) Pre -Cast Concrete Manholes (5) Cast -in Place Concrete (6) Reinforcing Steel (7) Mortar (8) Miscellaneous Metals (9) Sealant Materials (10) Backfill Materials (11) Non -Shrink Grout (12) Examination (13) Manhole Base Sections and Foundations (14) Pre -Cast Manhole Sections (15) Pipe Connections at Manholes (16) Inverts for Manholes (17) Inverts for Sewers (18) Manhole Frame and Adjustment Rings (19) Backfill (20) Testing (21) Protection 1.2 REFERENCES A. ASTM A 307 — Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. B. ASTM C 443 — Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. C. ASTM C478 — Standard Specification for Pre -cast Reinforced Concrete Manhole Sections. D. ASTM C857 — Minimum Structural Design Loading for Underground Pre -cast Concrete Utility Structures. E. ASTM C858 — Underground Pre -cast Concrete Utility Structure. F. ASTM C 1107 — Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). Pre -cast Concrete Manholes 02082-1 ftk LubbCityock of Texas * Where reference is made to one of the above standards, the latest revision shall apply. 1.3 SUBMITTALS A. Conform to requirements of Section 01300 —Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: (1) Shop drawings of manhole sections and base units and construction details, including reinforcement, jointing methods, materials, and dimensions. (2) Summary of criteria used in the manhole design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. (3) Include certification from manufacturer that pre -cast manhole design is in full accordance with ASTM C478 and design criteria as established in Paragraph 2. LK of this Specification. (4) Materials to be used for pipe connections at manhole walls. (5) Materials to be used for stubs and stub plugs. (6) Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts and benches. (7) Material to be used for sealing of riser joints. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. B. Store and handle the units at the project site in such a manner to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. C. Lift and support units at designated lift points. D. Deliver anchorage items that are to be embedded in other construction before starting such work. E. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 PRODUCTS 2.1 PRE -CAST CONCRETE MANHOLES A. Provide manhole sections and related components conforming to ASTM C 478. B. Provide adjustment rings which are standard components of the manufacturer of the manhole sections. C. Make date of manufacture and name or trademark of manufacturer on inside of barrel. D. Provide reinforced concrete risers constructed from forty-eight (48) inch diameter standard reinforced concrete manhole sections unless otherwise noted on the Drawings. E. Combine various lengths of manholes sections to total the correct height with the fewest joints. F. Wall sections shall be designed for depth and loading conditions, but shall not be less than four (4) inches thick. G. Base section shall be a minimum thickness of six (6) inches under the invert. H. Provide tops to receive cast iron frames and covers designed to support AASHTO H-20 loading. I. All manholes shall be eccentric cone section unless specified on the plans. J. Frame and cover shall be designed for AASHTO H-20 loading. Pre -cast Concrete Manholes 02082-2 Arz LubbCity of ock Texas K. The manholes walls, transition slabs, tops, and manhole base slab shall be designed, by the manufacturer, to the requirements of ASTM C 478 for the depth as shown on the Drawings and to resist the following loads. (1) AASHTO H-20 loading applied to the manhole cover and transmitted down to the transition and base slabs. (2) Unit soil weight located above all portions of the manhole, including the base slab projections. (3) Internal liquid pressure based on a unit weight of 62.4 pcf for the full height of the manhole. L. The minimum clear distance between any two wall penetrations shall be twelve (12) inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. M. For sealants used between concrete riser sections, refer to Section 02082, 2.6 B. N. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 5 psi internal pressure, with only minor weeping under 10 psi internal pressure. O. Manhole sections must withstand an intermittent internal hydrostatic pressure of 10 psi without structural failure. 2.2 CAST -IN -PLACE CONCRETE A. Conform to requirements of Section 03300 — Cast -in -Place Concrete B. Concrete for inverts not integrally formed with manhole base shall be either five (5) sack premix (bag) concrete or Class A concrete, with a minimum compressive strength of 3000 psi. 2.3 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 MORTAR A. Mortar shall conform to requirements of ASTM C 270, Type S using Portland Cement. 2.5 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings, and Covers. 2.6 PIPE TO MANHOLE CONNECTION FOR STORM SEWERS A. Grout space between the pipe and manhole -wall with non -shrink grout conforming to ASTM C 1107 for all pipe materials. 2.7 SEALANT MATERIALS A. Provide sealing materials between pre -cast concrete adjustment ring and manhole cover frame, such as ConSeal SC-202 Butyl Sealant or approved equal. B. Provide joints between concrete riser sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. C. Provide rubber gaskets for ASTM C 443 joints. 2.8 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02317 — Excavation and Backfill for Utilities. Pre -cast Concrete Manholes 02082-3 ftk LubbCity of ock T11AS 2.9 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to ninety-five (95) percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. K�► /:�►1 [e [s7►T.y:11►i1,11 1111C� 1110"D N [6120 A. Scarify and compact base material to ninety-five (95) percent ASTM D 698 Standard Proctor Density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. B. Place twelve (12) inches of Class I gravel backfill as base for cast -in -place manhole base. 3.3 PRE -CAST MANHOLE SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Install pre -cast adjustment rings above tops of cones as required to adjust the finished elevation and to support the manhole frame. C. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. D. Do not incorporate manhole steps in manhole sections for storm sewers. 3.4 PIPE CONNECTIONS AT MANHOLES A. Ensure that the pipe will not pull out of manhole by using flange or corrugations as shown on plans. B. Grout all space between pipe and manhole wall with non -shrink grout and coat with an epoxy bonding agent. 3.5 INVERTS FOR SEWERS A. Construct invert channels to provide a smooth flow transition waterway with no disruption of flow at pipe -manhole connections. B. Conform to following criteria: (1) Slope of invert bench: 1/2 inch per foot minimum; 1 inch per foot maximum (2) Depth of bench to invert shall be equal to 1/2 the largest diameter pipe, entering the manhole. (3) Invert slope through manhole shall be 0.10 foot drop across manhole with smooth transition of invert through manhole, unless otherwise indicated on the Drawings. C. Form invert channels with concrete if not integral with manhole base section. Pre -cast Concrete Manholes 02082-4 AF LubbCioty of ck Texas D. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. E. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. 3.6 MANHOLE FRAME AND ADJUSTMENT RINGS A. Combine pre -cast concrete adjustment rings so that the elevation of the installed casting cover matches the pavement surface. B. Each manhole shall have a minimum of 6 inches of grade adjustment. Pre -cast adjustment rings shall not be used in such a way that the height of combined rings is greater than eighteen (12) inches. C. Seal between adjustment rings with approved sealant material. D. Set cast iron frame on adjustment ring in a bed of approved sealant. E. Sealant bed shall consist of two beads of sealant, each bead having minimum dimensions of T/z inch thick and 3/a inch wide. 3.7 BACKFILL A. Place and compact backfill materials in the area of excavation surrounding manholes in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities. B. Place and compact backfill material in the area of excavation around the pipe up to the top of the storm sewer pipe. C. Provide cement stabilized backfill material, as specified for the storm sewer pipe, from the top of the storm sewer pipe up to an elevation two (2) inches below finish grade. D. Provide trench zone backfill, as specified for the adjacent utilities. 3.8 TESTING A. Vacuum test manhole according to ASTM C 1244. B. Refer to Section 02533 — Acceptance Testing for Pipe Storm Sewers. Perform the vacuum test after backfilling in accordance with requirements in Section 02317 — Excavation and Backfill for Utilities. 3.9 PROTECTION A. Protect manholes from drainage until work has been finally accepted. B. Protect manholes from damage until work has been finally accepted. Repair damage to manholes at no additional cost to Owner. END OF SECTION Pre -cast Concrete Manholes 02082-5 1Arz LubbocCity of k TEXAS SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART1 GENERAL 1.1 SUMMARY A. This section of the specification covers gray iron castings for use as manhole frames and lids, gratings, and rings. A. Section Includes: (1) References (2) Submittals (3) General Castings (4) Manholes Frames and Covers (5) Installation 1.2 REFERENCES A. AASHTO — American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 — Specification for Gray Iron Castings C. ASTM A 615 — Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement D. AWS D 12.1 — Welding Reinforcing Steel * Where reference is made to one of the above standards, the latest revision shall apply. 1.3 SUBMITTALS A. Submit product data in accordance with Section 01300 — Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. (1) Include plans, elevations, sections, and connection details. (2) Show anchorage and accessory items. (3) Include setting drawings for location and installation of castings and anchorage devices. PART 2 PRODUCTS 1.4 GENERAL CASTINGS A. Castings for frames, grates, rings, and covers shall conform to ASTM A-48, Class 35. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Provide locking covers if indicated on Drawings. D. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. E. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Frames, Grates, Rings, and Covers 02084-1 1Arz City of Lubbock T11AS F. Cast dimensions may vary by +/- 1 / 16 inch per foot. G. Weight shall not vary from published weight by more than +/- 5 percent. H. Castings shall be clean, free from blowholes and other surface imperfections. I. Cast holes in covers shall be clean and symmetrical, free of plugs. 1.5 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear opening of not less than 30 inches. B. Frame and cover shall have a weight of not less than 275 pounds. C. Cover shall be furnished with lifting ring cast into the cover in such a manner as to prevent water leaking through. D. Cover shall include lettering: "City of Lubbock, Texas — Storm Sewer". PART 3 EXECUTION 1.6 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. C. Keep castings plumb, level, true, and free of rack. D. Measure location accurately from established lines and grades. E. Brace or anchor frames temporarily in formwork until permanently set. END OF SECTION Frames, Grates, Rings, and Covers 02084-2 1AFZ LubbocCity of k T11AS SECTION 02221 REMOVING EXISTING PAVEMENTS PART1 GENERAL 1.1 SUMMARY A. This section of the specifications covers the removal of existing pavements, including, but not limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, concrete sidewalks and miscellaneous. B. Section Includes: (1) Regulatory Requirements (2) Preparation (3) Protection (4) Removals (5) Backfill (6) Disposal 1.2 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 —Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 PREPARATION A. Obtain advance approval from the Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. C. Paint, stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: (1) Adjacent public and private property. (2) Trees, plants, and other landscape features designated to remain. (3) Utilities not designated to be removed. (4) Pavement and utility structures not designated to be removed. (5) Benchmarks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. B. Do not use a drop hammer near existing underground utilities. C. Minimize amount of earth loaded during removal operations. Removing Existing Pavements 02221-1 ftk LubbCiock ty of TEXAS D. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. E. Do not break concrete pavement or base with drop hammer. F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing construction or expansion joints, break out to existing joint. G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established, shall be replaced at the Contractor's expense. I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat, clean appearance. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities as applicable to the specific portion of the Work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. I Biel 1XII �.19[91111 Y [$010 Removing Existing Pavements 02221-2 Ilr` City of Lubbock Texas SECTION 02240 DEWATERING PART1 GENERAL 1.1 SUMMARY A. This Section includes construction dewatering procedures and requirements. (1) A geotechnical survey has not been performed at the site. (2) This Section shall be applicable only if ground water begins to enter the trench. (3) Any required dewatering for this project shall be considered subsidiary to storm sewer and manhole installation and no separate compensations will be paid. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Quality Assurance (4) Project Conditions (5) Preparation (6) Installation (7) Observation Wells 1.2 SUBMITTALS A. Shop Drawings for Information: (1) For dewatering system, show arrangements, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. (2) Include layouts of piezometers and flow -measuring devices for monitoring performance of dewatering system. (3) Include written report outlining control procedures to be adopted if dewatering problems arise. (4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements, prior to beginning dewatering operations, that might be misconstrued as damage caused by dewatering operations. (5) Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. (6) Note locations and capping depth of wells and well points. B. Field Test Reports: (1) Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. B. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes is maintained, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. Dewatering 02240-1 gs Ci Lubbock ty of TEXAS C. Prevent surface water from entering excavations by grading, dikes, and other means approved by the Engineer. D. Remove dewater system if no longer needed. 1.4 QUALITY ASSURANCE A. Comply with water disposal requirements of authorities having jurisdiction. 1.5 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: (1) A geotechnical report has not been prepared for the Project area. (2) The Contractor, at own expense, may make test borings and conduct other exploratory operations necessary for dewatering. (3) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (4) Clearly identify benchmarks and record existing elevations. (5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. (6) Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS Not used 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 dewatering operations. B. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area. C. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. D. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. Dewatering 02240-2 Ilr` City of Lubbock Texas 3.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavating below ground water level, place system into operation to lower water to specified levels. C. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. D. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope stability. G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. H. Maintain piezometric water level a minimum of sixty (60) inches below surface of excavation. 1. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. J. Dispose of water in a manner that avoids inconvenience to others. K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. L. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. N. Remove dewatering system from Project Site on completion of dewatering. O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. P. Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. D. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. E. Add or remove water from observation well risers to demonstrate that observation wells are functioning properly. F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Dewatering 02240-3 lArz Lubbock City of Texas SECTION 02257 CONTROLLED LOW STRENGTH MATERIAL — FLOWABLE FILL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to mix and place a flowable mortar fill, consisting of Portland Cement, fine aggregate, fly ash, and water in the proper proportions as specified herein. Flowable fill shall be used to as backfill from the top ofproposed storm sewer line up to 2 inches below grade and for plugging the existing 24-inch diameter storm sewer line. 1.2 QUALITY ASSURANCE A. Design Criteria; Concrete Proportions and Consistency: 1. Concrete shall be proportioned to give the necessary workability and strength and shall conform to the followinggoverning requirements. 28 Day Min. Cement Fine Max. Water Max. F1yAsh Compressive Pounds Per Aggregate Pounds Per Pounds Per Strength -psi Cu. Yd Pounds Per Cu. Yd. Cu. Yd. (Min -Max) . Cu. Yd. 70-150 50 2720 290 150 2. Fluidity of the flowable mortar shall be measured by the Corps of Engineers flow cone method, according to their specification CRD-C611-80. Prior to filling the flow cone with flowable mortar, the mixture shall be passed through a 1/4-inch screen. Time of efflux shallbe approximately 12 seconds. B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the specifications. Concrete mix additive such as "Darafill" manufactured by Grace Construction Products or equal products may be required to achieve the low strength and the flowability requirements. In lieu of trial mix design, Contractor may submit a mix design used successfully in previous similar work, for similar materials for approval by Engineer. The Contractor shall not make changes in materials (gradation, source, brand, or proportions) of the mixture after having been approved, except by specific approval of the Engineer. C. Pre -Job Testing: Pre job testing with actual equipment and intended configuration of concrete sample maybe required to determine whether the material can be excavated. The testing equipment and configuration of concrete sample shall be determined by the Owner's representative. D. Testing: It is the responsibility ofthe Contractor to achieve and maintainthe quality ofmaterial required by this specification. However, the Owner may secure the services ofan independent testing laboratory to verify the qualityofthe material. The Owner shall have the right to require additional testing, strengthening, or replacement ofconcrete thathas failedto meetthe minimum requirements ofthis section. Controlled Low Strength Material — Flowable Fill 02257-1 1AVZ Lubbock City of HIAS 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01300, and shall include a trial mix design on material 1.4 STANDARDS AND REFERENCES A. Materials shall meet recommendation for mix design and placement, as published by National Ready Mixed Concrete Association. B. The applicable provisions of the following references and standards shall applyto this section as ifwritten herein intheir entirety. 1. American Societyfor Testing and Materials (ASTM) Standards: ASTM C33 Specifications for Concrete Aggregates ASTM C40 Test Method for Organic Impurities In Fine Aggregates For Concrete ASTM C 150 Specification for Portland Cement ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland CementConcrete 2. Federal Specifications: a. COE — (CRD-C611-80). PART 2 — PRODUCTS 2.1 MATERIALS A. Cement: Portland Cement conforming to the specifications and test for Type I Portland Cement per ASTM C-150 B. Fine Aggregate: Fine aggregate consisting ofnatural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass at 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material that gives a color darker than the standard color when tested in accordance with ASTM C40. C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class "C" fly ash. The fly ash may be used in controlled low -strength material. D. Water: Water for concrete shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water which is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from main of a waterworks system. E. Additive: "Darafill" or approved alternate additive may be required to meet these specifications. Controlled Low Strength Material — Flowable Fill 02257-2 IAVZ City of ck Lubbo Texas 2.2 MIXES A. In the determination of the amount of water required for mix, consideration shall be given to the moisture content ofthe aggregate. The net amount ofwater in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate, based on a 30 minute absorption period. No water allowance shall be made for evaporation after batching. B. The methods of measurement of materials shall be such that the proportions of water to cement can be closely controlled during the progress of the work and easily checked at any time by the Owner's Representative. To avoid unnecessary or haphazard changes in consistency, the aggregate shall be obtained from sources which will insure a uniform quality and grading during any single day's operation and they shall be delivered to the work and handled in such a manner that the variation in moisture content will not interfere with the steady production of concrete ofreasonable degree ofuniformity. Sources of supply shall be approved by the Owner's Representative. C. All material shall be separately and accurately measured. Measurement may be made by weight or by volume, as determined by the Contractor; however; all equipment for measurement of materials shall be subject to approval by the Owner's Representative. D. The proportions ofthe mix shall be such as to produce material that can be placed readily into the void area without spading or vibrating, and without segregation or undue accumulation of water orlaitance ofthe surface. E. When additive is contained in the concrete mix, the additive ingredients, proportions and placement of the additive shall be per manufacturer's recommendations. PART 3 —EXECUTION 3.1 INSTALLATION A. Contractor shall give the Owner's Representative sufficient advance notice before starting to place material inany areato permit inspection ofthe area andto prepare forpouring. B. Conduct the operation of depositing and compacting the material so as to form a compact, dense, impervious mass. C. Flowable fill shall be placed from the top of storm sewer line and shall be brought up uniformly up to 2-inches below grade. Flowable fill shall be protected from traffic for a period of72hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. Material shall be placed in lifts or other measures shall be taken to prevent pipe flotation. Material shallbeallowedto harden beforeplacing next lift. END OF SECTION Controlled Low Strength Material — Flowable Fill 02257-3 1Arz LubbocCity of k T11AS SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART1 GENERAL 1.1 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Project Conditions (4) Materials (5) Preparation (6) Sheet Piling (7) Trench Boxes (8) Trenching Procedures 1.2 SUBMITTALS A. Shop Drawings for Information: (1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. (2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Excavation Support and Protection 02260-1 AF LubbCity of ock THAS B. Project Site Information: (1) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (2) Clearly identify benchmarks and record existing elevations. (3) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. (4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks, sags, or other damage is evident in adjacent construction. 1.5 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. PART 2 PRODUCTS 2.1 MATERIALS A. Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. PART 3 EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING Excavation Support and Protection 02260-2 ftk LubbCiocty of k rExes A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. D. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3 TRENCH BOXES A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench. B. All exposed trench shall be protected. 3.4 TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. C. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by removing excavation support and protection systems. END OF SECTION Excavation Support and Protection 02260-3 AACity of Lubbock SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART1 GENERAL 1.1 SUMMARY A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. B. Section Includes: (1) Definitions (2) References (3) Scheduling (4) Submittals (5) Tests (6) Equipment (7) Material Classifications (8) Accessories (9) Installation (10) Preparation (11) Protection (12) Excavation (13) Handling Excavation Materials (14) Trench Foundation (15) Ground Water Control (16) Pipe Embedment, Placement and Compaction (17) Trench Zone Backfill, Placement and Compaction (18) Field Quality Control (19) Disposal of Excess Material 1.2 DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. Excavation and Backfill for Utilities 02317-1 NN& City of ck Lubbo Texas F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. G. Backfill — Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems — Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 — Dewatering. 1. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a Subtrench depends upon trench stability and safety as determined by the Contractor. R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. S. Foundation Backfill Materials — Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. T. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by Excavation and Backfill for Utilities 02317-2 AACity of Lubbock ... AS cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. V. Shoring System — A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.3 REFENCES A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.4 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.5 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: (1) Sequence of work and coordination of activities. (2) Selected trench widths and dimensions of excavations. (3) Procedures for foundation and embedment placement, and compaction. (4) Procedure for use of trench boxes and other pre -manufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of storm sewer pipe as installed, referenced to survey control points. (1) Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. (2) Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. Excavation and Backfill for Utilities 02317-3 AACity of Lubbock AS 1.6 TESTS A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 200 linear feet of trench and each one -foot compacted layer, as a minimum. C. Failing tests will be charged to the Contractor, which shall include pro-rata technician time, mileage and expeses. PART 2 PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until level with the top of storm sewer pipe and a minimum cover of twelve (12) inches is obtained over utility, conduits, and ducts. C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is obtained. E. Do not use vibratory equipment if adjacent structures could be affected. F. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 — Utility Backfill Materials. 2.3 ACCESSORIES A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; 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. B. Locator Wire: Install continuously coated ten (10) gauge locating wire as indicated on Plans. PART 3 EXECUTION 3.1 INSTALLATION A. Install flexible storm sewer pipe to conform to the trench details shown in the drawings. B. Install rigid storm sewer pipe to conform to the trench details shown in the drawings. 3.2 PREPARATION Excavation and Backfill for Utilities 02317-4 NN& LubbCiocty of k TEXAS A. Establish traffic control to conform to requirements of Section 01555 —Barricades, Signs, and Traffic Handling and the drawings. B. Perform work to conform to applicable safety standards and regulations. C. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. D. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. E. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. F. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02220 — Demolition, Removal, and Salvaging of Existing Material. G. Install and operate necessary dewatering and surface water control measure to conform with Section 02240 — Dewatering. H. Maintain permanent benchmarks, monumentation and other reference points, and unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. All crossing water and sewer lines must be cut and replaced and service restored as soon as possible to minimize inconvenience to the public. D. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. E. Take measures to minimize erosion of trenches and excavations. F. Do not allow water to pond in trenches or excavations. G. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner. H. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. I. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. J. The Contractor is responsible for notifying all existing utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. K. Coordinate vertical separation requirements with utility owners and any other special construction considerations. L. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. M. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. B. Avoid disturbing surrounding ground and existing facilities and improvements. Excavation and Backfill for Utilities 02317-5 Avl City of Lubbock AS C. Determine trench excavation widths based on the requirements shown on the plans. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or impractical to pump from the surface elevation. E. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. G. Shoring of Trench Walls: (1) Install special shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. (2) For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. (3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out behind the trench wall support. (4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. (5) Leave rangers, walers, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. (6) Employ special methods for maintaining the integrity of embedment or foundation material. (7) Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. (8) As supports are moved, finish placing and compacting embedment. (9) If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. (10) Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a one (1) inch thick steel plate. (11) Fill voids left on removal of supports with compacted backfill material. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. I. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. J. Use of Trench Shields/Trench Boxes: (1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. (2) Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. (3) When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. (4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread. (5) Place and compact backfill materials against undisturbed walls and foundation. Excavation and Backfill for Utilities 02317-6 IAF city of Lubbock TFHRj (6) Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. (7) Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.1 LB 3.5 HANDLING EXCAVATION MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming to Section 02320 — Utility Backfill Materials. B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. D. Protect excess stockpiles for use on site. E. Maintain site conditions in accordance with Section 01500 —Temporary Facilities and Controls. 3.6 TRENCH FOUNDATION A. The trench shall be excavated to an even grade to achieve stable trench conditions and satisfactory compaction of foundation or bedding material. The bottom of the storm sewer pipe will rest on the bottom of the trench over the entire length of the pipe. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7 GROUND WATER CONTROL A. Should ground water become an issue, refer to Section 02240 — Dewatering. B. Provide a stable trench to allow installation in accordance with the Specifications. 3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above top of pipe. E. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. F. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. G. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. Excavation and Backfill for Utilities 02317-7 1k, City of ck Lubbo Texas H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. L. Remove sand bags or the means used to hold small -diameter pipe in place prior to backfilling where these items are located. M. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. N. Compact each lift before proceeding with placement of the next lift. O. Water tamping and water jetting are not allowed. P. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material placed above the top of storm sewer pipe and under haunches if applicable. Q. Use a minimum two-inch diameter vibrator, vibrate flowable fill continuously along entire length of conduit leaving no unconsolidated lengths or areas. R. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A and 2.3.13. 3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION A. Place backfill for storm sewer pipe or conduits and restore as soon as practicable. B. Leave only the minimum length of trench open as necessary for construction. C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. D. Maximum unrepaired pavement surface shall be limited to 300 feet unless otherwise approved by Engineer. E. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. (1) Cut off sheeting two (2) feet or move above the crown of the pipe. (2) Remove trench supports within five (5) feet from the ground surface. F. Place trench zone backfill in lifts and compact by methods selected by the Contractor. G. Fully compact each lift before placement of the next lift. H. Cement Stabilized Backfill/Lean Concrete Backfill: (1) Place in depths as shown on plans. (2) Use vibratory equipment to ensure placement from top of storm sewer to 2-inches below final grade. Use vibratory equipment to ensure placement under the haunches of the pipe if applicable. (3) Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square inch needle. (4) This equates to a penetration resistance of approximately 300 pounds per square inch. Excavation and Backfill for Utilities 02317-8 AAvl City of Lubbock . .AS (5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. (6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. (7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square inch needle. (8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. (9) Such readings shall be taken prior to commencing backfill operations. I. Bedding Material: (1) Sand bedding shall be loosely placed in trench as shown on the Drawings. J. Gravel Embedment: (1) Place in depths as shown on plans (2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. K. Native Material/Borrow Material (Pipe Installation): (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. L. Topsoil: (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. (5) Bedding Material (a) Sand bedding shall be loosely placed in trench as shown on drawings. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. Excavation and Backfill for Utilities 02317-9 NN& City of ck Lubbo Texas C. Tests will be performed by the Contractor on a minimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex- 110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. The Contractor shall perform in -place density tests of compacted pipe foundation, embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. G. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. H. The number of tests will be increased if compacting effort is variable and not considered sufficient to attain uniform density, as specified. I. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. J. Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. K. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. M. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 —Waste Material Disposal. END OF SECTION Excavation and Backfill for Utilities 02317-10 1ArZ LubbocCity of k TEXAS SECTION 02320 UTILITY BACKFILL MATERIALS PART 1 GENERAL 1.1 SUMMARY A. This Section of the specification covers materials related to the backfill of utilities. B. Section Includes: (1) "Concrete" sand (for use as pipe bedding). (2) Native soil materials. (3) Topsoil. (4) Crushed stone. (5) Cement stabilized backfill. C. Related Sections: (1) Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. (2) Section 01300 — Submittal Procedures (3) Section 01400 — Quality Requirements (4) Section 02317 — Excavation and Backfill for Utilities. 1.2 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.3 REFENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of Soils. Utility Backfill Materials 02320-1 1ArZ City of Lubbock TEXAS P. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. 1.4 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.5 TESTS A. Perform tests of sources for off -site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner's expense; however, failing tests will be charged to the Contractor. PART 2 PRODUCTS 2.1 MATERIAL DESCIRPTIONS A. "Concrete" Sand (1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C 33. (2) Gradation shall conform to ASTM C 136 and the following limits. Sieve Percent Passing 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Native Soil Material for Backfill (1) Provide backfill material that is free of stones greater than six (6) inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or other contamination. C. Topsoil (1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or other contamination. (2) Surface should be made clear of rock and other debris before planting. (3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. D. Gravel Embedment (1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non -gravel matter. (2) Provide gravel embedment that meets the following gradation requirements: Utility Backfill Materials 02320-2 1AFZ City of Lubbock T11AS Sieve Percent Retained 3/8" 0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 (3) A minimum of four inches of gravel embedment will be placed under the pipe. This material will be used for backfill to the top of the pipe. This material MUST be shovel sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe. E. Cement Stabilized Backfill (1) Cement Content — 2 sack mix per cubic yard. (2) Water/Cement Ratio — 0.60. (3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. (4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. 2.2 MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: (1) Gradation: Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. (2) Plasticity of material passing the No. 40 sieve. (3) Clay lumps. (4) Lightweight pieces. (5) Organic impurities. C. Production Testing: Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Native material requires testing only when questionable material is encountered. PART 3 EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top two (2) feet of excavated material shall be used as topsoil in unpaved areas. Utility Backfill Materials 02320-3 ftk LubbCiocty of k TEXAS B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use so that the Engineer may obtain samples from verification testing. Contractor shall furnish the material from locations in the off -site source as concurred by Engineer. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations as practical for material handling and control. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control (1) The Engineer may sample and test backfill at: i. Sources including borrow pits, production plants, and Contractor's designated off -site stockpiles. ii. On -site stockpiles. iii. Materials placed in the Work. (2) The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. END OF SECTION Utility Backfill Materials 02320-4 1Arz LubbocCity of k TEXAS SECTION 02445 0 S I [1VX1 11113 r@K&i4k11[!' PART1 GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The section covers utility bores and placing steel encasement in open cut trenches. B. The encasement will be installed at the locations indicated on the attached plans. C. The contractor will be responsible for providing all labor, materials, equipment and incidentals necessary to accomplish the following: (1) Construction of the bore and bore pits or trench cut. (2) Installing the appropriate steel casing. (3) Installing the water supply pipe in the steel casing using the pipe manufactures recommended practices. (4) Backfill all excavations. (5) All traffic barricading and control. (6) All trench safety requirements. (7) Implementing a best management plan for the control of storm water runoff 1.2 CONTRACTOR USE OF SITE A. Limit use of site to allow: (1) Owner occupancy. (2) Contractor. B. Coordinate use of site under direction of Owner's Representative. C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other Contractors. D. Move any stored products under Contractor's control, which interfere with operations of (1) Owner. E. Assume full responsibility for the protection and safekeeping of products furnished under this contract, stored on or off the site. 1.3 WORK SEQUENCE A. Construct Work to accommodate Owner's occupancy requirements during the construction period. B. Sequence and schedule shall balance Owner's occupancy and the requirements of adjacent utility work and construction schedules of other government agencies, however, Contractor's coordination for construction schedule and operations shall be with the Engineer or the Owner's Representative only. 1.4 SUBMITTALS A. Provide written plan with methods and materials to be used in bore and casing process. B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of proposed locations within pipe casing. Boring and Encasing 02445-1 AF LubbCity of ock TEXAS 1.5 STANDARDS A. All work shall be accomplished in accordance with the following standards: (1) AWWA C-206 "Field Welding of Steel Water Pipe" (2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" (3) AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" (4) AASHTO Standard Specifications for Highway Bridges, 1993. (5) ASTM A-36 "Carbon Structural Steel" (6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" (7) ASTM A-135 `Electric — Resistance — Welded Steel Pipe" (8) ASTM A-139 `Electric — Fusion (Arc) — Welded Steel Pipe" (NPS4 and over) (9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware" (10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength" (11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" (12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold - Rolled for Commercial Quality" (13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" (14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations of Relative Density" B. Additional standards contained in the City of Lubbock Public Works Engineering Design Standards and Specifications handbook also apply. 1.6 QUALITY ASSURANCE A. Installer's Qualifications (1) Installers shall be competent and experienced in boring work of equal scope. (2) Installers shall provide proof of successful, related work experience with references. B. Job Conditions (1) Where work is in the right-of-way of any government or corporate jurisdiction, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations, instructions and limitations of each right-of-way owner. Coordination shall be through Owner's representative. (2) Excavated material shall be kept off of roads and railroad tracks at all times. (3) No blasting is allowed at any time. (4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify location and elevation of all pipelines, power lines and communication cable in the construction area prior to execution. Verification of existing pipe and cable utilities shall be the sole responsibility of the Contractor. 1.7 OWNER OCCUPANCY A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's operation. B. Schedule the Work to accommodate this requirement. Boring and Encasing 02445-2 1AFZ City of Lubbock T11AS PART PRODUCTS 2.1 STEEL CASING A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casing shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal. B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or heavy rust. Used Casing may be used with the Owners Representative approval and inspection. Casing joints shall be fillet welded according to ASTM C-206. 2.2 CASING SPACERS A. Casings spacers shall be sized according to the plans with steel casing to clear the bell and not center the line vertically within the casing. B. Approved casing spacers include: (1) Advance Products (2) BMW (3) Cascade (4) CCI Pipeline (5) Culpico (6) PSI C. Other casing spacers may be used with approval from the Owner Representative or the Engineer. 2.3 JOINT RESTRAINT A. Uncased pipe bores are permitted with Engineer's approval. B. Approved joint restraint devices which prevent over -insertion: (1) EBAA Mega -Stop (for push direction only) (2) CertainTeed Certa-Lok (3) Other over -insertion protection devices must be submitted prior to approval. C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe spacers. D. All uncased bore methods require Contractor to submit joint restraint manufacturer's literature for Engineer's approval. PART 3 EXECUTION 3.1 BORES A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified or instructed. B. Water used for lubrication of cuttings in conjunction with boring operations shall be permitted. Jetting shall be prohibited. C. All bores under existing paving will be subject to the following precautions: (1) Auger Boring — Auger boring shall use a pilot hole to set precise, clear auger path. (2) Wet (Slick) Boring — Under highway and arterial street pavement, the use of wet boring techniques shall be subject to the approval of the Engineer on a case -by -case basis. Boring and Encasing 02445-3 0rz 66'Y fLubck Texas (3) Impact Moling — Impact moling shall be used only for bore sizes 3" in diam. and smaller. Impact moling may be used for drilling pilot holes. (4) Pipe Jacking or Ramming — Continue jacking process to completion once it has begun to prevent the pipe from becoming firmly set in the embankment. (5) Microtunneling — Remote tunneling trenchers are allowed within the constraints and operational limitations set by manufacturer. D. Contractor shall be fully responsible to insure the boring methods used are safe and adequate for workers, installed pipe, property, the public, adjacent utilities and other site conditions. E. The bore must be at or near the specified grade that is indicated on the plans. A tolerance of 0.02% grade either positive or negative will be allowed. F. Contractor is responsible for removing all excavated material. G. Contractor shall be responsible for trench safety and all traffic control requirements. H. After installing the water pipe in the encasement the ends of the encasement must be sealed to prevent soil creep into the pipe. 3.2 PIPE INSTALLATION A. Contractor shall use approved joint restraint devices for pipe within casing. B. Contractor shall use approved spacers as specified to install pipe in casing. 3.3 OPEN TRENCH ENCASEMENT A. The water distribution pipe shall be installed in the same manner as the encased bores. The cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as per manufacture recommendation. B. The ends of the encasement shall be sealed after the carrier pipe is installed. END OF SECTION Boring and Encasing 02445-4 SECTION 02530 SANITARY SEWER PIPE PART1 GENERAL 1.1 SUMMARY 1Arz LubbocCity of k TEXAS A. This section of the specifications covers sanitary sewer pipe that are to be installed at storm sewer line crossing, as shown on drawings through the open cut method. The term sanitary sewer pipe as used herein shall include all piping, fittings, and accessories as shown on the plans and/or as specified herein. B. Section Includes: (1) Definitions (2) Submittals (3) Delivery, Storage, and Handling (4) Project Conditions (5) Manufacturers (6) Piping Materials (7) Non -pressure Type Pipe Couplings (8) Manholes (9) Concrete (10) Earthwork (11) Piping Installation (12) Sewer Line Crossing Water Line (13) Pipe Joint Construction (14) Manhole Installation (15) Concrete Placement (16) Closing Abandoned Sanitary Sewer Systems (17) Identification (18) Field Quality Control (19) Cleaning 1.2 DEFINITIONS A. PVC — Polyvinyl chloride plastic. 1.3 SUBMITTALS A. Submittals, in accordance with Section 01300 — Submittals, are required from the Contractor for the following materials and products: (1) Sanitary sewer pipe and fittings, ASTM D 3034 and ASTM F 679. (2) Laboratory analysis of rock embedment including sieve analysis. (3) Trench safety system. (4) Membrane curing compound. (5) Manhole Vacuum Test or Leakage Test Procedure or Method. Sanitary Sewer Piping 02530-1 AF LubbCityock of TEXAS (6) Submittals shall be reviewed and approved by the Engineer prior to the incorporation of any materials and products into the project. 1.4 DELIVERY, STORAGE, AND HANDLING A. Protect pipe, pipe fittings, and seals from dirt and damage. 1.5 PROJECT CONDITIONS A. Do not interrupt service to facilities occupied by the Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: (1) Notify the Engineer no fewer than five (5) days in advance of proposed interruption of service. (2) Do not proceed with interruption of service without the Engineer's written permission. B. The Contractor shall prepare a proposal to maintain sewer flow during construction of the new line. PART 2 PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. C. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 PIPE MATERIALS A. Acceptable materials (1) PVC Sewer Pipe (Type PSM, SDR 35 or SDR 26) (2) Components shall conform to ASTM D 1784 (3) Materials shall conform to ASTM D 3034 (4) Must meet dimensional, chemical, and physical requirements outlined in ASTM D 3034 and F 679. (5) Shall be installed according to ASTM D 2321. B. Each joint of pipe shall be marked with the following information: (1) Manufacturer's name. (2) Nominal pipe size. (3) PVC cell classification. (4) SDR. (5) ASTM D 3034 or F 679. 2.3 NON -PRESSURE TYPE PIPE COUPLINGS A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, for joining underground non -pressure piping. Include ends of same sizes as piping to be joined and corrosion -resistant -metal tension band and tightening mechanism on each end. B. Sleeve Materials: Sanitary Sewer Piping 02530-2 Irk City of Lubbock TEXAS (1) For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. (2) For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. 2.4 MANHOLES A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced concrete, of depth indicated, as specified in Section 02082 — Pre -cast Concrete Manholes, with provision for sealantjoints. B. Diameter — forty-eight (48) inches, unless otherwise indicated. C. Base Section — six (6) inch minimum thickness for floor slab and four (4) inch minimum thickness for walls and base riser section, and having separate base slab or base section with integral floor. D. Rise Sections — four (4) inch minimum thickness, and of length to provide depth indicated. E. Top Section — Eccentric or Concentric cone top as indicated on the Drawings. F. Joint Sealant — ASTM C 990, bitumen or butyl rubber. G. Resilient Pipe Connectors — ASTM C 923, cast or fitted into manhole walls, for each pipe connection. H. Steps — Omit steps in sanitary sewer manholes. I. Grade Rings — Reinforced concrete rings, 6 to 9 inch total thickness, to match diameter of manhole frame and cover. J. Protective Coating — Refer to Section 02082 — Pre -Cast Concrete Manholes. K. Manhole Frames and Covers — Ferrous, Refer to Section 02084 — Frames, Grates, Rings, and Covers. L. Manhole Cover Insert/Inflow Prevention Device: Manufactured, plastic form, of size to fit between manhole frame and cover and designed to prevent stormwater inflow. Include handle for removal and gasket for gastight sealing. (1) Manufacturers: (a) FRW Industries: a Syneco Systems, Inc. Company (b) Knutson Enterprises (c) L.F. Manufacturing, Inc. (d) Parson Environmental Products, Inc. (2) Type: With drainage and vent holes. 2.5 CONCRETE A. General: Cast -in -place concrete according to Section 03300, ACI 318, ACI 350R, and the following: (1) Cement: ASTM C 150, Type II. (2) Fine Aggregate: ASTM C 33, sand. (3) Coarse Aggregate: ASTM C 33, crushed gravel. (4) Water: Potable. (5) Portland Cement Design Mix: 4000 psi minimum, with 0.45 maximum water/cementitious materials ratio. (6) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. (7) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. Sanitary Sewer Piping 02530-3 WArZ Lubbcioty of ckTEXAS B. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement design mix, 4000 psi minimum, with 0.45 water/cementitious materials ratio. Include channels and benches in manholes. C. Channels: Concrete invert, formed to same width as connected piping, with height of vertical sides to three -fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. D. Invert Slope: two (2) percent through manhole E. Benches: Concrete, sloped to drain into channel. F. Slope: four (4) percent G. Ballast and Pipe Supports: (1) Portland cement design mix, 3000 psi minimum, with 0.58 maximum water/cementitious materials ratio. (2) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. (3) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. 2.6 MISCELLANEOUS MATERIALS A. Paint: SSPC — Paint 16. B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other equivalent, imperious material. PART 3 EXECUTION 3.1 EARTHWORK A. Excavating, trenching, and backfilling are specified in Division 2 Section 02317 — Excavation and Backfill for Utilities. 3.2 PIPE INSTALLATION A. General Locations and Arrangements: (1) Drawing plans and details indicate general location and arrangement of storm sewer line and sanitary sewer pipe crossing. (2) Location and arrangement of piping layout take design considerations into account. (3) Install piping as indicated, to extent practical. Excavate trench only as necessary to install the pipe. (4) Where specific installation is not indicated, follow piping manufacturer's written instructions. (5) Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. (6) Place bell ends of piping facing upstream. (7) Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for using lubricants, cements, and other installation requirements. B. Tunneling or Boring: In areas that cannot be disturbed by open trench installation, or if the Contractor elects, approved pipe may be installed by tunneling or boring. C. Clear interior of piping and manholes of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed. D. Sanitary sewer line crossing replacement shall be done and completed in one day. If sanitary sewer line crossing cannot be done in one day Contractor to provide bypass pumping at Contractor's cost. Sanitary Sewer Piping 02530-4 1V LubbCiotyof ckTEXAS E. Connections between new work and existing pipe shall be made using fittings suitable for the conditions encountered. Each connection to existing pipe shall be made at a time under conditions which will least interfere with service to customers, as authorized by Engineer. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavation without damage to adjacent property. 3.3 SEWER LINE CROSSING WATER LINE A. Where a new sewer line crosses a waterline, the wastewater line shall be embedded in cement -stabilized sand for the total length of one (1) pipe segment plus twelve (12) inches beyond the joint on each end as shown on the drawings. 3.4 PIPE JOINT CONSTRUCTION A. Join gravity -flow, non -pressure, drainage piping according to the following: (1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric- seal joints or ASTM D 3034 for elastomeric-gasket joints. 3.5 MANHOLE INSTALLATION A. Install manholes complete with appurtenances and accessories indicated. B. Install pre -cast concrete manhole sections with sealants according to ASTM C 891. C. Install PE sheeting on earth where cast -in -place concrete manholes are to be built. D. Form continuous concrete channels and benches between inlets and outlet. E. Set tops of frames and covers flush with finished surface of manholes that occur in pavements. Set tops three (3) inches above finished surface elsewhere, unless otherwise indicated. F. Install manhole cover inserts in frame and immediately below cover. 3.6 CONCRETE PLACEMENT A. Place cast -in -place concrete according to Section 03300 — Cast -in -Place Concrete. 3.7 IDENTIFICATION A. Materials and their installation are specified in Division 2 Section — Earthwork. B. Arrange for installation of green warning tapes directly over piping and at outside edges of underground manholes. C. Use detectable warning tape over nonferrous piping and over edges of underground manholes. 3.8 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred. B. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. C. Submit separate report for each system inspection. D. Defects requiring correction include the following: (1) Alignment: Less than full diameter of inside of pipe is visible between structures. (2) Deflection: Pipe deflection exceeding 5% shall be replaced by the Contractor. (3) Crushed, broken, cracked, or otherwise damaged piping. (4) Infiltration: Water leakage into pipe. Sanitary Sewer Piping 02530-5 AV LubbCity of ock THAS (5) Exfiltration: Water leakage from or around piping. E. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. F. Re -inspect and repeat procedure until results are satisfactory. G. Test new piping systems and manholes in accordance with Section 02533 — Acceptance Testing for Sewers. H. Do not enclose, cover, or put into service before inspection and approval. I. Test completed piping systems according to requirements of authorities having jurisdiction. J. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours advance notice. K. Submit separate report for each test. L. Manholes: Perform hydraulic test according to ASTM C 969. M. Leaks and loss in test pressure constitute defects that must be repaired. N. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 3.9 CLEANING A. Clean interior of piping of dirt and superfluous material. END OF SECTION Sanitary Sewer Piping 02530-6 dArt csry of If Lubbock TEXAS SECTION 02540 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER LINES PART1 GENERAL 1.1 SECTION INCLUDES A. Provide internal inspection of sanitary sewer lines by means of a closed circuit television camera. Include all aspects of televising including method, equipment and payment for work. 1.2 RELATED WORK A. Section 33 0130.50 - Cleaning of Sewer Lines 1.3 QUALITY ASSURANCE A. Contractor's Qualifications: The Contractor shall have a minimum of three (3) years of experience in such work necessary to successfully meet this specification and provide references for five (5) sewer inspection projects involving remote CCTV pan and tilt inspection. B. The Contractor shall have all operators who are responsible for logging defects into the data collection software successfully trained and certified through National Association of Sewer Service Companies (NASSCO) Pipeline Assessment and Certification Program (PACP). The Contractor shall provide copies of the PACP certificates for the operator and project references. C. The Contractor shall use CCTV defect logging software that is PACP-certified, which assures that the software can be used to export a database of all inspection and defect details that conform to the NASSCO PACP database standard. The Contractor shall add Resident Project Representative specific defect codes to the database as required to insure uniform defect identification and naming. 1.4 DEFINITIONS A. Television Inspection: Video inspection of existing sanitary sewers to evaluate lines and determine whether conditions exist which would require line rehabilitation or repair. B. Post -Cleaning Television Inspection: Video inspection to confirm line has been adequately cleaned and confirm no defects exist which will require repair or replacement. C. Post -Installation Television Inspection: Video inspection to determine whether rehabilitation or replacement of a sanitary sewer has been completed according to Drawings and Specifications. D. Television Inspection Form: A form that is filled out by each television operator for any television inspection effort and submitted to the Resident Project Representative (RPR), on a hard copy and PDF format. 1.5 SUBMITTALS A. Submit equipment manufacturer's operational manuals and guidelines to the RPR for review. Strictly follow such instructions unless otherwise directed by the RPR. Section 01010-1 February 2022 dArt csry of ck Lubbo TEXAS B. Contractor shall provide manufacturer's product literature for all video equipment including but not limited to cabling, camera, monitor, footage counter, video titling device, and recorder. C. Contractor reference projects per paragraph 1.03 D. Operator PACP certificate and reference projects per paragraph 1.03 E. Contractor shall provide an example of previous work for approval. The example shall consist of one CD or DVD of previous sewer inspection work complete with audio commentary and inspection log(s). The submitted example shall be the work of the field supervisor or foreman to be used on this project. Contractor shall be responsible for modifications to equipment and/or inspection procedures to achieve report material of acceptable quality F. Two copies of the inspection videos in sequential order from upstream manhole to downstream manhole saved in mpeg format DVD; electronic version (.jpg) of still photographs saved on DVDs; a digital Microsoft Access database conforming to the NASSCO PACP database standard populated with all inspection and defect information; and hard copies and electronic pdf files of the inspection logs shall be submitted to the RPR for review and approval. DVDs or sections thereof that do not conform to the specifications shall be rerecorded in the field at the Contractor's expense. Original DVDs and re -recorded runs shall be edited to provide a record with all inspections in sequential order from upstream to downstream. DVDs not in sequential order are unacceptable. G. In the case that a parallel sewer is used for bypass pumping, the contractor shall monitor the parallel interceptor and provide the monitoring results and visual CCTV video showing that it has adequate capacity for bypassing. The CCTV shall be performed after the parallel interceptor has been cleaned. H. Submit proposed access plan detailing proposed access route, staging and limits of construction (including diversion setup, pumping, and piping) to engineer for approval a minimum of 30 days before mobilization at any one site. PART 2 PRODUCTS 2.1 EQUIPMENT A. Television Camera For Remote CCTV and Monitor 1. The camera(s) shall be operative in 100 percent humidity/submerged conditions. The CCTV camera equipment shall provide a view of the pipe ahead of the equipment and of features to the side and rear of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. If the equipment proves to be unsatisfactory, it shall be replaced with adequate equipment. The camera unit shall have sufficient quantities of line and video cable to inspect sewers with access as far apart as 2,500 feet. 2. The television camera, electronic systems and monitor shall provide an image that meets the following specifications: a. With the monitor control correctly adjusted, the six colors - Yellow, Cyan, Green, Magenta, Red, and Blue, plus Black and White, shall be clearly Section 01010-2 February 2022 dArt csry of If Lubbock TEXAS resolved with the primary colors in order of decreasing luminance. The gray scale shall appear in contrasting shades of gray with no color tint. b. The picture shall show no convergence or divergence over the whole of the picture. The monitor shall be at least 13 inches diagonally across the picture tube. c. The live picture on the CCTV monitor shall be capable of registering a minimum of 500 lines horizontal resolution and be a clear, stable image with no interference. 3. Lighting intensity shall be remote controlled and shall be adjusted to minimize reflective glare. Lighting and camera quality shall provide a clear, in -focus picture of the entire inside periphery of the sewers and laterals for all conditions except submergence. Under ideal conditions (no fog in the sewer) the camera lighting shall allow a clear picture up to five pipe diameter lengths away for the entire periphery of the sewer. The lighting shall provide uniform light free from shadows or hot spots 4. Use a camera with an accurate footage counter, which displays on the monitor the exact distance of the camera from the centerline of the starting manhole. 5. Use a camera with a camera height adjustment so that the camera lens is always centered at one-half the inside diameter, or higher in the pipe being inspected 6. Camera focal distance shall be remotely adjustable through a range of 6 inches to infinity. 7. The monitor and software shall also be able to capture and save screen images of typical sewer details and all defects. Screen image files shall be named using upstream manhole number and footage and submitted on DVDs following paragraph 3.06, this section. B. A mobile trailer or van shall be provided which is large enough to accommodate representatives of the RPR and Contractor for purpose of viewing monitor while inspection is in progress. Trailer or van to be equipped with all necessary equipment for successful completion of television inspection. C. Media Casing: Submit the DVD in a sturdy case with the following closed dimensions 7.5" x 5.25" x 0.5". Three labels are required. Place two labels on the case with one on the face, visible when the case is closed and the other on the inside of the case. The third label shall be permanently affixed to the DVD and shall not interfere with DVD operation 1. Case Label will include: a. RPR Name b. Project Name and Number (if applicable) c. Contractor Name d. Inspection type (survey, pre -installation, or post -installation) e. DVD No. f. Date Televised g. Date Submitted h. Upstream Manhole i. Downstream Manhole j. Pipe Diameter Section 01010-3 February 2022 k. Street Name (if applicable) 2.2 Video Recordings dArt csry of If Lubbock TEXAS A. The video and audio recordings of the sewer inspections shall be made using digital video equipment. The digital recording equipment shall capture sewer inspection on DVD, with each sewer reach inspection recorded as an individual movie file (.mpeg, .mpg). The files shall be named according to Upstream/Downstream manhole numbers or per requirements established elsewhere in the Specifications. B. The audio portion of the composite video shall be sufficiently free from electrical interference and background noise to provide complete intelligibility of the oral report. Audio shall be recorded by the operating technician on the inspection video as the sewer is inspected and shall include the sewer location, identification of beginning and terminating manholes including location (address or cross streets), inspection direction, length of inspection, side sewer identification, flow information, complete descriptions of the sewer line conditions as they are encountered, description of the rehabilitation work, reason for termination, and other relevant commentary to the inspections. In addition, the audio reports shall include the distance traveled on the specific run, a description of abnormal conditions in the sewer and side sewer connections as they are encountered, explanations for pausing, backing up, or stopping the survey, and the final measured center to center distances between consecutive manholes. Audio dubbing after the inspection is prohibited. C. The reaches shall be inspected from upstream to downstream, wherever possible. The images recorded on the CCTV video shall be the same images that are required to be displayed on the CCTV monitor. The footage counter shall be zeroed at the beginning of each inspection and at each intermediate manhole along the inspection run. The video recorder shall be paused if the camera progress is stopped for a period longer than 30 seconds due to breakdown of the equipment, or any purpose other than analyzing conditions of the sewer. The operator shall document the delay on the recording when progress resumes. D. The equipment used for the inspection must provide for simultaneous monitoring of the in sewer inspection by the RPR. Equipment that does not allow for out of sewer observation of the inspection will not be allowed. E. The inspection video shall be delivered on a medium that is not re -recordable. Contractor shall maintain a copy of all inspection documentation (DVDs, databases, and logs) for the duration of the work and warranty period. 2.3 PRODUCT DATA A. Submit CCTV inspection reports as specified in paragraph 3.09 each week covering the previous week's work. PART 3 EXECUTION 3.1 METHOD A. Perform television inspection of sanitary sewers as follows: For lines to be cleaned only. The sewer line shall be cleaned prior to insertion of the television camera for Post -Cleaning video in accordance with Section 33 01 30.50, Section 01010-4 February 2022 dArt csry of ck Lubbo TEXAS Cleaning of Sewer Lines. Immediately after cleaning, video inspect the sanitary sewer line to document the condition of the line and to locate existing service connections. Provide a minimum of 48 hours' advance notice of any television inspection to RPR to allow for observation, at RPR/RPR/Engineer discretion of operation. 2. Perform post -installation television inspection to confirm completion of rehabilitation work, including removal and replacement. Verify that rehabilitation work conforms to the requirements of the Drawings and Specifications. Provide a video showing the completed work including the condition of restored service connections. Prepare and submit Television Inspection Report forms providing the location of service connections along with the location of any discrepancies. Post -installation video of completed manholes may be substituted for photographic documentation. Manhole work, including benches, inverts and pipe penetrations into manhole, should be complete prior to post -installation video work. 3. Contractor shall make actual measurement of pipe inside diameter and record measurement to nearest tenth of one inch as "pipe size" on "Television Inspection Report". B. Survey television inspection videos shall be continuous for pipe segments between manholes. Do not leave gaps in the video recording of a segment between manholes and do not show a single segment on more than one DVD. C. The CCTV camera shall be positioned as close to the spring line as possible while maintaining the required equipment stability. If the flow levels are above the spring line, then the vertical position of the camera shall be just above the free water surface. The Contractor shall also inspect and document all manholes encountered during the inspection activities. The camera shall pan the periphery of the manhole from casting to invert. Inspections shall be conducted during low flow periods to increase the viewable sidewall area of the pipe. City shall have the option to request a self-propelled CCTV investigation while sewer main is bypassed. D. The speed that the camera or survey unit is conveyed through the sewer while performing general inspections shall be uniform and shall be limited to a maximum of 30-feet per minute The survey unit shall be slowed, stopped, or backed -up to perform detailed inspections of significant features. The camera shall be stopped at all defects, changes in material, water level, size, side connections, manholes, junctions, or other unusual areas. When stopped at the defect or feature, the operator shall pan the camera to the area and along the circumference of the pipe. E. During period of camera advancement along the reach, the operator should pan to view the flow line conditions along both sides of the pipe and the crown at regular intervals. This may be done while the camera is moving forward as long as the recorded picture quality is not adversely affected. When viewing the flow line area, the camera should be returned to the forward position providing a full view of the pipe before panning to view the opposite side of the sewer or the crown conditions. The Contractor shall measure the camera progress along the full length of each reach. F. The length counter shall be zeroed at the beginning of each inspection, and at any intermediate manhole. In the case of resuming an inspection at an intermediate point along the pipeline, the length counter shall start at the last point recorded. The Contractor shall ensure that the counter Section 01010-5 February 2022 dArt csry of ck Lubbo TEXAS starts to register immediately when camera progress starts. The device shall be observable at ground level. Markings on the cable, instruments requiring observation inside a manhole, or correction of the length for the depth of the manhole are not acceptable. 1. The equipment shall measure the location of the camera unit in 1-foot increments from the beginning (upstream end) of each continuous section. This footage location must be displayed on the CCTV monitor and recorded. 2. The accuracy of the measured location shall be within + 0.5% of the actual length of the sewer reach being surveyed, or 1 foot, whichever is greater G. At the Contractor's discretion or direction of the RPR, the camera shall be stopped or backed up (when conditions allow) to view and analyze conditions that appear to be unusual or uncommon for a sound sewer. The lens and lighting shall be readjusted, if need be, in order to ensure a clear, distinct, and properly lighted feature. The video recorder shall be paused if the camera progress is stopped for a period longer than 30 seconds due to breakdown of the equipment, or any purpose other than analyzing conditions of the sewer. The operator shall document the delay on the recording when progress resumes. H. Electrical service required for televising sewer lines shall be provided for by the Contractor. [c�►�y�C�]h�LK�]�IN tie]J A. No flow is allowed in the line while performing Post -Cleaning or Post -Installation television inspection. Divert the normal flow as specified in Section 33 0140 - Diversion Pumping, and clean the line to be inspected. 3.03 PASSAGE OF VIDEO CAMERA A. If during survey television inspection of a manhole section, the camera is unable to pass an obstruction even though flow is unobstructed, televise the manhole section from the other direction (reverse setup) in order to obtain a complete video of the line. Whenever such a condition arises, notify the RPR to determine whether an obstruction removal or point repair is necessary. If a point repair is authorized, repair the pipe at the designated location and then re - televise the manhole section to verify completion of the point repair. 1. When the camera is being pulled from the other direction in order to survey on either side of an obstruction and a second obstruction or repair location is encountered away from the first obstruction, notify the RPR and request a review of the video. The RPR may direct the Contractor to make one or both repairs. 2. Once point repairs are completed, re -inspect the manhole section. 3. The RPR makes no guarantee that the sanitary sewer designated for survey television after cleaning is clear for the passage of the camera set-up. Select the appropriate equipment, tools and methods for securing safe passage of the camera. B. For post -installation television inspection, exercise the full capabilities of the camera equipment to document the completion of the rehabilitation work and the conformance of the work to the Drawings and Specifications. Provide a full 360-degree view of pipe, joints and service connections. 3.4 CCTV MONITOR DISPLAY Section 01010-6 February 2022 dArt csry of If Lubbock TEXAS A. The CCTV images shall include an initial data display that identifies the sewer reach being surveyed and a survey status display that provides continuously updated information on the location of the survey unit as the survey is being performed. These data displays shall be in alphanumeric form. The size and position of the data shall not interfere with the main subject of the monitor picture. B. The on -screen display should be white during inspections where the background behind the display is dark and, conversely, black where the background is light. C. At the beginning of each reach of sewer being inspected, the following information shall be electronically generated and displayed on the CCTV monitors as well as included in the audio track: 1. Date of survey 2. Interceptor name/location 3. Upstream and Down Stream Manhole Number 4. Direction of survey 5. Time of start survey D. During inspections, the following information shall be electronically generated, automatically updated, and displayed on the CCTV monitors: 1. Survey unit location in the sewer line in feet and tenths of feet from adjusted zero. 2. Sewer diameter 3. Abbreviated manhole reference numbers (upstream and downstream manholes in order of survey direction.) 3.5 PHOTOGRAPHS A. During CCTV inspections, screen captures shall be taken from the monitor images and saved electronically of typical conditions every 200 feet and at all defects. The screen capture shall have the interceptor name, reach (identified by the upstream and downstream manholes), survey direction, footage, and date when photograph was taken. The annotation shall be clearly visible and in contrast to its background, shall have a figure size no greater than 1/4- inch, and shall be type -printed. The annotation shall be positioned on the front of the photograph so as to not interfere with the subject of the photograph. Files shall be named using upstream/downstream manhole numbers. B. The image of the sewer shall fill the photographic image. Photographs must clearly and accurately show what is displayed on the monitor, which shall be in proper adjustment. Where significant features exist within 6-feet of each other, one photograph shall be made to record these features. Where there is a continuous feature, photographs shall not be taken at intervals of less than 6-feet unless absolutely necessary to show a change in the feature. C. The images shall be kept electronically, copied to DVD and submitted with the inspection videos and logs per paragraph 3.06. 3.6 TELEVISION INSPECTION REPORT A. Defect coding, CCTV inspection process and report shall be completed in accordance with the NASSCO PACP. END OF SECTION Section 01010-7 February 2022 dArt csry of If Lubbock TEXAS END OF SECTION Section 01010-8 February 2022 SECTIOIN 02560 CLEANING OF SEWER LINES PART1 GENERAL 1.1 SECTION INCLUDES dArt csry of If Lubbock TEXAS A. Cleaning sewer lines to remove solids, roots, soil, sand, pieces of broken pipe, tuberculation nodules, bricks, grease, grit from sewer lines and manholes and other debris, thus improving flow and facilitating television inspection for sewer evaluation. Cleaning includes initial manhole wall washing by high-pressure water jet. B. Disposal of waste from sewer lines. C. Payment for waste disposal. D. Testing of waste material. 1.2 RELATED WORK A. Closed -Circuit Television (CCTV) Inspection of Sewer Lines 1.3 SUBMITTALS A. Submit a detailed operation plan for cleaning of the pipeline segment(s) addressing all requirements stipulated by the Engineer, including hours of operation, field staff and applicable certifications, traffic control plans, source of water, method/equipment for cleaning and method/equipment for debris disposal. Provide list of projects per subsection 1.6A. B. Submit equipment manufacturer's operational manuals and guidelines to the Engineer for review. Strictly follow such instructions unless otherwise directed by the Resident Project Representative (RPR). C. Submit a tuberculation removal plan. The plan shall include the contractor's proposed means and methods to remove the tuberculation growths while maintaining the pipe integrity. D. Submit and maintain Liquid Waste Manifests conforming to local requirements. Send the Owner's and regulator's copies of the completed manifests to the Engineer and RPR within 24 hours after disposal of waste materials. 1.4 DESCRIPTION A. Cleaning of all sewer pipe lines shall be conducted on all lines which are designated for cleaning in the contract documents. B. Cleaning of sewer lines shall be accomplished by trapping and collecting all sand, debris, and grease at the next manhole (downstream of the line being cleaned) and removal and proper disposal of said materials. C. Clean designated sanitary sewers and manholes using mechanical, hydraulically - propelled or high -velocity sewer cleaning equipment. Select cleaning processes which will remove grease, soil, sand, silt„ solids, rags, tubercular growths and debris from each sewer segment and associated manholes. Section 02560-1 February 2022 dArt csry of ck Lubbo TEXAS D. The cleaning operations shall also provide a means by which the sewer line can be threaded (i.e., a cable inserted in the line so that the television camera may be pulled through). 1.5 DEFINITIONS A. Normal Cleaning Equipment: Cleaning devices such as rods, metal pigs, porcupines, root saws, snakes, scooters, sewer balls, kites, and other approved equipment in conjunction with hand -winching devices and gas or electric rod -propelled devices. Variable -pressure water nozzles (3,000psi) are considered normal cleaning equipment. B. Mechanical Cleaning Equipment: Buckets, scrapers, scooters, porcupines, kites, heavy- duty brushes, metal pigs, chain flails, and other debris -removing equipment and accessories used in conjunction with approved power winching machines. High -to very high-pressure water nozzles (10,000psi) are considered mechanical cleaning equipment. 1.6 QUALITY ASSURANCE A. Qualifications: Use experienced personnel to operate cleaning equipment and devices. Proved list of projects on which the proposed method/equipment was utilized. B. Acceptance of sewer cleaning work is subject to successful completion of the television inspection. If inspection shows solids, sands, grease, grit or other debris remaining in the lines, the cleaning is considered unsatisfactory. Repeat cleaning and video inspection of the sewer line until cleaning is acceptable by the Engineer and RPR. C. Unable to Penetrate: If the Contractor is unable to penetrate a line during cleaning, the Contractor will notify and receive direction from the RPR. PART 2 PRODUCTS 2.1 CLEANING EQUIPMENT A. Select cleaning equipment and methods based on the condition of the sanitary sewer mains at the time work begins. More than one method or type of equipment may be required on a single project or at a single location. B. Demonstrate at the performance capabilities of cleaning equipment and methods proposed for use on the project to the Owner and RPR. Coordinate location of testing with the Owner and RPR. If results obtained by demonstration are not satisfactory, provide other equipment that will clean the sewer line. C. For high -velocity cleaning use a water jet capable of producing a minimum volume of 50gpm with a pressure of 1500psi at the pump. Install a gauge to indicate working pressure on the discharge of high-pressure water pumps. In addition to conventional nozzles, use a nozzle which directs the cleaning force to the bottom of the pipe for sewers 18-inches and larger. D. When hydraulic or high -velocity cleaning equipment is used, install a suitable sand trap, weir damn or suction devise in the downstream manhole so that solids and debris are trapped for removal. E. Chain flails shall be capable of knocking hard deposits, such as tubercular nodules or mineral deposits, from the pipeline wall with minimal damage to the pipeline wall. Section 02560-2 February 2022 dArt csry of ck Lubbo TEXAS F. When chain flail or chain cutter equipment is used, perform that nodule removal with simultaneous observation by CCTV cameras to observe the removal process and be able to observe the degree of pipe wall removal. 2.2 CLEANING ACCESSORIES A. When an additional quantity of water from the public water supply is needed to meet the cleaning requirements of the equipment and the sewer, coordinate with water service provider to obtain transient water meters for installation on trucks or at fire hydrants. B. All cleaning equipment must be equipped with backflow preventers to prevent contamination to the public water supply. C. Pneumatic or hydraulically powered "knockers" or chain flails may be used to remove heavy tuberculation in metallic pipes. PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin cleaning until both upstream and downstream manholes have been checked for flow monitors and other mechanical devices. 3.2 PREPARATION A. Take precautions to protect sanitary sewer mains and manholes from damage that might be inflicted by the improper selection of cleaning processes or improper use of equipment. When using hydraulically -propelled devices take precautions to ensure that the water pressure created does not cause damage to or flooding of public or private property. Do not surcharge any sanitary sewer to an elevation that could cause overflow of sewage into area waterways, homes or buildings, or onto the surface. B. Do not use or obstruct fire hydrants. Remove water meters, fittings and piping from fire hydrants at the end of each working day. C. Exercise care to prevent contamination of the potable water system. Use an appropriately sized backflow preventer as required by the water service provider when drawing water from a public hydrant. D. Where possible, use the flow of wastewater present in the sanitary sewer main to provide fluid for hydraulic cleaning devices. 3.3 CLEANING A. Conserve water. Do not use waste water from the public water supply through poor connections, hydrants left open, or any other cause. B. Collapsible Dams: Use collapsible dams for hydraulically -propelled devices which require a head of water to operate. Dam shall be easily collapsible to prevent damage to the sewer, public property, and private property. C. High Velocity Cleaning: Operate high-Ovelocity cleaning equipment so that the pressurized nozzles moves continuously. Turn off or reduce the flow to the nozzle to prevent damage to the line any time the nozzle becomes stationary. Section 02560-3 February 2022 dArt csry of ck Lubbo TEXAS D. Mechanical Cleaning: In addition to normal cleaning equipment, perform mechanical cleaning when required and approved using equipment and accessories as defined in this section. (1) Chain Flail: The use of a chain flail will be performed in accordance with the Contractor's approved Tuberculation Removal Plan. (2) Bucket Machine: Bucket machines shall be with sufficient power to perform the work in an efficient manner. Machines shall be belt operated or have an overload shutoff device. Machines with a direct drive that could damage an existing pipe shall not be used. Bucked machines shall not be used on rehabilitated pipelines lined with a plastic pipe or plastic liner. E. Debris Disposal: Remove sludge, soil, sand, rocks, grease, roots and other solid or semi- solid material resulting from the cleaning operation at the downstream manhole of the section being cleaned. Passing debris from any sewer section to any other sewer section is not allowed. Load debris from the manholes into an enclosed container permitted by location regulations for liquid waste hauling. Remove solids and semi -solids resulting from the cleaning operations from the site and dispose them lawfully at the end of each work day. Liquid wastes from municipal sources must be treated or processed to eliminate free liquids by State and Federal regulation. Do not accumulate debris, liquid waste, or sludge on the site except in totally enclosed containers approved by the Engineer or RPR. Only solids and semi -solids are allowed for transmittal and disposal offsite. All free liquids shall be passed through the existing sanitary sewer system. RPR at his/her discretion, may independently perform a paint filter test per EPA 9095B to determine acceptability of waste for disposal and require dewatering or other measure prior to hailing/disposal of solids and semi -solids. F. Disposal Sites: Dispose of waste at a lawfully -permitted disposal site using a transporter having a valid Liquid Waster Transporter Permit. Pay fees for disposal, even when utilizing a City operated landfill. G. Pay for any testing of waste material to detect lead or other hazardous wastes as required by law. 3.4 FIELD QUALITY CONTROL A. Do not under any circumstances, allow sewage or solids removed in the cleaning process to be released onto streets or into ditches, catch basins, cleanouts, storm drains, or sanitary or storm sewer manholes. END OF SECTION Section 02560-4 February 2022 &przl City of - Lubbock SECTION 02580 CURED -IN -PLACE PIPE (CIPP) 1. INTENT 1.1 It is the intent of this specification to provide for the reconstruction of pipelines and conduits by the installation of a resin -impregnated flexible tube, which is tightly formed to the original conduit. The resin is cured using either hot water under hydrostatic pressure or steam pressure within the tube. The Cured -In -Place Pipe (CIPP) will be continuous and tight fitting. The work shall be completed within (240 ) calendar days from the "Notice to Proceed". 2. REFERENCED DOCUMENTS 2.1 This specification references standards from the American Society for Testing and Materials, such as: ASTM F 1216 (Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube), ASTM F 1743 (Rehabilitation of Existing Pipelines and Conduits by Pulled -in -Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP)), ASTM D5813 (Cured -in -Place Thermosetting Resin Sewer Pipe), ASTM D790 (Test Methods for Flexural Properties of Un-reinforced and Reinforced Plastics and Electrical Insulating Materials), and D2990 (Tensile, Compressive, and Flexural Creep and Creep -Rupture of Plastics) which are made a part hereof by such reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and these referenced documents, this specification will govern. 3. PRODUCT, MANUFACTURER/INSTALLER QUALIFICATION REQUIREMENTS 3.1 Since sewer products are intended to have a 50-year design life, and in order to minimize the Owner's risk, only proven products with substantial successful long-term track records will be approved. All trenchless rehabilitation products and installers must be pre -approved prior to the formal opening of proposals. Products and Installers seeking approval must meet all of the following criteria to be deemed Commercially Acceptable: 3.1.1 For a Product to be considered Commercially Proven, a minimum of 20 successful wastewater collection system projects of a similar size and scope of work and 1,000,000 linear feet shall have been completed in the U.S. with the exact product intended for use on this project and documented to the satisfaction of the Owner to assure commercial viability. 3.1.2 For the Bidding Company to be considered as a Commercially Proven Installer, the Company must satisfy all insurance, financial, and bonding requirements of the Owner, and must have had at least 5 (five) years active experience in the commercial installation. In addition, the Installer must have successfully installed at least 1,000,000 feet of the exact INK C:�of Lubbock cured -in -place product intended for use on this project in wastewater collection systems in the U.S. with at least 200,000 feet installed in the State. Acceptable documentation of these minimum installations must be submitted to the Owner. Installer's project manager must have a minimum of 5 years of CIPP installation experience, while under the employment of the Bidding Company. 3.1.3 Sewer rehabilitation products submitted for approval must provide third party test results supporting the structural performance (short-term and long-term) of the product and such data shall be satisfactory to the Owner. No product will be approved without independent third -party testing verification. 3.1.4 Both the rehabilitation manufacturing and installation processes shall operate under a quality management system which is third -party certified to ISO 9000 or other recognized third -party certified organization standards. Proof of certification shall be required for approval. 3.1.5 Proposals must be labeled clearly on the outside of the proposal envelope, listing the exact CIPP product intended for use on this project and Bidding/Installer name. Only proposals using pre -approved products and Installing Companies will be opened and read. Proposals submitted on products and/or from Installing Companies that have not been pre -approved will be returned unopened 3.1.6 The owner authorizes the use of proven materials that serve to enhance the pipe performance specified herein. Proven materials have passed independent laboratory testing, not excluding long-term (10,000 hour) structural behavior testing, and have been successfully installed to repair failing host pipes in the U. S. for at least 4 years. In addition to the aforementioned, the owner may require that the contractor demonstrate that the enhancements proposed exceed the specifications herein, prior to the installation of the enhanced material systems. This section in no way shall be interpreted as authorization to deviate from the minimum standard practices set forth herein. 3.1.7 The Bidding/Installing Company must own and operate its own permitted wet -out facility where the resin impregnation of the CIPP tube will be carried out. Documentation of such facility shall be submitted for pre -approval. No wet -out of purchased materials (tube & resin) may be completed through 3rd party companies. Documentation for products and installers seeking pre -approved status must be submitted no less than one weeks prior to proposal due date to allow time for adequate consideration. The Owner will advise of acceptance or rejection a minimum of two days prior to the due date. All required submittals must be satisfactory to the Owner. 4. MATERIALS 4.1 Tube - The sewn Tube shall consist of one or more layers of absorbent non -woven felt fabric and meet the requirements of ASTM F1216, Section 5.1 or ASTM F1743, Section 5.2.1 or ASTM D 5813, Sections 5 and 6. The tube shall be constructed to withstand 2 INK C:�of Lubbock installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. 4.1.1 The wet -out Tube shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design CIPP wall thickness. 4.1.2 The Tube shall be manufactured to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during installation. 4.1.3 The outside layer of the Tube shall be coated with an impermeable, flexible membrane that will contain the resin and allow the resin impregnation (wet out) procedure to be monitored. 4.1.4 The Tube shall contain no intermediate or encapsulated elastomeric layers. No material shall be included in the Tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. 4.1.5 The wall color of the interior pipe surface of CIPP after installation shall be a relatively light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. 4.1.6 Seams in the Tube shall be stronger than the non -seamed felt material. 4.1.7 The Tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturers name or identifying symbol. The tubes must be manufactured in the USA. 4.2 Resin - The resin system shall be a corrosion resistant polyester or vinyl ester system including all required catalysts, initiators that when cured within the tube create a composite that satisfies the requirements of ASTM F1216, ASTM D5813 and ASTM F1743, the physical properties herein, and those which are to be utilized in the submitted and approved design of the CIPP for this project. The resin shall produce a CIPP that will comply with the structural and chemical resistance requirements of this specification. 5. STRUCTURAL REQUIREMENTS 5.1 The CIPP shall be designed as per ASTM F1216, Appendix X.1. The CIPP design shall assume no bonding to the original pipe wall. 5.2 The Contractor must have performed long-term testing for flexural creep of the CIPP pipe material installed by his Company. Such testing results are to be used to determine the long-term, time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials (Tube and Resin) and general workmanship of the installation and curing as defined within the relevant ASTM standard. A percentage of the instantaneous flexural modulus value (as measured by ASTM D790 testing) will be used in design calculations for external buckling. The 3 INK City of Lubbock percentage, or the long-term creep retention value utilized, will be verified by this testing. Retention values exceeding 50% of the short-term test results shall not be applied unless substantiated by qualified third party test data to the Owner's satisfaction. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long- term test with respect to the initial flexural modulus used in the CIPP design. 5.3 The Enhancement Factor `K' to be used in `Partially Deteriorated' Design conditions shall be assigned a value of 7. 5.4 The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If the layers separate during field sample testing, new samples will be required to be obtained from the installed pipe. Any reoccurrence may cause rejection of the work. 5.5 The cured pipe material (CIPP) shall conform to the structural properties, as listed below. MINIMUM CIPP PHYSICAL PROPERTIES PropertX Test Method Modulus of Elasticity ASTM D790 Flexural Stress ASTM D790 Cured Polyester Composite min. per ASTM F 1216 Enhanced Resin 250,000 psi 4,500 psi 400,000 psi 4,500 psi 5.6 The required structural CIPP wall thickness shall be based as a minimum, on the physical properties in Section 5.5, or greater values if substantiated by independent lab testing and in accordance with the design equations in the Appendix X1. Design Considerations of ASTM F1216, and the following design parameters: Design Safety Factor (typically used value) = 2.0 Retention Factor for Long -Term Flexural Modulus to be used in Design = 50% - 75% (As determined by long-term tests described in section 5.2 and approved by the Owner) Ovality* (calculated from (X 1.1 of ASTM F 1216) = 2% Enhancement Factor, K Groundwater Depth (above invert of existing pipe)* Soil Depth (above crown of existing pipe)* Soil Modulus** See Section 5.3 =1/2 Soil Depth (ft) =Field Conditions (ft) 1.000 Dsi Soil Density** = 120 pcf Live Load** = H2O Highwa- Design Condition (partially or fully deteriorated)*** = FD * Denotes information, which can be provided here or in inspection videotapes or project construction plans. Multiple lines segments may require a table of values. 0 0 IN K Lubbock ** Denotes information required only for fully deteriorated design conditions. *** Based on review of video logs, conditions of pipeline can be fully or partially deteriorated. (See ASTM F1216 Appendix) The Owner will be sole judge as to pipe conditions and parameters utilized in design. 5.7 Any layers of the tube that are not saturated with resin prior to insertion into the existing pipe shall not be included in the structural CIPP wall thickness computation. 6. TESTING REQUIREMENTS 6.1 Chemical Resistance - The CIPP shall meet the chemical resistance requirements of ASTM F 1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical -testing requirements. 6.2 Hydraulic Capacity - Overall, the hydraulic cross-section shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. 6.3 CIPP Field Samples - When requested by the Owner, the Contractor shall submit test results from field installations of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section 5.5 have been achieved in previous field applications. Samples for this project shall be made and tested as described in Section 10.1. 7. INSTALLATION RESPONSIBILITIES FOR INCIDENTAL ITEMS 7.1 It shall be the responsibility of the Owner to locate and designate all manhole access points open and accessible for the work, and provide rights -of -access to these locations. If a street must be closed to traffic because of the orientation of the sewer, the Owner shall institute the actions necessary to provide access during this for the mutually agreed time period. The Owner shall also provide free access to water hydrants for cleaning, installation and other process related work items requiring water. 7.2 Cleaning of Sewer Lines - The Contractor, when required, shall remove all internal debris out of the sewer line that will interfere with the installation of CIPP. The Owner shall also provide a dumpsite for all debris removed from the sewers during the cleaning operation. Unless stated otherwise, it is assumed this site will be at or near the sewage treatment facility to which the debris would have arrived in absence of the cleaning operation. Any hazardous waste material encountered during this project will be considered as a changed condition. 7.3 Bypassing Sewage - The Contractor, when required, shall provide for the flow of sewage around the section or sections of pipe designated for repair. Plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system shall make the 5 INK C:�of Lubbock bypass. The pump(s) and bypass line(s) shall be of adequate capacity to accommodate the sewage flow. The Owner may require a detail of the bypass plan to be submitted. 7.4 Inspection of Pipelines - Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections using close circuit television (CCTV) inspection techniques. The pipeline interior shall be carefully inspected to determine the location of any conditions that may prevent proper installation of CIPP. These shall be noted and corrected. A videotape and suitable written log for each line section shall be produced for later reference by the Owner. 7.5 Line Obstructions - It shall be the responsibility of the Contractor to clear the line of obstructions such as solids and roots that will prevent the insertion of CIPP. If pre -installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the installation process, that was not evident on the pre -bid video and it cannot be removed by conventional sewer cleaning equipment, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner's representative prior to the commencement of the work and shall be considered as a separate pay item. 7.6 Public Notification - The Contractor shall make every effort to maintain sewer service usage throughout the duration of the project. In the event that a connection will be out of service, the longest period of no service shall be 8 hours. A public notification program shall be implemented, and shall as a minimum, require the Contractor to be responsible for contacting each home or business connected to the sanitary sewer and informing them of the work to be conducted, and when the sewer will be off-line. The Contractor shall also provide the following: A. Written notice to be delivered to each home or business the day prior to the beginning of work being conducted on the section, and a local telephone number of the Contractor they can call to discuss the project or any potential problems. B. Personal contact with any home or business, which cannot be reconnected within the time stated in the written notice. 7.7 The Contractor shall be responsible for confirming the locations of all branch service connections prior to installing the CIPP. 8. INSTALLATION 8.1 CIPP installation shall be in accordance with ASTM F1216, Section 7, or ASTM F1743, Section 6, with the following modifications: 8.1.1 Resin Impregnation -The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the potential loss of resin during installation through cracks and irregularities in the original pipe wall, as applicable. 1.1 INK C:�of Lubbock 8.1.2 Tube Insertion — The wet -out tube shall be positioned in the pipeline using either inversion or a pull -in method as defined within relevant ASTM standards previously stipulated. If pulled into place, a power winch or its equivalent should be utilized and care should be exercised not to damage the tube as a result of pull -in friction. The tube should be pulled -in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or termination point. 8.1.3 Temperature gauges shall be placed between the tube and the host pipe's invert position to monitor the temperatures during the cure cycle. 8.1.4 Curing shall be accomplished by utilizing hot water under hydrostatic pressure or steam pressure in accordance with the manufacturer's recommended cure schedule. A cool -down process shall be conducted that complies with the resin manufacturer's specification. 9. REINSTATEMENT OF BRANCH CONNECTIONS 9.1 It is the intent of these specifications that branch connections to buildings be re -opened without excavation, utilizing a remotely controlled cutting device, monitored by a CCTV. The Contractor shall certify a minimum of two complete functional cutters plus key spare components are on the job site before each installation or are in the immediate area of the jobsite and can be quickly obtained. Unless otherwise directed by the Owner or his authorized representative, all laterals will be reinstated. No additional payment will be made for excavations for the purpose of reopening connections and the Contractor will be responsible for all costs and liability associated with such excavation and restoration work. 10. INSPECTION 10.1 CIPP samples shall be prepared for each installation designated by the owner/engineer or approximately 20% of the project's installations. Pipe physical properties will be tested in accordance with ASTM F1216 or ASTM F1743, Section 8, using either method proposed. The flexural properties must meet or exceed the values listed in the table on page 4 of this specification, Table 1 of ASTM F1216 or the values submitted to the Owner/engineer by the contractor for this project's CIPP wall design, whichever is greater. 10.2 Wall thickness of samples shall be determined as described in paragraph 8.1.6 of ASTM F 1743. The minimum wall thickness at any point shall not be less than 87'/2% of the submitted minimum design wall thickness as calculated in paragraph 5.6 of this document. 10.3 Visual inspection of the CIPP shall be in accordance with ASTM F1743, Section 8.6. 11. CLEAN-UP 11.1 Upon acceptance of the installation work and testing, the Contractor shall restore the project area affected by the operations to a condition at least equal to that existing prior to the work. 7 &przjI City of ,; Lubbock 12. PAYMENT 12.1 Payment for the work included in this section will be in accordance with the prices set forth in the proposal for the quantity of work performed. Progress payments will be made monthly based on the work performed during that period. 1AVz J�Kubl%y�'k SECTION 02600 FUSIBLE POLYVINYL CHLORIDE PIPE FOR INSTALLATION BY SLIPLINING PART1—GENERAL 1.01 DESCRIPTION A Scope This section specifies fusible polyvinyl chloride (PVC) pipe, including standards for dimensionality, testing, quality, acceptable fusion practice, safe handling, storage and installation of the pipe by sliplining. B Pipe Description 1. Pipe Supplier shall furnish fusible polyvinylchloride (PVC) pipe conforming to all identified standards and meeting all testing and material properties called out in this specification. 2. Pipe shall conform to the following table of nominal size(s), dimensions and pressure designation(s): Pipe Description Nominal Diameter (in.) & Dimension Pressure Required & Reference Standard Convention (e.g., CIOD, Ratio (DR) Class or Inside IPS, or other Rating (psi) Diameter in. ASTM 679 20 INCH SDR35 PS46 20 INCH 1.02 QUALITY ASSURANCE A References: 1. This section contains references to the following documents. They are a part of this section as specified and modified. In the event of a conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of design. REFERENCE I TITLE ANSI/AWWA Standard for Ductile -Iron and Gray -Iron Fittings C110/A21.10 ANSI/AWWA Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings C111/A21.11 02600-1 Fusible PVC Pipe 1Arz City of Lubbock TEXAS REFERENCE TITLE ANSI/AWWA Standard for Ductile -Iron Compact Fittings C153/A21.53 AWWA C605 Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings AWWA C651 Standard for Disinfecting Water Mains AWWA C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. through 60 in. (100mm Through 1500mm) l AWWA C907 Standard for Injection -Molded Polyvinyl Chloride (PVC) Pressure Fittings, 4 In. Through 12 In. (100 Min Through 300 Mm), For Water, Wastewater, And Reclaimed Water Service AWWA M23 AWWA Manual of Supply Practices for PVC Pipe —Design and Installation, Third Edition ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals ASTM D 1784 Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds ASTM D 1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 ASTM D2152 Test Method for Degree of Fusion of Extruded Poly(Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion ASTM D2241 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR) ASTM D2665 Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe and Fittings ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F679 Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings ASTM F1057 Standard Practice for Estimating the Quality of Extruded Poly (Vinyl Chloride) (PVC) Pipe by the Heat Reversion Technique ASTM F1336 Standard Specification for Poly (Vinyl Chloride) (PVC) Gasketed Sewer Fittings ASTM F 1417 Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air UNI-B-6 Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe 1 Prior to 2017, AWWA C905 was the standard for PVC pipe and fabricated fittings larger than 12 in. (300 mm). "AWWA C905" marking on pipe larger than 12 in. is acceptable. 02600-2 Fusible PVC Pipe 1AVZ City of Lubbock TEXAS REFERENCE I TITLE UNI-PUB-08 NSF-14 NSF/ANSI-61-G PPI TR-2 Tapping Guide for PVC Pressure Pipe Plastics Piping System Components and Related Materials Drinking Water System Components --Health Effects PVC Range Composition Listing of Qualified Ingredients B Manufacturer Requirements All piping shall be made from PVC compound conforming to cell classification 12454 per ASTM D 1784. C Fusion Technician Requirements Fusion technician(s) shall be qualified by the pipe supplier to install fusible polyvinylchloride (PVC) pipe of the type(s) and size(s) specified. Qualification shall be current as of the actual date of fusion performance on the project. D Specified Fusion Process and Pipe Suppliers 1. The pipe fusion joining process shall be that of Underground Solutions, Inc., Poway, CA, Patent No. 6,982,051 or approved equivalent. 2. The pipe manufacturers shall be fully experienced, reputable, and qualified in the manufacture of fusible polyvinyl chloride (PVC) products. E Warranty 1. The pipe shall be warranted for one year per the pipe supplier's standard terms. 2. In addition to the standard pipe warranty, the fusion services shall be warranted for one year per the fusion service provider's standard terms. F Pre -Construction Submittals 1. The following product data shall be required from the pipe supplier and fusion provider: a) Pipe Size b) Dimensions c) Pressure Class or Pressure Rating per applicable standard d) Color e) Recommended Minimum Bending Radius f) Recommended Maximum Safe Pull Force g) Fusion technician qualification indicating conformance with this specification. 2. The following work plan and information is required from the contractor 02600-3 Fusible PVC Pipe lAV City of ck Lubbo Texas and/or slipline installer. This work plan and information shall also be supplied to the pipe supplier, upon request: a) The work plan for each sliplining installation shall include all excavation locations, excavation dimensions, the locations of interfering utilities, and flow bypass and traffic control schematics. b) At least 2 weeks prior to the start of work, the pipe installation Contractor shall submit its sliplining schedule identifying daily work hours and working dates for each installation. c) If grout is to be used for filling the annular space, the pipe installation Contractor shall provide information detailing the grout design mixes, installation plan and contingency plan for all grouting. G Post -Construction Submittals The contractor and fusion provider shall present the following information to the owner or pipe supplier upon request: 1. The joint fusion datalogger reports. 2. Fusion joint documentation containing the following information: a) Pipe size (Diameter) and Thickness b) Fusion Machine Make, Model and Serial Number c) Fusion Technician Identification and Qualification Level d) Job Identification (Name, Location and/or Project Number) e) Fusion Joint Number f) Fusion, Heating, and Drag Pressure Settings g) Heat Plate Temperature h) Time Stamp i) Fusion Heating Time and Cool Down Time j) Ambient Temperature and Weather Conditions 3. If grout is used in the annular space, the contractor and/or slipline installer shall present the as -recorded grout testing reports to the owner or pipe supplier upon request. PART 2 — PRODUCTS 2.01 FUSIBLE POLYVINYL CHLORIDE (PVC) PIPE FOR WATER, RECLAIMED WATER, AND WASTEWATER A Fusible polyvinyl chloride (PVC) pipe shall conform to AWWA C900, ASTM D2241, ASTM D1785, ASTM D3034 (non -pressure), or ASTM D679 (non -pressure), as specified in the project contract documents. Pipe QA/QC testing shall be in 02600-4 Fusible PVC Pipe &Arv-City of Lubbock TEXAS accordance with the test methods provided or referenced in the specified pipe standard. B Fusible polyvinylchloride (PVC) pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe unless specified for connections with appurtenances or for connections at the sliplining termination locations. C Fusible polyvinyl chloride (PVC) pipe shall be manufactured in a standard 40' or 45' nominal length, or specified custom lengths. D Marking on the pipe exterior shall include: 1. Pipe size (nominal diameter) 2. PVC 3. Dimension Ratio (DR) or Standard Dimension Ratio (SDR) or Schedule (SCH) 4. Pressure Class (PC) or Pressure Rating (PR) for pressure pipe applications 5. Pipe stiffness (PS) may be required for non -pressure pipe applications 6. AWWA or ASTM standard designation 7. NSF-61-G mark verifying suitability, when required for potable water applications 8. Extrusion production -record code 9. Trademark or trade name 10. Cell Classification 12454 or PVC material designation code 1120 11. If color coding is required, the pipe exterior shall be the required color or include exterior stripes of the required color. 2.02 FUSION JOINT ASSEMBLY Unless otherwise specified, fusible polyvinyl chloride (PVC) pipe shall be assembled via thermal butt -fusion in the field. The Contractor shall follow the pipe supplier's written guidelines and comply with Sections 1.02 C and 1.02 D1 of this specification. 2.03 DUCTILE IRON MECHANICAL AND FLANGED FITTINGS A Acceptable fittings for use with fusible polyvinyl chloride (PVC) pipe shall include standard ductile iron fittings conforming to AWWA/ANSI C110/A21.10, or AWWA/ANSI C153/A21.53 and AWWA/ANSI C111/A21.11. B Connections to fusible polyvinyl chloride (PVC) pipe may be made using a restrained or non -restrained retainer gland product for PVC pipe, as well as for MJ or flanged fittings. C Ductile iron fittings and glands must be installed per the manufacturer's guidelines. 2.04 PVC GASKETED, PUSH -ON FITTINGS 02600-5 Fusible PVC Pipe ftk LubbCityock of TEXAS A PVC pressure fittings for use with fusible polyvinyl chloride pipe shall conform to AWWA C900 or C907. PVC non -pressure fittings for use with fusible polyvinyl chloride (PVC) pipe shall conform to ASTM D3034, F679 or F1336. B PVC fittings for joining fusible polyvinyl chloride (PVC) pipe to other sections of fused or gasket joint PVC pipe shall include gasketed, push -on type couplings and fittings, including bends, tees, and couplings as shown in the drawings. C Bends, tees and other PVC fittings shall be restrained with the use of thrust blocking or other restraint products as indicated in the project contract documents. D PVC gasketed, push -on fittings and mechanical restraints, if used, must be installed per the manufacturer's guidelines. 2.05 FUSIBLE POLYVINYL CHLORIDE PIPE SWEEPS OR BENDS A Fusible polyvinyl chloride (PVC) pipe sweeps or bends shall conform to the same sizing convention, diameter, dimensional tolerances, and pressure class of the pipe being joined using the sweep or bend. B Fusible polyvinyl chloride (PVC) pipe sweeps or bends shall be manufactured from the same fusible polyvinyl chloride pipe being used for the installation, and shall have at least 2 feet of straight section on either end of the sweep or bend to allow for fusion of the sweep to the pipe installation. C Standard fusible polyvinyl chloride pipe sweep or bend angles shall not be greater than 22.5 degrees and shall only be allowed for nominal diameters ranging from 4-inch through 16-inch. 2.06 SLEEVE -TYPE COUPLINGS A Sleeve -type, mechanical couplings shall be manufactured for use with PVC pipe and may be restrained or unrestrained as indicated in the project contract documents. B Sleeve -type couplings shall be rated at the same, or greater, pressure as the pipe. 2.07 EXPANSION AND FLEXIBLE COUPLINGS A Only expansion -type mechanical couplings manufactured for use with PVC pipe shall be permitted and may be restrained or unrestrained as indicated in the project contract documents. B Expansion -type mechanical couplings shall be rated at the same, or greater, pressure as the pipe. 2.08 CONNECTION HARDWARE Unless otherwise specified, bolts and nuts for buried service shall be made of non- corrosive, high -strength, low -alloy steel having the characteristics specified in ANSI/AWWA CI I I/A21.11, regardless of any other protective coating. 2.09 CONNECTION TO SANITARY SEWER MANHOLES AND STRUCTURES A Fusible polyvinyl chloride (PVC) pipe shall be connected to manholes and other 02600-6 Fusible PVC Pipe &Atr cis of Lubbock TEXAS structures to provide a leak -free, properly graded flow into or out of the manhole or structure. B Unless otherwise indicated in the project contract documents, connections to existing manholes and structures shall be the following. 1. For cored or drilled openings a flexible, watertight connection that meets and/or exceeds ASTM C923 shall be installed. 2. For knock -out openings, a watertight connection (waterstop or other method) meeting the material requirements of ASTM C923 that is securely attached to the pipe with stainless steel bands or other means provided in the project contract documents shall be installed. 3. Grout Openings in manhole walls shall be filled with non -shrink grout. Concrete collars shall be poured around pipe and outside manhole openings. Flexible pipe joints or flexible connectors shall be installed within 2 feet of the collar. C Unless otherwise indicated in the project contract documents, connections to a new manhole or structure shall be the following. 1. A flexible, watertight gasket per ASTM C 923 shall be cast integrally with riser section(s) for all precast manholes and structures. 2. Drop connections shall be installed where shown on drawings. 3. Joint gaps and openings around the connection shall be grouted with non - shrink grout. 2.10 GROUT A Grout used to fill the annular space between the fusible polyvinyl chloride (PVC) pipe and the host pipe shall be a low -density, highly flowable mix. Grout shall meet the compressive strength requirements for the installation per the project contract documents. B Testing requirements shall be in accordance with the contract documents. Grout additives to improve its flow properties shall be permitted, provided that the grout strength property requirements are met. 2.11 PIPE PULL HEADS A When used, pipe pull heads shall employ a positive through -bolt design that provides a smooth pull head exterior against the host pipe interior throughout the pipe insertion. B Pipe pull heads shall be specifically designed for use with fusible polyvinyl chloride (PVC) pipe and shall be as recommended by the pipe supplier. 2.12 PIPE ROLLERS A Pipe rollers shall be sized to fully support the weight of the pipe during handling and pullback operations. 02600-7 Fusible PVC Pipe IM610- LubbCity of ock TEXAS B To assure adequate support and resist excessive sagging of the pipe, the quantity and spacing of pipe rollers shall be per the pipe supplier's guidelines. PART 3 --EXECUTION 3.01 DELIVERY AND OFF-LOADING A All pipe shall be bundled or packaged in such a manner as to provide adequate protection of the ends during transportation to the site. Any pipe damaged in shipment shall be replaced as directed by the owner or engineer. B Each pipe shipment shall be inspected prior to unloading to see if the load has shifted or otherwise been damaged. The owner or engineer shall be notified immediately if more than immaterial damage is found. Each pipe shipment shall also be checked for quantity and proper pipe size and type. C Pipe shall be loaded, off-loaded, and otherwise handled in accordance with AWWA M23, and all the pipe supplier's guidelines shall be followed. D Off-loading devices such as chains, wire rope, chokers, or other pipe handling implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited. E During off-loading and handling, care shall be taken to avoid the pipe striking hard objects. Substantial impact could cause damage, particularly during freezing weather. F If appropriate unloading equipment is not available, pipe may be unloaded by removing pieces individually. Care should be taken to ensure that pipe is not dropped or damaged. Pipe shall be carefully lowered, not dropped, from trucks. 3.02 HANDLING AND STORAGE A Visibly damaged pipe sections and sections with suspected damage, shall be segregated and set aside for thorough evaluation. B Any damage, scratch or gouge that is deeper than 10% of the wall thickness shall be significant and is basis for rejection unless determined acceptable by the owner or engineer. Significantly damaged pipe sections shall be rejected or cut out. Cutting shall be performed according to the pipe supplier's recommendations. C Pipe lengths should be stored and placed on level ground. Pipe should be stored at the job site in the unit packaging provided by the manufacturer. Caution shall be exercised to avoid compression, damage, or deformation to the ends of the pipe. The interior of the pipe, as well as all end surfaces, should be kept free from dirt and foreign matter. D Pipe shall be handled and supported with the use of woven fiber pipe slings or approved equal. Care shall be exercised when handling the pipe to not cut into, gouge, scratch or otherwise abrade the pipe. E If pipe is to be stored for a period in excess of 1 year, the pipe should be shaded or otherwise shielded from direct sunlight. If pipe is shielded with a cover, adequate air circulation above and around the pipe shall be provided to prevent 02600-8 Fusible PVC Pipe 1AVZ City of Lubbock TEXAS excess heat from accumulating. F Pipe shall be stored and stacked per the pipe supplier's guidelines. 3.03 FUSION PROCESS A General Requirements 1. Fusible polyvinylchloride (PVC) pipe shall be handled in a safe and non- destructive manner before, during, and after the fusion process and in accordance with this specification and pipe supplier's guidelines. 2. Fusible polyvinylchloride pipe shall be fused by qualified fusion technicians, as documented by the pipe supplier. 3. Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) properly connected to the fusion machine. 4. Only appropriately sized and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. Fusion machines must incorporate the following elements: a) Heat Plate - Heat plates shall be in good condition with no deep gouges or scratches. Plates shall be clean and free of any debris or contamination. Heater controls shall function properly. The cord and plug shall be in good condition. The appropriately sized heat plate shall be capable of maintaining a uniform and consistent heat profile and temperature for the size of pipe being fused, per the pipe supplier's guidelines. b) Carriage — The carriage shall travel smoothly with no binding at less than 50 psi. Jaws shall be in good condition with proper inserts for the pipe size being fused. Insert pins shall be installed with no interference to carriage travel. c) Fusion Machine Overview - The entire fusion machine shall be examined for defects, missing parts, or potential safety issues. All issues shall be rectified prior to use. d) Data Logging Device — An approved electronic datalogging device with the current version of the pipe supplier's recommended and compatible software shall be used. The operations and maintenance manual shall be kept with the datalogging device at all times. If fusing for extended periods of time, an independent 110V power source shall be available to extend battery life. 5. Other equipment specifically required for the fusion process shall include the following: a) Pipe rollers shall be used to adequately support the pipe on both sides of the machine b) A weather protection canopy or like protection that allows full machine motion of the heat plate, fusion assembly and carriage shall be provided 02600-9 Fusible PVC Pipe M LubbCityock of Texas for fusion in inclement, extreme temperatures, and /or windy weather conditions, per the pipe supplier's recommendations. When the pipe temperature is below 40°F, the pipe supplier's cold weather operating procedures shall be followed. c) An infrared (IR) pyrometer with an accuracy of f 1 % or better, shall be used to check pipe and heat plate temperatures. d) The fusion machine operations and maintenance manual shall always be kept with the fusion machine. e) Facing blades specifically designed for use on fusible polyvinyl chloride (PVC) pipe shall be used. B Fusion Joint Report Requirements Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. The fusion data logging report shall be generated by software developed specifically for the butt -fusion of fusible polyvinyl chloride (PVC) pipe. The software shall register and/or record the parameters required by the pipe supplier and these specifications. Pertinent data not logged by the data logger shall be logged manually and be included in the Fusion Technician's report. 3.04 HOST PIPE PREPARATION A The host pipe shall be cleaned in accordance with all applicable standards and guidelines. Unless otherwise specified, all interior pipe surfaces shall be cleaned per AWWA M28. The number of cleaning passes will depend on the method used and what is needed to create a uniform interior host pipe surface that is free of all loose material and sharp edges. Any potentially deleterious areas of the host pipe should be removed or secured in place, prior to the insertion of fusible polyvinyl chloride (PVC) pipe. B Hazardous materials shall be removed and disposed of per all applicable requirements and regulations. 3.05 VIDEO INSPECTION A The host pipe shall be inspected by video camera after or during the cleaning process in accordance with these specifications. B Video camera inspection after host pipe cleaning shall indicate condition of host pipe and the suitability of host pipe for fusible polyvinyl chloride (PVC) pipe insertion. C Obstructions such as corporation taps, valves and valve bodies, and collapsed piping shall be remedied prior to pipe insertion. Spot repairs shall be made in accordance with the project contract drawings and these specifications. 3.06 FUSIBLE POLYVINYL CHLORIDE (PVC) PIPE INSTALLATION A. Access pit excavations shall be performed at all points where the fusible polyvinyl 02600-10 Fusible PVC Pipe AV City of ck Lubbo Texas chloride (PVC) pipe will be inserted into the existing pipeline. When possible, access pit excavations shall coincide with host pipe lateral connection points or other appurtenance locations. B Access pit length shall be such that the minimum bending radius, per the pipe supplier, for the fusible polyvinyl chloride (PVC) pipe is maintained. Sheeting, shoring and bracing requirements shall be in accordance with these specifications and applicable worker safety requirements. C The pulling mechanism shall be properly connected to the end of the fusible polyvinyl chloride (PVC) pipe via a pulling head or arrangement approved by the pipe supplier. D The maximum pulling tension on the pipe shall not exceed the pipe supplier's safe pulling force as submitted for this project. E Immediately following the completion of an installation by sliplining, if possible, the pipe should be pushed back into the host pipe, at the pulling head, until a small amount of polyvinyl chloride (PVC) pipe movement is observed at the insertion pit, i.e., on the other end of the installation from the pulling equipment. F The fusible polyvinyl chloride (PVC) pipe shall be handled with care to minimize the possibility of it being cut, kinked, gouged, or otherwise damaged. Metal cables or hooks shall not be permitted. G Damaged, cut, or gouged fusible polyvinyl chloride (PVC) pipe shall be removed by cutting out the damaged section(s) of pipe. Cutting shall be performed according to the pipe supplier's recommendations. 3.07 ANNULAR SPACE GROUTING A If required in the project contract documents, the annular space between the outside of the fusible polyvinylchloride (PVC) pipe and the inside of the existing host pipe can be filled with a flowable grout in accordance with the contract documents. B Samples of grout shall be obtained in accordance with ASTM C495. One set of four standard cylinders shall be cast for each batch. Special handling and sampling procedures shall be followed if indicated by the grout manufacturer. The samples must meet the design compressive strength of the grout as outlined in the project contract documents and per the grout manufacturer. Samples shall be tested in accordance with ASTM C495. C Grouting of the annular space shall be done in such a manner as to prevent damage or collapse of the fusible polyvinyl chloride (PVC) pipe. Grouting operations shall be properly vented. If the distance between grout points exceeds the Contractor's pumping capability additional grouting points shall be excavated. Grouting shall be limited to no higher than the springline of the existing host pipe at access pits, service connections, and other grouting points. D The fusible polyvinyl chloride (PVC) pipe shall be filled with water prior to grouting. This shall aid in keeping the pipe from excessive floating or collapsing 02600-11 Fusible PVC Pipe 1ArZ Lubbock City of TEXAS during grouting and also aid in dissipating the grout's heat of hydration as the grout cures. The water filling can be done in conjunction with the post - installation pipe pressure testing. 3.08 CONNECTIONS TO ADJOINING PIPE SYSTEMS A Unless otherwise specified in the project contract documents, the new sliplining pipeline shall be completely assembled and successfully tested prior to making connections into existing pipe systems. B The sizes, type and locations of adjoining piping systems, as shown in the project construction documents, shall be verified in the field prior to making connections. C All required fittings, which may include saddles, sleeve type couplings, flanges, tees, or others as shown in the construction documents shall be delivered to their respective connection location(s) as shown on the project construction drawings. D All temporary pumps and/or pipes shall be in place and operational in accordance with established connection plans prior to making connections. E Pipe connections shall be installed per applicable standards and regulations, as well as per the connection manufacturer's guidelines and as indicated in the project contract documents. Pipe connections to structures shall be installed per applicable standards and regulations, as well as per the connection manufacturer's guidelines. 3.09 HYDROSTATIC TESTING AND LEAKAGE TESTING FOR FUSIBLE POLYVINYL CHLORIDE (PVC) PRESSURE PIPING A Prior to pressure testing the following preparations shall be completed: 1. All air must be vented from the pipeline prior to pressurization. This may be accomplished with the use of the air relief valves or corporation stop valves, vent piping in the testing hardware or end caps, or any other method which adequately allows air to escape the pipeline at all high points. Venting may also be accomplished by `flushing' the pipeline in accordance with the parameters and procedures as described in AWWA C605. 2. The pipeline must be fully restrained prior to pressurization. This includes complete installation of approved mechanical restraints per the restraint manufacturer's guidelines, whether permanent or temporary to the final installation. This also includes the installation and curing of any and all required thrust blocking. All appurtenances included in the pressure test, including valves, blow -offs, and air -relief valves shall be checked for proper installation and restraint prior to beginning the test. 3. Temporary pipeline alignments that are being tested, such as those that are partially installed in their permanent location shall be configured to minimize the amount of potentially trapped air in the pipeline. B Hydrostatic pressure and leakage testing shall be conducted according to and comply with AWWA C605, unless otherwise required in the project contract 02600-12 Fusible PVC Pipe ftk LubbCity of ock THAS documents. C Leakage testing shall comply with all applicable local, State and national codes, statutes, standards, regulations, and laws. 3.10 LEAKAGE TESTING FOR FUSIBLE POLYVINYL CHLORIDE (PVC) NON - PRESSURE PIPING A Gravity sanitary sewer leakage testing may include appropriate water or low- pressure air testing. The leakage outward or inward (exfiltration or infiltration) shall not exceed 25 gallons per inch of pipe diameter per mile per day for any section of the system. Water exfiltration or infiltration test shall be performed with a minimum positive head of two feet. The air test, when used, shall be conducted in accordance with either ASTM F 1417 or UNI-B-6. B Gravity sanitary sewers that contain mechanical jointing in addition to fused PVC joints may need to be tested for excessive leakage. 3.11 DISINFECTION OF POTABLE WATER PIPING A Chlorine granules shall not be used or present near the pipe ends while the pipe sections are being joined. B After installation and successfully passing all required testing, the fusible polyvinyl chloride (PVC) pipeline shall be disinfected prior to being put into service. Unless otherwise directed by the owner or engineer, the pipeline will be disinfected per AWWA C651. 3.12 INTERMEDIATE TESTING Short lengths or segments of the pipe may be tested separately in accordance with standard testing procedures and safety practices, as approved by the owner and engineer. **END OF SECTION** 02600-13 Fusible PVC Pipe 11tIf Lubbock cryof TEXAS SECTION 02606 POLYMER CONCRETE MANHOLES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polymer Concrete Manholes B. Related Specification Sections include, but are not necessarily limited to: 1. Division 1 — General Requirements 2. Section 02530 —Sanitary Sewer Piping 3. Section 02317 —Excavation and Backfill for Utilities 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM D 6783 Standard specification for polymer concretepipe 3. ASTM C 890 Standard practice for minimum structural design loading precast water and wastewater structures 4. ASTM C 478 Standard specification for precast reinforced concrete manhole sections 5. ASTM C 990 Standard specification for joints for concrete pipe and manholes using flexible joint sealant 6. ASTM C 923 Standard specification for resilient connectors between reinforced concrete manholes structures, pipes, and laterals 7. ASTM C 33 Standard specification for concrete aggregates 8. ASTM C 497 Standard test methods for concrete pipe, manhole sections, or tile 9. AASHTO LRFD Bridge Design Specifications 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 0 1300. B. All submittals shall be approved by the Engineer or the City prior to delivery. POLYMER CONCRETE MANHOLES 02606 - 1 MT'_.** c�� o� bbock TEXAS 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data I . Design and fabrication details of Polymer Concrete Manhole components 2. Submit shop drawings for each manhole. Drawings shall include manhole number, location, rim and invert elevations, dimensions, reinforcing details, joint details, and component parts. 3. Submit calculations signed by a Professional Engineer demonstrating the manhole meets the design criteria established in this section. 4. Installation instructions for Polymer Concrete Manholes 5. Drop connection materials 6. Pipe connections at manhole walls 7. Materials for stubs and stub plugs, if applicable 8. Grade ring materials 9. External coating materials 10. Plugs for hydrostatic testing 1.5 WARRANTY A. Manufacturer's Warranty shall be a minimum of (5) year. PART 2 - PRODUCTS 2.1 MATERIALS (per ASTM D 6783) A. Resin: The manufacturer shall use only polyester or vinyl ester resin systems designed for use with this particular application. Resin content shall be a minimum of 7% by weight. B. Filler: All aggregate, sand and quartz powder shall meet the requirements of ASTM C 33, where applicable. C. Additives: Resin additives, such as curing agents, pigments, dyes, fillers and thixotropic agents, when used, shall not be detrimental to the manhole. D. Elastomeric Gaskets: Gaskets shall be suitable for the service intended. All gaskets shall meet the requirement of ASTM C 443. Joint sealant, if used, shall meet the requirements of ASTM C 990. 2.2 MANUFACTURING AND PRODUCT CONSTRUCTION A. Manholes: Manhole components shall be manufactured by the vibratory vertical casting process resulting in a dense, non -porous, corrosion -resistant, homogeneous, composite structure. Manhole component designs may be as non -reinforced members or reinforced members as recommended by the POLYMER CONCRETE MANHOLES 02606 - 2 ME c�� o� Lubbock TEXAS manufacturer. Steel reinforcement is not required for circumferential reinforcement, joint reinforcement, base slab reinforcement or hoop reinforcement, but may be placed for the purpose of product handling. B. Joints: The manhole components shall be connected with an elastomeric sealing gasket as the sole means to maintain joint water -tightness. Joints at pipe tie-ins shall use resilient flexible pipe to manhole connectors per ASTM C 923. In cases where ASTM C 923 connectors cannot be used, the pipe shall be grouted into the manhole wall using a corrosion resistant grout and rubber water stop grout ring. C. Fittings: Cones, reducer slabs, base slabs and adjusting rings shall be of the same material as adjoining riser sections. Fittings shall be manufactured elastomeric gaskets. D. Invert Channels: Invert channels shall be precast with polymer concrete. E. Acceptable manufacturer: Manufacturer of manholes shall employ manufacturing methods and material formulation in use for a minimum of 5 years. Manufacturer of manholes shall have been actively producing manholes under current name for a minimum of 5 years with no more than one year between manhole proj ects. References demonstrating this requirement shall be submitted for review. Polymer concrete manholes shall conform to the structural intent of ASTM C — 478 (latest version) with allowable compositional and sizing differences required by a polymer product. 2.3 MANUFACTURER A. Polymer concrete manholes shall be manufactured by U.S. Composite Pipe, Inc., Geneva Polymer Products, or approved equal. 2.4 DESIGN A. Manholes shall be designed to withstand all live loads and dead loads as described in project plans and specifications. Dead loads shall include overburden load, soil side pressure and hydrostatic loading conditions. Manhole shop drawings shall be sealed by a licensed Professional Engineer. B. Manholes wall thickness shall be designed to resist hydrostatic pressures with a minimum safety factor of 2.0 for full depth conditions from grade to invert. In no cases shall the wall thickness be less than 3 inches. C. Manholes shall be designed with sufficient bottom anchorage and side friction to resist buoyancy. Field cast floatation collars are acceptable. D. The manhole shall be manufactured in one class of load rating. This class shall be H-20 wheel load (minimum 16,000 pounds dynamic wheel load). 2.5 TESTING A. Manholes: Manholes shall be manufactured in accordance with ASTM C 478 B. Joints: Joints shall meet the requirements of ASTM C 990. C. Compressive strength: Polymer concrete shall have a minimum unconfined POLYMER CONCRETE MANHOLES 02606 - 3 MT'-.** c�� o� bbock TEXAS compressive strength of 9,000 psi when measured in accordance with ASTM C 497. D. Manhole Leakage: Manhole shall be tested in accordance with ASTM C 1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. 2.6 CUSTOMER INSPECTION A. The Owner or other designated representative shall be entitled to inspect manholes and witness the manufacturing process. 2.7 HANDLING AND SHIPPING A. Handling and shipping shall be performed in accordance with the Manufacturer's instructions. PART 3 - EXECUTION 3.1 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 INSTALLATION A. Installation: The installation of manholes shall be in accordance with the project plans and specifications and the manufacturer's recommendedpractices. B. Handling: Properly rated slings and spreader bar shall be used for lifting. The type of rigging used shall be per the manufacturer's recommendation. C. Jointing: 1. Sealing surfaces and joint components shall be inspected for damage and cleaned of all debris. 2. Apply joint lubricant to elastomeric seals. Use only lubricants approved by the manufacturer. 3. Use suitable equipment handle and set manholes. 4. Placement and compaction of surrounding backfill material shall be applied so as to provide sufficient and equal side pressure on the manhole. D. Final Rim Elevation 1. Install grade rings or approved equal as need forheight adjustment. 2. Use sealant between rings as shown on Drawings. 3. Set frame on top of manhole or grade rings using continuous water sealant. 4. Remove debris, stones and dirt to ensure a watertight seal. 5. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. POLYMER CONCRETE MANHOLES 02606 - 4 ME c�� o� Lubbock TEXAS 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform testing in accordance with Specification02730. END OF SECTION 02606 POLYMER CONCRETE MANHOLES 02606 - 5 1Arz LubbocCity of k TEXAS SECTION 02607 FIBERGLASS MANHOLES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Glass -Fiber -Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes B. Related Specification Sections include, but are not necessarily limited to: 1. Division 1 — General Requirements 2. Section 03300 — Cast -in -Place Concrete 3. Section 02530 — Sanitary Sewer Piping 4. Section 02317 — Excavation and Backfill for Utilities 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. ASTM A307 — Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b. ASTM A615 — Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. d. ASTM C270 — Standard Specification for Mortar for Unit Masonry. e. ASTM C478 — Standard Specification for Precast Reinforced Concrete Manhole Sections. f. ASTM C923 — Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. g. ASTM C 1107 — Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Non -Shrink). h. ASTM C1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill. i. ASTM C 1628 - Standard Specification for Joints for Concrete Gravity Flow Sewer Pipe, Using Rubber Gaskets. j. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600kN- m/m3)). k. ASTM D2996 — Standard Specification for Filament- WoundFiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. FIBERGLASS MANHOLES 02607 - 1 1AVZ LubbocCity of k TEXAS 1. ASTM D2997 — Standard Specification for Centrifugally -Cast Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. m. ASTM D3753 — Standard Specification for Glass -Fiber - Reinforced Polyester Manholes and Wetwells. n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete. o. ASTM D4259 — Standard Practice for Abrading Concrete. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01300. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Design and fabrication details of Fiberglass Manhole components 2. Installation instructions for Fiberglass Manholes 3. Drop connection materials 4. Pipe connections at manhole walls 5. Materials for stubs and stub plugs, if applicable 6. Grade ring materials 7. External coating materials 8. Plugs for hydrostatic testing 1.5 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Fiberglass Manholes a. Provide Prefabricated Fiberglass Manholes conforming in shape, size, dimensions, and details shown in the Drawings. b. Unless modified in the Drawings, use manhole sections conforming to ASTM D3753. c. Mark date of manufacture and name or trademark of manufacturer in 1 inch tall stenciled letters on the inside of the barrel. d. Unless larger size is required, provide 48 and 60-inch diameter barrel. e. Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. f. Provide fabricated reducer bonded at factory to form 1 continuous unit at top of manhole barrel to accept concrete FIBERGLASS MANHOLES 02607 - 2 1Arz J�Kubl%'Y�k grade rings and cast iron frame and cover. 1) Reducer design shall be of sufficient strength to safely support HS-20 loading in accordance with AASHTO. 2. Lifting Devices a. Manhole bases may be furnished with lift lugs or lift holes. b. If lift lugs are provided, place 180 degrees apart. c. If lift holes are provided, place 180 degrees apart and grout during manhole installation. 3. Pipe Connections a. Conform to ASTM C923 or ASTM C1628. PART 3 - EXECUTION 3.1 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.2 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for the manhole to be constructed on. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.3 INSTALLATION A. General 1. Manhole a. Construct manhole to dimensions shown on Drawings. b. Lower manhole barrel onto base section. c. Seal with manufacturer's gasket or approved sealant. d. Wrap joint with external sealing material a minimum of 12 inches in width. e. Where cast -in -place base is used, support manhole barrel in place and brace it from sides of excavation to prevent any movement of barrel during concrete placement and while concrete is setting. 1) Provide minimum clearance between reinforcing steel and manhole barrel bottom as shown on Drawings. 2) Do not support manhole barrel on reinforcing steel. 3) Place bead of water swelling sealant around inside of barrel near bottom, as shown on Drawings, to form seal. 2. Pipe connections at Manhole a. Construct pipe stubs for future connections at locations and with materials indicated on Drawings. 1) Install stub plugs at interior of manhole and wood or plastic bulkhead at the end of the stub. FIBERGLASS MANHOLES 02607 - 3 AV LubbCityock of Texas b. Cut manhole barrel for pipe penetrations following curvature of pipe and with maximum of 1-inch clearance. 1) Seal cut edges with resin. 2) Hole may be circular or cutout with semi -circular top, which extends to bottom of barrel. c. Place continuous bead of water swelling sealant, as shown onDrawings, around pipe penetrations on interior of manhole barrel. 1) Roughen surface of fiberglass prior to placement to improve bond with sealant. 2) Allow sealant to completely cure before placing concrete against it. 3) Test connections for watertight seal before backfilling. 3. Invert a. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. 1) Provide curves for side inlets. 4. Drop Manhole Connection a. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. b. At drop pipe connections through fiberglass barrel, cut circular hole sized to requirements of manufactured connector. 1) Seal cut edge with resin. 2) Install watertight connector according to manufacturer's recommendations. 5. Final Rim Elevation a. Install concrete grade rings for height adjustment. 1) Construct grade ring on load bearing shoulder of manhole. 2) Use sealant between rings as shown on Drawings. b. Set frame on top of manhole or grade rings using continuous water sealant. c. Remove debris, stones and dirt to ensure a watertight seal. d. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform testing in accordance with Section 02530. END OF SECTION 02605 FIBERGLASS MANHOLES 02607 - 4 1Arz LubbocCity of k TRAS SECTION 02665 WATER PIPING, VALVES, AND FITTINGS PART1 GENERAL 1.1 SUMMARY A. This section of the specifications covers all water piping, valves, and fittings required for the project. B. Section Includes: (1) Material Schedule (2) Submittals (3) References (4) Materials (5) Polyvinyl Chloride (PVC) Pipe (6) Ductile Iron Pipe (7) Concrete Cylinder Pipe (8) Pipe Fittings (9) Flexible Couplings and Flanged Coupling Adapters (10) Pipe Joints (11) Steel Casing (12) Valves (13) Fire Hydrants (14) Polyethylene Wrap (15) Joint Restraints (16) Concrete (17) General (18) Inspection (19) Responsibility for Materials (20) Handling Pipe and Accessories (21) Alignment and Grade (22) Manner of Handling Pipe and Accessories in Trench (23) Cleaning and Inspecting (24) Laying and Jointing PVC Pipe (25) Plugging Dead Ends (26) Fittings (27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings (28) Thrust Restraint (29) Excavation, Trenching and Backfilling (30) Line Testing (31) Disinfection of Pipelines (32) Installation of Steel Pipe Casing and Pipe in Casing Water Piping, Valves, and Fittings 02665-1 1Arz City of Lubbock TEXAS (33) Pipe Identifiers (34) Cleanup 1.2 MATERIAL SCHEDULE A. All potable water supply lines shall be AWWA C 900, DR 18 PVC pipe. B. Ductile Iron Fittings (AWWA C 153) C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) G. Mechanical Joint Restraints 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C 111 — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. D. AWWA C 104 — Rubber Seated Butterfly Valves. E. AWWA 509 — Resilient Seated Gate Valves for Water Supply. F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger -Shop Applied L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144" N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines Water Piping, Valves, and Fittings 02665-2 WArZ Lubbciock ty of TE11AS P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water Pipelines and Fittings T. ANSUAWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings V. AWWA M-I I Steel Pipe - A guide for Design and Installation W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -Temperature Service. X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless Y. ASTM E 165 Method for Liquid Penetrant Examination Z. ASTM E 709 Guide for Magnetic Particle Examination AA. ASME Section V Nondestructive Testing Examination BB.ASME Section IX Welding and Brazing Qualification. CC. AWS B2.1 Standard for Welding Procedure and Welding Qualifications. PART 2 PRODUCTS 2.1 MATERIALS A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18. B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint length shall be twenty (20) feet. D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water. Water Piping, Valves, and Fittings 02665-3 ��rr/_ Lubbock E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE A. Ductile Iron pipe 12" shall be Class 200. B. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revisions: (1) ANSI/AWWA C150/A21.50-81 (2) ANSI/AWWA C104/A21.4-80 (3) ANSI/AWWA C151/A21.4-80 C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI A21.4) specifications. The external surface shall be coated with an asphalt base paint. D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe. F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision. 2.4 CONCRETE CYLINDER PIPE A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the latest revision of AWWA C-301. B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWAS C303-78 C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi. longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to "Standard Specifications and Test for Portland Cement" A.S.T.M. serial designations C150 and C77. (2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate. (3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. (a) The width of the diaper shall be nine inches. (b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.5 PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in accordance with AWWA C 104. Water Piping, Valves, and Fittings 02665-4 AF City of Lubbock T "' C. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. D. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C 15 3 110. Fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the specifications for coating and lining the pipe. G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for ductile iron pipe. H. Where flanged fittings are used, the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. 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. B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers shall be stainless steel. 2.7 PIPE JOINTS A. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard Cl 11. 2.8 STEEL CASING A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating. B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design Standards and Specifications. C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide support around the periphery of the pipe should the pipe twist as it is pushed through the casing. D. The spacers shall be of a projection type that has a minimum number of projections around the circumference totaling the number of diameter inches. For example, eight (8) inch pipe shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a minimum of eighteen (18) projections. E. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto the carrier pipe so that the spacers do not move during installation. Installation instructions shall be provided with each shipment. F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits per spacer listed in the brochure. G. These values in the brochure include conservative safety factors for class spacer used. Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on plans. Water Piping, Valves, and Fittings 02665-5 1ArZ Lubbock City of Texas H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. 2.9 VALVES A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves: (1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze mounted throughout and shall meet all requirements of AWWA C 509. (2) The valves shall be of the type of joint used in the piping. (3) All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two (2) inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. (4) Gate valves shall be furnished with O-ring stem packing. (5) All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. (6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications. (7) All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and sound without defects that will impair their service. No plugging or welding of such defects will be allowed. (8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with ASTM 307 and A563, respectively. (9) All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. C. Valve Boxes and Extension Stems: (1) Extension stems shall be furnished on buried valves where the top of the operating nut is more than ninety (60) inches below finished grade. Top of the extension stem shall not be more than thirty-six (36) inches below the top of the valve box. (2) Buried valves shall be provided with cast iron valve boxes. (3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which will be used, as an extension from the top of the valve to within six (6) inches of the ground surface. (4) The box shall have a heavy cast iron cover marked "Water". (5) The box shall have a flange type base, with the base being approximately four (4) inches larger in diameter than the outside diameter of the barrel of the box. (6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension shall be considered as a part of the box. (7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal. Water Piping, Valves, and Fittings 02665-6 1ArZ LubbocCity of k T11AS D. FIRE HYDRANTS (1) Hydrants shall meet the City of Lubbock Design Standards and Specifications (2) Hydrants shall meet AWWA C-502 (3) Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. (4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. (5) The hydrant shall be for a 6-inch main. 2.10 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. B. The polyethylene material shall have a minimum thickness of eight (8) mils. C. The wrap shall be secured by two (2) inch duct tape. 2.11 JOINT RESTRAINTS A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer's recommendations. 2.12 CONCRETE A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2 INSPECTION A. 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 by the Engineer, and the Contractor shall remove such defective material from the site of the Work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. 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. Water Piping, Valves, and Fittings 02665-7 WArk City of Lubbock TEXAS B. 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 skyways must not be skidded or rolled against pipe already on the ground. C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. C. Confirm compliance with the Drawings and Specifications. D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection noted on the Drawings. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. 3.7 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. 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 the pipe shall be closed by approved means, and not trench water shall be permitted to enter the pipe. D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. Water Piping, Valves, and Fittings 02665-8 AF City of ck Lubbo TEXAS E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. F. Defective joints shall be repaired as directed by the Engineer. G. Mechanical Joint Piping: (1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. (2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. (3) The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. (4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. (5) The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. (6) The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. (7) All nuts shall be tightened with a suitable torque limiting wrench. (8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. H. 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. I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. J. Pre -molded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. C. All plugs and caps shall have horizontal thrust blocks. 3.10 FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Water Piping, Valves, and Fittings 02665-9 AF 68Y Lubck Texas B. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior to installation. E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. F. Valve Boxes: (1) Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. (2) All valve boxes under pavement shall be adjusted to finished pavement grades. G. Fire Hydrants: (1) Fire hydrants shall be located at the points shown on the Drawings. (2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. (3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. (4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. (5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. (6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. (7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. (8) Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. (9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12 THRUST RESTRAINT A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with suitably restrained joints per the manufacturer's recommendation. B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be allowed only under special circumstances as approved by the Engineer. 3.13 EXCAVATION, TRENCHING AND BACKFILLING. A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. B. Backfill around pipe with specified granular bedding material that is free of large rocks, topsoil, debris or other unacceptable material. C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted or hand tamped to a point 12 inches above the top of the pipe. Water Piping, Valves, and Fittings 02665-10 AF LubbCity of ock TEXAS D. Backfill from 12 inches above the pipe to the finished grade will be as follows: (1) For unpaved areas: (a) Use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum six (6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum moisture content. (b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. (c) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. (d) Copies of these tests shall be provided to the Owners Representative. (2) For paved areas: (a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under the bottom of the pavement in a minimum thickness of 12". (b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. (c) Each lift shall be tested at a maximum of 300 feet intervals according to ASTM designation D-698. (d) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. (e) Copies of these tests shall be provided to the Owners Representative. (3) The City of Lubbock will perform random spot testing at no expense to the contractor. 3.14 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. B. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. C. Testing procedure shall be as follows: (1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours. (2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100 percent, but not greater than 120 percent of the pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. D. Allowable Leakage —The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): E. PVC: Ductile Iron: (1) L = ND P '/z L = SDP '/z 7,400 133,200 where: L = allowable leakage in gallons per hour N = number of joints in length of pipe tested S = length of pipe D = nominal diameter of the pipe in inches P = average of the maximum and minimum pressures within the test section in psi Water Piping, Valves, and Fittings 02665-11 AF LubbCityock of TEXAS Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.15 DISINFECTION OF PIPELINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C 651, TCEQ rules, City of Lubbock Standards and Specifications and include the placement of hypochlorite granules in the pipe during construction. C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner's Representative may witness the disinfection activities. D. Quality Assurance: (1) Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. (2) The City of Lubbock laboratory will be used for bacteriological testing. E. Chemicals: (1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is not acceptable. (2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. (3) The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. F. Temporary Facilities: (1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. (2) Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. (3) No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. G. Final Flushing: (1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. (2) Flush water in a location and manner approved by the Engineer. (3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. H. Sampling and Analysis: (1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample from each end of the pipeline in the presence of the Engineer or Owner's representative. (2) The Owner's representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. (3) Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. I. Acceptance: Water Piping, Valves, and Fittings 02665-12 AF LubbCityock of TEXAS (1) Facilities will be considered properly disinfected when two (2) consecutive sets of acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of Lubbock water distribution system. 3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. B. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. C. The boring shall proceed from a pit provided for the boring equipment and workers. D. Excavation and location of the pit shall be approved by the Engineer and County as appropriate. E. Boring without the concurrent installation of the casing pipe will not be permitted. F. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. G. Jetting will not be permitted. H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the installation. I. All casing pipe joints shall be welded. J. Care shall be taken to keep the pipe sleeve on the proper line and grade. K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. 3.17 PIPE IDENTIFIERS A. Marking Tape: (1) All pipes installed in an open trench will be identified with the appropriate color and description of three (3) inch wide pipe identification tape. (2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. (3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. (4) Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. B. Locator Wire: (1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper with 30 mil HDPE thermoplastic insulation directly above piping. 3.18 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. Water Piping, Valves, and Fittings 02665-13 1rz LubbCiock tyof TEXAS B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the Work. C. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep areas in a presentable condition. END OF SECTION Water Piping, Valves, and Fittings 02665-14 1ArZ LubbocCity of k T11AS SECTION 02734 CURED -IN -PLACE FIBERGLASS / EPDXY RESIN LINER PART1 GENERAL 1.1 SUMMARY A. The work described within this specification details a complete manhole rehabilitation using a cured -in -place, fiberglass reinforced epoxy resin liner system. The complete system will provide a corrosion resistant liner to rehabilitate deteriorated manholes and prevent any further deterioration from hydrogen sulfide and other corrosive gases/acids caused by the wastewater stream. The completed system will also eliminate all ground water infiltration into the existing manholes. Spray applied coatings shall not be considered for use on this project. 1.2 REFERENCES A. ASTM C-633 — Standard Test Method for Adhesion or Cohesion Strength of Thermal Spray Coatings B. ASTM D638 — Standard Test Method for Tensile Properties of Plastics. C. ASTM D695 — Standard Test Method for Compressive Properties of Rigid Plastics. D. ASTM D790 — Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. E. ASTM D2240 — Standard Test Method for Rubber Property; Durometer Hardness. F. ASTM D4787 — Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. G. ASTM G62 — Standard Test Methods for Holiday Detection in Pipeline Coatings. 1.3 SUBMITTALS A. Conform to requirements of Section 01300 — Submittal Procedures. B. All permits must be obtained by the Contractor, submitted to and approved by the owner prior to beginning any work; with any material. C. Product Data: Technical data sheet for each product used; Material Safety Data Sheet (MSDS); design thickness. D. Design Variations: Description of variations from application procedures, surface preparation, application equipment, or testing. E. Applicator Qualifications: (1) Manufacture Certification that the Applicator has been trained and approved in the handling, mixing and application of products to be used. (2) Certification that the equipment to be used for applying the products has been manufactured or approved by the protective coating manufacture and Applicator personnel have been trained and certified for proper use of the equipment. (3) Five (5) recent references for the Applicator (projects of similar size and scope) indicating successful application of cured -in -place, fiberglass reinforced epoxy resin liner system. (4) Proof of federal, state or local permits or licenses necessary for the project. F. Design details for any additional ancillary systems and equipment to be used on site and surface preparation, application or testing. 02734-1 February 2022 IAF LubbCity of ock 711AS 1.4 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedure consistent with applicable ASTM. All quality control testing is at the Contractor's cost unless otherwise noted. B. An inspector provided by the owner will observe surface preparation, application and material handling procedures to ensure adherence to the specifications. 1.5 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. All materials should be stored in accordance with manufacture's recommendations. Do not store near flame, heat or strong oxidants. Keep epoxy away from excessive heat to prevent curing. C. Protective coating materials are to be handled according to their material safety data sheets. PART 2 PRODUCTS 2.1 MANUFACTUER A. Cured -in -Place Fiberglass Reinforced Resin Liner System: The Liner Manufacture shall be as noted below, or an approved equal: (1) Poly -Triplex of Texas (2) 401 Edwards St. Suite 2100, Shreveport, Louisiana 71101 (3) Phone: (888) 227-5485 (4) Fax: (800) 340-2672 B. Manufacture shall warrant the performance of the CIPP materials for 10-years and certified installer shall provide 5-year labor warranty to repair or replace any failing conditions of the liner in the structure. Certification of the conforming warranty shall be provided prior to approval of the submittals and awards of contract. 2.2 MATERIALS A. Liner material and components shall have been custom fabricated to fit the specific configuration of each structure prior to the commencement of the liner installation. Liner shall be the type that allows rehabilitation of concentric, eccentric or flat top manholes without removing manhole ring, top section, flat top or corbel. B. Cured -in -place structural liner shall completely seal the manhole, shelf, pipe inlet and outlets, and the lid ring frame in a monolithic method so that no holes, cracks or seams in the liner are left unsealed. C. PTLS-6800 series is a three -layered composite system with a total pre -saturated fabric weight of 68 oz. per square yard. PTLS-6800 is designed for structures up to 24 feet in depth. Layer #1 is 24 oz. structural fiberglass, impregnated with a modified epoxy resin and bonded to the existing structure. Layer #2 is a 20 - 24 oz. non -porous membrane of special synthetic materials bonded between layer #1 and layer #3. Layer #3 consists of 24 oz. structural fiberglass saturated with epoxy and bonded to the nonporous membrane, forming a smooth interior wall to the host structure. For structures deeper than 24 feet, or for structures experiencing heavy infiltration, additional layer(s) of fiberglass may be added as needed. D. PTLS-11600 series is a three -layered composite system with a total pre -saturated fabric weight of 116 oz. per square yard. PTLS-11600 is designed for culvert pipe and structures over 24' in depth. Layer #1 is (2) 24 oz. structural fiberglass, impregnated with a modified epoxy resin and bonded to the existing substructure. Layer #2 is a 20 oz. non -porous membrane of special synthetic materials bonded to layer #1 and layer #3. Layer #3 consists of 02734-2 February 2022 Ark City of Lubbock TExas (2) 24 oz. structural fiberglass saturated with epoxy and bonded to the nonporous membrane, forming a smooth interior wall to the host structure. Additional layer(s) of fiberglass may be added as needed. E. The standard resin is a modified Polyamide Bisphenol "A" Epichlorodhydrin system that is field applied and supplied by the manufacture. F. Where active infiltration flows are more severe, pressure grouting may be required. 2.3 EQUIPMENT A. Equipment used shall be as recommended by the liner manufacture and adequate in size and capacity to accomplish the rehabilitation work in a timely manner. PART 3 EXECUTION 3.1 GENERAL A. Application shall be in strict accordance with the manufacturer's instructions (Refer to manufacturer's application instructions for additional details and recommendations not included herein). This shall include re -grouting all inlet and outlet lines and benches as needed, plus the preparation, installation, curing and finishing operation. B. Use only skilled workmen who are trained and experienced in the installation of cured -in - place fiberglass reinforced epoxy resin liners for manhole rehabilitation. Contractor shall identify qualified personnel and ensure that these people are on site during each liner installation from start to finish. C. No application shall be made to frozen surfaces or if freezing is expected to occur within 24 hours after application of product. No liners will be installed if outside air temperature exceeds 95 degrees F. D. Do not allow extraneous material from entering sewer lines. Contractor will be fully responsible for any damage caused due to debris entering the sewer line during preparation work and/or liner installation activity. E. Clean surface to be rehabilitated with high-pressure water spray (minimum 3500 psi) to remove loose concrete or brick, biological growths, and other contaminants. If surface cannot be cleaned sufficiently with high-pressure water spray, then use means necessary, as recommended by manufacture. Surfaces may require the application of a 10% muriatic acid or the use of a detergent or degreaser. If an acid or detergent solution is used, the surface shall be thoroughly rinsed and neutralized prior to the installation of the liner system. All surfaces shall be clean and structurally sound. Loose and protruding brick, mortar, concrete and roots shall be removed. F. Repair mortar shall be used to fill voids, structurally reinforce or rebuild surfaces. Rebuild bench and channel areas after cleaning using mortar or other approved material to ensure adequate surface prior to liner installation. G. Stop all active hydrostatic infiltration with cementitious grout. Excessive infiltration may require the use of pressure grout and/or heavier liner. H. Remove manhole steps by cutting flush with vertical face of manhole wall prior to the rehabilitation product application. 1. Contractor shall make a reasonable effort to minimize odors emitting from open manholes during preparation work, liner installations and inspections. 02734-3 February 2022 1AVZ LubbocCity of k TUAS 3.2 INSTALLATION A. Rehabilitate manholes as identified on the drawings. Proper equipment shall be used at all times. Contractor shall observe OSHA confined space and safety requirements during all manhole entries. B. The liner shall be installed and cured in place via a pressurization blower system with steam heat injection or equivalent process. Pressure shall be approximately 500 to 100 lbs. per sq. ft. and steam at approximately 250 degrees Fahrenheit. Curing time shall be a minimum of two (2) hours or as recommended by the manufacture. Liner may be rejected at the sole discretion of the Owner if curing process fails to meet manufacture recommended procedures, or if installation bladder fails more that once during curing process. C. Do not install cured -in -place fiberglass epoxy resin liner in non -round structures. Alternative lining methods will be required for the rehabilitation of vaults, diversion structures, or rectangular shaped manholes. D. Repair any defects or irregularities in final product prior to acceptance. 3.3 TESTING A. Contractor shall perform visual inspection and necessary quality control testing. A Holiday test shall be performed according to ASTM standards. All test and reports shall be in accordance with ASTM G62 and be submitted to the Owner prior to final product acceptance. All hollow spots, holes, tears, or delaminations shall be promptly repaired using mastic epoxy or another method approved by the Owner. END OF SECTION 02734-4 February 2022 Irk Lubbock csty of TEXAS SECTION 02750 BYPASS PUMPING OF EXISTING SANITARY SEWERS PART1 GENERAL 1.1 SUMMARY A. The work covered by this section of the specifications includes that necessary for furnishing, installing, and maintaining bypass pumping capabilities for existing sanitary sewer systems. B. Section Includes: (1) References (2) Administrative Requirements (3) Submittals (4) Action Submittal/Information Submittal (5) Equipment (6) Preparation (7) Installation (8) Field or Site Quality Control (9) Closeout Activities 1.2 REFERENCES A. Reference standards cited in this Specification refer to the current reference standard published at the time that these Specifications were released. 1.3 ASMINISTRATIVE REQUIREMENTS A. Coordination (1) Schedule meeting with Engineer to review sewer shutdown prior to replacing or rehabilitating any facilities. (2) Engineer reserves the right to delay schedule due to weather conditions or other unexpected conditions within the existing sanitary sewer system. (3) Review bypass pumping arrangement or layout in the field with Engineer prior to beginning operations. Facilitate preliminary bypass pumping run with Engineer present to affirm the operation is satisfactory. (4) After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with Engineer staff. (5) Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: (a) Personnel on site (b) Portable SCADA equipment 1.4 SUBMITTALS A. Conform to requirements of Section 01300 — Submittal Procedures. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to handling of sewer flows. Submit the plan to the Engineer for approval a minimum of 7 days prior to commencing work. Include the following details: Bypass Pumping of Exisitng Sanitary Sewer 02750-1 Irk Lubbock csty of TEXAS (1) Schedule for installation and maintenance of bypass pumping system. (2) Staging areas for pumps (3) Pump sizes, capacity, number of each size, and power requirements (4) Calculations for static lift, friction losses, and velocity (5) Pump curves showing operating range and system head curves (6) Sewer plugging methods (7) Size, length, material, joint type, and method for installation of suction and discharge piping (8) Method of noise control for each pump and/or generator, if required (9) Standby power generator size and location (10) Suction and discharge piping plan (11) Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill (12) Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office and mobile) (13) A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems. PART 2 PRODUCTS 2.1 EQUIPMENT A. Pumping (1) Provide equipment that will convey 100 percent of wet weather peak flow conditions. (2) Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming reasons. (3) Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. (4) Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. (5) If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. (6) Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping (1) Install pipes with joints which prevent the incident of flow spillage C. Plugs or Stop Logs (1) Plugs (a) Select a plug that is made for the size and potential pressure head that will be experienced. (b) Provide an additional anchor, support or bracing to secure plug when back pressure is present. (c) Use accurately calibrated air pressure gauges for monitoring the inflation pressure. (d) Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. (e) Never over inflate the plug beyond its pressure rating. Bypass Pumping of Exisitng Sanitary Sewer 02750-2 Irk Lubbock csty of TEXAS (2) Stop Logs (a) Use stop log devices designed for the manhole or sewer vault structure in use. (b) If applicable, obtain stop logs from City that may be used on specific structures. PART 3 EXECUTION 3.1 PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the Engineer. 3.2 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer Flow Stoppage (1) Plugging (a) Use confined space procedures and equipment during installation when necessary. (b) Thoroughly clean the pipe before insertion of plug. (c) Insert the plug seal surface completely so it is fully supported by the pipe. (d) Position the plug where there are not sharp edges or protrusion that may damage the plug. (e) Use pressure gauges for measuring inflation pressure. (f) Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring (1) Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. (2) Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. (3) Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. (4) Do not construct bypass facilities where vehicular traffic may travel over the piping. (a) Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. 3.3 FIELD OR SITE QUALITY CONTROL A. Field or Site Tests and Inspections (1) Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. (2) Have Engineer on site during tests. 3.4 CLOSEOUT ACTIVITIES Bypass Pumping of Exisitng Sanitary Sewer 02750-3 Irk Lubbcsoty of ck Texas A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. END OF SECTION Bypass Pumping of Exisitng Sanitary Sewer 02750-4 SECTION 02920 LAWNS AND GRASSES PART1-GENERAL 1.1 RELATED DOCUMENTS cry of Lubbock TEXAS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This section refers to establishment of grasses for developed and undeveloped areas damaged or removed by construction activities. All developed areas are to be sodded using approved methods and materials. All undeveloped areas are to be seeded using approved methods and materials. Where seeding is required the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.3 RELATED DOCUMENTS A. Related Sections include the following: 1. Section 02317 — Excavation and Backfill for Structures 1.4 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Developed Areas: Areas disturbed by construction activities adjacent to homes apartments or businesses along the roadway. For the purposes of meeting the re -vegetation requirements required under this project, developed areas shall be defined as land with any type of improvement such as a home apartment building, storage building, fence, or any type of business. F. Undeveloped Areas: Area disturbed by construction activities where the land is not developed. For the purposes of meeting the re -vegetation requirements for this project, undeveloped areas shall be defined as land without improvements. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and LAWNS AND GRASSES 02920 - 1 cry of Lubbock TEXAS variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass, identifying source, includingname and telephone number of supplier. 2. Certification that any trees, sod or seed are from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any developed or undeveloped area, submit video or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements inTPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.8 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 forecastedweather conditions permit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed theareas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re -seed or re -sod areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. 1.9 UNDEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than 40 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. LAWNS AND GRASSES 02920 - 2 cry of Lubbock TEXAS C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water seed at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 4 inches to 6 inches high. E. Seeding/Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to seeded area. 1.10 DEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than the following periods: 1. Sodded Lawns: 30 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1 /2 inch to 2 inches high. E. Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. LAWNS AND GRASSES 02920 - 3 cry of Lubbock TEXAS PART 2 -PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Use Bermuda grass seed for disturbed undeveloped areas. Choose a variety such as Sahara Bermuda or Yuma Bermuda and submit to the Engineer 60 days prior to planting for approval. 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Bermuda grass (Cynodon dactylon tiffway cultivar) 2.3 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. LAWNS AND GRASSES 02920 - 4 cry of Lubbock TEXAS B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Remove weeds before seeding by applying selective herbicides as required do not use pre -emergence herbicides. D. Limit subgrade preparation to areas to be planted. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. E. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. F. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. G. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. H. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.3 DRILLED SEEDING A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 2 lb. of pure live seed (pls) per 1000 sf. C. Roll lightly, and water with fine spray. 3.4 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. LAWNS AND GRASSES 02920 - 5 cry of Lubbock TEXAS fc�.�Y���1►ei A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. KKK It] V[6Ii/:%Yto] to] 0A:\iiA1y A. Renovate existing grasses and landscaping damaged by Contractor's operations, suchas storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. 2. Contractor shall replace damaged grass or plants with grass or plants that are identical to those present in the existing lawn or landscaping. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.7 SATISFACTORY GRASS ESTABLISHMENT A. Satisfactory Seeded Area: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded Area: At end of maintenance period, a healthy, well -rooted, even -colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. LAWNS AND GRASSES 02920 - 6 10- cry of Lubbock 3.8 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Cleanwheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas fromtraffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. END OF SECTION 02920 LAWNS AND GRASSES 02920 - 7 1v,p- cry of Lubbock 063126023 LAWNS AND GRASSES 02920 - LAWNS AND GRASSES 02920 - 8 Ar i City of Lubbock SECTION 03300 CAST -IN -PLACE CONCRETE PART1 GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Section Includes: (1) Definitions (2) Submittals (3) Quality Assurance (4) Deliver, Storage and Handling (5) Form -Facing Materials (6) Steel Reinforcement (7) Reinforcement Accessories (8) Concrete Materials (9) Admixtures (10) Curing Materials (11) Repair Materials (12) Concrete Mixes (13) Fabricating Reinforcement (14) Concrete Mixing (15) Formwork (16) Embedded Items (17) Removing and Reusing Forms (18) Shores and Reshores (19) Steel Reinforcement (20) Joints (21) Concrete Placement (22) Miscellaneous Concrete Items (23) Concrete Protecting and Curing (24) Field Quality Control 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.3 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. Cast -in -Place Concrete 03300-1 Ar i City of Lubbock '"A 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. C. Indicate amounts of mix water withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 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. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: (1) ACI 301 — Specification for Structural Concrete (2) ACI 117 — Specifications for Tolerances for Concrete Construction and Materials. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Avoid damaging coatings on steel reinforcement. PART 2 PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable size to minimize number of joints. B. Plywood, metal, or other approved panel material. C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.\ E. 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. F. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. 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. H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. Cast -in -Place Concrete 03300-2 Ar i City of Lubbock TE%AS I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. 00117911►11101Zy1lu1aft IIT414 W106111161 A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: (1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. (2) For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. (3) Wood, concrete, or clay blocks are not permissible. C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Fly Ash: ASTM C 618, Class C. C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: D. Class: Moderate weathering region, but not less than 3M. E. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. 2.6 CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. 2.7 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. Cast -in -Place Concrete 03300-3 Ar i City of Lubbock Texas B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: (1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301. (2) Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: (3) Compressive Strength (28 days): 3000 psi (4) Type I cement (5) Fly Ash: Allow up to 25% of cementitious material (6) Minimum Slump: 4 inches (7) Maximum Slump: 6 inches (8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. (9) Maximum Water/Cementitious Materials Ratio: 0.55 (10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. B. Cementitious Materials: (1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. (2) Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: (a) Fly Ash: 20 percent (b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. (c) Admixtures with chloride ions are prohibited. C. Admixtures: (1) Use admixtures according to manufacturer's written instructions. (2) Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. (3) Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. (4) 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. Cast -in -Place Concrete 03300-4 Ar i City of Lubbock Texas 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. PART 3 EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: (1) Class B, 1 /4 inch (2) Construct forms tight enough to prevent loss of concrete mortar. (3) Fabricate forms for easy removal without hammering or prying against concrete surfaces. (4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces. (5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. (6) Do not use rust -stained steel form -facing material. (7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. (8) Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. (9) 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. (10) Chamfer exterior corners and edges of permanently exposed concrete. (11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. (12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. (13) Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. (14) Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. Cast -in -Place Concrete 03300-5 Ar i City of Lubbock Texas 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. B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. C. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. 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 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: (1) At least 70 percent of 28-day design compressive strength. C. Determine compressive strength of in -place concrete by testing representative field or laboratory cured test specimens according to ACI 301. D. 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. E. 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. 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 STEEL REINFORCEMENT A. Comply with CRSI's Manual of Standard Practice for placing reinforcement. B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. D. 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. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. Construction joints true to line with faces perpendicular to surface plane of concrete. B. Install so strength and appearance of concrete are not impaired. Cast -in -Place Concrete 03300-6 Ar i City of Lubbock TEXAS C. 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. D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. I. 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. (2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day's concrete pour. (a) A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. (b) Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. (c) All joints shall be perpendicular to the surface of the concrete and to the axis of the section. (d) The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. (e) Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. (3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. (4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. (a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. Cast -in -Place Concrete 03300-7 Ar i City of Lubbock Texas B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. E. Water may not be added beyond the limit of water withheld from the plant. F. 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. G. If a section cannot be placed continuously, provide construction joints as specified. H. Deposit concrete to avoid segregation. I. 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. J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. (1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. (2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. (3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. (4) 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. K. 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. L. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. M. Maintain reinforcement in position on chairs during concrete placement. N. Screed slab surfaces with a straightedge and strike off to correct elevations. O. Slope surfaces uniformly to drains where required. P. 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. Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. (1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit 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. Cast -in -Place Concrete 03300-8 1Vz LubbCioty of ck TEXAS R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as follows, when hot weather conditions exist: S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees Fahrenheit at time of placement. T. 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. U. Using liquid nitrogen to cool concrete is Contractor's option. V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 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. B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9 CONCRETE PROTECTION AND CURING A. 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: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. (1) Leave forms in place for a minim of 3 days. (2) Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. (1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. (1) No work will be permitted on the slab during wet curing. E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.10 FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION Cast -in -Place Concrete 03300-9 Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.