Loading...
HomeMy WebLinkAboutResolution - 4141 - Contract - UCIA - Utility Relocation, Citibus Transfer Plaza - 05_13_1993Resolution No. 4141 May 13, 1993 Item #25 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Utility Contractors Incorporated of America to provide utility relocation, Citibus Transfer Plaza, Lubbock, Texas, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this ATTEST: &tt,— is Betty 14.Johnson, ity Secretary APPROVED AS TO CONTENT: c or Kilnfen, Purchasing Manager APPROVED AS TO FORM: 94e.tm % 4'p--Ax Hai,old Willard, Assistant City Attorney ffiB:Js/UTILCONT.RES DI-Agenda/May 5, 1993 ow LUBBOCK TEXAS U DOWNTOWN TRANSFER Lubb@@kg 7@2z8a utoogty D ° MWM ARCHITECTS INC. `_"'39CDK MIDLAND HUGO REED AND ASSOCIATES, INC. CONSULTING CIVIL ENGINEERS MARCH 1993 PA72 LA PROJECT NO. 1192-1 i BID NO. 12523 4(41 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Utility Contractors Incorporated of America to provide utility relocation, Citibus Transfer Plaza, Lubbock, Texas, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this day of I , 1993. ATTEST: Betty o nson, C ity ecretary APPROVED AS TO CONTENT: Victor Kilrdan, Purchasing Manager 1' APPROVED AS TO FORM: m4dl� % 4*ge!'X Mai -old Willard, AssistantCity Attorney aw:ja/uriicox=.REs DI-Agenda/May S, 1993 r F r r PT-@jsc(n anma0 i LUBBOCK TEXAS altingg Lubb@chg 7@K a @ Vtoolty R@9@@ aI o@[m MWM ARCHITECTS LUBBOCK HUCO REED AND ASSOCIATES, CONSULTING CIVIL ENGINEERS MARCH 1993 9 ;eOFZ� 3-143 INC. PROJECT NO. 1192-1 MIDLAND INC. BID NO. 12523 F r ADVERTISEMENT FOR BIDS 7 Sealed proposals addressed to Ron Shuf field, Senior Purchasing Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Agent, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 3:OOPM CDT - April 8, 1993 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Utility Relocation After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Buyer at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Buyer'for the City of Lubbock, Texas and MWM Architects, Inc., 2574 74th Street, Suite 201, Lubbock, Texas. The plans, specifications, proposal forms and contract documents shall be distributed from the office of MWM Architects, Inc., 2574 74th Street, Suite 201, Lubbock, Texas. Each Prime Bidder shall be furnished with two (2) sets of complete plans and specifications upon the deposit of $100.00 as a guarantee of their safe return. The full amount of the deposit shall be returned if the documents are returned in good condition within ten (10) calendar days after the bid opening. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in. the contract documents on file in the office of the Purchasing Buyer of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of the Davis - Bacon Act, and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the U.S. Department of Labor. The City of Lubbock reserves the right to reject any and all bids and to waive any and all formalities. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. Further, each bidder's attention is herein directed to the Federal Transportation Administration (FTA) requirement �• that a minimum of Five (5) Percent of the total amount of the Work shall i; be supplied by minority, women, and/or disadvantaged business i r enterprises. You are hereby respectfully notified that this contract involves trenching more than five (5) feet deep and that the plans and specifications for this contract includes detailed plans and specifications for trench safety systems that meet Federal Occupational Safety and Health Administration standards, and that these plans and specifications must -include a separate bid (pay) item for these same trench safety systems. You are further notified and advised that if you are the successful bidder and your bid is accepted, you will be responsible for and are required by the execution of this contract to conduct a safety program for this trench system including, but not limited to, the designation of one' of your representatives at the job site to be in charge at all times of the implementation and maintenance of the trench system safety program during the life of this Contract. r There will be a pre -bid conference on March 25, 1993 at 10:00 AM, CST, Committee Conference Room #103, Municipal Building, 1625 13th Street. f B R n Sh ield Senior Purchasing Buyer .. r r NOTICE TO BIDDERS Sealed proposals addressed to Ron Shuffield, Senior Purchasing Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Agent, 1625 13th St., Room L-04, Lubbock, Texas, 79401 until 3:00 PM CDT - April 8, 1993 , or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Utility Relocation After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Buyer at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Ron Shuffield, Senior Purchasing Buyer for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the April 22, 1993 at the Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said bonds will not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a 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 largest bid amount of this proposal submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of Purchasing Buyer for the City of Lubbock, Texas and MWM Architects, Inc. 2574 74th Street, Suite 201, Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Buyer of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is herein directed to provision of the Davis -Bacon Act, 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 the U.S. Department of Labor in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated on the grounds of race, color, sex, or national origin in consideration for an award. Further, each bidder's attention is herein directed to the Federal Transportation Administration (FTA) requirement that a minimum of Five (5) Percent of the total amount of the Work shall be supplied by minority, women and/or disadvantaged business enterprises. There will be a pre -bid conference on March 25 1993 at 10:00 AM CST, Committee Conference Room #103, Municipal Building, 1525 13th Street. CITY OF LUBBOCK Y: Ron S field Senior Purchasing Buyer GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance r with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the �,. requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with 0 an interest in submitting a bid on the project covered by the C contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of " forfeiture of deposit. The contract documents may be examined I without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The bidder shall stipulate in his proposal the number of consecutive calendar days -from the date specified in the Notice to Proceed issued by the City of Lubbock that it will take him to fully complete the construction covered by the contract documents. l 5. PAYMENT r. All payments due to Contractor shall be made in accordance 1 with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidents 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. 7. MATERIALS AND WORKMANSHIP The intent of the 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 specification 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. 8. GUARANTEES 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). — 9. PLANS FOR THE CONTRACTOR The contractor will be furnished such copies of plans and specifications, and related contract documents as are reasonably necessary for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specification to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid or not paid for such work, until the date the f City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: a. The experience record of the bidder showing completed jobs of a similar nature to the! one covered by the proposed contract and all work in progress with bond amounts and percentage completed. b. A sworn statements of condition of the bidder. C. IEquipment schedule TEXAS STATE SALES TAX the current financial This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of Texas Limited Sales, Excise and Use Tax Act. 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. 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as maybe 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. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume -full responsibility for all damage which may occur as direct or indirect result of the blasting. In addition, in all cases �s where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. �- Such notice, ,however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible r- local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number v where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. 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 I Fr� , L i 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 i' of cancellation or change. All policies shall obtain an agreement on the part of the insurer waiving the right to subrogation. The insurance certificates furnished shall name the City and the Architects and his Consultants as an additional insured . and shall further state that all subcontractors are named as additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which 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 bidder's attention is further directed to the requirements of the Davis - Bacon Act statutes providing for the payment of the wage schedules above n mentioned and the bidder's obligations thereunder. The L inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: a. The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. b. Delays in construction are due to factors outside the control of 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. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to dosuchwork. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of the 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. 18. PAYMENT TO EMPLOYEES AND FILING OF. PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often, than once a week. The Contractor and each of his - subcontractors engaged at the site of the work shall not later. than the seventh day following the payment of wages, file with the Owner's Representative, a certified, sworn legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on . each day, rate of pay, and net of pay. The affidavit shall .state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule in the contract documents. The Contractor, shall forfeit as a penalty, to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract 1 documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions.which provide for changes in the stated bid price due to increases or - decreases in the cost of materials, labor or other items G required for the project will be rejected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in:the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the material required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an individual, his name must be signed by him or his duly authorized. agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: a. Bidder's name b. Proposal for (description of project) Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be written or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: a. Notice to Bidders b. General Instructions to Bidders C. Bidder's Proposal d. Statutory Bond (if required) e. Contract Agreement f. General Conditions g. Special Conditions h. Plans i. Specifications J. Insurance Certificates k. Addenda 1. All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 22. SOILS INVESTIGATION A soils investigation report is available for the site of this project, and may be examined at the office of Purchasing Manager of the City of Lubbbock and at the offices of the Architects or Structural Engineers. Bidders should visit the site and acquaint themselves with the existing conditions. ._ Prior to bidding, the bidders may make their own subsurface investigations to satisfy themselves as to site and subsurface conditions, but such investigations should be arranged in advance with the Architect. 23. QUALITY ASSURANCE A soils testing laboratory and a concrete testing laboratory will be retained by the Owner to observe and test the work in connection with excavating, trenching, filling, backfilling, grading and concrete work. This Contractor shall cooperate with the testing labs in providing timely notice and access to the work. 24. FEDERAL REGULATIONS The bidders shall be advised that included in the Contract Documents are applicable Federal Regulations - some contain text and others included by reference. The Federal Regulations shall ^` take precedence over and shall supercede any City or State Regulation. 25. MINORITY, WOMEN AND/OR DISADVANTAGE BUSINESS PARTICIPATION Each bidder's attention is herein directed to the Federal Transportation Administration-(FTA) requirement.that a minimum of Five (5) Percent of the total amount of the work shall be supplied by minority, women, and or disadvantaged business enterprises. 25. TRENCH EXCAVATION You are hereby respectfully notified that this contract involves trenching more than five (5) feet deep and that the plans and specifications for this contract includes detailed plans and specifications for trench safety systems that meet Federal Occupational Safety and Health Administration standards, and that these plans and specifications must include a separate bid (pay) item for these same trench safety systems. You are further notified and advised that if you are the successful bidder and your -- bid is accepted, you will be responsible for and are required by the execution of this contract to conduct a safety program for this 7 trench system including, but not limited to, the designation of one of your representatives at the job site to be in charge at all times of the implementation and maintenance of the trench system safety program during the life of this Contract. r STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and r., (hereinafter called the Surety(s), as Surety(s), are held and firmly { bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars ($ _) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of 19 , to RELOCATE WATER AND SEWER UTILITIES ON BLOCK 135 CITY OF LUBBOCK as shown in the Plans, Specifications and Contract Documents 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 sub -contractor 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, 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. r` 7. 1 6 2.s 116 9 11 Bond No. UNIVERSAL SURETY OF AMERICA Houston, Texas BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we Utility Contractors of America I n c (Hero insert full name - Id address or legal title of Contractor 5520 Brownfield Hwy, Lubbock TX 79407 as Principal, hereinafter called the Principal, and Universal Surety of America, 1812 Durham, Houston, Texas, as �I Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock Citibus (Here insert full name and address or legal title of Owner) Lubbock TX as Obligee, hereinafter called the Obligee, in the sum of 5 % of the amount of this bid not to exceed ---Two thousand seven hundred fi fry & nn' loO--- Dollars ($2750. 00---) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Downtown Transfer Plaza (Here insert full name. address and description of project) Utility Relocation NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of the failure of the Principal to enter into such Contract and give such bond or bonds; if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Suretyshall be bound hereunder unless Obligee priorto execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Signed and sealed this 7 th day of April 19 93 Utility Contractors of America Inc (Principal) (Seal) By: --- * Title: 9 / 1 UNI RS SUR OF AMERICA By: Iva Roberson (Attorney -in -fact) 0. F r UNIVERSAL SURETY OF AMERICA 1812 Durham / Houston, Texas 77007 GPp 628 1169 For verification of the authority of this power you may telephone (713) 863-7788. Power of Attorney Valid Only If Last Four Digits Appear In Red GENERAL POWER OF ATTORNEY — CERTIPTED COPY Know All Men by These Presents. That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint of 0tjPaca and State of Texas its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver —_fonds not to exceed $250,000, unless such is accompanied by a letter of authority signed by the President. Secretary or Executive Vice President of Universal Surety of America, and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President. scaled with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do within the above stated limitations, and such authority is to continue in fora until April 30 - 1993 Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the I Ith day of July, 1984. "Be It Resolved that the President. any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company." "RESOLVED that the signature of any officer of the corporation. and the seal of the corporation may be affixed or printed by facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and binding upon the corporation." In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, John Knox, Jr. and its corporate seal - to be hereto affixed this 1st day of March , A.D.. 19 90 �;11. 1'a�. UNIVERSA RE A P�. ,........,c .9 M `^ By. State of Texas � ..f John nox.r. Jr. Preskleet ss: y, '•., TFiU9 l C County of Harris On this I st day of March . in the year 90 6fore me Wendy W. Stuckey - a notary public, personally appeared John Knox. Jr. , personally known to me to be the person who executed the within instrument as President . on behalf of the corporation therein named and acknowledged to me that the corporation executed it. �.. w�.. �"�v wr 5 racy µy M wV Notary Public 1. the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. GIVEN under my hand and the seal of said Company, at Houston, Texas, this 7 t h day of April ppri1 . lg 9 3 Secretary COMPLAINT NOTICE: Should any disputes arise regarding either your premium or a claim, contact Univcrsal Surety of America at 1812 Durham, Houston, Texas 77007 or by calling (713) 863-7788. If the problem is not resolved you may also write the State Board of Insurance, P.O. Box 149091, Austin. Texas 78714-9091, Fax (512) 475-1771. This notice of complaint procedure is for information only and does not become a part or condition of this bond. Anv instrument issued in excess of the penalty stated above is totally void and without any validity. STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars ($ _) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of , 19 , to DEMOLISH ALL BUILDINGS AND STRUCTURES ON BLOCK 135, CITY OF LUBBOCK as shown in the Plans, Specifications and Contract Documents 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 sub -contractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain r' in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, 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. ar+ a a CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: _ a� Lubbock, Texas Type of Project: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by the Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafter described. 1 Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Workmen's Compensation Owner's Protec- Per Person $ tive or Contin- Per Occurrence $ gent Liability ---------------------------------------------------------------------- Property Damage $ Contractor's Per Person $ Protective or Per Occurrence $ Contingent Property Damage $ Liability ---------------------------------------------------------------------- Per Person $ Automobile Per Occurrence $ Property Damage $ ---------------------------------------------------------------------- Comprehensive General Liability $ Umbrella Liability $ ------------------------------------------------------------- The foregoing Policies (do) (do not) cover all sub -contractors. Locations Covered DESCRIPTION of Operations Covered r A., The above policies either in the body thereof or by appropriate endorsement provide that they may not be charged 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 THIS CERTIFICATE MUST BE SENT TO THE OWNER (Name of Insurer) By: Title u r� i r STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 r- OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY BOND CHECK ACTS OF THE 71 ST LEGISLATURE, REGULAR SESSION 1989 BEST RATING r. (McGREGOR ACT -- PUBLIC WORKS) LICENSED IN TEXAS (Penalty of this Bond must be 100% of Contract Amount) DATE By � r- KNOW ALL MEN BY THESE PRESENTS, That Utility Contractors of America 5520 Brownfield Hwy, Lubbock 79407 r (hereinafter called the Principal), as Principal, and Universal Surety of America r, 950 Echo Lane, Suite 250, Houston TX 77024 (hereinafter called Surety), as Surety, are held and firmly bound unto City of Lubbock C i t i b u s r Lubbock TX �,. (hereinafter called the Obligee), In the amount of Forty nine thousand nine hundred seventy four l: & 30/100------------------------------------ DOLLARS($49,974.30--------07 for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, Jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9 th day of July 19 93 to Relocate water and sewer utilities ' on Block 135, City of Lubbock which contract Is hereby referred to and made a part hereof as fully and to the same extent as If copied at length herein. y 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 vold; otherwise to remain in full force and effect. L. PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Article 5160 of the Revised Civil r., Statutes of Texas as amended by Acts of the 71st Legislature, Regular Session, 1989, 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 and Surety have signed and seated this Instrument this 9 th day of July t9 93 . Utility Contractors of America Inc 7 Universal Surety of America Utility Contractors df merica I c _ (i�itndoar _1 �- by Uni ers 1 Surety of America Iva Roberson Attorney -In -Fad u� rnrni rnr-r nn7 %w F� UNIVERSAL SURETY OF AMERICA 1812 Durham / Houston, Texas 77007 62s 1191 GPA For verification of the authority of this power you may telephone (713) 863-7788. Power of Attorney Valid Only If Last Four Digits Appear In Red GENERAL POWER OF ATTORNEY — CERTIFIED COPY Know All Men bt' These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston. Texas, does by these presents make, constitute and appoint Gary Felker Iva Roberson jim Rose of Odessa and State of Texas its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its nam , plc d d, to ex cute, ackno ledge and deliver Bonds not to excee�,dWuniessSuch Is accompaniM by a letter authority sil?ned by the Yresldent, Jecretary or hxecunve vice rresiuent or and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duty attested by its Secretary, hereby ratifying and confirming all th the saidd AttRRrppely�y�}-- qq Fact may do within the above stated limitations, and such authority is to continue in force until December 31, 1`J�4 Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the I lth day of July, 1984. "Be It Resolved, that the President. any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company." "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and binding upon the corporation." In Witness Whereof. Universal Surety of America has caused these presents to be signed by its President, John Knox, Jr. and its corporate seal to be hereto affixed this 1st day of March , A.D., 19 90 UNIVERSA RET A ors., p- By: State of Texas _< "..—JrJohn//.1•.nox,. President ss:TEYNS ! / County of Harris `' /",....I...... N�NN On this 1st day of March , in the year 90 , fefore me Wendy V. Stuckey a notary public, personally appeared John Knox, Jr. , personally known to me to be the person who executed the within instrument as President , on behalf of the corporation therein named and acknowledged to me that the corporation executed it. N i w...... � •� W s � Notary Public I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. GIVEN under my hand and the seal of said Company, at Houston. Texas, this 9 t h day of July 19 93 Secretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY BOND CHECK ACTS OF THE 71 st LEGISLATURE, REGULAR SESSION, 1989 BEST RATING (McGREGOR ACT - PUBLIC WORKS) LICENSED IN TEXAS (Penalty of this Bond must be 100% of Contract Amount) DATE'`' By KNOW ALL MEN BY THESE PRESENTS, That Utility Contractors of America I n c w ` (hereinafter called the Principal), as Principal, and Universal Surety of America 0- (hereinafter called the Surety), as Surety, are held and firmly hound unto City of Lubbock C i t i b u s r- F (hereinafter called the Obligee), in the amount of Forty nine thousand nine hundred seventy four r' & 30 / 100--------- DOLLARS ($ 49 , 9 74 . 30------- j for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severalty, firmly by these presents. WHEREAS, the Principal has entered Into a certain written contract with the Obligee, dated the 9 t h r day of July , 19 93 , to Relocate water and sewer utilities on Block 135, City of Lubbock ■• which contract is hereby referred to and made a part hereof as fully and to the same extent as If copied at length herein. r NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully i 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. r. PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 71st Legislature, Regular Session, 1989, 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 r. herein. a IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 9 th day of July .19 93 Utility Contractors of America 7 Universal Surety of America 11 �� rin ipaf) (Surety) Attomaydn-fact Iva Roberson 0- CEATI# ICAI l 0 INgU N '" 5 '# r 4 j 193U1 DATE (MtA1DDlYYj �' 7-8-93 PRODUCER i `i -9 FAA "i i ft MATTE t*1906 l A I-0W'6AM1r5— CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Alan Henry Insurance POLICIES BELOW. P. O. Box 2399 COMPANIES AFFORDING COVERAGE Lubbock, Texas 79408-2399 �j]p� COMPANY 6 q _ LETTER CNA i 8 / � j("] COMPANY B Northbrook INSURED LETTER Utility Contractors .of America, Inc. and COMPANY Dwain Lane & Britt Lane DBA Lane LETTER C Contracting COMPANY D 5520 Brownfield Hwy. Lubbock, Texas 79407 COMPANY LETTER E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS Of SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, CO TYPE OF INSURANCE POLICY NUMBER POLICY ItFFECTIVE POLICY EXPIRATION LIMITS LTA DATE (MWDDIYY) DATE (MMrDD1YY) GENERAL LlABIL#TY —M GENERAL AGGREGATE S 2,000,000 A X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. S 11000,000 CLAIMS MADE X OCCUR, 112814710 9-5-92 9•-5-93 PERSONAL & ADV. INJURY 3 11000,()00 OWNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE ! 11000, 000 FIRE DAMAGE (Any one firs) 3 50,000 MED. EXPENSE (Any are person) S 5,000 AUTOMOBILE LIABILITY A X ANY AUTO 112814707 9-5-92 9-5-93 LIMIT SINGLE $ 1,000,000 ALL OWNED AUTOS BODILY INJURY s SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON -OWNED AUTOS {Per accident) GARAGE LIABILITY PROPERTY DAMAGE cXCE95 LlA3E1LITY ........ _......._.._�.._..........---. ,. �.__...�....�—_._—......»`_.._.__.___..,..��� EACH bCCi1HRENCE$ `11000/000 �. A X UMBRELLA FORM 112814738 9-5-92 9-5-93 AGGREGATE 3 1, 000, 000 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION A 1$1�4691 � .-....._..- 9^"K -9� �_ 9-5-93 STATUTOTlY LIMITS EACH ACCIDENT S 500,000 AND DISEASE —POLICY LIMITE 500,000 EMPLOYERS' LIABILITY ' DISEASE —EACH EMPLOYEE $ 500,000 otHea - �A11 Risk (subjectT to policy B 72 325227 9-5-92 9-5-93 rovisi ons} pcovisi$830,450. Equipment Floater DESCRIPTION OF OPERATIOfl81LOCAT10NSIVEHICLESISIsEC1AL ITEMS _' -~ _ �• -�-�A Contract: City of Lubbock, City Bus City of Lubbock 1525--13th Street Lubbock, Texas 79401 Attn: Ron Shuffield Ii ACORD 29-S (7190) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE �7` vACORD CORPORATION'1990 '(0 7 STATE OF TEXAS COUNTY OF LUBBOCK CONTRACT !" THIS AGREEMENT, made and entered into this day - 93 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David Langston, r., Mayor, thereunto authorized to do so, hereinafter referred to as Owner, and UCA, INCORPORATED of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements �,. described as follows: THE RELOCATION OF WATER AND SEWER UTILITIES ON BLOCK 135, CITY OF LUBBOCK, as shown in the Plans, Specifications and Contract Documents and all extra work in 'connection therewith, under the terms as �- stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other r' accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. f The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him r- and to substantially complete same within Sixty ( 60) consecutive calendar days. 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. The Contract Documents shall include the following: a. Notice to Bidders b. General Instructions to Bidders C. Bidder's Proposal 71 d. Statutory Bond (s) e. Contract Agreement f. General Conditions of the Agreement g. Special Conditions h. Plans (Sheets) 1 thru 5 i. Specifications i. Insurance Certificates J. Addenda k. All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. IN WITNESS THEREOF, the parties to executed this agreement in Lubbock, Lubbock year and day first above written. ATTEST: (OWNER) actt' )'K Q�L ecr ary APPROD AS TO CONTENT: _e o I rew'x W"11AW-1 &X= PM K these presents have. County, Texas in. tha-- CONTRACTOR By: ttt TITLE: ZPAII, COMPLETE ADDRESS: // 0690 Ava�v -TG%� A`i�.� ��+GS6�6c 7-ie %QfO,% GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression of the First Part, 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 the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: UCA, INCORPORATED , who has agreed to perform the work emb_raced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative is used in this l contract, it shall be understood as referring to John Wilson, l General Manager of Citibus, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as maybe authorized by said owner to act in any particular under this agreement. Engineers, supervisor, or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS r The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES �., Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Owner's Representative is intended; and similarly the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable A � 1 6 1 C or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompany this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their nature, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice Zhall be deemed to have been duly served if delivered in person to the individual or to a member of the f irm 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 him who gives: the notice. 8. WORK 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 Ca 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 r- well known, technical or trade meaning shall be held to refer such recognized standards. �. All work shall be done and all material furnished in strict conformity with the contract documents. 2 C 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the �- responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles, and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. ,.11 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work r and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be l' responsible for the construction means, methods, techniques, sequences, or procedures, or the safetyprecautions incident thereto. His efforts will be directed towards providing r assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor ►-. to guard the Owner against defects and deficiencies in the work of the Contractor. r7 i.' 13. LINES AND GRADES All lines and grades, shall be furnished by the Owner's Representative whenever necessary for the commencement of the 3 work contemplated by these contract documents or the completion of the work contemplated by these contract _ documents. Whenever necessary, Contractor shall suspend his 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 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 him, his subcontractors, or his employee, 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 shall review all work included herein. He has the authority _ to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes to discourage litigation it is further agreed that the Owner's Representative shall, in all cases, decide every question which may arise relative to the execution. of this contract on the part of said Contractor. The Owner's Representative estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's _ Representative render any decision or give any direction, which in the opinion of either party hereto is not in accordance with the meaning and intent of this contract, — either partly may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications, and plans. Should the Owner's Representative fail to make such — decision within a reasonable.ti;ae, an appeal to arbitration may be taken as if his decision had been rendered against 4 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as the said Owner's Representative may deem proper to inspect the t" 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 m 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 six (6) days make written appeal to the Owner's Representative for his decision. 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 his absence and all directions given to him shall be binding as if given to the Contractor. 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 will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his 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 himself as to the nature and location of the work, the confirmation of the ground, the 5 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 effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owners's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the owner's Representative written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall 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 sanity 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 a manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper 6 facilities and access for such observation and testing at any .- location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which 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 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 Observer has previously accepted the work through oversight or otherwise. If any 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 is such event of 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 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 r' 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work 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 this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. ,DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or 7 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, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forewith remove such material and — rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 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 uselessanywork 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 any -- actual loss occasioned by such change, due to 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 required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the -plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative; 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 8 1 i 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 actual field cost of the work, - plus fifteen (15%) percent. In the event said extra work be performed and paid'for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and necessarily incurred, together with all expenses incurred directly on account of such extra work, including f Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's 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 commence., 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 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 he should receive compensation or an r- adjustment in the construction time, he shall 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 l: 9 i and shall keep adequate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25., DISCREPANCIES AND OMISSIONS It is further agrees that it is the intent of this contract 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 is accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or 'omissions in these plans, specifications, or contract documents, he should notify the Owner's Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF THE 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 his 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 The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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 10 physical hazards shall be guarded in accordance with the fY "Manual of Accident Prevention in Construction" of Associated a General Contractors of America, except where incompatible with federal, state, or municipal laws or regulations. The Contractor, his sureties and insurance carrier shall defend, indemnify and save harmless the Owner and all of its officers, r agents, and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries of damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgement with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorneys fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as herein after specified. 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. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard 11 Products&`Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. 'Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner"s Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows: ` For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including: -- Employers Non -ownership Liability Hired and Non -Owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builderfs Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) naming the City of Lubbock as insured. E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbrella Liability Insurance in the amount of (1,000,000 minimum) with coverage to correspond with Comprehensive General Liability - and Comprehensive Automobile Liability coverages. 12 The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employer's Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $100,000 limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificateds of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. r- (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of r insurance in force thereunder on the date.borne by t such.certificate. r' (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be cancelled only by mailing written notice to,the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on certificate. (7) A provision that written notice shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. 29. DISABLED EMPLOYEES 13 Contractors having more than 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 with 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 The Contractor agrees that he will indemnify and_save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and -- furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary, incurred in the furtherance of the performance of.this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay _ and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 31. PROTECTION _AGAINST _ROYALTIES FOR 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. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all 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 14 E 4 1 4 allowed to the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the t material or process specified or required by Owner is an t infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 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 effect the contract or the work, and shall indemnify and save harmless the owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owner's Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules, and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. r- 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, r, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract 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 on a date to be specified in the Notice to Proceed. 15 If the Contractor should neglect, fail, or refuse to complete the work within the time herein -specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as a part of the consideration for the awarding of this contract, the Owner may withhold permanently form Contractor's total compensation, the sum of $0.00 () PER DAY, not as a penalty, but as liquidated damages for the beach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change 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 of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is _ agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that the 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 his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in the proposals; provided, also, that when the Owner _ is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that the conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as many as may — reasonably be requested -by the Owner's Representative, schedules which shall show the order,in which the 'Contractor proposes 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. 16 36.' EXTENSION OF TIME The Contractor agrees that he has submitted his 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 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his 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, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor ,,.., supported by all requested documentation shall then submit 6 such written request to the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City Council on granting an r" extension of time, such disagreement shall be settled by I arbitration as herein provided. 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. 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 judgement 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 17 intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown 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. 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 any materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent oradjoiningproperty of 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 he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claims or claims fordamages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work 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 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 him 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 18 r r l 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 shall constitute a waiver of all claims against owner which have not therefore 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 or partial payment. Owner's Representative shall review said application for partial payment 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; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all r' further sums that may be retained by Owner under the terms of i this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified r- to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable r portion of the retained percentage due Contractor. 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been ,., completed or substantially completed, Representative and the Owner shall inspect the the Owner's work and within said time, if the work be found to be completed or substantially completed, on accordance with the contract ,i- documents, the Owner's Representative shall issue to the Owner i and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days 19 to issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the — agreement, and shall certify same to the Owner, who -shall pay to the Contractor on or before the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed -' his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of — acceptance 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 special conditions (if any) of this contract or required in the specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR 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, whether actually incorporated in the work or not, and Contractor shall at his _ own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. 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 condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's Expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he -- shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with a reasonable promptness. 47. PAYMENT WITHHELD The Owner may, on -account of subsequently discovered evidence, 20 1, withhold or nullify the whole or part of.any certificate to ,., such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. �.. 48. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be C" in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owner's Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that i final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any '.. claim by either party, except where noted otherwise in the contract documents. r 49. ARBITRATION All questions of dispute under this agreement: shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of. the demand, his right to arbitrate -shall lapse, and the decision of the Owner's Representative shall be final and binding on him. 21 Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should either party refuse or neglect to supply the arbiters with any papers or information demanding in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums as they deem proper for the time, expense and.trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writing and shall not be open to objection on account of the form of proceedings or award. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume' work within ten (10) days after written notification from the Owner or the -Owner's Representative, or if the Contractor fails to comply with the orders of the owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, 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. After receiving said notice of abandonment, 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 material 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 22 r- rl . use of such equipment and materials will ultimately reduce the �,.. cost to complete the work and be reflected in the final settlement. F In case the Surety should fail to commence compliance with the notice for completion hereinbef ore provided for within ten (10) days after the service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials, and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due:, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, 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. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Represent ative as being correct shall then be prepared and delivered to Contractor and his Surety, 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 certificate of completion. In the event the statement of accounts shows that the cost to 23 r 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 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 ofthe work shall be. turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, 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 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 subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) 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. 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 which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 51. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the priced stated in the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the priced agreed _ upon, or provided for by term of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due to the Contractor r-. 24 F i by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty ( 3 0 ) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 52. BONDS �^ The successful bidder shall be required to furnish a l performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceed $25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by ... the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 53. 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. 54. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss 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 and prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 55. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his 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 his 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 Contractor as an 25 F 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. 56. 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 he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the workroom 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. 26 0• r BID FOR UNIT PRICE CONTRACTS PLACE DATE 4- K- 7 5 PROJECT NO. // /79 - / Proposal of 610A _-5/!i'G, (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of the Municipal Water and Sewer Improvements for Tract "A", Block 135, Original Town of Lubbock (Citibus Downtown Transfer Plaza) having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed work, and being familiar with ,all of the conditions surrounding the construction of the proposed project including the availability of 'materials and labor, hereby proposes 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 to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is to be a part of, is as follows: ITEM QUANTITY ITEM DESCRIPTION TOTAL AMOUNT NO. AND UNIT AND UNIT PRICE WATER DISTRIBUTION �- W-1 25 L.F. 4" approved class 150 water pipe:, including all necessary accessories, furnished and installed, complete an in place, per linear foot _ JTX DOLLARS ($ S6. Oo ) $ W-2 1 Each 8"x4" tapping sleeve, 4" tapping valve and valve box, including all necessary accessories, furnished and .. installed, complete and in place, per each ik/0 *A o 5A y,0 _ -DOLLARS($A LIAO. c ) $TDOO, Da .q ITEM QUANTITY ITEM DESCRIPTION TOTAL AMOUNT NO. AND UNIT AND UNIT PRICE W-3 15 lbs. Approved cast iron water line fitting, including all necessary accessories, furnished and installed, complete and in place, per pound, f �iV _ DOLLARS ($aeo _) $ISD,oO E w-4 15 L.F. Removal of existing brick paving to be stacked on pallets for City use, standard City of Lubbock concrete r cap paving repair to bottom of existing brick paving, complete and in place, per linear foot _ $, DO DOLLARS ( $ W.Oa _ ) WATER DISTRIBUTION TOTAL $ 00.00 SANITARY SEWER r S-1 270 L.F. Approved 8" sewer pipe, 14' to 16' cut depth, including gravel embedment if required, and including all necessary accessories furnished and installed, complete and in place, per linear foot bg:Le.A,-1 i ,0 _ OLLARS($29.00 ) $� Ol? S-2 554 L.F. Approved 18" sewer pipe, 14' to 16' ,., depth, including gravel embedment if required, and including all necessary accessories, furnished and installed, complete and in place, per linear r f Dotthee,, _ DOLLARS ($ 33.0o ) $ a15:4a S-3 2 Each Standard 48" I.D. manhole, 0 to 4' depth, including all necessary accessories, furnished and installed, complete and in place, per each DOLLARS ($ ft OD _. ) $ r ,, r ITEM QUANTITY ITEM DESCRIPTION TOTAL AMOUNT "' NO. AND UNIT AND UNIT PRICE i S-4 5 Each Standard 60" I.D. manhole, 0 to 4' depth, including all necessary accessories, furnished and installed, r' complete and in place, per each e/u G ko,vPr. - e:: 9 _ DOLLARS ($ / DO o0 _ ) $ fa .O,0 S-5 20.3 E.V.F. Extra vertical feet for standard 48" I.D. manhole, including all necessary accessories, furnished and installed, complete and in placeper extra vertical foot El i DO LARS ( $ _ ) $ S-6 52.6 E.V.F. Extra vertical feet for standard 60" I.D. manhole, including all necessary accessories, furnished and installed, complete and in place, per extra vertical foot Opt- A.„ 6-ea /vr"'Wy G1Y- DOLLARS ($ $ / 2 go . S-7 824 L.F. Trench protection per OSHA require- ments for trench depths from 14' to 161, including all necessary accessories, furnished and installed, complete and in place, per each 0 N-L _ DOLLARS ($ 4c,0 ) $ SAY_ 00 S-8 1 Each 8"x4" service tee with plug, including all necessary accessories, furnished and installed, complete and in place, per linear foot_,1h,,,ej,_ AuAlD•'tlo DOLLARS ($ 1109.0,7 _ ) $ 90"90 S-9 5 L.F. Approved 4" service pipe, including all necessary accessories, furnished and installed, complete and in place, per linear foot t ov._ _ DOL ARS ($ Sy. n ) $ 2 �j0.00 7 ITEM QUANTITY ITEM DISCRIPTION TOTAL AMOUNT NO. AND UNIT AND UNIT PRICE S-10 50 L.F. Removal of existing brick paving to be stacked on pallets for City use, standard City of Lubbock concrete cap paving repair to bottom of existing brick paving, complete and in place, per linear foot DOLLARS ( $ ?p_Qn _ ) $0�7 SANITARY SEWER TOTAL $ 3%y . 30 TOTAL WATER AND SEWER $ y V- 30 CONTRACTOR'S TOTAL BID FOR WATER DISTRUBUTION AND SANITARY SEWER IMPROVEMENTS INDICATED ABOVE IS COMPRISED OF THE FOLLOWING SUBTOTALS: SUBTOTAL I: Being all materials physically and permanently incorporated into the work constructed SUBTOTAL I SUBTOTAL II: Being all necessary labor, equipment, tools, insurance, bonds, profit, overhead, and any other items incidental to the work constructed, including materials and supplies not incorporated physically and permanently into the the work constructed SUBTOTAL 11 $ 31.3 TOTAL WATER AND SEWER $ 17 7q , (2 (SUBTOTAL I + SUBTOTAL II) Amount shall be shown in both words and figures. In the case of discrepancy, the amount shown in words shall govern. The undersigned acknowledges the receipt of Addendums Nos. to the plans, specifications and contract documents. The undersigned agrees and pledges to complete the entire work in Sixty( 60) consecutive calendar days after the issuance of a Notice to Proceed by the City of Lubbock. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" from the Owner and to fully complete the project within the consecutive calendar days thereafter as stipulated elsewhere in this proposal. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $100.00 for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this proposal shall be completed r and submitted in accordance with instruction number 20 of General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he ,. further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Enclosed with this proposal is a Cashier's Check, Certified Check or a Proposal Bond in the amount of five percent (5%) of the largest bid amount of this proposal, which it is agreed, shall be collected and �- retained by the Owner as liquidated damages in the event the proposal l is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond with the Owner within ten (10) 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. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Contractor BY: (Seal if Bidder is a Corporation) ATTEST Secretary r r LIST OF SUBCONTRACTORS This form shall be completed and submitted with the Bidder's Proposal. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Minority Owned Yes No P- BUY AMERICA CERTIFICATE The bidder hereby certifies that it will comply with the requirements of section 165(a) of the Surface Transportation Assistance Act of 1982 and the regulations in 49 CFR 661. Date Signature Title OiA D�R The bidder hereby certifies that it cannot comply with the requirements of Section 165(a) of the Surface Transportation Act of 1982, but it may qualify for an exception to the requirement pursuant to Section 165(b) of the Surface Transportation Assistance Act and regulations at 49 CFR 661.7. Date Signature Title r DEBARMENT AND SUSPENSION CERTIFICATE I The bidder hereby certifies that it will comply with the .- requirements of the Department of Transportation regulations "Governmentwide Debarment and Suspension (Nonprocurement)" 49 CFR Part 29. Date Signature Title G or The bidder hereby certifies that it cannot comply with the requirements of the Department of Transportation regulations "Governmentwide Debarment and Suspension (Nonprocurement)" pursuant to 49 CFR Part 29. Date r- Signature Title F i FTA GUIDELINES AND REGULATIONS This project is in part funded by the Federal Transportation Administration (FTA). FTA regulations require all grant recipients, contractors/subcontractors associated with projects r' funded in whole or in part to comply with all applicable FTA requirements and federal statutes/regulations including but not limited to the following: 7 * Federal Transportation Administration Act of 1964, as amended, 49 U.S.0 1601 et. seq. Surface Transportation Assistance Act of.1982, as amended. Americans with Disability Act of 1990. * 49 CFR Part 27 - Elderly and Handicapped * 41 CFR section 101-19.6 —Accommodations for Physically Handicapped. * 29 CFR Part 1926 - Safety Standards. * 40 CFR Part 249 - Use of Fly Ash in Procurement of Cement and Concrete. As per FTA guidelines, the following clauses/provisions shall be caused or required to be inserted in full by the contracting officer. LABOR PROVISIONS - CONSTRUCTION CONTRACTS 1. Minimum Wages. a. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the Construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1 (b) (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers b. or mechanics, subject to the provisions of paragraph (a) (1) (iv) of 29 CFR 5.5; also, regular contributions made or costs incurred for more than a weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5 (a) (4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: provided, that the employer's payroll record accurately set forth the time spent in each classification.in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a) (1) (ii) of 29 CFR 5.5 and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (1) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (a) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (b) The classification is utilized in the area by the construction industry; and (c) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), ,or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. two The Administrator, or an authorized representative, will approve, modify, or ! disapprove every additional classification action ►. within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed -classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions including the views of all interested parties and the recommendation -of the contracting officer to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30- day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (a) (1) (b) or (c) of 29 CFR 5.5, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding DOT shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract -- subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay _ laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanics, including any apprentice, trainee, or helper, employed or working on the site -of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the -construction of development of the project), all or part of the wages required by the contract, DOT may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessa-ry to cause the suspension of any �= further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and Basic Records a. Payrolls and basic records -relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). .Such records shall contain the name, address, and social security number of each such worker, his or her correct classification,,,.hourly rates of wages paid (including rates of contributions or costs anticipated for bona ,fide fringe benefits or cash equivalents _ thereof of the types described in Section 1 (b) (2) (b) of the Davis -Bacon Act, daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b) (2) (b) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment.to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which,show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification.of trainee programs, the registration of the apprentices and"trainees, and the ratios and r Flo .. wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly, for each week i in which any contract work is performed, a copy of all payrolls to the grantee. The payrolls r' submitted shall set out accurately and completely d. all of the information required to be maintained under 5.5 (a) (3) of regulations, 29 CFR Part 5. This information may be submitted in any form desired, optional form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number r" =029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance", signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: a. That the payroll for the payroll.period contains the information required to be maintained under Section 5.5 (a) (3) (1) of regulations, 29 CFR Part 5 and that such information is correct and complete. b. That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in regulations, 29 CFR Part 3. C. That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. 1 (3) The weekly submission of a properly executed certification set forth on the reverse side of r- optional form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a) (3) (11) (b) of 29 CFR Section 5.5. E (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. c. The Contractor or subcontractor shall make the records required under paragraph (a) (3) (1) of 29 CFR Section 5.5 available for inspection, copying, or transcription by authorized representatives of DOT or the Department .of Labor, and shall permit such representatives to interview employees.during.-working hours -on the job. If the contractor or subcontractor fails -to submit the required records or to make them available, the federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for -- debarment action pursuant to 29 CFR Section 5.12. 4. APPRENTICES AND TRAINEES a. Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a state apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be �- greater than the ratio permitted to the contractor as to the _entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate,on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paidnotless than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality r other than that in which its program is registered, the ..- ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less r' than the rates specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman's hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify -fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the'applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, r or a state apprenticeship agency recognized by the ` Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to rr utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees. Except as provided in 29 CFR Section 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they r are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every r- trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman's hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not r mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage ` determination unless the Administrator of the Wage and hour Division determines that there is an apprenticeship program associated with the corresponding journeyman's wage rate on the wage determination for the classification of work actually performed. In addition any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment .and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed -until an acceptable program is approved. C. Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 18 U.S.C. 874 and 29 CFR Part 3, which are incorporated by reference. This act provides that each contractor or subgrantee shall be prohibited from inducing, by any means any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. 6. Contract Termination: Debarment. A breach of the contract clauses in 29 CFR Section 5.5 may be grounds for termination .of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR Section 5.12. 7. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and related acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference. 8. Disputes Concerning Labor Standards. Disputes arising out of the general disputes clause of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 9. a. Certification of Eligibility. By entering into this .contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractorts firm is a person or firm ineligible to be awarded government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR Section 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue of Section 3(a) of the Davis -Bacon C. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. Section 1001. 10. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any work week in which he or she is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such work week unless such laborer or mechanic received compensation at a rate not less than a one and one-half times the basic rate of pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such work week, whichever is greater. 11. Violation; Liability for Unpaid Wages; Liquidated Damages. r In the event of any violation of the clause set forth in subparagraph (b) (1) of 29 CFR Section 5.5, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such district or to such f territory), for liquidated damages. Such liquidated damages f shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in r violation of the clause set forth in subparagraph (b) (1) of 29 CFR Section 5.5 in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the overtime wages required by the clause set forth in subparagraph (b) (1) of 29 CFR Section 5.5. r 12. Withholding for Unpaid Wages and Liquidated Damages. DOT or the recipient shall upon its own action or upon written 1, request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work'perfbrmed by the contractor or 4 subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other r Federally -assisted contract which is held by the same prime j contractor, such sums as may determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (b) (2) of 29 CFR Section 5.5. 13. Section 107 of C.W.H.S.S.A. is applicable to construction work and provides that no laborer or mechanic shall be requested to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to 1 i. r his health and safety as determined under construction, safety and health standards promulgated by the Secretary of Labor. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 14. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph 1 through 15. of this paragraph and also a clause requiring the subcontractor to include these clauses in any _lower tier subcontracts. The prime contractor shall be responsible for - compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs 1. through 15. of this paragraph. EQUAL EMPLOYMENT OPPORTUNITY/NONDISCRIMINATION Nondiscrimination During the performance of this contract, the contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, age, or national origin. Such action shall include but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection of training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provision of this nondiscrimination clause. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, age, or national origin. C. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice advising the said labor union or worker's ,representative of the contractor's commitments under this section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375, and with the rules, regulation, and relevant orders of the Secretary of Labor. e. The contractor will furnish all information and reports required by Executive Order 11246 if September 24, 1965, and by rules, regulation, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Federal Transportation Administration and the Secretary of Labor for purposes of investigation to ascertain compliance with -such rules, regulations, and orders.. f. In the event of the contractorts noncompliance with the nondiscrimination clauses or this agreement or with any of the said rules, regulation or orders, this agreement may be cancelled, terminated, or suspended in whole or in part. The contractor may be declared ineligible for further Government contracts of Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 if September 24, 1965, or by rule, regulation, or order of the Secretary of Labor or as otherwise provided by law. g. The contractor will include a citation to 42 CFR 60-1 (b) and (c) and the provisions of paragraphs (a) through (g) herein, in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375. Such provision shall be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontractor or purchase order as the Federal Transportation Administration may direct as a means of enforcing such provisions, including sanctions for noncompliance, provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Federal Transportation Administration may direct as a means of enforcing such provisions, including sanctions for noncompliance, provided, however that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such litigation to protect the United States. EQUAL EMPLOYMENT OPPORTUNITY/CONSTRUCTION CONTRACT SPECIFICATIONS Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246): 1., As used in these specifications: a. "Covered Area": means the geographical area described in the solicitation from which this contract resulted. b. "Director": means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority. c. "Employer Identification Number": means the Federal Social Security Number used on the employer's quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Hispanic (all persons of Mexican,_ Puerto Rican, Cuban, Central.or South American or Other Spanish culture or origin regardless of race) (ii) Black (all persons having origins in any*of the black African racial groups not of Hispanic origin) (iii) Asian and Pacific Islander (all persons having origins in any of the original people of the Far East, Southeast Asia, and the Indian subcontinent -. or the Pacific Islands); and (iv) American Indian or Alaskan native (all persons having origins`in any of the original people of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall'.physically include in each subcontract in excess of $10,000 the provision of these specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitation from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60- 4.5) in a hometown plan approved by the U.S. Department of Labor in the covered area, either individually or through an association, its affirmative action obligations on work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions -- participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such hometown plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith -effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved plan does not excuse any covered contractor's failure to make good faith efforts to achieve the plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs (7) (a) through (p) r of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or Federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. -Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Federal Contract Compliance Program Office or from. Federal Procurement i Contracting Officers. The contractor is expected to make substantial uniform progress toward its goals in each craft J during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Orders 11246 and 11375, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, r and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, r- will assign two or more women to each construction 1 project. The contractor shall specifically ensure personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with C r I r specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of,minority and female recruitment sources, provide_ written notification to minority and female recruitment sources .-. and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. C. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the - street applicant and minority or female referral service from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall�for referral and was not referred back to the contractor by the union or if referred, not employed by the contractor, this shall be documented in the file with the reason therefore, along with whatever additional.actions the contractor may have taken. d. Provide immediate written notification to the director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or women sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide '^ notice of these programs to the sources compiled under (7) (b) above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it -in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. i i g. Review, at least annually, the company's EEO policy and r. affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including i` specific review of these items with on -site supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at �... any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organization serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. J. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of the contractor's workforce. k. validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees i to seek or to prepare for, through appropriate training, etc., such opportunities. r m. Ensure that seniority practices, job classifications, ` work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring t all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that.separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a_record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary .associations which assist in fulfilling one or more of their affirmative action obligations set forth in paragraphs (7) (a) through (p). The efforts of a contractor association, joint contractor -union, contractor community, or other r- similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under (7) (a) through (p) of these specifications, provided that the contractor actively" participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the �. concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an -� obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and separate single goal for " women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and «- female, and all women, both minority and non -minority. Consequently, the contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goal for women generally, the contractor may be in violation of the Executive Order if a 10. The contractor shall not use the goals and timetables or affirmative action to discriminate against any person because of race, coldr, religion, sex, age, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from government contracts pursuant to Executive Order 11246, as amended by Executive Order 11375. 12. The contractor shall carry out such sanctions and penalties for violation of these specification and of the equal opportunity clause, including suspension, termination and cancellation of existing subcontracts as -may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs, Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specification, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph (7) of these specification, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulation, or these specification, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions herein as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Record shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of ,,, requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program.) EEO/CONSTRUCTION CONTRACT NOTICE Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246): 1. The offeror's or bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. a. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate -workforce in each trade on all construction work in the covered area, are as follows: These goals are applicable to all the contractor's construction work (whether or not it is Federal or Federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its Federally involved and nonfederally involved construction. b. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts.to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the contractor's goals shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number,of the subcontractor; employer r-� identification number of the subcontractor; estimated dollar amount of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area", is Lubbock, Lubbock County, Texas. DISADVANTAGED BUSINESS ENTERPRISE 1. Policy. It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or part with Federal funds provided under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. 2. DBE Obligation. The recipient or its contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, creed, color, national origin, age, or sex in the award and performance of DOT -assisted contracts. TITLE VI CIVIL RIGHTS ACT OF 1964 Title VI Compliance During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor"), agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate r-- on the grounds of race, religion, color, sex, age, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the regulation, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier' -shall be notified by the contractor of the contractorts obligations under this contract and the Regulations relativetonondiscrimination on the grounds of race, religion, color, sex, age, or national origin. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities, as may be'determined by the ,Recipient or the Federal Transportation Administration (FTA) to be pertinent to ascertain compliance with such Regulations, 'orders .and instructions. Where any information is required or a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the Recipient, or the Urban Mass Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Recipient shall impose such contract sanctions as it or the Federal Transportation Administration may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or, b. Cancellation, termination or suspension of the f contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraph (1) through (6) of this section in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Recipient or the Federal Transportation i i Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Recipient to enter into such litigation to protect the interest of the Recipient, and, in addition, the contractor may request the services of the Attorney General r-' in such litigation to protect the interest of the United States. r BUY AMERICA PROVISION This procurement is subject to the Federal Transportation Administration Buy America Requirements in 49 CFR part 661. A Buy America Certificate, as per attachment, must be completed and submitted with the bid. A'bid which does not include the certificate will be considered non -responsive. A waiver from the Buy America Provision may be sought by the City of Lubbock if grounds for the waiver exist. Section 165(a) of the Surface Transportation Act of 1982 permits FTA participation on this contract only if steel, cement, and manufacturing products used in the contract are produced in the United States. CARGO PREFERENCE The contractor agrees: t 1. To utilize privately owned United States -flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, materials, or commodities pursuant to this section, to the extent such vessels are available at fair and reasonable rates for United States -flag commercial vessels. 2. To furnish within 30 days following the date of loading for shipments originating within the United States, or within 30 working days following the date of loading for shipment originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in paragraph (1) above to the the Reci Recipient p (through prime contractor in the case of sub -contractor bills -of -lading) and to the Division of National Cargo, Office of Market Development, Maritime r Administration, 400 Seventh St. S.W., Washington, D.C. i. r- 20590, marked with appropriate identification of the Project. 3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract. CONSERVATION Contractor shall recognize mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC Section 6321 et seq.). ._ CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT REQUIREMENTS Contractor agrees to comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 USC 1857 (h)), Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15) which prohibit the use under nonexempt Federal contracts, grants or loans, of facilities included on the EPA List for Violating Facilities. Contractor shall report violations to FTA and to the USEPA Assistant Administrator for Enforcement_(EN0329). INTEREST OF MEMBERS OF, OR DELEGATES TO, CONGRESS In accordance with 18 U.S.C. section 431, no member of, or delegates to, the Congress of the United States shall be admitted to a share or part of this contract or to any benefit arising therefrom. CONFLICT OF INTERES No employee, officer, or agent of the grantee shall participate in selection, or in the award or administration of a contract if a conflict of interest, real or apparent, would be involved. Such a conflict would arise when: a. The employee, officer or agent; b. Any member of his immediate family; C. His or her partner; or d. An organization which employs, or is about to employ, has a financial or other interest in the firm selected for award. The grantee's officers, employees or agents shall neither solicit �.. nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties of subagreements. DEBARRED BIDDERS The Contractor, including any of its officers or holders of a �.. controlling interest, is obligated to inform the Recipient 1 whether or not it is or has been on any debarred bidders' list maintained by the United States Government. Should the contractor be included on such a list during the performance of this project, it shall so inform the Recipient. -...Certification t as per attachment must be completed and submitted with the bid. A bid which does not include the certificate will be considered non -responsive. PROJECT SIGNS The Contractor shall erect at the site of construction, and maintain during construction, signs satisfactory to the Department of Transportation identifying the Project and indicating that the Government is participating in the development of the project. PROTEST/APPEAL PROCEDURES Protest/Appeal procedures are as follows: 1) Requests for approved equals, clarification of specifications, protest of specifications, and proposal protest must be received by the City in writing, not less than fifteen full days before date of the scheduled opening of proposals. Any request for approved equal or protest of the specifications must be fully supported with technical r- data, test results, or other pertinent information as evidence that the substitutes offered is equal to or better than the specifications. 2) The City's final decision to requests will be postmarked E at least ten full days before the date scheduled for opening L of the proposals. 3) The Federal Transit Administration (FTA) will only .•-� review protest regarding the alleged failure of the City to l have a written protest procedure or alleged failure to follow such procedures. 4) If a proposer feels that a protest is necessary, in compliance with number 3 above, the protestor shall file a protest with FTA not later than five days after a final decision from the City is rendered under the City's r protest/appeal procedures. In instances where the protestor alleges that the City failed to make a final determination t on the protest, protestors shall file a protest with FTA not later than five days after the protestor knew or should have IrR l r-- known of the City,'s failure to render a final determination on the protest. The City will give the protestor the. mailing address of the FTA Regional Office when requested, — for the filing of a protest in accordance with these guideline. A copy of the FTA protest must be sent to the City and also must include: - - Name and address of.protestor. - Identify the City of Lubbock and the proposal number. - Statement of the grounds for protest and any supporting documentation with detail of the alleged failure to follow protest procedures or the alleged failure to have procedures, and be fully supported to the extent possible. - A copy of the local protest filed with the City and a copy of the Cityfs decision, if any. 5) Following a protest, the City will not make an award of a contract without consulting FTA for approval. 6) Additional information on FTA protest procedures requirements are outline in FTA Circular 4220.1B. A copy of this circular can be secured by contacting the City. I General Decision Number TX930028 -1 Superseded General Decision No. TX910028 J ` ". State: TEXAS �w Construction Type: i Heavy Highway County(ies): ECTOR POTTER TOM GREEN LUBBOCK RANDALL MIDLAND TAYLOR r� 1 ! HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 02/19/1993 r l: I t ' t TX930023 - 1 COUNTY(ies): ECTOR POTTER LUBBOCK RANDALL MIDLAND TAYLOR SUTX2037A 11/13/1991 ASPHALT HEATER OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER CARPENTER CARPENTER HELPER CONCRETE FINISHER -PAVING CONCRETE FINISHER HELPER PAVING CONCRETE FINISHER STRUCTURES CONCRETE FINISHER HELPER STRUCTURES ELECTRICIAN ELECTRICIAN HELPER FLAGGER FORM BUILDER -STRUCTURES FORM BUILDER HELPER STRUCTURES FORM SETTER - PAVING & CURB FORM SETTER HELPER -PAVING & CURB FORM SETTER -STRUCTURES FORM SETTER HELPER STRUCTURES LABORER -COMMON LABORER UTILITY MECHANIC MECHANIC HELPER OILER SERVICER PIPE LAYER PIPE LAYER HELPER ASPHALT DISTRIBUTOR OPERATOR ASPHALT PAVING MACHINE BROOM OR SWEEPER OPERATOR BULLDOZER CONCRETE PAVING CURING MACHINE CONCRETE PAVING FINISHING MACHINE CONCRETE PAVING JOINT SEALER CONCRETE PAVING SAW CONCRETE PAVING SPREADER REINFORCING STEEL MACHI14E SLIPFORM MACHINE OPERATOR CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL LESS THAN 1 1/2 C.Y. CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL 1 1/2 C.Y. & OVER CRUSHER OR SCREENING PLANT TOM GREEN Rates $7.467 7.267 6.400 9.799 8.153 6.881 7.496 6.500 8.148 6.987 10.000 9.500 5.500 8.021 7.000 8.300 6.307 7.839 6.479 6.018 7.102 10.282 8.000 8.233 7.823 7.000 6.250 7.972 8.187 6.411 7.963 9.100 8.075 7.750 10.063 9.100 6.500 9.000 3.574 10.043 Fringes y r- i T:•.' 30023 - 2 OPERATOR 7.500 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 9.000 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 10.750 FOUNDATION DRILL OPERATOR HELPER 7.050 FRONT END LOADER - 2 1/2 C.Y. & LESS 7.458 FRONT END LOADER - OVER 2 1/2 C.Y. 7.669 HOIST - DOUBLE DRUM 8.100 MOTOR GRADER OPERATOR FINE GRADE 10.343 MOTOR GRADER 9.835 PAVEMENT MARKING MACHINE 9.150 PLANER OPERATOR 10.458 ROLLER, STEEL WHEEL PLANT MIX PAVEMENTS 6.828 ROLLER, STEEL WHEEL OTHER, FLATWHEEL OR TAMPING 6.474 ROLLER, PNEUMATIC SELF-PROPELLED 6.455 SCRAPER-17 C.Y. & LESS 7.546 SCRAPER -OVER 17 C.Y. 7.655 SIDE BOOM 6.350 TRACTOR -CRAWLER TYPE 150 HP AND LESS 7.290 _ TRACTOR -CRAWLER TYPE OVER 150 HP 10.750 TRACTOR - PNEUMATIC 7.422 REINFORCING STEEL SETTER PAVING 7.926 REINFORCING STEEL SETTER STRUCTURES 9.086 REINFORCING STEEL SETTER HELPER 7.772 STEEL WORKER - STRUCTURAL 9.000 STEEL WORKER HELPER STRUCTURAL 6.250 SPREADER BOX OPERATOR 7.332 BARRICADE SERVICER WORK ZONE 6.500 TRUCK DRIVER -SINGLE AXLE LIGHT 6.592 TRUCK DRIVER -SINGLE AXLE HEAVY 6.791 TRUCK DRIVER -TANDEM AXLE SEMI TRAILER 7.130 TRUCK DRIVER-LOWBOY/FLOAT 8.868 TRUCK DRIVER -TRANSIT MIX 6.691 WELDER 11.827 WELDER HELPER ---------------------------------------------------------------- 8.290 ` Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR i �`` TX930028 - 3 5.5(a) l(ii)). END OF GENERAL DECISION r General Decision Number TX930015 C Superseded General Decision No. TX910015 �^ State: TEXAS Construction Type:' r.., Building 1 County(ies) LUBBOCK f BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories). (Use current heavy & highway r` general wage determination for Paving & Utilities Incidental to 1. Building Construction). ( Modification Number Publication Date 0 02/19/1993 COUNTY(ies): LUBBOCK CARP1884A 07/01/1988 Rates Fringes CARPENTERS 12.50 2.73 MILLWRIGHTS ---------------------------------------------------------------- 13.00 2.73 ELECO850A 01/01/1991 Rates Fringes ELECTRICIANS ---------------------------------------------------------------- 13.25 2.50+3.25% PLUM0629A 06/01/1989 Rates Fringes PLUMBERS: "+ Mechanical contracts over $150,000 15-00 1.59 Mechanical contracts .- $150,000 or less ---------------------------------------------------------------- 10.50 1.59 SFTX0669A 04/01/1991 Rates Fringes SPRINKLER FITTERS ---------------------------------------------------------------- 18.20 4.65 ^ SUTX2048A 03/16/1992 Rates Fringes ACOUSTICAL CEILING AND DRYWALL MECHANICS 10.00 .25 BRICKLAYERS 11.74 GLAZIERS 9.50 LABORERS 5.95 LATHERS 11.17 MASON TENDERS 6.25 PAINTERS 10.50 PLASTERERS 11.17 POWER EQUIPMENT OPERATORS: Backhoe 10.50 .42 ROOFERS 9.71 SHEET METAL WORKERS (Including duct work) 8.80 .69 -- ----------------------------------------------------------------- WELDERS - Receive rate prescribed for the craft performing operation to which welding is incidental. ---------------------------------------------------------------- _ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only TX930015 - 2 PIA as provided in the labor standards contract clauses (29 CFR 5.5(a) 1(ii)). END OF GENERAL DECISION TX930015 - 3 CITIBUS 1192-1 SECTION 01023 - SPECIAL CONDITIONS AS INDICATED IN THE GENERAL CONDITIONS OF THE AGREEMENT- ITEM 52 SPECIAL CONDITIONS, THE FOLLOWING SPECIAL CONDITIONS SHALL CONTROL OVER THE AFOREMENTIONED GENERAL CONDITIONS OF THE AGREEMENT. General Condition - Item #1 Add the following paragraphs after the first paragraph: "The Owner shall furnish surveys describing physical characteristics, legal limitations and utility locations for the site of the Project, and a legal description of the site." "Information or services under the Owner's control shall be furnished by the Owner with reasonable promptness to avoid delay in orderly progress of the Work." "Unless otherwise provided in the Contract Documents, the Contractor will be furnished, free of charge, such copies of Drawings and Project Manuals as are reasonably necessary for execution of Work." r General Conditions Item #2 In line 4 the successful Contractor shall be named. Add the following paragraphs after the first paragraph: "The Contractor shall supervise and direct Work, using the Contractor's best skill and attention. The Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for the layout and coordination of all portions of the Work under the Contract." "The Contractor shall not be relieved of obligations to perform the Work in accordance with the Contract Documents either by activities or duties of the Architect in the Architect's administration of the Contract, or by tests, inspections or approvals required or performed by persons other than the Contractor." General Conditions - Item #3 Add the word "Architects..." before the word "Engineers,..." in line eight. SPECIAL CONDITIONS 01023 - 1 F CITIBUS 1192-1 Add the following sentence to the end of the paragraph: "Any and all communications between the Owner, the Owner's Representative and the Contractor involving change order(s), construction change directive(s) and/or,orders for a minor change(s) in the Work shall go.through the Architect." General Conditions - Item #4 Add the words "...Addenda issued prior to execution of the Contract..." after the word "...Plans..." -in line five. General Conditions - Item #5 In lines five and eight of -the first paragraph and line seven of second paragraph add: "and the Architect" after "Representative". Delete the word "..his..." in line six of the second paragraph and add the word "...their..." in place of the deleted word. Add the following paragraphs after the second paragraph: "In the interest of brevity the Contract Documents frequently omit modifying words such as "al.l" and "any" and articles such as "the" and "an", but the fact that a modifier or an article is absent from one statement. and appears in another is not intended to affect the interpretation of either statement." "In case of conflict between drawings, specifications, large and small scale details, schedules or other parts of the Contract Documents, the Owner's Representative and/or Architect will determine the requirements to use; but in general, the material, -- equipment or methodproducingthe best quality of construction in the opinion of the Architect will be used." General Conditions -'Item #6 Add the following paragraphs after the first paragraph: "A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of. the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate contractor." "A Sub -subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the _ Work at the site. The term "Sub -subcontractor" is referred to 01023 - 2 SPECIAL CONDITIONS r, CITIBUS 1192-1 throughout the Contract Documents as if singular in number and means a Sub -subcontractor or an authorized representative of the Sub -subcontractor." "The preeceeding two (2) paragraphs shall not limit claimants who ... have furnished labor and/or material in the procecution of the work from filing claims for payment." "Unless otherwise stated in the Contract Documents or the bidding j" requirements, the Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner through the Architect the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Architect will promptly reply to the Contractor in writing stating whether or not the Owner or the Architect, after due investigation, has r reasonable objection to any such proposed person or entity. Failure of the Owner or Architect to reply promptly shall constitute notice of no reasonable objection." "By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with the respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub - subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their proposed Sub -subcontractors." General Conditions - Item #11 SPECIAL CONDITIONS 01023 - 3 CITIBUS 1192-1 In line one delete the words reasonable number of copies". "one copies" and substitute "a General Conditions Item #13 Delete the entire paragraph. General Conditions - Item #15 In lines three and nine, after the word "subordinate" add the word "Architect". General Conditions Item #16 In line one the third paragraph, after the words " The Owner or Owner's Representative" add the words "...and .the Architect or his Consultants..." Add the following after the third paragraph:. "The Contractor shall be solely responsible for and have control over the construction means, methods, techniques, 'sequences, procedures and for coordinating all portions of the Work." General Conditions - Item #27 In the first paragraph, line'sixteen, after the word "employees" add the words"including the Architect and his Consultants"... General Conditions - Item #28 Also name "Architect" in articles A, B, C, and E as additional insured. General Conditions - Item #30 In line two of paragraph one, after the word "Owner":add the words "and Architect and his Consultants..." General Conditions —Item #31 In lines four and seven, after the word "Owner" add the words "and Architect and his Consultants". 01023 - 4 SPECIAL CONDITIONS rK CITIBUS 1192-1 General Conditions - Item #32 In line four of paragraph one, after the word "Owner" add the words "and Architect and his Consultants". 1 General Conditions Item #33 i In the second paragraph, line six, delete the number "$0.00 ( )" and substitute the words and numbers "One hundred dollars ($100.00)8. General Conditions - Item #37 Delete Item #37 General Conditions - Item #39 In line nine, after the word "Owner" add the words ".., the Architect and his Consultants". General -Conditions - Item #42 In line one of the first paragraph, delete the word "tenth" and add "25th". In lines two and three of the first paragraph, after "Owner's Representative" add the words "and the Architect". In line nine of the first paragraph after "materials delivered" add "and suitably stored...". +� Add the following paragraphs which, as such, shall constitute Item #57. Item #57 - Basic Definition "The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services I provided or to be provided by the Contractor to fulfill the i Contractor's obligations. The Work may constitute the whole or a part of the Project."-. "The Project is the total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the Owner or by separate contractors." r SPECIAL CONDITIONS 01023 - 5 r' 7 CITIBUS 1192-1 "The Drawings are the graphic and pictorial portions of the Contract Documents, wherever located and whenever issued, showing the design, location and dimensions of the Work, generally including plans, elevations, sections, details, schedules and diagrams." "The Specifications are the portion of the Contract Documents consisting of the written requirements for materials, equipment, construction, systems, standards and workmanship for the Work, and performance of related services." "The Project Manual is the volume usually assembled for the Work which may include the bidding requirements, sample forms, Conditions of the Contract and Specifications." * Add the following paragraphs which, as such, shall constitute Item #58: Item #58 - Execution, Correlation and Intent "The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required to be consistent with the Contract Documents and what is required .from them as being necessary to produce the intended results. "Organization of the Specifications Into divisions, sections and articles, and arrangement of Drawings shall not control the — Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade." "Unless otherwise stated in the Contract Documents, words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings such as found in the 'Illustrated Encyclopedic Dictionary of Building and Construction Terms by Hugh Brooks." Add the following paragraph which, as such, shall constitute Item #59 Item #59 Ownership and Use of Architect's Drawings, Specifications and Other Documents "The Drawings Specifications and other documents prepared by the Architect are instruments of the Architect's service through which the Work to be executed by the Contractor is described. The 01023 - 6 SPECIAL CONDITIONS r CITIBUS 1192-1 Contractor may retain one contract record set. Neither the Contractor nor any Subcontractor, sub -subcontractor or material or equipment supplier shall own or claim a copyright in the Drawings, Specifications and other documents prepared by the Architect, and unless otherwise indicated the 'Architect shall be deemed the author of them and will retain all common law, statutory and other reserved rights, :in addition to the copyright. All codes of them, except the Contractor's record set, shall be returned or suitably accounted for to the Architect, on request, upon completion of the Work. The Drawings, Specifications and other documents prepared by the Architect, and copies thereof furnished to the Contractor, are for use solely with respect to this Project. They are not to be used by the Contractor or any Subcontractor, Sub -subcontractor or material or equipment supplier on other projects or for additions to this Project outside the scope of the Work without the specific written consent of the Owner and Architect. The Contractor, Subcontractors, Sub -subcontractors, ands material or equipment suppliers are granted a limited license to use and reproduce applicable portions of the Drawings, Specifications and other documents prepared by the Architect appropriate to and for use in the execution of their Work under the Contract Documents. All copies made under this license shall bear the statutory copyright notice, if any, shown on the Drawings, Specifications and other documents prepared by the Architect. Submittal or distribution to meet official regulatory requirements or for other purposes in connection with this Project is not to be construed as publication in derogation of the Architect's copyrights or other reserved rights." * Add the following paragraphs which, as such, shall constitute Item #60. Item #60 - Architect "The Architect is the person lawfully licensed to practice architecture or an entity lawfully practicing architecture identified as such in the Agreement and is referredto throughout the Contract Documents as if singular in number. The term "Architect" means the Architect or the Architect's authorized representative." + Add the following paragraphs which, constitute Item #61. SPECIAL CONDITIONS as such, shall 01023 - 7 :CITIBUS 1192-1 Item #61 - Architects Administration of the Contract "In accordance with the Owner's Contract with the Architect, the Architect's Administration of the Contract. shall consist of the following activities:" "The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents, unless otherwise modified by written instrument in accordance with other provisions of the Contract." "The Architect will not have control over or charge of and will not be responsible for construction means, methods, techniques, sequences or procedures, or for the safety precautions and programs in connection with the Work, since these are solely the Contractor's responsibility.;' The Architect will not be responsible for the Contractor's failure to carry` out the Work in accordance with the Contract Documents. The Architect will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractor, or their agents or employees, or of any other persons performing portions oftheWork." "Except as otherwise provided in the Contract Documents or when direct communications have been specially authorized, the Owner and Contractor shall endeavor to communicate through the Architect. Communications by and with the Architect's consultants shall be through the Architect. Communications by and with Subcontractors and material suppliers shall be through the Contractor. Communications by and with separate contractors shall be through the Owner." "The Architect will review and approve or take other appropriate action upon the Contractor's submittals such as Shop Drawings, Product Data and Samples, but only 'for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents The Architect's action will be taken with such reasonable promptness as to cause no delay in the Work or in activities of the Owner, Contractor or separate contractors, while allowing sufficient time in the Architect's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the contractor ' as required by the Contract "- Documents. The Architect's review of the Contractor's submittals shall not relieve the Contractor of the obligations under the Contract. The Architect's review shall not constitute approval of _ safety precautions or of any construction means, methods, 01023 - 8 SPECIAL CONDITIONS F r i F 7 CITIBUS 1192-1 techniques, sequences or procedures. The Architect's approval of a specific item shall not indicate approval of an assembly of which the item is a component." "The Architect will assist the Owner's Representative in the preparation Change Orders and Construction Change Directives, and may authorize minor changes in the Work not affecting a change in cost or time." "The Architect will interpret and decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such request will be made with reasonable promptness and within any time limits agreed upon. If no agreement is made concerning the time within which interpretations required of the Architect shall be furnished, then delay shall not be recognized on account of failure by the Architect to ;furnish such interpretations until 15 working days after written request is made for them." "Interpretations and decisions of the Architect will'be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and decisions, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or decisions so rendered in good faith." "The Architect's decisions on matters relating to aesthetic effect will be final if consistent with the intent expressed in the Contract Documents." END OF SECTION 01023 SPECIAL CONDITIONS 01023 - 9 CITY OF LUBBOCK, TEXAS WATER UTILITIES DEPARTMENT = SECTION 600 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION = 600-1.0 General: All water main construction within the City of _ Lubbock water system or for future connections to the City of Lubbock = water system shall be accomplished in accordance with the requirements of these specifications. 600-1.1 Approved Plans: Water main construction shall be done in :'- accordance with engineered construction plans for the work prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Department. Plans shall conform with the City of Lubbock's Minimum Design Standards for Water Mains and shall show all information called for on the "City of Lubbock Check List for Water Main Construction Plans." 600-1.2 Notice to Proceed: The contractor is issued a Notice to Proceed following approval of Council and execution of Contract Documents. The Water Utilities Department shall be notified 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 1 600-1.3 Inspection: All work shall be inspected by a representative of the Water Utilities Department who shall have the authority to halt ,. construction when, in his opinion, construction is being performed contrary to these specifications or other approved plans. Whenever any portion of these specifications is violated, the Director of Water Utilities, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. A copy of the order shall be filed with the Contractor's license application for future review. If deficiencies are not corrected, performance shall be required of the Contractor's Surety. 600-1.4 Warranty and Acceptance: At the completion of all or designated portions of work under construction, an inspection shall be made to determine compliance with these specifications or approved plans, specifications and materials. Upon such determination, a certificate of compliance shall be issued. The letter of acceptance shall constitute the initiation of the warrantee period. The Contractor shall warrant the accepted work to be free of defects in workmanship or material defects for a period of one year. r C. 600-1 The determination of the necessity during the warranty period for the Contractor to repair or replace the work in whole or in part shall rest . entirely with the Director of Water Utilities. _. 600-1.5 Specifications: All standard specifications, i.e., ASA, AWWA, etc., made a portion of these specifications by reference shall be the latest edition and revision thereof. 600-2.0 Materials: All pipe for water main construction shall be ductile iron, C-900 PVC, or concrete cylinder pipe. The following are approved materials for water main construction. 600-2.1 Ductile Iron Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revision: - ANSI/AWWA C150/A21.50-81 ANSI/AWWA C104/A21.4-80 ANSI/AWWA C151/A21.51-81 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. All joints 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. The joint shall, be the latest approved type of rubber gasket joint for ductile iron pipe. All joints of ductile -iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA Clll-72 (ANSI A21.11) or its latest revision. 600-2.2 PVC Pipe Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with. AWWA C-900 specification and shall be pressure class 150 PSI. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming to the above specification. Spigot ends' shall be beveled and reference marked to facilitate joining and insure proper seating depth. 600-2.3 Concrete Cylinder Pipe Prestressed Concrete Embedded Cylinder Pipe`(PCECP) shall be manufactured in accordance with the latest revision of AWWA C-301. Pretensioned Concrete tylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWA C303-78. Concrete Cylinder Pipe shall withstand a minimum, pressure of 150 p.s.i. longitudinally and helically. 600-2 i 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. A portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. Portland cement used in the mortar shall conform to "Standard Specifications and Tests for Portland Cement," A.S.T.M. serial designations C150 and C77. Sand for the mortar shall conform to A.S.T.M. designation C33-52T for fine aggre ate. The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be nine (9) inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 600-2.4 Asbestos -Cement Pipe �~ Asbestos -cement pipe shall be manufactured in accordance with AWWA C400 ff for design conditions given in these specifications and on.the plans. The joint shall be the latest approved rubber gasket type joint for asbestos -cement pipe as specified by AWWA C400. Fittings shall'be as specified for cast iron. 600-2.5 Cast Iron Fittings Fittings be Class 0 bell shall mechanical joint or rubber gasket AWWA with transition gasket for the type pipe used. Flanged fittings, where required, shall be 125 pound American Standard. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint. Fittings shall conform to AWWA C104, AWWA C110 and AWWA Clll latest -. revision. -' 600-2.6 Fabricated Cast Iron Tapping Sleeves for Use on 4" through -- 2" Pipe General: The manufacturer of the tapping sleeves shall be experienced - in their design and construction and shall have given successful service for a period of at least five (5) years. Service: The tapping sleeves will be installed on the following types of pipe (1) Cast Iron (2) Ductile Iron (3) Asbestos Cement (4) C-900 PVC. The operating pressure for all four types of water pipe is 150 psi. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest revision of A.S.T.M. Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. Gaskets: The gaskets shall be duck tipped and.shall be totally I resistant to cold flow and creep. 600-2.7 Fabricated Steel Tapping Sleeves for use on 14" through 20" Pipe The manufacturer of the tapping sleeves shall be experienced rGeneral: e, t. in their design and construction, shall be regularly engaged in their 600-3 manufacture, and shall have produced tapping sleeves of the sizes specified herein which have given successful service for a period of at least five (5) years. — Materials used in the manufacture of these tapping sleeves and the accessories shall be new and shall conform to the latest applicable — standards of the AmericanSociety for Testing and Materials. - Serviced The tapping sleeves will be installed on the following types ' of pipe --- (1) Cast Iron (2) Ductile Iron (3) Asbestos Cement pipe (4) C-900-PVC pipe. The operating' pressure for all three types of water pipe is 150 psi. Material: All steel plate used in fabrication of the tapping sleeves shall conform to A.S.T.M. Standard Designation A-36 or'A-285, Grade C. t Flanges: Flanges shall be fabricated from steel plate, and all s' dimensions shall conform to.AWWA Standard C-201, "Steel Pipe Flanges," Class D. Flanges shall be machined to a flat face with finish of 250 micro -inches or machined to a'flat surface with a serrated finished in -:' accordance with AWWA Standard C-201, "Steel Pipe Flanges." In addition, the machined face shall also be recessed for tapping valves in accordance with the M.S. Standard SP-60. Gaskets: Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. Fasteners: Bolts and hex nuts shall be stainless steel, Usalloy, Dresserloy, Corten or an approved equal for corrosion control. Testing Outlet: A 3/4" NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4" square head pipe plug. Painting: All surfaces of the saddle shall be clean, dry, and free from -- grease and dirt before painting.. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy.* Face of flanges shall be shop coated with a rust _. preventive compound, such as Dearborn Chemical "No-Ox-Id," Houghton "Rust -Veto 344," or Rust-Oleum "R-9". Bolts and nuts shall be shipped bare, no paint, or protective coating. Certification: The manufacturer' shall furnish a sworn statement that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the applicable standard(s) herein specified. A copy of the Certification shall be sent to the Engineer, City of Lubbock Water Utilities Department. 600-2.8 'Gate Valves (Double Disc),." Gate values 12" and smaller shall be double disc, parallel seat, iron body, bronze mounted`' throughout. Valves 12" and smaller shall be 600-4 i 'plans. flanges or mechanical joint as shown on the All valves on side outlets may be combination flange and mechanical joint. The valves r" shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2" operating nut. Valves shall comply with the latest revision of AWWA C-500 standards. Valves shall be Mueller, M & H, Darling, or Clow. All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. The successful bidder may be required to furnish the owner with a letter'stating what type of valve he proposes to use and a letter from the manufacturer stating the parts are standard and interchangeable as herein specified. w 600-2.9 Gate Valves (Resilient Seat) Gate valves 12" and smaller shall be cast or ductile iron with resilient L seats. Valves 12" and smaller -shall be flanged or mechanical joint as shown on the plans. All valves on side outlets may be combination flange and mechanical joint. The valves shall have non -rising 'stems, r'. shall open by turning to the left (counter -clockwise), and shall be fi furnished with a 2" operating nut.. Valves shall comply with the latest revision of AWWA C-509 standards. Valves shall be Mueller, M & H, Darling, or Clow. All parts -for valves furnished must be standard and completely interchangeable with valves of the same brands. The successful bidder rr may be required to furnish the owner with a letter stating what type of l :.. valve he proposes to use and a letter from the manufacturer stating the parts are standard and interchangeable as herein specified. 600-2.10 Butterfly Valves (14" and Larger Butterfly valves shall, conform to AWWA Specifications C504-74 for Class 150-8. Valve bodies shall be cast iron and may be either short body or long body lengths. The butterfly valves are for vault installation and shall be equipped with a hand wheel, a 2-inch, operating nut, a locking device, and a position indicator. The valves shall be designed for "._. positive stop in the closed position. The valves shall be manually - operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. The valve shall open by turning to the left (counter -clockwise). The design water pressure differential shall be 150 psi upstream and 0 psi downstream. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Engineer. 600-2.11 Pressure Regulating Valves Service: The function of this valve is to reduce an existing high r pressure to a preadjusted lower downstream pressure for varying rates of flow without causing shock or water hammer on the system. I f 600-5 Valve Description: The pressure reducing valve shall.be hydraulically operated with a free floating guided piston having a seat diameter equal, to the size of the valve. The valve shall be fully bronze -mounted and .all packing shall have either leather or rubber seals to provide tight closure and prevent metal to metal friction. An indicator rod shall be furnished as an integral part of the valve to show the position of the piston within the valve body. The valve shall be designed to provide as access opening in the valve body for removing the piston and other internal parts without removing the main valve body from the line. Material: Cast iron for valve body, flanges and covers shall conform to A.S.T.M. Standard Designation A-126, Class B. Bronze casting or parts for internal trim shall conform to A.S.T.M. Standard Designation B-62. -- Valve Ends: All valves shall be furnished with flanged ends sized and drilled in accordance with A.N.S.I.616.1, Class 125, Specifications. Flanges shall be machined to -a -flat -face with a finish of 250 micro - inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C-207. Pilot Valve: The pilot valve for controlling operation of the main valve shall be a single seated, diaphragm operated and spring loaded type. The pilot valve shall be attached to the main valve with piping and isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is r under pressure. Needle Valve:- The needle valve shall be all bronze and included with the main valve to control the speed of piston travel. - ,� Operating Pressure: The maximum operating pressure shall be 150 psi gauge. Testing: The body of the pressure reducing valve shall be given a hydrostatic test of 50% more than.the operating pressure specified herein. A second test of check seating of the cylinder shall be made at the operating pressure. Painting: All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting. All cast iron surfaces, except the machined face of the flange, shall be evenly coated with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with Federal Specification TT-V-51e. The face of flanges shall be shop coated with a rust preventive compound, such as Dearborn Chemical "No- Ox-Id," Houghton "Rust -Veto 344," or Rust-Oleum "R-9." Certification: The manufacturer shall furnish a sworn statement that the inspection and.all of the specified tests have been made, and the results thereof comply with the requirements of the applicable standards) herein specified. A copy of the Certification should be sent to the Engineer, City of Lubbock Water Utilities.Department. 600-6 00- 2 2-inch Combination Air and Vacuum, Rel ease Valves General: All combination air and vacuum release valves shall be shop assembled and shipped as a complete unit ready, for field installation. The large orifice of combination air valve shall allow air to escape during pipeline filling and enter during drainage of the pipeline. It shall close water tight when liquid enters the valve. The small orifice shall release small pockets of air after the pipeline is filled and under pressure. Valve Body and Cover: The combination air valve shall be the single body type. The valve body and cover shall be designed to operate under a maximum working pressure of 150 psi. Material shall be one of the . following: 1. Cast Iron - A.S.T.M. A48-Class 35 2. Cast Steel - A.S.7.M."'A27 GR U60-30 3. Ductile Iron A.S.7.M. A536 GR 65-45-12 Bosses for tapping pipe threads shall be cast integrally with each valve body and cover. Internal Parts: Float shall be stainless steel. Lever frame shall be Delrin or approved equal. All other internal parts shall be fabricated _ from bronze. Valve Seat: Valve seat shall be fabricated from oil resistant synthetic rubber equal to 6una-N or Nitrile. Size of Orifices: The diameter of the large orifice of the combination air valve shall be two (2) inches and the small orifice diameter shall be three thirty-seconds (3/32) inch. rInlet': Inlet shall be two (2) inches in diameter with tapered iron pipe l:= thread conforming to AWWA C•800. "..: Guard Valve and Connecting Pipe: Guard valve to be used with air valve shall be bronze ball valve with female iron pipe thread ends, Ford 8-11- 777, Mueller H15204 or equal, approved by the Engineer. Connections between the air valve and the guard valve shall be',made using brass nipples with tapered iron pipe threads conforming to AWWA Standard C-800. Operating Pressure: The maximum operating pressure shall be 150 psi. - Testing: Each shop assembled valve shall be given a hydrostatic test of two (2) times the rated operating pressure and during the test', air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. Painting: All surfaces of the valve shall be clean, dry and free from grease before painting. All exterior and interior surfaces, except the l' 7 . 600-7 stainless steel trim and the seating surface of the flange face shall be t evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal Specification TT-V51C or Military Specification C-450-C, Type II. Certification: The manufacturer shall furnish a sworn statement that ^ the inspection and all of the specified tests have been made and the .results thereof comply with the requirements of the applicable standard(s) herein specified. A copy of the certification shall be sent _ to the Engineer, City of Lubbock Water Utilities Department. 600-2.13 Swing Check Valves 4-Inch through 20-Inch Nominal Diameter General: Swing check valves shall be manufactured in accordance with AWWA Standard C-508, "Swing -Check Valves for Ordinary Waterworks Service", with the following additional requirements or exceptions. -- Valve Description: All valves shall be iron body, fully bronze -mounted, metal to metal seating, and the disc shall be swing type. Installation: Valves in vaults shall be installed in a horizontal position with exterior lever and adjustable spring, or exterior lever and adjustable weight operation. -- Valves which are buried shall be installed in a horizontal position and shall be gravity operated with no external levers or weights. Service: All valves shall be suitable for frequent operation as well as service involving long periods of inactivity. The operating pressure for all sizes shall be 150 psi gauge. Bolting Material: Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's standard, either fabricated from a low- _ alloy steel for corrosion resistance or electroplated with zinc or cadmium. The hot -dip process in accordance with ASTM Standard Designation A-135 is not acceptable for the threaded portions of the bolts -and -nuts. _ _-- _ -• _ - --- Gasket Material: Flat gasket, either ring type or full faced type, required at the body and cap connection, shall be fabricated from — compressed asbestos sheet with a rubber compound binder. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable. End Connection: All check valves shall be furnished with flanged ends. The size..and.dril.ling shall.be in accordance with A.N.S.I.-B16.1 Class 125 Specifications; flanges shall be machined to a flat face with a finish. of 250 micro -inches or machined to a flat surface with a serrated — finish in accordance with AWWA Standard C-207. Testing: Each valve after shop assembly shall be given the operation _ and hydrostatic tests in accordance with the referenced Specification. Painting: All surfaces of the valve shall be clean, dry and free from grease before painting. All, ferrous surfaces, exterior and interior, 600-8 i 5 i h 'shall except the seating surfaces of flange faces, be evenly coated with r, a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V-51e. Flange faces shall be shop coated with a rust preventive compound, such as Dearborn Chemica.l "No-Ox-Id", Houghton "Rust -Veto 344", or Rust Oleum "R-9". Certification: The manufacturer shall furnish a sworn statement that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the applicable ! standard(s) herein specified. A copy of the Certification shall be sent to the Engineer, City of Lubbock Water Utilities Department. 600-2.14 Fire Hydrants Fire hydrants shall be standard AWWA C-502 hydrants, iron body,' bronze mounted throughout including drain seat ring, and shall be designed for !� �• a working pressure of 150 pounds per square inch. The fire hydrants shall be the traffic model type and shall have a 5-1/4" valve opening, two 2-1/2 inch hose nozzles and one 4-inch steamer nozzle, with 4 threads per inch and a crest to crest dimension of 4.995 inches. The hydrants shall be for 6-inch mains and shall have a M.J. Connection, and shall be for 4-1/2 foot bury unless otherwise shown on plans. The hydrants shall be Clow Medallion, American Darling model B-84-B, Dresser .: style 129-09 or Mueller Centurion. Operating nuts shall be 1-1/2 inch pentagons measured to a point. The hydrants shall be painted orange. 600-2.15 Valve Boxes, Frame and Cover All valve boxes for butterfly valves and gate valves larger than 12" shall be poured concrete or precast construction. The valve boxes shall be constructed with the dimensions as called for on the plans. The valve box cover opening shall be centered over operating nut. Manhole frames and covers shall be of good quality gray iron casting of a pattern similar to that shown on the plans and with a clear opening of not less than 22 inches. The frame and cover shall be designed with a r- full bearing rings so as to provide a continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent leaking through. The cover shall be marked "City of Lubbock Water", and shall be type No. 40-5 as manufactured by Western Iron Works or approved equal. �. Valve boxes for 12-inch or smaller valve shall be cast iron. The boxes shall be designed to fit over a section of 6" clay tile pipe which will �'. be used as an extension from the top of the valve. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base approximately 4" larger in diameter than the outside diameter of the barrel of the box. The cover shall be type No. 70 as manufactured by Western Iron Works or approved equal. 600-2.16 Blowoffs: Temporary or permanent blowoffs may be fabricated from two inch pipe with a two inch gate valve on the connecting pipe and ^, with four feet, six inches of cover. ` Valve to be iron bodied bronze mounted with two inch square operating nut complete with valve box. 600-9 7 600-2.17 Encasement Encasement pipe shall be corrugated steel or smooth steel pipe., Smooth steel pipe shall have a minimum wall thickness of 1/4". Corrugated pipe shall comply with AASHO specifications. 600-2.18 Gravel for Embedment i Gravel for embedment shall consist of processed natural gravel. The _ particles shall have irregular surfaces. The material shall be graded within the _following limits. Maximum Retained Percent No. 4 Sieve 5-15 No. 10 Sieve 50-90 No. 40 Sieve _. 90-100 The material shall be sufficiently free from clay, dust, blow sand, caliche or slag so as to prevent shrinkage after jetting and drying. 600-2.19 Concrete Concrete to be used in the valve chambers, concrete cradling, concrete blocking for fittings, etc., shall be made with portland cement which conforms to "Standard Specifications and Test for Portland Cement",- _ A.S.T.M. Serial Designation C150-41 and C77-40. Concrete aggregates- i shall consist of natural washed and screened sand, and washed and screened gravel or clean crushed stone conforming to "Standard - Specifications for Concrete Aggregate", A.S.T.M. Serial Designation C- - 33-63. The aggregates shall be well graded from coarse to fine and - shall be free from injurious amounts of clay, soft or flaky materials, loam.or organic impurities. All aggregates shall be approved by the ..Engineer before use. Water used in mining concrete shall be clear, clean, free from oil, acid - or organic matter and free from injurious amounts of alkali, salts or other chemicals. The concrete mix shall be based on the water -cement ratio, and shall be as follows for the different classes of concrete. All concrete (Class A) for manholes, valve chamber and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement. All concrete (Class B) for pipe cradling, blocking or fittings, and other non -reinforced concrete shall contain not more than 9 gallons of water per sack of cement. Surface moisture or moisture carried by the aggregates shall be included as part ofthemixing water. Class A -- concrete shall have a minimum 28 day compressive strength of`3000 psi and Class B shall have 2500 psi compressive strength at 28 days. The proportioning of the constituents of the concrete7shall be _.such as `- to produce a dense, and workable mixture, and the designed mix shall be approved by the Engineer before any concrete is placed. 600-10 f { t 600-2.20 Forms The forms shall be of wood or metal and shall be of sufficient strength , to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. The forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. The walls for all reinforced concrete work shall be formed inside and outside. All form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. All forms shall be oiled before use. No forms shall be removed without permission of the Engineer. However, in general, wall forms may -be removed after ^' the concrete has been in place for 24 hours and on roof slabs after the =' concrete has been in place for 10 days. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the Engineer. 600-2.21 Reinforcing Steel Reinforcing steel used in concrete shall be deformed bars conforming to !.: "Specifications for Billet -Steel Bars. for Concrete Reinforcement", A.S.T.M. A-15 grade 40 or grade 50. :. 600-3.0 Details of Construction ' These general and detailed specifications ggovern the excavation, r trenching, backfilling, handling and installation of various kinds of i e construction of manholes installing fittings, valves air valves RP 9 9 > and other work required for the construction of the water distribution mains and accessories all as shown on the plans and as called for herein. The Contractor shall furnish all material, equipment, labor and superintendence necessary to complete the construction of all the work as shown on the plans and as called for in these specifications. 600-3.1 Surface Preparation One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any �- single size designation or run of pipe. 4" 3.1.1 WITHIN EASEMENTS, CULTIVATED OR AGRICULTURAL AREAS i' All vegetation, such as brush, sod, heavy growth or grass or weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and trench side storage shall be stripped and disposed of. Topsail shall be removed from the area to be excavated and stockpiled, or, the Contractor may elect to import topsoil to r replace that lost during excavation. Topsoil shall be removed to a depth of 8 inches or the full depth of the topsoil, whichever is less. y . 600-11 3.1.2 WITHIN UNPAVED ROADWAY AREA i The Contractor shall strip that cover material from graveled roadways or other developed, but unpaved traffic surfaces to the full depth of the existing surfacing. The surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. 3.1.3 WITHIN PAVED AREA The removal of pavement, sidewalks, driveways or curb and gutter shall be performed in a neat and workmanlike manner. The width of the cut shall exceed the width of the trench at the subgrade by at — least 12 inches on each side of the trench. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a_depth of 2 inches prior to breaking. The concrete shall be cut vertically in straight lines and avoiding acute angles. Any overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. Excavated paving materials shall be removed from the jobsite and shall not be used as fill or backfill. Crossings under sidewalks, curbs and gutters or other utility lines may be made by tunneling only if approved by the City Inspector. _ t- 600-3.2 Barricades and Safety Measures The Contractor shall, at his own expense, furnish.and erect such barricades, fences, lights, and danger signals, and shall take such other precautionary measures for the protection of persons, property and the works as may be necessary. All safety measures shall meet the requirements of The Texas. Manual on Uniform Traffic Control Devices. - 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 days of issuance to Contractor of City's certificate of acceptance of the project. Rules and regulations of local, state and Federal authorities regarding safety provisions shall be observed. OSHA' s"regulations for excavations, trenching, and shoring shall be Included in the Special Specifications. tl 600-12 r F t. 600-3.3 Protection of Existing Underground Utilities: r. The Contractor shall 'proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. If required, the Contractor shall excavate and locate existing underground utilities ahead of trench excavation in order that necessity for grade changes may be ascertained in advance. The Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on his part. Hand excavation shall be used where necessary. The Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or PA when the presence of these utilities is suspected in the area of construction. '1 600-3.4 Excavation and Trenching In order to obtain a true, even grade, the trench shall be fine -graded. .°: The material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed three (3) inches. Where the trench is excavated in excess of three (3) inches below grade, the material shall be compacted to 95% Proctor Density or shall be replaced with bedding material. If the material being excavated is rock or other unyielding material, it shall .a be removed to a depth of three (3) inches below grade and replaced with bedding material to grade. The grade shall be such that the pipe will := rest firmly on the bedding material throughout the entire length of the pipe cylinder. �► The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be th'e outside diameter of the pipe plus eighteen (18) inches. The trench shall be cut so that the maximum horizontal offset of the trench walls from the bottom to the top of the trench (undercutting) shall be six (6) inches. m of permit Bell holes of ample dimensions shall be dug at each joint to p t the proper jointing of the pipe and to permit the bottom of the pipe to rest firmly on the bottom of the trench throughout the entire length of the pipe cylinder. !. Trench digging machinery may be used to make the trench excavation except in places where its operation would cause damage to trees, buildings, telegraph lines or other existing structures either above or. r: below ground, in such instances hand methods shall be employed to excavate the trench at no additional cost to the owner. Where necessary to prevent caving, the trench shall be adequately braced and shored. The unit price bid per linear foot of pipe shall include the cost of furnishing, installing, and removing the bracing and shoring. The Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. c O L 600-13 i All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trench. 600-3.5 Pipe Installation •.! n ral: All pipe and accessories shall be, -handled, laid, jointed, tested for defects and leakage 4nd chlorinated in the manner herein .� specified. - .; Inspection: The pipe, fittings, valves, and accessories shall be ' inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the engineer and the contractor shall remove and replace such defective material. Responsibility for Materials: The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. Handling Pipe and Accessories: All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the ,point of delivery, hauled to and distributed at the site of the work by the :.: Contractor. In loading and unloading they shall be lifted by hoists or slid or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skids shall not be skidded or rolled against pipe already on the ground. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. Coated and wrapped pipe shall be handled in such manner that a minimum amount of damage to the coating will result. Damaged coating shall be repaired in a manner satisfactory to the Engineer. Pipe shall be placed on the site of the work parallel with the trench alignment and pipe with bell ends shall be placed with the bell ends facing in the direction in which the work will proceed. 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. Pipe Laving: Alignment and Grade: All pipe shall be laid to the alignment as established on the ground by the Engineer. Where grade is being maintained, as shown on the plans, the use of batter board or laser beam will be required to fine grade the trench. Whenever it is necessary to deflect pipe from a straight line either in 't a 'vertical or horizontal plane to avoid obstructions, to plumb valves or where vertical or horizontal curves are shown or permitted, the degree 600-14 F A r of deflection recommended by the manufacturer of the particular kind of pipe being laid and the degree of deflection shall be approved by the Engineer. Field cuts on concrete pipe shall be made at all points where, in the opinion of the Engineer, it is necessary to preserve alignment, or proper stationing for field connections. Proper care shall be taken to preserve the interior and exterior linings. After the spiral winding has been exposed, the winding shall be tack welded before being cut. In cutting the spiral winding sufficient length shall be allowed to permit a later winding of at least one-half turn on the bell or spigot ring. Where steel cylinder pipe is cut, the work shall be done in such a way as to allow a snug fit with the bell or spigot ring. A continuous weld shall be run on both the inside and the outside of the ring. The free end of the spiral shall then be wrapped around the ring and its end shall be welded to the ring by running a weld along each side of the rod for a distance of at least six inches. The entire cutting operation shall be done under the direction of a representative of the pipe manufacturer. Whenever the deflection in a joint exceeds the maximum deflection recommended by the manufacturer, the Engineer may require that the joint be welded. Joints on pipe installed in encasement pipe shall be tack welded or completely welded. Manner of Handling Pioe and Accessories into Trench: After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner as to prevent damage to'the material in any way. Under no circumstance shall pipe or accessories be dropped or dumped into the trench. Cleaning and Inspection: Before lowering into the trench, the pipe shall be again inspected for defects and cast iron pipe while'suspended shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe or other incidental materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe, 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. The open end of the pipe in the trench shall be plugged when pipe is not being laid. Laving and Jointino Concrete Pressure Pipe: Just before making the joint, the gasket and the inside surface of the bell shall be lubricated with film of soft vegetable soap compound (flax soap) to facilitate telescoping the joint. The rubber gasket shall be stretched uniformly as it is placed in the spigot groove to insure a uniform volume of rubber around the circumference of the groove. Metal spacers of proper thickness shall be held on the inside shoulder ;» of the bell to provide the proper space between abutting ends of 27 inch F i; J 600-15 and .larger pipe. The joint shall be telescoped by pulling directly along the center line of the pipe so that the spigot enters squarely into the bell. After the spigot has been telescoped into the bell, the - bell end of the pipe being laid shall be moved in accordance with the plans to secure proper grade and alignment. After the joint is in place, a thin metal feeler gauge shall be used to check the position of the rubber gasket around the circumference of the joint. After the spigot has been telescoped into the bell, the joint checked _ and found satisfactory, a burlap wrapper shall be placed around the pipe covering the joint. The burlap -type wrapper shall be hemmed.at each edge to allow threading with a steel strap to securely fasten the wrapper around the pipe by means of a stretcher and sealer. The.length -- shall be that required to encircle the pipe, leaving enough space between the ends at the top to allow the cement mortar to -be poured. The entire joint shall be poured with cement mortar and rodded or agitated to eliminate voids and settlement. Any joint showing shrinkage or excessive cracking shall be cleaned and remade. In hot weather, additional measure may be required to obtain the best quality of joint, such as additional wet burlap, curing membrane, or immediate careful and well -controlled backfilling of the joint with damp earth. Where size permits, the inside joint recess shall be filled from the inside with mortar and finished off smooth with the inside of the pipe by hand troweling after the pipe has been backfilled. The inside joint recess on.pipe smaller in diameter shall be filled by buttering the -bell end with mortar immediately prior to placing the pipe together. ,After the joint is engaged, the interior of the smaller diameter pipe shall be swabbed to smooth and clean the joints. - At times when pipe laying is not in progress, the open ends of pipe -.- shall be closed by approved means, and no trench water shall be permitted to enter the pipe. Laving and Jointing Ductile Iron Pipe: The gasket seat in the socket, the rubber gasket and the plain end of the pipe to be laid should be wiped clean. After placing a length of pipe in the trench, the plain end of the pipe should be then aligned and started into the socket so that it is in contact with the gasket. Sufficient force then must be exerted on the entering pipe so that the plain end is moved past the gasket and makes contact with the base of the socket. The joint may be deflected but never to exceed manufacturer's recommendations. Unless otherwise directed, pipe shall be laid with bells facing in the -' direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. Cutting of pipe for, inserting valves, fittings or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or the cement lining. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench over night. At the times when pipe laying is not is progress, the open ends of pipe shall be closed by 600-16 ` approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench Conditions or weather is unsuitable for such work, except by permission of the Engineer. x Laving and Jointing PVC Pipe: The trench bottom should be constructed to provide firm, stable, and uniform support for the full length of the pipe. Bell holes should be provided at each joint to permit proper, joint assembly and pipe support. Any part of the trench bottom excavated below grade should be backfilled to grade and should be compacted as required to provide firm pipe support. When an unstable condition is encountered which will provide inadequate pipe support, 1 additional trench depth should be excavated to a depth not less than ' three inches (3") below the pipe subgrade over the entire width of the trench and shall be replaced with granular material conforming to 4 - specifications for gravel for pipe embedment as stated herein.Such material shall be thoroughly compacted over the entire trench width to the grade established for the bottom of the pipe. Ledge rock,boulders, r' and large stones should be removed to provide four (4) inches of pipe cushion. Laving and Jointing Asbestos -Cement Pipe The pipe shall be lowered in the trench with the couplings and rings on the pipe and shall be placed with care on the previously prepared trench bottom. The couplings shall be assembled as recommended by the =_ manufacturer's recommendations. Joints made between asbestos -cement pipe and cast iron pipe or fittings shall be made by entering the special machine 3 3"pipe or machine adapter into standard cast iron bell. The joint shall then be finished in accordance with specifications herein for cast iron pipe fittings. When it is necessary to cut pipe, it shall be done with a cutting device Y P P 9 approved by the Engineer, in such a manner as to make a clean even cut. No cutting with axe or chisel will be permitted. Proper implements, tools, and equipment should be used for pl cement of the pipe in the trench to prevent damage. Under no circumstances should the pipe or accessories be dropped into the trench. All foreign matter or dirt should be removed from the pipe interior. Pipe joint; should. be assembled with care to the depth "recommended by the manufacturer. 600-3.6 Backfilling All trenches and bell holes for all types of pipe, valves, and fittings t regardless of the location shall be backfilled with selected backfill material free from rocks, boulders, or other unsuitable material. The backfill material shall be thoroughly compacted with mechanical or hand tamps to midpoint of the pipe. In existing paved streets the backfill above the midpoint of the pipe t shall be compacted with mechanical or hand tamps to 7-1/2 inches below r 600-17 existing paving. In areas where paved streets are not existing the backfill to a point twelve (12) inches above the pipe shall be placed by. hand and shall be carefully selected material free of rocks, boulders, clods, organic material, or other debris and lightly compacted prior to placing remaining backfill. The balance of the backfill may be placed in the ditch by hand or by mechanical equipment. No backfill material shall be dropped directly on exposed pipe. The backfill shall be consolidated by forcing water into the backfill at _ two (2) feet above the level of compacted material until the water level rises to within eighteen (18);inches of the natural ground surface. Care shall be taken not to flood the ditch or saturate the pipe embedment. The water shall be forced into the backfill at location not more than ten (10) feet apart. Maintenance of Backfilled Trench: After the trench has been backfilled �. in the above method, the right-of-way shall be cleared of all rocks larger than one and one-half (1-1/2) inches in diameter and leveled so that the surface will have the same slope and appearance as it possessed before the Contractor began work: All surplus material shall be loaded -` and wasted at the Contractor's expense, at a location approved by the Engineer. The above shall include all excavated materials and all rocks or hard y lumps which still remain after blading the area back to the original ground grade. Furrows which tend to gather after blading shall be c removed, together with excavated material which has drifted or otherwise covered private property. As the construction work progresses, the contractor will be required*U . keep the jetting of the backfill and clean up just as close behind the pipe laying and backfilling as possible. Following the completion of the backfilling the Contractor shall maintain the street and trench surfaces, in a satisfactory manner until final completion and acceptance of the work. The maintenance to include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. The Contractor shall �. maintain and be responsible for all paving cuts until such time as City Forces shall repair cuts with asphalt. 600-3.7 Settina Valves, Valve Boxes and Fittings Valves and fitting's shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be joined to the pipe in the manner heretofore specified for pipe installation. The valves and fittings shall be adequately blocked for thrust with concrete. Valves shall be set vertically and in concrete valve boxes. 1 600-18 The approximate location of all known water mains, gas mains, storm sewers, and sanitary sewers are shown on the plans. However, the consumer service lines from these utilities are not known. The Contractor will be required to locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. The Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of Service for short period of time provided the Contractor obtains permission from • the Engineer and -;from the owner of the premises being served by the utility. L' _ The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the . repair of customer lines which are authorized to be cut shall be at his own expense, and as directed by an official representative of the utility company involved. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. The cost of supporting utility lines shall be included in the unit price bid per foot of pipe. _ _ Any permanent relocation of existing utility lines shall be done by the G, proper utility company without expense to the Contractor. Where pipes, conduits, or concrete curbs or gutters are encountered, the cost of tunnelling shall be included as a part of the cost of the pipe - line. �.:. 600-3.9 Removing Pavement General: Wherever it is necessary to make cuts in existing pa ements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining ` surfaces. _ Removal of Asphalt Paving: In removing asphalt pavement, the asphalt surface shall be cut along each side of the trench ahead of the trenching machine and the surfacing and base removed with the ;trenching machine as the trench is excavated. The width of surface removed by the Contractornot to exceed the outside diameter of the pipe plus _is thirty-six (36") inches. Any areas removed or damaged in excess of the above widths will be charged against the Contractor's estimate at the estimated cost per square foot as determined by paving engineer for payment to the City for replacing the excessive width. No separate payment will be made for cutting and removing asphalt paving and caliche A 600-19 base, the cost of this work shall be included as a part of the cost of the pipe line complete in place. Removal of Concrete Paving:. Removal of any sidewalks, concrete pavement,concrete base, concrete curbs and gutters (where allowed) shall be made by cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. Normally, tunnelling will be required under curb and gutters. The width of surface removed by the Contractor of concrete paving is not to exceed the outside diameter of the pipe plus thirty-six (36") inches. Any areas removed or damaged in excess of the above widths will be charged against the Contractor's estimate at the estimated cost per square foot as payment to the City for replacing the excessive width. Care shall be taken to preserve any reinforcement encountered as well as possible. Cutting of steel reinforcement will be allowed only at the -approximate center of the pavement cut. Payment for removal -of concrete paving shall be included in the unit price bid per foot of pipe installed. 600-3.10 Concrete Cradling and Blocking Where concrete cradling is used, the concrete shall conform to the concrete specifications Before placing the concrete, all loose earth shall be removed from the trench. The concrete shall be placed in the trench by the use of chutes extending to within three (3) feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe in such a manner as not _to disturb the grade and alignment_of the pipe. The concrete shall be -- of such consistency that is will flow without separation of the aggregates. At locations shown on the plans or as directed by the engineer, the contractor will be required to cradle the pipe or block the fittings. 600-3.11 Anchorage of Bends and Plugs. Etc. Concrete shall be used for blocking the pipe, plugs, and fittings and shill-conforfito the concrete specifications. The blocking shall be placed, as directed by the engineer, between solid ground and the fitting to be anchored: the area of bearing on pipe and on the ground in each instance shall be that required by the engineer. The blocking shall be so placed that the pipe and fitting joints will'be assessable for repair. The soil bearing value for thrust backing shall be"recommended by the'pipe manufacturer, and in the absence of such recommendation, the allowable bearing value shall not exceed 3000 lbs. per square foot. 600-3.12 Hydrostatic Tests Pressure During Test: After the pipe has subjected to a hydrostatic pressure test` t shall be tested at 100 p. s.`i. pressure. been laid, the line shall be and leakage test. The lines 600-20 t E Duration of Pressure Test: The duration of each pressure test shall be as 'directed by the engineer but shall not exceed four (4) hours. t- Procedure: Each valved section of pipe shall be slowly filled with water at the specified test pressure measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the contractor, and the contractor shall furnish all necessary labor for connecting the pump, meter, and gages. The water for filling and -< making tests on these mains may be obtained at a location designated by the engineer. No charge will be made for water used for this purpose. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at points of highest elevation. After the test, the g taps shall be tightly plugged. During the time the test pressure is on the pipe, the line shall be carefully checked at regular intervals for breaks or leaks. Any joints showing appreciable leaks shall be repaired and any cracked or defective ._- pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. Leakage Test: After all defects have been satisfactorily repaired and all visible leaks stopped, a leakage test shall be made on each valved r 1 1 section of the lines to determine the quantity of water lost by leakage. The contractor shall furnish all labor, material, and equipment (except meters) required for making the test. The leakage shall be determined by measuring the quantity of water supplied to each valved section of -:r the lines, during the test period, when the various sections of the lines are under pressure. No pipe installation will be accepted until or unless the leakage as determined by above test is less than the amount set forth below. Leakage in U. S. Gallons per 24 hours per 1000 feet of pipe per inch of diameter of pipe lengths and pressures stipulated. J Pressures Pipe Lengths in Feet 1'" Lbs. Per So. Inch 12 13 -16 18 20 32 100 15.5 14.5 11.6 10.3 97 5.8 If individual sections show leakage greater than the limits specified above, the contractor shall at his own expense locate and repair the defective joints until the leakage is within the specified allowance. r, 600-3.13 Sterilization of Pipe Lines The contractor shall furnish all labor, equipment and material, except chlorine, necessary for the chlorination of the new pipe lines which r.: t shall be sterilized before being placed in service. The lines shall be 600-21 y.V sterilized by the application of the chlorinating agent. The chlorinating agent may be a liquid chlorine, liquid chlorine gas -water mixture, or a calcium hypochlorite solution, which shall be fed into the - lines through a suitable solution -feed device, or other methods approved by the engineer. The chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. 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 in such proportion of water entering the pipe that the chlorine dose applied to the water entering the line shall be at least 50 parts per million. The treated water shall be retained in the pipe lines for a period of not less than twenty-four (24) hours. Samples shall.be taken from the line and will be -tested for bacteriologic growth by the Texas Department of Health Laboratory. Samples will be taken twice in a forty-eight (48) hour period not less than twenty-four (24) hours apart. The sampling riser shall be located at a location farthest from the point of chlorination. The riser shall be above ground and equipped with a faucet for control of flow during sampling. 600-3.14 -Clean-up ( After the construction is completed and before final -acceptance by the City, the contractor shall remove all rubbish, excess materials from the excavation and other debris from the site of the work and all trench surfaces shall be bladed as heretofore specified. The cost of cleanup shall be included in the bid price per foot of pipe installed. - 1 600-3.15 Concrete Base for Paving Repair Specifications for paving cut are attached. 600-22 CITY OF LUBBOCK, TEXAS WATER UTILITIES DEPARTMENT SECTION 602 t ` STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION yt 602-1.0 General: All sanitary sewer main construction within the City r; of Lubbock sanitary sewerage system or for future connections to the .t: City of Lubbock sanitary sewerage system shall be accomplished in accordance with the requirements of these specifications. 602-1.1 Approved Plans: Sanitary sewer main construction shall be done �. in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Department prior to construction. Plans shall conform with the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall show all information called for on the "City of "? Lubbock Check List for Sanitary Sewer Main Construction Plans." - 602-1.2 Inspection: All work shall be inspected by a representative of the Water Utilities Department, hereinafter called "City Inspector," who shall have the authority to halt construction when, in his opinion, construction is being performed contrary to these specifications or other approved plans, specifications and materials. Whenever any portion of these specifications is violated, the Director of Water Utilities, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 1M..:. 602-1.3 Guarantees and Acceptance: 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). The determination of the necessity during the warranty period for the Contractor to repair or replace the work in whole or in part shall rest with the Director of Water Utilities. 602-1 602-1.4 Specifications: All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 602-2.0 Materials: Materials approved for sewer line construction are as described in the following paragraphs. 602-2.01 Vitrified Clay Pipe and Fittings Vitrified clay sewer pipe and fittings shall conform to the requirements of the latest revision of A.S.T.M. Specifications C-700 for Clay Sewer Pipe. The Diameters of every acceptable hub or socket shall be ample to permit the insertions of the spigot to the full depth of the socket and to �. provide an annular space around the entire circumference of sufficient size to permit the proper jointing of the pipe. Any projection on the end of a spigot or on the shoulder of a socket may be removed by chipping, if this can be done without injury to the pipe. Pipes intended to be straight shall have a maximum deviation 1/8 inch per foot of length as measured from a chord across the concave side. Acceptable pipe shall be laid with the curvature in a horizontal plane. All clay pipe shall be tested and inspected in accordance with A.S.T.M. specifications at the factory and shall be inspected by the Engineer prior to installation. The Engineer shall inspect the pipe for roundness, cracks, broken sockets, broken blisters, glaze faults and dimension variations and shall reject all pipe that does not conform to the A.S.T.M. specifications. 602-2.02 Polyvinyl Chloride Pipe (Gravity Flow) PVC pipe shall conform to the requirements of the latest revisions of A.S.T.M F-679 and D-3034 for SOR 41 and SDR 35 sewer pipe. The pipe shall be jointed with an integral bell, bell and spigot type rubber -� gasketed joint. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. Gaskets shall conform to ASTM F477. The length of joints shall be 20 feet t one inch. ._ PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed five percent (5%) deflection. PVC pipe exceeding 5% deflection shall be replaced by the contractor at his expense. The minimum pipe stiffness factor shall be 46 p.s.i. 602-2.03 Polyvinyl Chloride Pipe (Force Main) PVC (Pressure Rated Pipe) shall conform to the requirements for SDR 26, 160 p.s.i. pipe. The pipe shall be joined with an integral bell, bell and spigot type rubber gasketed joint. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. Gaskets shall conform to ASTM F477. The length of joints shall be 20 feet t one inch. 602-2 a I77 02-2.04 Polyvinyl Chloride Pioe Spiral Wound PVC (spiral wound) pipe and fittings shall conform to the requirements of the latest revision of A.S.T.M. F 794 for large diameter ribbed gravity sewer pipe. PVC Spiral Wound Pipe shall be installed in accordance with the manufacture's recommendations and shall not exceed five percent (5%) deflection. PVC Spiral Wound Pipe exceeding 5% deflection shall be replaced by the Contractor at his expense. The minimum pipe stiffness factor shall be 46 p.s.i. 02-2.05 Polyethylene Pit)e The pipe shall be made of high density, high molecular weight', polyethylene pipe material meeting the requirements of ASTM F 894 - latest revision. Rubber gaskets shall comply in all respects with the physical' requirements specified in the non -pressure requirements of ASTM Specifications C-443. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed five percent (5%) deflection. Polyethylene pipe exceeding 5% deflection shall be replaced by the contractor at his expense. 602-2.06 Ductile Iron Pipe The pipe shall conform to ANSI/ASTM specifications A746-77 or latest revision for Ductile Iron Sewer Pipe and shall have a poly lined Interior and exterior coating of coal tar pitch conforming to requirements of Federal Specifications WW-P-421. All joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when otherwise shown on the plans and where connecting to flanged fittings, and shall conform to the base specifications to which the pipe is manufactured. Fittings shall be A.W.W.A. Standard Class "D" bell and spigot type or an approved gasket joint for the particular type of pipe used and designed for the pressures of the pipe except as shown on the plans. Flanged fittings where required, shall be 125 pound American Standard. All fittings shall be lined with cement of coal -tar and coated with an asphalt paint. 602-2.07 Precast Reinforced Concrete Manholes Manhole barrel, cone, and extension sections shall.be constructed of precast concrete. A plant inspection may be required for production facility inspection and to review record -keeping for material r 1.1401 certification. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications. Aggregates ASTM C- 33 Cement ASTM C-150 Sampling Specimens ASTM C- 39 Reinforcing ASTM C-185 Sand and Mortar ASTM C-144 Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. "Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications.. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. All Joints shall be effectively jointed to prevent leakage and infiltration. All connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. This sealant will be provided by supplier and will be considered an essential part of each shipment. All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C-478 specifications. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in -components throughout and free of voids or honeycombs. All manholes shall be designed to withstand H-20 AASHTO loading. 'They shall also have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall of manhole. 602-2.08 Manhole Frames and Cover Manhole frames and covers shall be of good quality gray iron casting and conform to A.S.T.M. Designation A48 (latest revision), having a clear opening of not less than 22 inches. The.casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 275 pounds. The manhole ring and cover shall be Western Iron Works #40 or approved equal. The cover shall include lettering, City of Lubbock, Texas sanitary sewer. 602-2.09 Concrete and Mortar Cement - Portland cement shall conform to A.S.T.M. C-150 specifications. Aggregate - Fine and coarse aggregate to be used in concrete shall conform to A.S.T.M. C-33 specifications. r 602-4 Mortar and Sand - Sand to be used in cement mortar shall conform to ASTM �. C-144 specifications. All concrete (Class A) for manhole bottoms, piers and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement. All concrete (Class B) for pipe cradling, blocking of fittings, and other non -reinforced concrete shall contain not,more than 9.0 gallons of water per sack of cement. Surface moisture or moisture carried by the aggregates shall be included as part of the mining water. Class A concrete shall have a minimum 28 day compressive strength of 3,000 p.s.i. and Class B shall have 2,500 p.s.i. 602-2.10 Reinforcing Steel t All reinforcing steel shall conform to current A.S.T.M. specifications r- A-15, A-16, or A-305. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. Reinforcing bars shall be in the ` deformed bar type. All reinforcement shall be permanently'marked with grade, identification .. marks or shall, on delivery, be accompanied by a manufacturer's guarantee. 602-2.11 Forms Forms for all concrete work shall be of wood or approved metal forms. Wood sheeting forming surfaces exposed to sight or weather shall be plywood or plywood lined of a quality to produce smooth surface, free' from excessive form marks and shall meet the approval of the Engineer before use. The same type of form shall be used for all exposed portions of the work. Forms shall be constructed true to lines, grades and sections shown on the plans and shall be mortar -tight and sufficiently rigid to prevent displacement of sagging between supports. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. Temporary openings for cleaning and inspection shall be t provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. " Form ties approved by the Engineer shall be adjustable in length and of such type as to leave no metal closer than 1 inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting w as a spreader which will leave a hole larger than 7/8 inch in diameter or depth back of the exposed surface of the concrete. Wire ties will r not be permitted. 602-2.12 Curing Compound Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Highway Department Item 531.2. 602-5 602-2.13 Embedment i The embedment shall be crushed stone with irregular surfaces and comply with the following gradation requirements.. By Weight Retained on 1" Sieve 0 Retained on 7/8" Sieve 0 - 2 _ Retained on 3/4" Sieve 15 - 35 Retained on 5/8" Sieve 55 - 100 Retained on 3/8" Sieve 95 - 100 Retained on No. 10 Sieve 99 - 100 r" 602-3.0 Gravity Flow Sanitary Sewer Piae Installation 3.01 SCOPE The work covered by this Specification consists of constructing gravity flow sanitary sewers, including appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring, dewatering; lay; align and join pipe installation of appurtenances; bedding and -- backfilling; surface restoration and other related work. 3.02 QUALITY STANDARDS The latest published revision of the quality standards in effect shall apply. AASHTO T 99: Moisture -Density Relations of Soils, using a 5.5 lb. Rammer and a 12 inch Drop ASTM A 746: Ductile Iron Gravity Sewer Pipe (ANSI) ASTM C 12: Installing Vitrified Clay Pipe _ Linen r AWWA C 600: Installation of Gray and Ductile Cast Iron (ANSI) Watermains and Appurtenances AWWA M 23: Polyvinyl Chloride (PVC) Pipe Design and _ Installation UNI B 5: Recommended Practice for Installation of Polyvinyl Chloride (PVC) Sewer Pipe ACPA Concrete Pipe Installation Manual _ (Published by American Concrete Pipe Association) 602-6 r l NCSPA Installation Manual Installation Manual for Corrugated Steel `- Drainage Structures (Published by National Corrugated Steel fi. Pipe Association) t , LCP-4781 Semi -Rigid Truss Pipe Handbook (Published by Armco, Construction Products r' Division) Vitrified Clay Pipe (Published by National Clay Pipe Handbook Institute) 3.03 MATERIALS The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness an protective coating that is defined in the Special Provisions or designated by the City of Lubbock Water Utilities Department. 602-3,1 Surface Preparation ~ One or more acceptable types of pipe may be used. As such, the =` Contractor shall have the opt -on of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 3.1.1 WITHIN EASEMENTS, CULTIVATED OR AGRICULTURAL AREAS All vegetation, such as brush, sod, heavy growth or grass or - weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and trench side storage shall be stripped and disposed of. Topsoil shall be removed from the area to be excavated and stockpiled, or, the Contractor may elect to import topsoil to :. replace that lost during excavation. Topsoil shall be removed to a depth of 8 inches or the full depth of the topsoil, whichever is less. 3.1.2 WITHIN UNPAVED ROADWAY AREA 1 The Contractor shall strip that cover material from graveled roadways or other developed, but unpaved traffic surfaces to the full depth of the existing surfacing. The surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. .� 3.1.3 WITHIN PAVED AREA The removal of pavement, sidewalks, driveways or curb and gutter shall be performed in a neat and workmanlike manner. The width of l 602-7 the cut shall exceed the width of the trench at the subgrade by at least 12 inches on each side of the trench. _ Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. The concrete shall be cut vertically in straight lines and avoiding acute angles. Any overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. Excavated paving materials shall be removed from the jobsite and shall not be used as fill or backfill. Crossings under sidewalks, curbs and gutters or other utility lines may be made by tunneling only if approved by the City Inspector. 602-3.2 Barricades and Safety Measures The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals, and shall take such other precautionary measures for the protection of persons, property and the works as may be necessary. All safety measures shall meet the requirements of The Manual on Uniform Traffic Control Devices. The Contractor shall 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 days of issuance to Contractor of City's certificate of acceptance of the project. Rules and regulations of local, state and Federal authorities regarding safety provisions shall be observed. OSHA's regulations for excavations, trenching, and shoring shall be included in the Special Specifications. 602-3.3 Protection of Existing Underground Utilities: The Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground — structures, both known and unknown, may be determined. If required, the Contractor shall excavate and locate existing underground utilities ahead of trench excavation in order that necessity for grade changes may be ascertained in advance. The Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on his part. Hand excavation shall be used where necessary. The Contractor shall notify local utilities whenever working _ near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. -- 602-8 C 7, 2-3.4 Trench Excavation: The Contractor shall excavate as necessary to attain the lines and grades at the locations shown on the Plans or as staked in the field. All trench excavations shall be open cut, unless otherwise shown on the Plans or approved by the City's Inspector. There will be no classification of materials excavated. The Contractor shall protect adjoining private and public property and facilities, including underground and overhead utilities, curbs, sidewalks, driveways, structures and fences. Disturbed or damaged facilities or property shall be suitably restored or replaced'at the Contractor's expense. Excavated materials unsuitable for backfill or not required for backfill shall be disposed of by the Contractor. The Contractor shall prevent surface water from flowing into excavations. Water shall not be permitted to rise in trenches that have not been backfilled. Any pipe having its alignment or grade changed as a result of a flooded trench shall be relaid at the Contractor's expense. Repose of excavation and use of shoring, sheathing, or trenching boxes shall conform to current OSHA regulations and all state and local safety requirements. - 3.4.1 TRENCH DIMENSIONS 3.4.1.1 Width The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans. NOMINAL SIZE MAXIMUM TRENCH WIDTH MINIMUM TRENCH WIDTH OF PIPE .AT TOP OF PIPE AT PIPE SPRINGLINE Less than 18" Pipe O.D. +r18" Pipe O.D. + 12" 18" thru 36" Pipe O.D. + 24" Pipe O.D. + 18" 37" thru 60" Pipe O.D. + 30" Pipe O.D. + 24" The width of the trench above the top of the pipe may as wide as necessary for shoring, bracing or proper installation of the pipe. Excavation in paved areas shall be confined to a minimum practical width. The Contractor may be required to take remedial actions defined by the Water Utilities Engineer if the maximum trench width exceeds that shown in the table. The specified remedy shall be at the expense of the Contractor. 602-9 3.4.1.2 Depth Trench depth shall be shown on the Plans as depth of bury or invert grade. Pipe trenches shall be excavated to provide a trench bottom that is firm for its full length and width. Care shall be taken to prevent excavation below " the required depth. Spongy material, organic matter, or fill material _. containing concrete, asphalt or debris that is encountered during trenching shall be excavated to the depth designated by the Engineer. Areas over -excavated for the Contractor's convenience shall be backfilled with.suitable material and compacted to a density approximately equal to the density of the adjacent -` soil, or backfilled with approved bedding material at the Contractor's expense. a: 3.4.2 TRENCH GRADING AND FINE GRADING r In order to obtain a true, even grade, the trench shall be fine -graded. The material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of - the fine grading material shall not exceed three (3) inches. Where the trench is excavated in excess of three (3) inches below grade, the material shall be compacted to 95% Proctor Density or shall- be replaced with bedding material. If rock or other unyielding material shall be removed to a depth of three (3) inches below grade and -- replaced with the bedding material to grade. The grade shall be such that the pipe will rest firmly on the bottom of the trench throughout the entire length of the pipe _ cylinder. 3.4.3. EXCAVATION FOR STRUCTURES AND APPURTENANCES Excavation for manholes, structures and other appurtenances shall be sufficient to provide clearances adequate for proper backfill and compacting on all sides. The depth of excavation, provisions for dewatering, shoring and other applicable portions of these Specifications shall apply to excavation for structures and appurtenances. All excavated material shall be stockpiled so as not to endanger the work or workmen, and in a manner that will avoid obstructing sidewalks and driveways. -- 602-3 A Dewaterin4: All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. Water shall be disposed of in a manner that -- r 602-10 pmk f 4 does not inconvenience the public or result in a menace to public r, health. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 602-3.6 Laying. Aligning and Joining Pipe: Sanitary sewer pipe shall be installed in accordance with the manufacture's recommendations for installing the type of pipe used, unless otherwise shown on the Plans or as directed by the Water Utilities Department. $, Proper equipment, implements, tools and facilities shall be provided and used by the Contractor for safe and convenient installation of the type =_ of pipe being installed. 3.6.1 RESPONSIBILITY FOR MATERIAL The Contractor shall be responsible for all materials intended for the Work that are delivered to the construction site an& accepted _ by him. Payment shall not be made for materials found to be defective or damaged in handling after delivery and acceptance. Defective or damaged materials shall be removed and replaced with acceptable materials at the Contractor's expense. j The Contractor shall be responsible for the safe and proper storage of such materials, until incorporated into the Work. 3.6.2 HANDLING Pipe and accessories furnished by the Contracting Agency,shall be unloaded and distributed at the site by the Contractor. Each pipe shall be unloaded adjacent to or near the intended laying location. Pipe, fittings, specials, valves and appurtenances shall be unloaded and stored in a manner that precludes shock or damage. p 9 Such materials shall not be dropped. Pipe shall be handled so as to prevent damage to the pipe ends or to any coating or lining. Pipe shall not be skidded or rolled against adjacent pipe. Damaged coatings or linings shal 1 be repaired by the Contractor, at his expense in accordance with the recommendations of the manufacturer, and in a manner satisfactory to the City's Inspector. 3.6.3 LAYING PIPE The pipe and pipe coatings shall be inspected for damage or defects before being placed in the trench. Damaged or defective pipe shall not be installed. Damage to the coatings, linings, or pipe shall be repaired in accordance with pipe manufacturer's recommendations. 602-11 After the trench has been properly fine graded, the pipe shall be laid in accordance with the following specifications. Each length of pipe shall be inspected for defects and shall be thoroughly cleaned before being lowered into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction of flow. All pipe shall be laid true to the lines and grades as established by the Engineer, batter boards or laser beam shall be used and each length of pipe set to grade. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. 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, then open ends of the pipe shall be properly plugged. No pipe shall be laid in water, or when trench conditions or weather -is unsuitable for such work. If the pipe is disturbed from line and grade after being laid, the pipe shall be removed from trench, the joints cleaned and the pipe relaid. The Water Utilities Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 602-3.7 Backfilling Around Pipe: r- The backfill around the pipe and to a point 12" above the top of the pipe shall be carefully placed and shall be loose top soil or finely - divided caliche free of organic matter, rocks or hard clods larger than two inches. The remainder of the backfill that is above twelve inches (12") higher _ than the top of the pipe at all locations, except under highway crossings and railroad crossings, shall be backfilled with loose excavated material in 12" maximum layers and compacted by forcing water into the backfill at the level of the top of pipe until the water level rises to within eighteen inches of the natural ground surface. The water shall be forced into the backfill at locations not more than ten feet apart. In areas to be capped with concrete, the remainder of the backfill that is above twelve inches (12") higher than the top of the pipe shall be backfilled with select excavated material in 6 inch to 12 inch layers and compacted to 95% standard proctor density. The moisture content shall be attained by prewetting and thoroughly mixing before applying -- appropriate layers to accomplish desired compaction. All surplus material shall be loaded and wasted at the Contractor's expense, at locations approved by the Engineer. Following the completion of the backfilling the Contractor shall maintain the street and trench surfaces, in a satisfactory manner until final completion and acceptance of the work. The maintenance to include 602-12 P blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. The Contractor shall maintain and be responsible for all paving cuts until such time as City Forces shall repair cuts with asphalt. 602-3.8 Surface Restoration: All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be resurfaced in kind or as shown on the Plans. 602-3.9 Clean Up: All rubbish, unused materials and other non-native materials shall be removed from the jobsite. All excess excavation shall be disposed of as specified by the City's Inspector, and the right-of-way shall be left in a state of order and cleanliness. 602-3.10 Manhole Construction: 3.10.1 SCOPE The work covered by this Subsection consists of constructing precast; pre -assembled or field assembled manholes for sanitary sewers'. Constructionconsists of excavation; shoring; dewatering; subgrade preparation; construction of base; placement and assembly of risers, cone, or tops; installation of ring, cover and adjusting rings; backfilling; surface restoration and other related work. 3.10.2 QUALITY STANDARDS The latest published revision of: ASTM C 891: Installation of Underground Precast Concrete Utility Structures shall apply. 3.10.3 MATERIALS The Contractor shall install manholes of the dimensions shown on the Plans. 3.10.4 MANHOLE BASE Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than the outside diameter of the manhole riser section. Concrete shall be minimum 3000 psi. Concrete placement shall conform to ACI and good construction practices. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. 602-13 Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in he Standard Details. Precast reinforced concrete bases shall be:of the size and shape detailed on the Plans or as shown in the Standard Details. 3.10.5 MANHOLES BARRELS Manhole barrels shall be assembled of precast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. Invert channels shall .be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. Changes ' in direction of flow shall be made with a smooth curve of as large radius as the size of the manhole will permit. Changes in size and grade of the channels shall be made gradually and evenly. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. Free drop inside the manhole shall not exceed 30" measured from the invert of the inlet pipe to the invert of the outlet pipe. Where the drop exceeds 30", drop manholes shall be constructed as detailed on the Plans or as shown in the Standard Details. All connections between the riser or base. sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section methods. Preformed flexible plastic sealing compounds similar or equal to "Ramnek" or "Kent Seal" are also acceptable, provided acceptable watertightness is achieved. 3.10.9 TOP OR CONE SECTIONS Flat top'sections may be used on shallow lines where standard cone sections will not conform to specified elevations. Cone shaped top section shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. Adjusting rings or brick may be used for adjusting the top elevation, except that the total height of the adjusting rings shall not exceed 12 inches at any manhole. Each manhole shall have a minimum of 6 inches of grade adjustment. Rings shall be set to the elevations shown on the Plans or established by the City's Inspector. Concrete shall be placed around and under the ring to provide a seal and properly seat the ring at the required elevation. Concrete shall be rounded -off in accordance with the Standard Details. 602-14 rr I r` 3, 3.10.10 WATERTIGHTNESS rThe finished manhole is expected to be as watertight as the pipe system it is incorporated into. Infiltration or exfiltration shall not exceed the limits established in Subsection 602-3.14. All connections between riser sections, bases and tops shall be sealed with preformed flexible plastic joint sealing compound. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. Grade of materials, quantity of materials and application temperatures recommended by the manufacturer shall govern. Sealing compound similar or equal to "Ramnek" or "Kent Seal" shall be used. 3.10.11 BACKFILLING Backfilling around manholes shall conform to the requirements as specified for backfilling. Bedding material shall be placed up to a point equal to that required for the adjacent pipe. 3.10.12 SURFACE RESTORATION Surface restoration shall conform to the requirements of Subsection 602-3.8. 3.10.13 QUALITY CONTROL ` Inspection, testing, -approval and acceptance shall conform to the requirements of Subsection 602-3.13. r-- i .' Materials not inspected by the City's Inspector or damaged by an action of the Contractor may be subsequently rejected and replaced at the Contractor's expense. 3.10.14 CLEAN UP All rubbish, unused materials and other non-native materials shall be removed from the jobsite. All excess excavation shall be disposed of as specified, and the right-of-way shall be left in a •- state of order and cleanliness. 4 602-3.11 Connection to City Sewerage System: Flow of any kind into the existing sewerage system shall not be allowed �. until the sewer has been satisfactorily completed and accepted for use by the Water Utilities Department. 602-3.12 Tees for Service Connections: 1 The Contractor shall place wyes and tees for service connections where required by the approved construction plans. Watertight plugs shall be installed in each branch pipe or stub. Tee locations shall be marked with a piece of two inch by four inch lumber extended from the end of r 602-15 A the pipe to above ground level. Service lines shall be installed to property line. 602-3.13 Inspection, Testing. Approval and Acceptance of Gravity Flow Sanitary Sewers: 3.13.1 SCOPE The work covered by this Specification consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers, including appurtenances normally installed as part of the system. The work may include leakage testing, deflection testing of flexible pipe system and television inspection of the interior of the finished sewer system. 3.13.2 QUALITY STANDARDS The latest published revision of the Quality Standards in effect at the time of bid shall apply. ASTM C 969: Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C 828: Low Pressure Air Test of Sewer Lines. UNI B 6: Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe. (Published by Uni-Bell Plastic Pipe Association) 3.13.3 MATERIALS - Water used for exfiltration tests.shall be potable or as otherwise approved by the City's Inspector. - Equipment necessary for any of the tests shall be of the type, quality and capacity to perform the operations required and to execute the tests specified, and shall be furnished by the Contractor along with all labor and materials including water. 3.13.4 INSPECTION The City's Inspector shall inspect and approve all work accomplished. Deflection testing shall be performed at the discretion of the City's Inspector. 3.13.5 CLEANING Prior to testing any section of sewer, the Contractor shall remove all foreign matter from the interior of the system. Flushing a cleaning ball, pressure jetting or other appropriate cleaning method approved by the City's,Inspector may be used. .Watertight plugs or other methods approved by the City's Inspector shall then be used to prevent dirt or debris from entering the system. 602-16 .6 TESTING TING r Testing shall be conducted by the Contractor and at this own 1 expense. All testing shall be accomplished in the presence of the City's Inspector or his authorized representative. The City's Inspector shall be notified 24 hours .in advance of the testing. Testing shall not commence on any portion of the pipeline, until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. The Contractor have the -.- shall option of conducting a water exfiltration test, a low-pressure air test, or an infiltration test if the pipeline is continuously subjected to an exterior .: hydrostatic head. • The sewer line being tested may be filled with water for,a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. 3.13.6.1 Exfiltration Test Each section of the pipeline shall be tested between successive manholes or other structures. The lower end of r,....._ the section shall be closed with a watertight device. The .1 inlet end of the section to be tested shall be filled with (� water to a point 4 feet above the pipe invert at the t.. centerline of the upper manhole or structure. If the ground water level is above the pipe invert, the water ..Y, level in the upper manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the City's'Inspector. The allowable leakage by exfiltration shall not exceed 200 - gallons/inch diameter/mile/day. The leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. The Contractor shall repair obvious or concentrated leaks and whatever repairs are necessary to reduce exfiltration leakage to an acceptable rate. The Contractor shall repeat the 4 hour exfiltration test after repairs until an acceptable leakage rate is attained. All repairs required shall be at the Contractor's expense. r 3.13.6.2 Low -Pressure Air Test The low-pressure air test shall be conducted in accordance to the provisions of UNI-B-6, "Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. k: 602-17 The Contractor shall repeat the low-pressure air test after repairs until an acceptable pressure drop for the test is attained. All repairs required shall be at the Contractor's expense. 3.13.6.3 Infiltration Test Infiltration tests are acceptable only if the pipeline is continuously subjected to an external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at ,the upstream manhole or structure. Ground water level shall be determined by the City's Inspector. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates into the section being tested. Flow measurement may be measured -by collecting the discharge into a volumetric measuring container, weir or other approved method. The allowable infiltration shall not exceed 200 gallons/inch diameter/mile/day. The test shall be continued over a period of at least 4 hours. Time shall be — allowed to soak lines and manholes in advance of performing test. The Contractor shall repair obvious or concentrated leaks and whatever repairs that are necessary to reduce the infiltration to an acceptable rate. The Contractor shall repeat the.4 hour infiltration test. after repairs until an acceptable infiltration rate is attained. All repairs required shall be at the Contractor's expense. Whenever the rate, of infiltration is found to exceed the prescribed amount,.the Contractor. shall be notified in writing. The Contractor may then be required, by the Water -Utilities Department, to provide at his own expense, electronic or photographic visual inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the Water Utilities Department and shall continue to test the conduit until it is proven satisfactory. 3.13.7 GENERAL Final acceptance of the sewer line shall be based on an inspection covering all items in this specification. The inspection shall be -- done in an appropriate manner by representatives of the Water Utilities Department. The Contractor shall remedy, at his own expense, any poor,alignment or any other defects in workmanship or materials revealed by final inspection. Final acceptance will be based on reinspection of the sewer after the appropriate repairs and corrections are completed. 602-18 3.13.8 T.V. INSPECTION Where determined necessary by the City's Inspector, the sewer 1: shall be inspected by T.Y. camera prior to final acceptance of the pipeline. The costs incurred in making the initial inspection by r T.V. camera shall be borne by the Contracting Agency. T.V. equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. The T.Y. operator shall 4 maintain a log of all inspections and note location, type and extent of any deficiencies. The T.Y. operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. '= The Contractor shall bear all costs incurred in correcting deficiencies found during the T.Y. inspection, including cost of additional T.V. inspection required to verify correction of noted =_ deficiencies. T.Y. inspection conducted solely for the Contractor's benefit shall be at the Contractor's expense. 3.13.9 DEFLECTION TEST Where determined necessary by the City's Inspector, sewer pipe shall be subjected to a deflection test. Deflection tests shall be conducted in the presence of the City's Inspector and after the pipe has been installed and backfilled. The deflection test shall be conducted by pulling a mandrel (go -no go device) through the pipe. The mandrel shall be designed and sized for each size of pipe and shall be at least 1.5 pipe j� diameters in length. The mandrel shall be constructed with an odd t:c=. number of runners placed parallel to the pipe centerline and equally spaced around the perimeter of the mandrel. Mandrels for _ 8 inch pipe shall be constructed with at least 9 runners, and more runners shall be utilized for larger pipe sizes. Test mandrel shall be furnished by the Contractor. All test equipment, calibration data and procedures shall be subject to the approval of the City's Inspector. ' Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal diameter of the pipe. Pipe sections that restrict -free passage of the mandrel shall be removed and replaced or excavated, rebedded, backfilled and retested. All such repairs, replacement, remedial work and retesting performed by the Contractor shall be at his expense. The deflection be the T.Y. test may conducted concurrently with inspection of the pipe interior, subject to approval by the City's t: Inspector. F . 602-19 3.13.10 ACCEPTANCE Flow of any kind into the existing sewerage system shall not be allowed until the sewer has been satisfactorily completed and accepted for use by the Water Utilities Department. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of City Inspector. 02-3.14_ Insaection. Testin4, AoDroval and Acceptance of Manholes: 3.14.1 SCOPE The work covered by this Specification consists of the inspection, testing, approval and acceptance of manholes. The work may include leakage testing. 3.14.2 QUALITY STANDARDS UNI- B-6: Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe _ (Published by Uni-Bell Plastic Pipe Association) ASTM C .969: 3.14.3 MATERIALS Infiltration and Exfiltration Acceptance Testing of Installed Concrete Pipe Manholes. .Water used for exfiltration tests shall be potable or as otherwise approved by the City's Inspector. Equipment necessary for any of the tests shall be of the type, quality and capacity to perform the operations required to execute the tests specified, and shall be furnished by the Contractor _ along with all labor and materials including water. 3.14.4 INSPECTION The City's Inspector shall inspect and approve all work accomplished. 3.14.5 CLEANING Prior to testing any manhole, the Contractor shall remove all foreign matter from the interior of the manhole. Chunks of concrete, mortar, or other debris (including dirt that may have intruded into the interior of the manholes) shall be removed by mechanical means. Small gravel or grit may be removed by flushing, pressure jetting or other appropriate cleaning methods approved by the City's Inspector. After cleaning, the manhole cover shall be positioned to prevent dirt or debris from entering 602-20 r the manhole. Other means of preventing intrusion of dirt or debris may be employed if approved by the City's Inspector. 3.14.6 TESTING All manholes shall be tested for leakage by an exfiltration test. Manholes may also be tested for infiltration when, in the opinion of the City's Inspector, high ground water levels indicate the infiltration leakage the possibility of excessive at manhole. 3.14.6.1 Exfiltration Test :. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The manhole shall be filled with y,r j water to a point 4 feet above the outlet pipe invert, measured at the centerline of the manhole. If the ground --"': water level is above the pipe invert, the test level shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the City's Inspector. The allowable leakage shall not exceed 0.1 gallon/foot r diameter/foot of head during a 4 hour test. The manhole may be allowed to remain saturated to allow absorption into the manhole wall for 4 to 72 hours prior to testing. }_ The Contractor shall repeat the 4 hour exfiltration test after repairs until an acceptable leakage rate is attained. All repairs required shall be at the Contractor's expense. 3.14.6.2 Infiltration Test Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the procedures set forth in Section 8 of UNI- B-6. r All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 flour period shall be measured in a manner determined by the City's Inspector. The test shall be conducted after the manhole has been subjected to the maximum ground water level for at least 4 hours to thoroughly saturate the manhole wall. `. The allowable infiltration shall not exceed 0.1 gallon/foot of diameter/foot of head during a 4 hour test. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. All repairs requires shall be at the Contractor's expense. F I - 602-21 3.14.7 ACCEPTANCE Portions of the work completed may be placed in operation after cleaning, testing and inspection requirements have been fulfilled. Such partial use of partial acceptance shall be subject to approval of City Inspector. 602-3.16 Restoration and Clean Uo: - The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation ditches, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Water Utilities Department. When pavement must be replaced and hot -mix asphalt paving is not available, the Contractor shall install cold -mix asphalt over the trench and replace it with hot -mix as soon as possible. The construction site shall be left clean and orderly. A minimum base course of six inches shall be placed in trench areas prior to either permanent or temporary asphalt placement. The base course material shall conform to the following gradation: Percent by Weight Sieve Designation Passing Lab Sieves 1-1/2" 0- 5 7/8" 8-30 1/2" - 30-55 f4 50-70 #40 70-90 LL shall not exceed 45 PI shall not exceed 15 LS shall not exceed 5 602-22 r FMEASUREMENT AND PAYMENT 1. GENERAL The unit price bid on each item, as stated in the proposal, shall include furnishing labor, superintendence, machinery, equipment, and materials, except materials specified to be furnished by others, necessary or incidental to complete the various items of work in accordance with the plans and specification. 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. 2 WATER LINES A. MEASUREMENT The length of pipe lines of the various sizes and types to be paid for will be determined by measurement along the center line of the pipe installed, measurement being made from center of fitting to center of fitting. B. PAYMENT Furnishing and installing pipe of the type and class as called for on the plans and in the specifications, shall be paid for at the unit bid price per linear foot for furnishing and installing the pipe complete and in place. The unit price bid shall be complete compensation for furnishing and installing the pipe complete and in place, including all materials, excavation, gravel, grading, backfilling, and any other incidental work in connection with the pipe lines not otherwise included in the bid items or otherwise provided for I in the specifications. 3. WATER VALVES AND BOXES Furnishing and installing valves at the various locations shown on the plans or as required will be paid for at the unit price bid each for the various size valves, complete and in place. The unit price bid shall be complete compensation for furnishing and installing the valve complete and in place. Valve boxes shall be paid for at the unit price bid each and shall be complete compensation for furnishing and installing the boxes. 4. WATER PIPE FITTINGS rCast l : or ductile iron fittings required for the various sizes of pipe lines shall be paid for at the unit price bid per pound of fitting, furnished and installed. Those special fittings called for on the plans and in the proposal shall be paid for at the unit price bid for each fitting furnished and installed. The price bid shall be complete compensation for furnishing and installing the fittings in place, including all excavation blocking, jointing material, backfill, and all other work required for the complete installation. S. FIRE HYDRANTS Furnishing and installing fire hydrants at the various locations shown on the plans or as required will be paid for at the unit price bid each for furnishing and installing fire hydrants complete and in place. The unit price shall be complete compensation for furnishing and installing the fire hydrants and shall include labor, materials, and all other incidentals necessary. MP-1 F b. SEWER LIKES 8. A. MEASUREMENT The length of the sewer lines of the various sizes and types to be paid for will be determined by measurement along the center line of the pipe installed; measurement being made from center of manhole to center of manhole or from center of manhole to the end of the pipe. No deductions will be made for the space occupied by manholes or fittings. The various depths of cut to be paid for will be determined from final profiles of the lines as constructed, the depth of cut being the vertical distance from the original ground surface to the invert of the pipe. B. PAYMENT r Furnishing and installing sewer pipe at the various depths of cut, in the locations shown on the plans or as required will be paid for at the unit price bid per linear foot for furnishing and installing the pipe at the various depths complete and in place. The unit price bid shall be complete compensation for furnishing and installing the pipe complete and in place, including all materials, excavation, gravel embedment, grading, backfilling, and any and all incidental work in connection with the bid items or otherwise provided for in the specifications. SEWER MANHOLES A. MEASUREMENT The depth of all standard and drop manholes will be determined by the measurement of the vertical distance from the top of the mainframe to the flowline of the pipe. Additional depths of manholes greater than four feet shall be paid for as extra vertical feet of manholes. B. PAYMENT 1. Manholes - Base Depth The construction of manholes at the various locations shown on the plans or as required will be paid for at the unit price bid each for constructing manholes to base depth, complete and in place. The unit price bid shall be complete compensation for constructing the manhole base depth, complete and in place, including all materials, excavation, backfilling, and other incidental work necessary for constructing the manholes in accordance with the plans and specifications. 2. Extra Vertical Feet of Manholes The extra vertical feet of manholes will be paid for at the unit price bid per extra vertical foot for constructing the additional depth of manhole over the base depth complete and in place. The unit price shall be complete compensation for constructing the extra vertical feet complete and in place, including all materials, excavation, backfilling and other incidental work. "- CONCRETE FOR SEWER MANHOLES Unless otherwise specifically provided, no direct compensation will be made for concrete for manhole, but it will be paid for as a part of the structure in which it is used. MP-2 I F9. TIE-INS TO EXISTING SEWER MANHOLES At existing manholes where the existing stub -out cannot be used, or there is not existing stub -out, the CONTRACTOR shall be paid at the unit price bid for breaking into the manhole and constructing the necessary new manhole invert. r 10. PAVEMENT REPAIR Pavement repair will be measured by the linear footage along the centerline of the repair of the actual repair work completed. z Payment will be made for the various classifications of pavement cut and repair at the unit price bid for the respective repairs. _ ; ILLLA 11. TRENCH PROTECTION 7r6 Furnishing and installing of trench protection systems at the various depths of cut as required by these specifications will be paid for at the unit price bid per linear foot. The unit price bid shall be complete compensation for furnishing and installing the trench protection system complete and in place, including all . A materials, installation, removal, and any and all incidental work in connection with the, bid items or otherwise provided for in the specifications. 12. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible representative in town (address and telephone number available) at all times while work is in progress. 13. UNDERGROUND UTILITIES It is the CONTRACTOR'S obligation to locate and familiarize himself with all underground utilities in the area of the excavation and to provide for their safety.. All utility lines cut or damaged shall be repaired immediately to the ENGINEER'S satisfaction at the CONTRACTOR'S expense. ..14. FENCES AND OTHER IMPROVEMENTS x.w All fences or other improvements that are removed or damaged by the CONTRACTOR in any area must be r replaced in manner satisfactory to the property owner. Special permission for the removal of such improvement shall be obtained by the CONTRACTOR from the owner of such improvements prior to their removal. When fences that enclose animals are removed, the CONTRACTOR shall construction a temporary fence to prevent the animals from leaving their owner's premises. Damage to fences, shrubs, lawns, gardens, etc. shall be corrected to the satisfaction of the ENGINEER at the CONTRACTOR'S expense and shall be included in the cost of the excavation. 15. MAINTENANCE GUARANTEE The CONTRACTOR shall provide a maintenance guarantee acceptable to the City of Lubbock for a period of one (1) year after final acceptance of the project has been made. Such maintenance guarantee shall be in lieu of the completed operations insurance required in Article 5.3. F MP-3