Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2008-R0391 - Construction Contract - Utility Contractors Of America, LTD. - 09_25_2008 (2)
Resolution No. 2008-RO391 September 25. 2008 Item No. 6.6 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a unit price public works construction Contract by and between the City of Lubbock and Utility Contractors of America, LTD, of Wolfforth, Texas, for the 341h Street Major Water Line Replacement per ITB 08-725-DD, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 25th day of September , 2008. r7;Z-' A4a- TOM MARTIN, MAYOR ATTEST: Rebe ca Garza, City Secretary APPROVED AS TO CONTENT: Thomas L. Adams, Deputy City Manager/Director of Water Utilities APPROVED AS TO FORM: andiver, City D Dres/UCA-34th08 U PconRes September 5, 2009 � a MOM { w 3 J d l ' -iraw ' Fir i w t # = ni WSMC ATM MC yy A. MAJOR 1� Awl - TV rqm-T ��� a � ♦ . �. ' � 'q yam'!' i6- - ftot- * �-�- z .. _... ---?-- ,-- r t r a k CITY OF LUBBOCK SPECIFICATIONS FOR 34TH STREET MAJOR WATERLINE REPLACEMENT ITB # 08-725-DD Contract # 8517 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://t)r.thereproductioncoMpMy.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas 1: City of Lubbock --s PI:Hi IC \hORAS CON rNACTINC7 OFRC'f ROOM 264, WAICIPAL. 91111.11ING ;n25 i3"srREIr.T Lt:BBOCK, TrA.85 74101 P11 t8UA)775-2169 t.\x OW773-2164 hup:/Much •uiACIA Y� DATE ISSUED: CLOSE DATE: iTBA OA•;25•nD. Addendum H I ADDENDUM # I ITB # 08-725-DD 34th Street Major Waterline Replacement August 7, 2008 August 20, 2008 (q? l :00 P.M. 'rhe following items take precedence over specifications for the above named invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the Engineer's Addendum #I, attached. •rhe PLANS that are to be REVISED AND REPLACED or ADDED in the Engineers addendum can be obtained from The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405, or on-line at Izn�Sr.therrnrC��f_,cai��r: hsyxe);n,. You can reach them by phone at 806-763-7770. 2. Bidders must submit the REVISED BID SUBMITTAL FORM, attached. 3. In General instructions to Bidders, Time turd Order For Completion is CHANGED to read as follows: The construction covered by the contract documents and on the Bid Submittal Form shall he SUBSTAN"rIALLY COMPLETED within THREE HUNDRED (300) CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder AND an additional SIXTY (60) CALENDAR -DAYS for FINAL COMPLE`riON. 4. Davis -Bacon Wage Determinations is REPLACED with the attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to THANK YOU, CITY OF LUBBOCK Val" VdJ4 Darlene i ois Buyer it is the intent and purlx)<e of the City of Lubbock that this request pertnits competitive bids. It shall he the bidders responsibility to advise the City of Lubbock Bu er if any langtiage, requirements,• etc., or any cuinhinations thereof inadvertently restricts or limits the requirements stated in this iTB to a Tingle source. Such notificalion must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the hid close date. A review of such notifications will be made. N1 City oft ubbock rh.nlic WoRKs coN'rRACTING OFFICE ROOM 2,14. MUNICIPAL BUILDING i(Q513 51'REt''r LUBBOCK. TFNAS 74411 I'll (-C6)775-2fh8 FAX (SrX�17'S•.i(�t �. , en.t5islg.Ct Iur •► '.u$ DATE ISSUED: CLOSE DATE: I'm, 08-723-K). Add.nufum d 2 ADDENDUM # 2 ITB # 08-725-DD 34th Street Major Waterline Replacement August 13, 2008 August 20, 2008 ( 1:00 P.N. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the iTB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. La 1. Bidder's attention is invited to the Engineer's Addendum #2, attached. The PLAINS that are to be REVISED AND REPLACED or ADDED in the attached Engineers addendum can be obtained from The Reproduction Company, 2102 Avenue Q, Lubbock., Texas 79405, or on-line at ►tip,.'rr.rhemdLIC,in+�+n . You can reach them by phone at 806-763-7770. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to,idvc� (i'n THANK YOU, CITY OF L,l: BBOCK Dan ce 10" Darlene Coss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive hills. It shall he the bidders responsibility to advise the City of Lubbcx;k Buyer if any language, regnireinents, etc., or any cornbn'ations thcreot: in<tdv,[tcntly rtStriCtS or Itrl)rti he iC'QUIYZnICtlt itd[Ct!} irl IIiU ii'a to iE 'iI11Lle source. Such notification must be submitted in writing and must be recei,.ed by the Buyer nu later than five (5) husiness day prior to the bid close date. A review of such notifications will he made. �S j l f MEN HDR Engineering, inc. ADDENDUM NO.2 i CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS FOR F-] City of Lubbock, Texas F! 34`h Street Waterline Replacement Project 7 This Addendum will be considered part of the Contract Documents and is issued to change, amplify, add to, delete from, or otherwise explain the Contract Documents dated July, 2008. Where provisions of this Addendum differ from those of the original Contract Documents, this Addendum will take precedence and govern. Bidders are hereby notified that they will incorporate this Addendum into their bids, and it will be construed that the Contractor's Bid will reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders will specifically acknowledge receipt of this Addendum on the front of the Bidder's Sealed Bid Envelope per the Instructions to Bidders. General 1. The Pre -Bid Conference minutes are attached far information purposes. Contract Documents and Specifications 1. 02513- Asphalt Concrete Vehicular Paving -This section is hereby revised and replaced by the attached. 2. 15060 -- Pipe and Pipe Fittings: Basic Requirements - This section is hereby revised and replaced by the attached. 3. 15070- Pipe: Reinforced Concrete Cylinder -This section is hereby revised and replaced by the attached. Drawings 1. Sheet OG-02 - This sheet is hereby revised and replaced. 2. Sheet 1G-07 -This sheet is hereby added. 3. Sheet 1C-08 - This sheet is hereby added. 4. Sheet 1 G-09 - This sheet is hereby added. 5. Sheet IG-10 -This sheet is hereby added. 6. Sheet 1 G-t 5 -'Phis sheet is hereby added. 7. Sheet IG-18-This sheet is hereby ridded. S. Sheet 1G-18A -'['his sheet is hereby added. 9. Sheet 1G-20 - This sheet is hereby added. 10. Sheet 1G-21 -This sheet is hereby added. 11. Sheet 1C-22 -This sheet is hereby added 12. Sheet 1 G-23 - This sheet is hereby added 13. Sheet IC-50-This sheet is hereby added 14. Sheet 1G-51 -This sheet is hereby added. 15. Sheet 3C-03 - This sheet is hereby revised and replaced. Issued By: END OF ADDENDUM )t7'1lIR-S•{91 I City of Lubbock 3.0' StrecO' ,im-tim Rcplaccment Project ADDENDUM NO. 2 Pace A DD2-1 ohn A. Marler, PE Aucust 2008 1 F! l J J 5. FUNDING: a. No State or Federal funding involved. Funding is by City of Lubbock from Bonds dedicated to the Work. DISCUSSION NOTES: 6. PAYMENTS: a. Monthly progress payments by City, including properly stored materials verified by Inspector. b. Retainage of 5%. DISCUSSION NOTES: 7. BASIS OF AWARD: a. See General Instructions to Bidders. b. The City intends to award this contract to the Bidder with the lowest, responsible total bid. DISCUSSION NOTES: 8. INTERPRETATIONS: a.Only addenda can modify the Bid Documents. b. Anticipate addendum later this week or early next week. DISCUSSION NOTES: 9. EQUIPMENT ITEMS: a. Substitutions considered only after the bid in accordance with Section 01640. DISCUSSION NOTES: 10. SOIL/GEOTECHNICAL INFORMATION: a. Attached behind technical specifications. b. Bidders responsible to interpret and/or obtain their own data. c. Owner will provide construction materials testing during construction. DISCUSSION NOTES: 11. PERMITS, FEES, & UTILITIES: Contractor's responsibility. a. SWPPP b. City of Lubbock Right -of -Way permit required for cutting pavement. c. Contractor pays for meter assembly; Owner pays for water used for construction. DISCUSSION NOTES: Owner will obtain any TxDOT permits required for this project. Page 2 J 18. CONTRACTOR'S FIELD OFFICE AND STAGING AREA: a. No field office required for this project. b. Contractor responsible for all arrangements of establishing a field office and staging areas. DISCUSSION NOTES: 19. QUESTIONS Q1. Is the posted construction cost estimate for the whole project, including the work added by Addendum No. 1 ? AL Yes, the range of cost estimates posted include the original scope of work on the low end and the total project scope, including the work added by Addendum No. 1, on the high end. DISCUSSION NOTES: • Clarifications and items modified on the City's website (RFP Depot) are as binding as engineer issued addendum. Be sure to check the website often and before finalizing your bid. Page 4 r. r I F. Reclaimed Asphalt Pavement (RAP): Per TxDOT 340. 2 1. Add asphalt cement to RAP as required to ensure that RAP mixture binds into a 3 consolidated surface. 4 G. Pavement Marking Paint: Per TxDOT Item 666 as it relates to materials and methods only. 5 1. Type H marking materials. 6 2. As required by the City of Lubbock or local district TxDOT office for disturbed areas. 7 H. Geotextile Filter Fabric: 8 1. GSE Non -woven Geotextile NW8, or approved equal. 9 2.2 MIXES 10 A. Comply with procedures in TxDOT C-14 and TxDOT test method TEX-204-F and complying 11 with TxDOT Item 340 and DMS 9202. 12 PART 3 - EXECUTION 13 3.1 INSTALLATION 14 A. Construct to line, grade and section as shown on Drawings and in accordance with referenced 15 State Specifications. 16 B. Provide temporary surfacing of all excavated trenches using cold mix asphalt or RAP. 17 1. Contractor shall install temporary surfacing no later than one (1) week after completion of 18 backfilling. Maintain temporary surfacing until installation of permanent surface course. 19 C. Spread a prime coat uniformly on base course prior to placing final surface course at rate of 0.05 20 to 0.10 GAL per square yard in accordance with item 340 of referenced TxDOT Specifications. 21 D. Install a minimum 2 IN compacted surface course or match existing, whichever is greater. 22 E. Tolerance of Finished Grade: +1-0.05 FT from required elevations. 23 END OF SECTION City of Lubbock 34th Street Waterline Replacement Project - May 2008 02513 - 2 1 5. National Fire Protection Association (NFPA). 2 6. Underwriters Laboratory, Inc (UL). 3 B. Coordinate flange dimensions and drillings between piping, valves, and equipment. 4 1.3 SYSTEM DESCRIPTION 5 A. Piping Systems Organization and Definition: 6 1. Piping services are grouped into designated systems according to the chemical and physical 7 properties of the fluid conveyed, system pressure, piping size and system materials of 8 construction. 9 2. Table A below defines each service classification, its symbol, and the designated system 10 classification number of each service. 11 TABLE A. PIPING SERVICES SYMBOL SERVICE SYSTEM PW Potable Water 1 12 13 3. See PIPING SPECIFICATION SCHEDULES in PART 3. 14 4. CONTRACTOR shall be responsible for providing all bonds and fittings necessary for a 15 complete and operable system per the layout indicated in the Drawings. 16 5. Where the specifications allow optional materials, all pipe of any single service system shall 17 be of one type. 18 1.4 SUBMITTALS 19 A. Shop Drawings: 20 1. See Section 01340. 21 2. Fabrication and/or layout drawings: 22 a. Piping drawings (minimum scale 1 IN equals 10 FT) with information including: 23 1) Dimensions of piping lengths. 24 2) Invert or centerline elevations of piping crossings. 25 3) Acknowledgement of bury depth requirements. 26 4) Details of fittings, tapping locations, thrust blocks, restrained joint segments, 27 harnessed joint segments, hydrants, and related appurtenances. 28 5) Acknowledge designated valve or gate tag numbers, manhole numbers, instrument 29 tag numbers, pipe and line numbers. 30 6) Line slopes and invert elevations at grade breaks. 31 7) Location of air release / vacuum relief valves. 32 8) Location of hydrants (drain valves). 33 3. Hydrostatic pressure testing plan for installed pipe including location of temporary plugs, 34 inlets, outlets, and pressure gage connection. 35 4. Product technical data including: 36 a. Acknowledgement that products submitted meet requirements of standards referenced. 37 b. Copies of manufacturer's written directions regarding material handling, delivery, 38 storage and installation. 39 c. Master schedule showing piping appurtenances, pipe size, schedule of pipe, type of 40 linings and coatings. 41 d. Technical product data on gaskets, pipe, fittings, and other components. 42 5. Test reports: 43 a. Copies of pressure test results on all piping systems. 44 b. Reports defining results of dielectric testing and corrective action taken. 45 c. Notification of time and date of piping pressure tests. 46 B. Operation and Maintenance Manuals: 47 1. See Section 01340. 48 1.5 DELIVERY, STORAGE, AND HANDLING N'�.5 City of Lubbock 34th Street Waterline Replacement Project - May 2008 15060 - 2 i' 11"i 1 2. Provide mechanical couplings at locations shown on Drawings or specified. 2 3. Provide harnesses and restraining bolts on all flexible couplings within restrained section of 3 pipeline. 4 a. Designed in accordance with AWWA MI L 5 4. Provide couplings with following or equal coating: 6 a. Primer— Tnemec Series 69-1211 Epoxoline Primer 11 (1 coat, 5 mils). 7 b. Second Layer—Tnemec Series 69 High -Build Epoxoline 11 (1 coat, 5 mils). 8 c. Top Coat — Tnemec Series 73 Endura-Shield III (1 coat, 2.5 mils). The primer coat 9 shall be shop applied to the thickness specified. 10 5. Provide Dresserloy or equal bolts and nuts. 11 6. For buried service, provide heat shrinkable protective sleeve around each coupling. 12 a. Provide and install in accordance with AWWA C216. 13 C. Restrained Joint Mechanical Couplings: 14 1. Provide restrained joint mechanical couplings at locations shown on Drawings or specified. 15 2. Elastomeric gasket assembly comprises two o-ring gaskets and an elastomer sealing pad 16 bonded to a sealing plate. Gasket may be Isoprene, EPDM, or Buna-N conforming to 17 ASTM D2000 for water service within the temperature range of —20° to 180° F. 18 3. Coupling shall be manufactured from ASTM A36 steel and of the split -sleeve type with a 19 double arch cross section that closes around pipe ends with steel end rings affixed for pipe 20 end restraint. 21 4. Steel end rings shall conform to ASTM A108 and 1018. One end ring is welded to each 22 pipe end, fitting beneath the coupling. 23 5. Bolts and nuts shall conform to ASTM A325, minimum tensile strength equal to 105,000 24 psi. 25 6. Provide couplings with following or equal interior and exterior coating: 26 a. Primer — Tnemec Series 69-1211 Epoxoline Primer 11 (1 coat, 5 mils). 27 b. Second Layer— Tnemec Series 69 High -Build Epoxoline 11 (1 coat, 5 mils). 28 c. Top Coat — Tnemec Series 73 Endura-Shield III (1 coat, 2.5 mils). The primer coat 29 shall be shop applied to the thickness specified. 30 7. Installation of Restrained Joint Couplings 31 a. Inspect each coupling to ensure that there are no damaged portions of the coupling. 32 Particular attention should be paid to the sealing pad/sealing plate area. 33 b. Before installation of the couplings, each coupling shall be thoroughly cleaned of any 34 foreign substance. 35 c. In no case shall the deflection in the joint between pipe ends exceed the maximum 36 deflection recommended by the coupling manufacturer. No joint shall be misfit any 37 amount that will be detrimental to the strength and water tightness of the finished joint. 38 The couplings shall be assembled and installed in conformity with the recommendation 39 and instruction_of the coupling manufacturer. _ 40 d. Wrenches used shall be of a type and size recommended by the manufacturer. Bolts 41 shall be tightened so as to secure uniform gasket compression between the coupling and 42 the body of the pipe with all bolts tightened approximately the same amount. Final 43 tightening shall be by hand wrenches and is complete when the coupling is in uniform 44 contact around the circumference of the pipe. Final tightening is not to be done using air 45 impact wrenches. 46 S. For buried service, provide heat shrinkable protective sleeve around each coupling. 47 a. Provide and install in accordance with AWWA C216. 48 D. Insulated Mechanical Couplings: 49 1. Gasketed, sleeve -style flanged mechanical coupling shall be Smith Blair No. 416 or No. 417 50 (harnessed type) or approved equal and sized according to nominal pipe size for specific 51 Class, section and material. Each coupling shall consist of one steel middle ring, two or 52 more steel anchor studs or two steel followers, compound wedge section gaskets, complete 53 with trackhead bolts, designed for adequate compression of the gaskets, and with insulation 54 boot. City of Lubbock 34th Street Waterline Replacement Project - May 2009 15060 - 4 Hi I 1 J. Tracer Wire: 2 1. Tracer wire shall be 10 AWG (nun.) copper wire coated with a 30-mil (min.) polyethylene 3 jacket designed specifically for buried use. 4 2. Tracer wire must be brought to the surface at access points which may include valve boxes, 5 handholes or other covered access devices. Access point covers shall be clearly marked with 6 the type of facility. Splices in the tracer wire shall be connected by means of a split bolt or 7 compression type connector to ensure continuity. Wire nuts shall not be used. A waterproof 8 or corrosion -proof connector for direct bury applications shall be used. After installation, 9 the tracer wire shall be tested to verify continuity of the tracer wire system and a report 10 indicating continuity shall be submitted to the Engineer as part of the as -built construction I 1 records. 12 K. Underground Alarming Tape: 13 1. Approved manufacturer catalog number: W H Brady Co., Catalog S-10, #91296. 14 2. Material: Polyethylene. 15 3. Thickness: 3.5 mils. 16 4. Tensile strength: 1750 psi. 17 5. Size: 6 IN wide (minimum). 18 6. Legend: Preprinted and permanently imbedded. 19 a. Message continuous printed: Legend: CAUTION CAUTION CAUTION (IsIline) BURIED WATER LINE (2'd line) 20 L. Valves: 21 1. See schematics and details for definition of manual valves used in each system under 4 IN 22 in size. See Drawings for valve types 4 IN and above and for automatic valves used in each 23 system. 24 2. See Section 15100. 25 M. Temporary Testing Stations: 26 1. Temporary testing stations for pressure testing the pipeline shall be installed and removed 27 by the contractor in accordance with the manufacturer's recommendations. These facilities 28 must be approved by the Engineer. The station shall include temporary bulkheads, taps, 29 valves, fittings, pressure gauges, flanged outlets, and manways as necessary. 30 N. Pressure Gages: 31 1. Acceptable manufacturers: 32 a. Ashcroft. 33 b. Ametek. 34 2. Accessories: 35 & Provide valve at point of connection to equipment and at panel if panel mounted. 36 3. Design and fabrication: 37 a. All components suitable for service at: 38 1) 250 deg. F. 39 2) The maximum process temperature to which the gauge is to be exposed. 40 b. Provide viewer protection from element rupture. 41 c. Calibrate gauges at jobsite for pressure and temperature in accordance with 42 manufacturer's instructions. 43 d. Unless otherwise required by codes, provide stem mounted or flush mounted, as 44 required, with dial diameter as follows: 45 1) If pipe size 1-1/2 IN or less, dial size is 2-1/2 IN, gage connection is 1/4 IN. 46 2) If pipe size larger than 1-1/2 IN, dial size is 4-1/2 IN, gage connection is 1/2 IN. 47 e. Equip with white faces, black numerals and black pointers. 48 f. Gauge tapping position to be clear of equipment functions and movements, and 49 protected from maintenance and operation of equipment. Gauges to be readable from an 50 accessible standing position. 51 g. Gauge accuracy: I percent of full range. ?..; F 17 City of Lubbock 34th Street Waterline Replacement Project - May 2008 15060 - 6 1 3.2 CONNECTIONS WITH EXISTING PIPING 2 A. Where connection between new work and existing work is made, use suitable and proper fittings 3 to suit conditions encountered. 4 B. Perform connections with existing piping at time and under conditions which will least interfere 5 with service to customers affected by such operation. 6 C. Undertake connections in fashion which will disturb system as little as possible. 7 D. Provide suitable equipment and facilities to dewater, drain, and dispose of liquid removed 8 without damage to adjacent property. 9 E. Where connections to existing systems necessitate employment of past installation methods not 10 currently part of trade practice, utilize necessary special piping components. 11 F. Where connection involves potable water systems, provide disinfection methods as prescribed in 12 these Specifications. 13 G. Once tie-in to each existing system is initiated, continue work continuously until tie-in is made 14 and tested. 15 3.3 FIELD QUALITY CONTROL 16 A. Pipe Testing - General: 17 1. Test piping systems as follows: 18 a. Test buried piping upon completion of installation and backfilling. 19 b. Pressure test prior to disinfection of piping detailed in Section 02660. 20 2. Utilize pressures, media and pressure test durations as specified on Piping Specification 21 Schedules. 22 3, Isolate equipment which may be damaged by the specified pressure test conditions. 23 4. Perform pressure test using calibrated pressure gages and calibrated volumetric measuring 24 equipment to determine leakage rates. 25 a. Select each gauge so that the specified test pressure falls within the upper half of the 26 gage's range. 27 b. Notify the Owner and Engineer at least 48 FIRS prior to each test. 28 5. Completely assemble and test new piping systems prior to connection to existing pipe 29 systems. 30 6. Acknowledge satisfactory performance of tests and inspections in writing to Engineer prior 31 to final acceptance. 32 7. Bear the cost of all testing and inspecting, locating and remedying of leaks and any 33 necessary retesting and re-examination. Contractor shall also be responsible for obtaining 34 water needed for testing and shall obtain all approvals and pay all costs associated with 35 obtaining fresh water suitable for pressure testing. 36 B. Pressure Testing: 37 1. Testing medium: Unless otherwise specified in the Piping Specification Schedules, utilize 38 the following test media. 39 a. Liquid systems: PIPE LINE GRAVITY SPECIFIED TEST TESTING SIZE (DIA) OR PUMPED PRESSURE MEDIUM All sizes Pumped 150 psig Water 40 2. Hydrostatic pressure testing methodology: 41 a. All observed leaks shall be repaired regardless of results of leakage measurements. Pipe 42 shall be backfilled prior to pressure test. Contractor shall provide temporary restraints as 43 required to prevent movement of the pipe during testing. 44 b. Equipment in piping system with rated pressure less than test pressure shall be isolated. �.. ? City of Lubbock 34th Street Waterline Replacement Project - May 2008 15060 - 8 FJ PW Concrete Steel PC 150 24" 150 Per AWWA M9 Cylinder (CSC) 1 2 C. Potable Water Pipe Schedule: 3 1. General: 4 a. Piping symbol and service: 5 1) PW - Potable water. 6 2. Copper Pipe: See Section 15063. 7 3. Ductile Iron Pipe: 8 a. Reference: AWWA/ANSI 151. 9 b. Gaskets: AWWA C111. 10 c. Coatings: bituminous. 1 1 d. Linings: Cement, NSF'certified. 12 e. Fittings: AWWA/ANSI C110 or AWWA/ANSI C153. 13 f. Joints: Push -on joints with mechanical (stuffing box type) joints at fittings and buried 14 valves, flanged for exposed fittings and valves. 15 g. Thrust restraint: Restrained joints as shown on drawings and for pipe laid through all 16 cased bores. 17 h. Protection: 18 1) Polyethylene encasement, minimum 8 mils thickness per AWWA C105. 19 4. PVC pipe: 20 a. Reference: AWWA C900 or C905, NSF certified. 21 b. Gaskets: AWWA C900 or C905. 22 c. Fittings: AWWA/ANSI C110 or AWWA/ANSI C153. 23 d. Joints: Push -on joints (ASTMD3139) or fusion welded joints with mechanical (stuffing 24 box type) joints at fittings and buried valves. 25 e. Thrust restraint: Restrained joints as shown on drawings and for pipe laid through all 26 cased bores. 27 5. CSC pipe: 28 a. Reference: AWWA C303. 29 b. Gaskets: AWWA C303. 30 c. Coatings: Cement. 31 d. Linings: Cement, NSF certified. 32 e. Fittings and Specials: AWWA C303. 33 f. Joints: Tongue and groove with confined 0-ring. 34 g. Thrust restraint: Restrained joints as shown on drawings and for pipe laid through all 35 cased bores. 36 END OF SECTION City of Lubbock 34th Street Waterline Replacement Project - May 2008 15060- 10 1 PART 2 - PRODUCTS 2 2.1 ACCEPTABLE MANUFACTURERS 3 A. Subject to compliance with the Contract Documents, the following manufacturers are 4 acceptable: 5 1. Concrete Pressure Pipe: 6 a. Hanson. 7 b. Or approved equal. 8 2.2 FABRICATION 9 A. Pretensioned Reinforced Concrete Cylinder Pipe (RCCP): 10 1. Provide pretensioned reinforced concrete cylinder pipe meeting or exceeding AWWA C303 11 requirement. 12 2. Provide piping consisting of a welded steel cylinder with steel joint rings welded to its ends, 13 formed and tested in accordance with prescribed methods. 14 a. Centrifugally cast a mortar or concrete lining inside cylinder. 15 b. Helically wind reinforcing rod under measured tension around the cylinder and secure 16 by welding to steel joint rings at each end. 17 c. Apply outside coating of dense mortar covering the cylinder and rods except for the 18 necessarily exposed surfaces of the spigot joint ring and a self -centering joint with a 19 preformed gasket of rubber, so designed that the joint will be watertight under all 20 conditions of service. 21 3. Pipe design. 22 a. Furnish all pretensioned RCCP in full accordance with the following design conditions: 23 1) For this application: 24 a) Operating pressure (P): 150 psi. 25 b) Transient pressure (in excess of operating pressure) (PT): 100 psi. 26 2) For the external dead load, design for covers shown on the Plans. 27 3) Live load shall be equal to HS-20 truck loads in accordance with AASHTO 28 Specifications. 29 2.3 COATINGS 30 A. Exterior Pipe Coating: Cement mortar coating in accordance with AWWA C303. 31 B. Interior Pipe Coating: Cement mortar in accordance with AWWA C303. 32 1. Line shall be NSF certified for use with potable water. 33 2. Repair cement mortar coating in full compliance with manufacturer's written instructions. 34 C. Other Protective Coatings: 35 1. Surfaces of steel joint rings exposed in finished pipe and all other exposed metal surfaces 36 shall be shop primed with manufacturer's standard rust inhibitive primer. 37 2. Mortar coating shall be used to protect all exposed steel surfaces after installation. 38 D. Cement mortar for coatings shall consist of 1 part cement to 2-1t2 parts of fine, sharp clean sand 39 mixed with water. 40 2.4 SOURCE QUALITY CONTROL 41 A. Conduct shop testing to evaluate physical properties of pipe components in accordance with 42 requirements of applicable section of AWWA standard(s). 43 B. Provide each pipe, fittings, special appurtenance with a plainly and permanently waterproofed, 44 marked identification. 45 1. Include but not necessarily limit markings to the following: 46 a. Size and class of pipe, pressure rating in compliance with referenced standards. 47 b. Date of manufacturer. 48 c. Manufacturer's trademark or name. ` City of Lubbock 34th Street Waterline Replacement Project - May 2008 15070 - 2 I Fi 1 2) The entire joint shall be poured with a cement mortar and consolidated and rodded F 2 or agitated to eliminate voids. 3 D. Connections with Existing Work: 4 1. Refer to Section 15060, 5 2. Observe procedures outlined in AWWA C651 for cutting into or repairing existing mains. w 6 E. Joint Restraint and Thrust and Anchor Blocking: 7 1. Refer to Section 15060 and Contract Drawings. F",' 8 3.2 FIELD QUALITY CONTROL 9 A. General: 10 11 B. 1. Subject pipe to the required in -place tests. Pressure Testing: 3 12 1. Refer to Section 15060. 13 3.3 DISINFECTION 14 A. For potable water mains, observe disinfection methods described in Section 02660. 15 END OF SECTION 16 City of Lubbock 34th Street Waterline Replacement Project - May 2008 15070 - 4 rim I J Cht , of Lubbock PUBLIC WORKS CON rRACTING UFFtCC R-xim 204 Ht NICIPAL MALDING i625 I.V'.51-REE.T L(:DBOCK. IF XAS 71401 I'll:l-R6>'75-21611 FAX 1901,6)775-2164 hup rtpwrhasmg alubhak.tx us /i 0 Z4 e,A DATE ISSUED: CLOSE DATE: ITEM 08-725-DD. Addendum # 3 ADDENDUM # .3 ITB # 08-725-DD 34TH STREET MAJOR WATERLINE REPLACENIEN'f August 14, 2008 August 20, 2008 (ql, 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. I. Bidders attention is invited to the Engineer's Addendum #3, attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to THANK YOU, v CITY OF LLIBBOCK Dada Darlene Doss =t Buycr It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the City of Lubbock Buffer if any languat?e. requirements, etc, or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a sin le source. Such notification must be submitted in writing and must he received by the Buyer no later than five (5) business days prior to the bid close date. A review of such notifications kill he made. IT30 •]y•;; 5-UD��t El F-ii' w. .. NOR Engineering, Inc. ADDENDUM NO. 3 CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS FOR City of Lubbock, Texas 341t Street Waterline Replacement Project This Addendum will be considered part of the Contract Documents and is issued to change, amplify, add to, delete from, or otherwise explain the Contract Documents dated July, 2008. Where provisions of this Addendum differ from those of the original Contract Documents, this Addendum will take precedence and govern. Bidders are hereby notified that they will incorporate this Addendum hito their bids, and it will be construed that the Contractor's Bid will reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders will specifically acknowledge receipt of this Addendum on the front of the Bidder's Scaled Bid Envelope 0-11 per the Instructions to Bidders. General 1. The City of Lubbock is allowing the use of in alternate paving repair section which will utilize flexible base under paving in place of CLSM. The thickness of the flexible base required will be a minimum 12 inches compacted in place under all paving and a minimum of 18 inches compacted in place under paving in � thoroughthre streets. "the revised specification attached define these requirements, If the Contractor is not able to perfonn per these specifications, the City reserves the right to make the Contractor use the standard CLSIVt in place of flexible base. Contract Documents stud Specifications 1. 02513 — Asph tilt Concrete Vehicular Paving — 'this section is hereby revised and replaced by the attached. '� 1E,OF TF�s► f. JOHN A. MARLER .. . o :, 85..............1� '�fi �•S cENSEG��,�•+ O t 1NAL.:" Issued By- _ hn A. Marler, PE: END OF ADDENDUM 110008-84f11 t City of Lubbock August 2008 3,0 Street Waterline Kepluceutent Project - ADDC:ND[J',M NO. 3 Page ADDS-[ I 1 F. Reclaimed Asphalt Pavement (RAP): Per TxDOT 340. 2 1. Add asphalt cement to RAP as required to ensure that RAP mixture binds into a 3 consolidated surface. 4 G. Pavement Marking Paint: Per TxDOT Item 666 as it relates to materials and methods only. 5 1. Type II marking materials. 6 2. As required by the City of Lubbock or local district TxDOT office for disturbed areas. 7 H. Geotextile Filter Fabric: 8 1. GSE Non -woven Geotextile NW8, or approved equal. 9 2.2 MIXES 10 A. Comply with procedures in TxDOT C-14 and TxDOT test method TEX-204-F and complying 11 with TxDOT Item 340 and DMS 9202. 12 PART 3 - EXECUTION 13 3.1 INSTALLATION 14 A. Construct to line, grade and section as shown on Drawings and in accordance with referenced 15 State Specifications. 16 B. Provide temporary surfacing of all excavated trenches using cold mix asphalt or RAP. 17 1. Contractor shall install temporary surfacing no later than one (1) week after completion of 18 backfilling. Maintain temporary surfacing until installation of permanent surface course. 19 C. Install flexible base course as shown on Drawing Details and as follows. 20 1. 33`d Street: minimum 12 IN. 21 2. All thoroughfare streets, including thoroughfare street crossings: minimum 18 IN. 22 a. All streets except 33`d Street are considered thoroughfare streets. 23 3. Compact to 95% of maximum dry density determined in accordance with ASTM D698. 24 4. The City of Lubbock is allowing the use of flexible base in place of CLSM as an alternate 25 paving repair section for this project. The City of Lubbock reserves the right to discontinue 26 the use of this alternative paving repair section. Should the Contractor fail to make 27 consistent passing densities, this backfill procedure will be stopped and the Contractor will 28 be required to utilize CLSM in place of flexible base under paving. 29 D. Spread a prime coat uniformly on base course prior to placing final surface course at rate of 0.05 30 to 0.10 GAL per square yard in accordance with item 340 of referenced TxDOT Specifications. 31 E. Install a minimum 2 IN compacted surface course or match existing, whichever is greater. 32 F. Tolerance of Finished Grade: +1-0.05 FT from required elevations. 33 END OF SECTION City of Lubbock 34th Street Waterline Replacement Project - May 2009 025 t 3 - 2 Cin' of Lubbock PLHLIC WORKS CONTRACTING 01-FICE ROOM 204. MUNICIPAL B141.I)IN6 ir.2313 STRI .T i—RB0CK.'rkx(1s "N•iQl PIE t806)775•arA FAX 006)M-21M _a: rarapure"a;mg c�i lubbock Ix us 11,10 OR- T'9.t)r). Addendum it .4 DDEND UM # 4 ITB # 08-725-DD 34TH STREET MAJOR WATERLINE REPLACEMENT DATE ISSUED: August 15, 2008 CLOSE DATE: August 20, 2008 a 1:00 P.M, T'he following items take precedence over specifications for the above named Invitation to [aid (frB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the Engineer's Addendum 04, attached. 2. SEE ATTACHED Section 01061, Bid Items, Scope of work, with the Engineers line item numbers added. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss. Buyer, City of f.ubbock, P.O. Box 2000, I..ubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ci�I��sti _im luhhock.iiti. 'THANK YOU, cay OFLLBBOCK val&w re" Darlene [hiss Buyer It is the intent and purpose of the City of I..ubbock that this request permits competitive bids. It W shall., he the offerur's re%ronsihifity to advise the ('it v of I.uhb Eck Buyer if any lanlzua sz, reguirements, etc., orativ combinations thereof: inadvertently restricts or limits the requirements ,rated in this ITB to a single source. Such notitication must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 11130 IA"<-N) 1 . m 6. DqA,. HDR Englneeri g, Inc. ADDENDUM NO.4 CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS FOR � k.l City of Lubbock, Texas 341" Street Waterline Replacement Project This Addendum will be considered part of the Contract Documents and is issued to change, amplify, add to, delete from, or otherwise explain the Contract Documents dated July, 2008. Where provisions of this Addendum differ from those of the original Contract Documents, this Addendum will take precedence and govern. Bidders are hereby notified that they will incorporate this Addendum into their bids, and it will be construed that the Contractor's Bid will reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders will specifically acknowledge receipt of this Addendum on the front of the Bidder's Sealed Bid Envelope per the Instructions to Bidders. General 1. The City of Lubbock requires that the Contractor submit and comply with a traffic control plan in order to obtain a permit to work in the public Right -of -Way (ROW). The design, modification, submittal and implementation of the traffic control plan are the sole responsibility of the Contractor. The traffic control plan sheets included in the bidding documents were developed as a basis for bidding and represent the minimum level of effort required for the protection of the public while the Contractor is working in the ROW. Any modification of the traffic control plan required due to means and methods or sequencing of construction are the responsibility of the Contractor and must be submitted to the City of Lubbock ROW department and approved prior to commencing any construction in the ROW. Contract Documents and Specifications 1. 01061 — Bid Items: Scope of Work Bid Item 1: Insert the following sentence following the period on line 28, page 1. "The preparation and submittal of the SWPPP and other required permits are included in this pay item" Bid Item 5: Insert the following sentence following the period on line 10, page 2. "The design, modification, submittal and implementation of the traffic control plan are the sole responsibility of the Contractor." Drawines (P...........OF l 1. Detail 2, Sheet 3C-04 1 The detail is hereby revised and replaced by the attached. fir* '• *) 0 .JASONJ.CHRISTENSEN..i END OF ADDENDUM f..:.......... ............. j Issued By: Jason T Christensen, PE 00008-8491 t City of Lubbock August 2008 34'1 Street Waterline Replacement Project ADDENDUM NO.4 Page ADD4-1 1 SECTION 01061 l 2 BID ITEMS: SCOPE OF WORK 3 PART1- GENERAL 4 A. Section Includes: l 5 1. A description of the work included with each Bid Item. 6 2. Basis of measurement for each Bid Item. 7 B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. F8 9 2. Division 1 - General Requirements. 10 3. Section 02221 — Trenching, Backfilling, and Compacting for Utilities. 11 12 4. Section 02210 — Soil Erosion and Sediment Control 1.2 DESCRIPTION OF WORK 13 A. This Project involves the replacement of the 34'h Street water main within the City of Lubbock 14 drinking water distribution system from Quaker Avenue at 19'h Street to 3e Street, following j 15 33"1 and 34'h Streets to Avenue A, then heading north on Avenue A to 19t° Street. Major Work 16 items in the Project include installation of new waterline up to 24 IN, appurtenant valves and 17 fire hydrants, reconnection to existing water services, street repair, abandonment of existing 18 waterlines and other items as detailed in the Contract Documents. Il 19 1.3 DEFINITIONS 20 A. "Cost'' refers to the total cost to the OWNER for the work described, including all of direct and 21 indirect costs borne by the Contractor in conjunction with the work described, plus Contractor's y 22 overhead and profit associated with the work described. 23 24 IA BID ITEMS: A. Bid Item 1: Mobilization. 25 1. Work Included: Provision of acceptable Contract Documents, bonds, insurance, and 26 placement in field and transportation of Contractor's equipment to the project. Mobilization 27 and start up will be paid 50 percent upon submission of the fast pay application. The 28 remaining 50 percent will be paid on a performance basis over the following applications. 29 2. Measurement: Lump Sum. Shall not exceed 7% of total bid price. 30 B. Bid Item 2: Public Relations and Notification. 31 1. Work Included: 32 a. Attend one, 4-hour public meeting prior to beginning construction. The meeting time r, 33 and location will be determined by the Owner. ' 34 b. Distribute door hangers or similar literature to residents and businesses adjacent to the 35 project construction corridor. The content shall be approved by the Owner prior to 36 distribution, and the information must be delivered a minimum of two weeks in advance 37 of construction. 38 c. Notify the Owner 2 weeks prior to beginning construction on a new roadway and 48 39 hours before implementing actual street closures. 40 2. Measurement: Lump Sum, 41 C. Bid Item 3: Trench Safcty. 42 1. Work Included: Installation, maintenance, and removal of trench safety protection systems 43 pursuant to the trench safety plan required to be submitted by Section 02221, 44 2. Measurement: Linear Foot measured along the centerline of trenches equaling or exceeding 45 five feet in depth. City of Lubbock 34th Street Waterline Replacement Project - May 2008 01061 - 1 E I 1 b. Work includes restoration of any disturbed existing traffic control devices (i.e. signal 2 cables, loops, etc.), landscaping or irrigation systems to prior condition. 3 c. Bid price includes installing waterline where it crosses at or below elevation of existing 4 utilities and adjusting, relocating, and/or repairing each utility in accordance with the 5 utility owner's requirements and standards as may be required to facilitate installation of 6 the water main and per the details in the drawings. 7 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 8 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 9 providing testing services for water analysis. Any re -testing, re-examination shall be 10 included in this bid item. This item includes all sampling related to collection, testing, 1 1 and reporting. 12 2. Measurement: Linear Foot measured along the centerline of the pipe. 13 I. Bid Item 9: 10-IN Waterline. 14 1. Work Included: 15 a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 16 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 17 system and all other accessories required for a complete installation except as included 18 in the scope of other bid items. 19 b. Work includes restoration of any disturbed existing traffic control devices (i.e. signal 20 cables, loops, etc.), landscaping or irrigation systems to prior condition. 21 c. Bid price includes installing waterline where it crosses at or below elevation of existing 22 utilities and adjusting, relocating, and/or repairing each utility in accordance with the 23 utility owner's requirements and standards as may be required to facilitate installation of 24 the water main and per the details in the drawings. 25 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 26 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 27 providing testing services for water analysis. Any re -testing, re-examination shall be 28 included in this bid item. This item includes all sampling related to collection, testing, 29 and reporting. 30 2. Measurement: Linear Foot measured along the centerline of the pipe. 31 J. Bid Item 10: 12-IN Waterline. 32 1. Work Included: 33 a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 34 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 35 system and all other accessories required for a complete installation except as included 36 in the scope of other bid items. 37 b. Work includes restoration of any disturbed existing traffic control devices (i.e. signal 38 cables, loops, etc.), landscaping or irrigation systems to prior condition. 39 c. Bid price includes installing waterline where it crosses at or below elevation of existing 40 utilities and adjusting, relocating, and/or repairing each utility in accordance with the 41 utility owner's requirements and standards as may be required to facilitate installation of 42 the water main and per the details in the drawings. 43 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 44 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 45 providing testing services for water analysis. Any re -testing, re-examination shall be 46 included in this bid item. This item includes all sampling related to collection, testing, 47 and reporting. 48 2. Measurement: Linear Foot measured along the centerline of the pipe. 49 K. Bid Item 11: 16-IN Waterline. 50 1. Work Included: 51 a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 52 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 53 system and all other accessories required for a complete installation except as included 54 in the scope of other bid items. lip city of Lubbock 34th Street Waterline Replacement Project - May 2008 01061 - 3 D", 1 O. Bid Item 15: 28-IN Steel Casing by Open Cut. 2 1. Work Included: 3 a. Furnishing and installing 28-IN casing pipe by open cut methods, excavation and 4 shoring, backfilling and compaction, installing the pipe, pipe material, casing spacers, 5 casing ends seals and disposing of spoil materials as required for installation of the steel 6 casing pipe for the selected carrier pipe size, complete with all necessary appurtenances 7 as detailed on the drawings and in accordance with Section 02224. 8 2. Measurement: Linear Foot of casing pipe installed measured along the length of the 9 centerline of the casing pipe as shown on the drawings. 10 P. Bid Item 16: 36-IN Steel Casing by Open Cut. I 1 1. Work Included: 12 a. Furnishing and installing 36-IN casing pipe by open cut methods, excavation and 13 shoring, backfilling and compaction, installing the pipe, pipe material, casing spacers, 14 casing ends seals and disposing of spoil materials as required for installation of the steel 15 casing pipe for the selected carrier pipe size, complete with all necessary appurtenances 16 as detailed on the drawings and in accordance with Section 02224. 17 2. Measurement: Linear Foot of casing pipe installed measured along the length of the 18 centerline of the casing pipe as shown on the drawings. 19 Q. Bid Item 17: 2-IN Gate Valve. 20 1. Work Included: Furnishing and installing threaded 2-IN Gate Valve as required with valve 21 box, thrust restraint system, and all other materials and equipment necessary for a complete 22 installation as shown on the drawings. 23 2. Measurement: Each. 24 R. Bid Item 18: 6-IN Gate Valve. 25 1. Work Included: Furnishing and installing FLxMJ or MJxMJ 6-IN Gate Valve as specified 26 with valve box, thrust restraint system, and all other materials and equipment necessary for 27 a complete installation as shown on the drawings. 28 2. Measurement: Each. 29 S. Bid Item 19: 8-IN Gate Valve. 30 1. Work Included: Furnishing and installing FLxMJ or MJxMJ 8-IN Gate Valve as specified 31 with valve box, thrust restraint system, and all other materials and equipment necessary for 32 a complete installation as shown on the drawings. 33 2. Measurement: Each. 34 T. Bid Item 20: 10-IN Gate Valve. 35 1. Work Included: Furnishing and installing FLxMJ or MJxMJ 10-IN Gate Valve as specified 36 with valve box, thrust restraint system, and all other materials and equipment necessary for 37 a complete installation as shown on the drawings. 38 2. Measurement: Each. 39 U. Bid Item 21: 12-IN Gate Valve. 40 1. _ Work Included: Furnishing and installing FLxMJ or MJxMJ 12-IN Gate Valve as specified 41 with valve box, thrust restraint system, and all other materials and equipment necessary for 42 a complete installation as shown on the drawings. 43 2. Measurement: Each. 44 V. Bid Item 22: 16-IN Gate Valve. 45 1. Work Included: Furnishing and installing FLxMJ or MJxMJ I6-IN Gate Valve as specified 46 with valve box, thrust restraint system, and all other materials and equipment necessary for 47 a complete installation as shown on the drawings. 48 2. Measurement: Each 49 W. Bid Item 23: 24-IN Butterfly Valve Installation. City of Lubbock 341h Street Waterline Replacement Project - May 2008 01061 - 5 E 1 2. Measurement: Each. 2 BB. Bid Item 28: 16-IN by 8-IN Tee Lateral Reconnection. 3 1. Work Included: 4 a. Furnishing labor, material, fittings, and equipment necessary to extend 8-IN lateral from 5 service side of existing isolation valve to proposed 16-IN waterline, make connection 6 using 8-IN flanged outlet tee, install new 8-IN FLxMJ Gate Valve on 8-IN lateral, plug 7 or cap portion of existing lateral to be abandoned, and all other materials and equipment 8 necessary for completion of this bid item as detailed on the drawings, including thrust 9 restraint system. 10 b. Pipe installed to extend and connect the existing 8-IN lateral that exceeds 20 LF will be 1 1 quantified on a unit price, LF basis. 12 c. Work related to pavement repair and resurfacing is not included in this bid item. 13 2. Measurement: Each. 14 CC. Bid Item 29: 16-IN by 10-IN Tee Lateral Reconnection. 15 1. Work Included: 16 a. Furnishing labor, material, fittings, and equipment necessary to extend 10-IN lateral 17 from service side of existing isolation valve to proposed 16-IN waterline, make 18 connection using 10-IN flanged outlet tee, install new 10-IN FLxMJ Gate Valve on 10- 19 IN lateral, plug or cap portion of existing lateral to be abandoned, and all other materials 20 and equipment necessary for completion of this bid item as detailed on the drawings, 21 including thrust restraint system. 22 b. Pipe installed to extend and connect the existing 10-IN lateral that exceeds 20 LF will 23 be quantified on a unit price, LF basis. 24 c. Work related to pavement repair and resurfacing is not included in this bid item. 25 2. Measurement: Each. 26 DD.Bid Item 30: 16-IN by 12-IN Tee Lateral Reconnection. 27 1. Work Included: 28 a. Furnishing labor, material, fittings, and equipment necessary to extend 12-IN lateral 29 from service side of existing isolation valve to proposed 16-IN waterline, make 30 connection using 12-IN flanged outlet tee, install new 12-IN FLxMJ Gate Valve on 12- 31 IN lateral, plug or cap portion of existing lateral to be abandoned, and all other materials 32 and equipment necessary for completion of this bid item as detailed on the drawings, 33 including thrust restraint system. 34 b. Pipe installed to extend and connect the existing 12-IN lateral that exceeds 20 LF will 35 be quantified on a unit price, LF basis. 36 c. Work related to pavement repair and resurfacing is not included in this bid item. 37 2. Measurement: Each. 38 EE. Bid Item 31: 16-IN by 16-IN Tee Lateral Reconnection. 39 1. Work Included: 40 a. Furnishing labor, material, fittings, and equipment necessary to extend 16-IN lateral 41 from service side of existing isolation valve to proposed 16-IN waterline, make 42 connection using 16-IN flanged outlet tee, install new 16-IN FLxMJ Butterfly Valve on 43 16-IN lateral, plug or cap portion of existing lateral to be abandoned, and all other 44 materials and equipment necessary for completion of this bid item as detailed on the 45 drawings, including thrust restraint system. 46 b. Pipe installed to extend and connect the existing 16-IN lateral that exceeds 20 LF will 47 be quantified on a unit price, LF basis. 48 c. Work related to pavement repair and resurfacing is not included in this bid item. 49 2. Measurement: Each, 50 FF. Bid Item 32: 24-IN by 6-IN Tee Lateral Reconnection. 51 1. Work Included: City of Lubbock 34tb Sheet Waterline Replacement Project - May 2008 01061 - 7 Of 1 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 2 on proposed 12-IN waterline with FLxMJ 8-IN Gate Valve and up to 20 LF of 8-IN 3 waterline and fittings as required, cut -in tee or tap on existing 8-IN waterline, thrust 4 restraint system, and all other materials and equipment necessary for completion of this 5 bid item as detailed on the drawings. Use cut -in tee where existing waterline can be 6 isolated. 7 b. Pipe installed to extend and connect the existing 8-IN lateral that exceeds 20 LF will be 8 quantified on a unit price, LF basis. 9 c. Work related to pavement repair and resurfacing is not included in this bid item. 10 2. Measurement: Each. 1 1 KK. Bid Item 37: 12-INby 10-INCross-Under Reconnection. 12 1. Work Included: 13 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 14 on proposed 12-IN waterline with FLxMJ 10-IN Gate Valve and up to 20 LF of 10-IN 15 waterline and fittings as required, cut -in tee or tap on existing 10-IN waterline, thrust 16 restraint system, and all other materials and equipment necessary for completion of this 17 bid item as detailed on the drawings. Use cut -in tee where existing waterline can be 18 isolated. 19 b. Pipe installed to extend and connect the existing 10-IN lateral that exceeds 20 LF will be 20 quantified on a unit price, LF basis. 21 c. Work related to pavement repair and resurfacing is not included in this bid item. 22 2. Measurement: Each. 23 LL. Bid Item 38: 16-IN by 6-IN Cross -Under Reconnection. 24 1. Work Included: 25 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 26 on proposed 16-IN waterline with FLxMJ 6-IN Gate Valve and up to 20 LF of 6-IN 27 waterline and fittings as required, cut -in tee or tap on existing 6-IN waterline, thrust 28 restraint system, and all other materials and equipment necessary for completion'of this 29 bid item as detailed on the drawings. Use cut -in tee where existing waterline can be 30 isolated. 31 b. Pipe installed to extend and connect the existing 6-IN lateral that exceeds 20 LF will be 32 quantified on a unit price, LF basis. 33 c. Work related to pavement repair and resurfacing is not included in this bid item. 34 2. Measurement: Each. 35 MM. Bid Item 39: 16-IN by 8-INCross-Under Reconnection. 36 1. Work Included: 37 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 38 on proposed 16-IN waterline with FLxMJ 8-IN Gate Valve and up to 20 LF of 8-IN 39 waterline and fittings as required, cut -in tee or tap on existing 8-IN waterline, thrust 40 restraint system, and all other materials and equipment necessary for completion of this 41 bid item as detailed on the drawings. Use cut -in tee where existing waterline can be 42 isolated. 43 b. Pipe installed to extend and connect the existing 8-IN lateral that exceeds 20 LF will be 44 quantified on a unit price, LF basis. 45 c. Work related to pavement repair and resurfacing is not included in this bid item. 46 2. Measurement: Each. 47 NN. Bid Item 40: 16-IN by 10-IN Cross -Under Reconnection. 48 1. Work Included: City of Lubbock 34th Street Waterline Replacement Project - May 2008 01061 - 9 I c. Work related to pavement repair and resurfacing is not included in this bid item. ' 2 2. Measurement: Each. - ; 3 SS. Bid Item 45: Type 2 Reconnection. 4 1. Work Included: 5 a. Furnishing labor, material, fittings, and equipment necessary to remove existing tees, cap 6 or plug line to be abandoned, install thrust restraint system, and reconnect line to remain - 7 in service as shown in Detail 2, Sheet 3C-05. 8 b. Pipe installed to extend and connect line to remain in service that exceeds 20 LF will be 9 quantified on a unit price, LF basis. 10 c. Work related to pavement repair and resurfacing is not included in this bid item. 11 2. Measurement: Each. G 12 TT. Bid Item 46: Type 3 Reconnection. 13 1. Work Included: 14 a. Furnishing labor, material, fittings, and equipment necessary to remove existing tee, cap 15 or plug line to be abandoned, install thrust restraint system, and reconnect line to remain 16 in service as shown in Detail 3, Sheet 3C-05. 17 b. Pipe installed to extend and connect line to remain in service that exceeds 20 LF will be 18 quantified on a unit price, LF basis. 19 c. Work related to pavement repair and resurfacing is not included in this bid item. 20 2. Measurement: Each. 21 UU. Bid Item 47: Type 4 Disconnection. 22 1. Work Included: 23 a. Furnishing labor, material, fittings, and equipment necessary to remove existing 24 connection piping and valve and plug existing lines at tee as shown in Detail 4, Sheet 25 3C-05. 26 b. Work related to pavement repair and resurfacing is not included in this bid item. 27 2. Measurement: Each. 28 VV. Bid Item 48: Connection to 16-IN Concrete Steel Cylinder Pipe. 29 1. Work Included: 30 a. Furnishing labor, material, fittings, and equipment necessary to connect proposed 16-IN 31 waterline to existing 16-IN CSC waterline using 16-IN flanged outlet tee, install new 32 FLxMJ 16-IN Gate Valve on 16-IN lateral, make connection to 16-IN CSC waterline 33 using appropriate CSC adaptor and closure fittings, plug or cap portion of cxisting 34 waterline to be abandoned, and all other materials and equipment necessary for 35 completion of this bid item as detailed on the drawings, including thrust restraint system. 36 b. Connections to CSC pipe will be performed by an approved specialty contractor with 37 appropriate tools and fittings on hand. 38 2. Measurement: Each. 39 WW. Bid Item 49: Connection to 20-IN Concrete Steel Cylinder Pipe. 40 1. Work Included: 41 a. Furnishing labor, material, fittings, and equipment necessary to connect proposed 24-IN 42 waterline to existing 20-IN CSC waterline using 24-INx20-IN reducer, 20-IN MJxMI 43 90-degree elbow or bend, make connection to 20-IN CSC waterline using appropriate 44 CSC adaptor and closure fittings, plug or cap portion of existing waterline to be 45 abandoned, and all other materials and equipment necessary for completion of this bid 46 item as detailed on the drawings, including thrust restraint system. 47 b. Connections to CSC pipe will be performed by an approved specialty contractor with 48 appropriate tools and fittings on hand. 49 2. Measurement: Each. 50 XX. Bid Item 50: Connection to 24-IN Concrete Steel Cylinder Pipe. 51 1. Work Included: v- City of Lubbock 34th Street Waterline Replacement Project - May 2008 01061- 11 I 1 DDD. Bid Item 56: Concrete Pavement Spot Repair. 2 1. Work Included: Furnish labor, material and equipment required for spot repair of concrete 3 pavement, including concrete pavement restoration and repair of damaged pavement, saw 4 cutting of existing pavement where required, excavating and replacing unsuitable subgrade 5 materials, shaping and compacting subgrade, placing, shaping and compacting base 6 material, placing and compacting temporary pavement, placing final surface course, and 7 installation of pavement markings. 8 2. Measurement: Square Yard of concrete pavement installed. 9 EEE. Bid Item 57: Concrete Curb and Gutter Replacement 10 1. Work Included: Furnish labor, material and equipment required replacing concrete curb and 11 gutter including excavating and replacing unsuitable subgrade materials, shaping and 12 compacting the subgrade, forming, placing and shaping concrete curb and gutter to match 13 existing curb and gutter, and all other materials and equipment necessary for completion of 14 this bid item as detailed on the drawings. 15 2. Measurement: Linear Foot of concrete curb and gutter replacement installed, regardless of 16 width or thickness. 17 FFF. Bid Item 58: Concrete Sidewalk Replacement 18 1. Work Included: Furnish labor, material and equipment required for replacing concrete 19 sidewalk, including saw cutting of existing sidewalk, excavating and replacing unsuitable 20 subgrade materials, shaping and compacting the subgrade, forming, installing steel, placing 21 concrete to match existing in appearance and texture, and all other materials and equipment 22 necessary for completion of this bid item as detailed on the drawings. 23 2. Measurement: Square Yard of sidewalk installed. 24 1.5 ADDITIVE ALTERNATE BID ITEMS: 25 A. Additive Alternate 1: Trench Safety. 26 1. Work Included: Installation, maintenance, and removal of trench safety protection systems 27 pursuant to the trench safety plan required to be submitted by Section 02221. 28 2. Measurement: Linear Foot measured along the centerline of trenches equaling or exceeding 29 five feet in depth. 30 B. Additive Alternate 2: Curb Inlet Erosion Control. 31 1. Work Included: Furnishing labor, material and equipment to install, maintain and remove 32 curb inlet protection as required in Section 02270 for erosion control or as directed by 33 Owner or Engineer. All other services and supplies for completion of this Bid Item are 34 included. 35 2. Measurement: Linear Foot. 36 C. Additive Alternate 3: Traffic Control. 37 1. Includes the cost of furnishing, installing and removing all traffic control devices necessary 38 to protect the public when working within public ROW in accordance with local and state 39 requirements and the TMUTCD. 40 2. Measurement: Lump Sum. 41 D. Additive Alternate 4: 6-IN Waterline. 42 1. Work Included: 43 a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 44 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 45 system and all other accessories required for a complete installation except as included 46 in the scope of other bid items. 47 b. Work includes restoration of any disturbed existing traffic control devices (i.e. signal 48 cables, loops, etc.), landscaping or irrigation systems to prior condition. City of Lubbock 34th Street Waterline Replacement project - May 2008 01061 - 13 CITY OF LUBBOCK SPECIFICATIONS FOR 34TH STREET MAJOR WATERLINE REPLACEMENT ITB # 08-725-DD Contract # 8517 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thg=roductioncompany.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas 041 CITY OF LUBBOCK INVITATION TO BID 1190 TITLE: 34TH STREET MAJOR WATERLINE REPLACEMENT ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 08-725-DD Contract # 8517 PROJECT NUMBER: 90273.8304.20000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE City of Lubbock, TX Public Works Contracting Office k Contractor Checklist for ITB - 08-725-DD PJJ Before submitting your bid, please ensure you have completed and included the following: 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 4. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late bids will not be accepted. LJ 5. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm Is FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 7, 8. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) 43 F1 1-711 INDEX F 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS F,;, 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT Eli 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 3-5. PROPOSED LIST OF SUB -CONTRACTORS ,3 4. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when bids are due.) 4-1. FINAL LIST OF SUB -CONTRACTORS S. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS ' 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS 77 4K 1 NOTICE TO BIDDERS ITB - 08-725-DD Sealed bids addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the Public Works Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M., August 20, 2008or as changed by the issuance of formal addenda to all plan holders, to furnish all labor and materials and perform all work for the construction of the following described project: 1134TH STREET MAJOR WATERLINE REPLACEMENT" After the expiration of the time and date above first written, said sealed bids will be opened in the f the Public works Contracting Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the Public works Contracting Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 P.M., August 20, 2008, and the City of Lubbock City Council will consider the bids on September 11, 2008, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in 71 accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on non -mandatory pre -bid conference on August 7.2008 at Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK. and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the Public works Contracting Office of the City of GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 3 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish 34TH STREET MAJOR WATERLINE REPLACEMENT per the attached specifications and contract documents. Sealed bids will be received no later than 1:00 P.M., on August 20, 2008 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB # 08-725-DD, 34th Street Major Waterline Replacement' and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Darlene Doss, Buyer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda 14 as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory are -bid Chambers, 1625 13'" Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective biddcr thcy represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFPdgpot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http:/./www.RFPdgpot.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the bid closing date. 1 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of F discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All 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 E contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Public works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR -� ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: ddoss(&mylubbock.us RFPDepot: httu://www.RFPdepot.com 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplatcd by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, J signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary Fi- service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such F, condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each FI employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) w have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must rn classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. �r# 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project -will be rejected and returned to the -1 bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid 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 intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: i _ 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 50 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the i State of Texas and under the laws of the State of Texas. In connection with the performance of work, the L Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY € AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR z PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION ' 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the BID SUBMITTAL w. • f Fi *****REVISED BiD SUBMITTAL***** UNIT NRiCE BID CONTRACT DATE: A %We —T7— t PROJECT NUMBER: 0 08-725-DD-34t" STREET MAJOR WATERLINE REPLACEMENT Bid of _ ��i1+�'� r,-i4 ws' •4 "14'•• _LfA. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your invitation to Bid for the construction of a 34t" STREET MAJOR WATERLINE "l REPLACEMENT, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with die plans, specifications and contract documents, within the time set forth therein and at the price stated below, The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. Estimated Itern Quantity No. & Unit Description of Item Total Amount I. 1 LS Mobilization. TOTAL ITEM k 171-br"iF.T6,..j $2g&9ooy'. /LS( 205,000.'r } (Und Price Atnounts .shall be shown in both words and numerols. In case ofdiwre{smey. the anouni shown in words shall govern.) 2. 1 I,S Public Relations and Notification. TOTAL ITEM # gmh6A bA" $ �.�°RA /LS( 8 } �'Soo."* (Unit Price Amounts . hall be chow» in hoth words and nunxvuls. In case ofdiscrepane). the amount shown in words shalt govern.) 3. 32,930 LF french Safety. TOTAL ITEM # 3: 044 Co.* $ 0,01 !LF( 37A. W } (Und Price Arnounls shall be shown to both words and numerals. In :aw ul discrepancy, the :unount ihown in words+hall guvcrn.) 4. 200 LF Curb Inlet Erosion Control. TO"r'AL ITEti1 N 4: T". r 00 $ is. iLF( (r00.,o ) tt' nit Price ,lrrto-.inis NO he :»+.own in both t wi-& .tnJ ro civrals fr..-xx at .hscr.pancy, ire arratini ,hown in t nrds :hall govcrtt. ) 5. 11 .%-tU Fraffic Control 1•OTA1, ITEM # ?:_Q , it,.,...t t).tt A 3 t .s /11v1fN 111,E !` ) tt rut Pr,cr Amounts ,h.,il he ,hewn m Nith %vw&,wJ numeral, fa W.4af.ltscrcpanc.. Ow ]trount ,humm n words shag( overn 1 C6 Bidder's initials �L Itcrtt Estimated No. Quantity & Unit Description of Item Total Amount 14. 120 LF 36-Inch Steel Casing by Bore and Jack TOTAL ITEM # 14: .- L" FCC pit" S 40.r L.F( (tlnit Price Amounts :hall he ihown in both words and numerals. In case of dist:repartc�. the ama mt shown :n words ,hat( got ern ) 15. 200 LF 28-inch Steel Casing by Open Cut TOTAL. ITEM # 15: Fp, ihiwilaj 1L ars S +40. ' ;LF( 80,a0." ) (Unit Price Amounts shall he shown in both words and numerals. In case of discrepancy, the amtnurt ihown in words shall govern. ) 16. 20 I.F 36-Inch Steel Casing by Open Cut ^ TOTAL. iTEN4 # 16: "_.WF#: Vgiy t., S +SO °� 11R Iitaay. me} (Unit Pricc Amounts shall he shown to both words and numerals. In case ofdiscreponcy, the amount shown in words shall govern.) 17. 11 EA Two-inch Gate Valve. 'TOTAL ITEM # 17:F";—RkJaA F, e94.n S 510 ~ iFA( 4,050. Do } (Unit Price Amoums +hall he shown in both words and numerals. In case ofdis—epancy, the amours AwAii in words shall govern ) 211 19, 11 EA Six-inch Gate Valve. "TOTAL ITEM # 18:Ali., 6.d.!.d T%:i4,t bA... S IWO /EA( lout". (Stint Pricc Aniounte; shall be shown in loth words and numerals. In case of disercoaney. the amount shown in words :hall govern.) 19, 7 EA Eight -inch Gate Valve. t`TOTAL ITEM # 19: T 1, w.. S U60.Ow lEA( 6140.°' ) (Lind Price Amounts shall Ile- shown in tvMh words and nurgentis. to case of discrepancy. the amount shown ;n words shall govern ) i 20. 6 EA Ten -inch Gate Valve. TOTAL ITEM # 20: ot.,r S LOW �� /EA( to, 4oa "' ) tUnit Price Amount shall be ;hown in Nkh words and numerals. In case ordiscrcpancy, the amount shown in vwrds shall govern.) 1. 6 EA 12-inch Gate Valve. TOTAL. ITEM # 2I:T%,iir. .A Ors L4,si O.Vyr. S. t.un.w EA( IZ.1too."s ) IUnit Price Anrrnnts.hall be shown inboth words and numerals in case ordtscrepancr, the tmount shown in Words .hall govern.) 22. 17 EA 16-inch Gate Valve. R.) T A L I I D-1 # 22: Fy& Tt� %i ov.1 EiiLk,1 4ulyglirtJ (}0401 w ; E.A(yaso " } I: rt.t farce .Ina„r.,. ,hall h: ,hown in lath iv,mb and numeras In •:alas rt,I.wrepuu.a:p the uvoant,ha,•11. w ,vur.):..h.4I 23. d EA 24-IN Butterfly Valve Installation CO AL ITEM # 23: T*" QeA 1 t�.WIJ b-dAe. S Z,1,,0W- .`EAJ 9 090.N ) fUn:t Price A,rnunts .half (-,Fawn ;n Loth .tord:. and numerals I case ol'ai,,crcpaner. the an•i;Lill t ;ht)wn n wur+Js ihell povtFri ) Bidder's Initials i FAi Itt:m Estimated No. Quantity & Unit Description of Itern Total Amount . 33. 1 EA Twenty-four x Eight -inch Tee Lateral Reconnection. TOTAL ITEM # 33:;t,. 1 ra.I.3 14"_l...t 5.It.. $'S,�oo." :`EA( 5,980." ) t Unu Prica .\mounts shall be shown in b th words and numrvals. In case of discrepancy. the amount shown to words .chill govern ) 34. 1 EA Twenty-four x Twelve -inch Tee Lateral Reconnection. TOTAL ITEM # 34:IA.,TL--..t,.t m, $ 1210M.' F',A( (Una Price Amounts shall be shown in NO yyords Ind numerals. In case ol'discrepancy, the amount shown in words .hull govern.) 35. 3 EA Twelve -inch x Six-inch Cross -Under Reconnection. TOTAL ITEM # 35: t„t� Fawr " tits,&ds $ %,4tw~ !EA( 1,2+-" ) (Unit Price Amounts NhalI be shown in both words and numerals. In case ol'discrepancy. the amount shown in words shall gosero.) 36. 1 EA Twelve -inch x Eight -inch Cross -Under Reconnection. TOTAL ITEM # 36: T6mT ..r...it Ottt..r. $ 9,a. °' !EA( S,atoo -" 1 it:ntt Price Amounts shalt ba shown in both words amid numerals. In case of discrepancy. the amount shown in words shalt govem.) r 37. 1 EA Twelve -inch x Ten -inch Cross -Under Reconnection. TOTAL ITEM # 37: F,ar, 1Q...,.x Ni.-o $ kmw." IEA( 4,ft.." 1 (unit Price Amounts shall be shown in Meth words and numerals. In case of discrepancy. the amount shown in words shall yuvern.) ,8- 38. 3 EA Sixteen -inch x six-inch Cross -Linder Reconnection TOTAL ITEM # 38: %wtr.'tL...t,1 %, �,,,.A.& D.9..s s 3.s«-" xm n,aa" ) t1_'nit Price Amounts shall be shown to both words and numerals. Incase ordiscrepancy, the amount shown in words shall govern.) 39. 5 EA Sixteen -inch x Eight -inch Cross -Under Reconnection TOTAL ITEM # 39: -Tarr. 16,,., A Alt, ttr...Jtr.d Q.tl..t $'lawn.- IEA( Ii ju.•' } (Unit Price Amounts shall be shown in both words and numerals. In case and so,:piraq, the amount shown in words shall govern.) 40. 5 EA Sixteen -inch x_Tcn-inch Cross -Under Reconnection TOTA L ITEM # 40: fay. j t{".d Ot. 64,1 $ 4+Boo." ;EA( A Ow.'" ) {Una P(We.. Amounts .hall he +huwit in h, h wool, .tad n,tmct ala. In ca+c ord,ua: pa,cy. ,lie .onount Jto-n if-, words shall ;,uvcrn } 41. 1 EA Sixteen -inch x Twelve -inch Crass -Under Reconnection. TOTA L ITEM* 41: sir TIyI , ..A fir IIr..4r.i p w. $ 6.4vo; ' !EA( 4.4w:' ) (l.na Prve.lmounr. ,hall �c shaven in NO cords and numerals. In case of ,F cretaney the amnunt <hown in %saris ;hall goyem. ( 42, 5 EA 'Twenty;, -four x Six-inch Cross-L nder Reconnection I O iA L I l PM # 42. Fivt lwumi A Fite I m&At,,A ridlaea $ 1554ts"i f A( 11, aoo." ) (tlmt Pricc Amou:u> vhali be ::hown :n hush ,yards .utd numerals III ca:,e of uisCle(Sir y. the .;mount >hou n uI wont% shall govern.! Bidder's Initials 0 Estimated l� Item Quantity N. & L'nil Description of Item Total Amount 52. 30 EA Fire Hydrant Assembly TOTAL ITEM # 52: T6,.,d.t 464.. S 4,oa O° /EA( 110,100!0 ) (I; nit Price Ammurns shall be ihown in hoth words and numerals. In case of dtsarepartc). the amount shown in •.vords shall govern 1 33. 1 LS Abandon Existing Waterlines TOTA L ITEM # 53: fi 6s T6%,,t Outlaw $ So. ft p. Isf lacoats-16 ) (lint Prig amounts shall be shuwri in both words and numerals. In case ordiscrpancy, the amount shown to %fiords shill govern.) 54. 32,930 LF Asphaltic Pavement Trench Repair cb TOTAL ITEM # 54: S-*-.' /LF( -144:" ) (Unit Price Amount chatl he shown in both words and nutrwrals. In case ofdtscrepam:y. the amountshown in wu►ds shall guvem ) 55. 1820 SY Asphaltic Pavement Spot Repair TOTAL ITEM # 55: I%Itor $ 11 w /SY( 30, 940.40 ) (Unit Prkx Amounts skull he shown in htth words and numerals. fit case of discrepancy, the amount shown in words shall govern. ) 56. 150 SY Concrete Pavement Spot Repair TOTAL ITEM # 56: :1P.VT . DAme, $ 5; /SY( ( Unit Price Amount% shall he shown in both words and numerals. to cuse of discrepancy, the amount shown in words ,hall t;overn y 57. 300 LF Concrete Curb and Gutter Replacement TOTAL ITEM # 57: _1"_0,.. 1f lt.., $ 31. ` ILN 9,400-°' ) (Unit Price Amounts shall tw shown in Iwth words and numerals. In ease ordiscrepancy. the amount shown in words shall govern ) 58. 100 SY Concrete Sidewalk Replacement TOTAL ITEM # 58:���,y - E:,}, R.16.. /SY( 4.9of_ ) W (Unit Price Amounts AhaN he, shown Trt both words and aumcrals In case ordiscrclasney. the amount :shown to words shall tovern ) TOTAL BASE BID. ITEMS #1 - #58: Tro�ttk,r, tiva lI«,.1.1� F,st.,_fiv.ltr«c.w,t Iv.. t�tw.l�•e.Twv.+,t -��.r 1d1w, 2,Ss5, azs. N4ATFRIAI.S-Q.-,66;t T -� � Tr~.lkx:.�Tlw{b..t~..l=warh.N�TG.w,wl `ti,�rrl{►,.Md �tt►11ars St,r►i, G�,,at «Lt3Zq,840 60 . LABUR;^ ' `tr $ 400 TOTAL BASE BIDFt«r.lhxt«, �*�I 11w.J E„ _Fwrl�...w.d ScwIF..►•eaiww tw-. tbll.n,s,�c +}G.hc 4r1 ',13�1•;. _-s (I. dr Pro: %moui*m °'ail V ,howr m hoth-.%ord; and surreral:. In ea:>e of rite ., );rnr :ir?tsr. ire •.au,'k ::r•.ttt ,tm..:rir ) a A 4- r ti C.%," cd Bidder's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount TOTAL ADDITIVE ALTERNATES. ITEMS #A-1 - #A-7: — MIATERIALS: !t,►.�.-�... Ilaw. L. t4„Aft1 ", t1tL, LABOR: 4ixtl 9.....'1G.....u.1 Tir,� l�.t,4. F.f�..- Fig.►�.tt.�� $ G'1. 3A+s ,•. TOTAL ADDITIVE ALTERNATES ITENIS # A -I - # A-7:1� ,- w S,,,.tl....tr„i 14;.44-A', 6A.Pi $ q2+zAis vo (Unit Price Amounts shall he shown in loth worts and numerals. In case of discrepancy• the ammint shown in words shalt govern ) TOTAL BASE BID AND ADDITIVE ALTERNATES. ITEMS # I - # 58 and # A-1 - # A-7: GB Tw k-o - kr► .l E;,l *Jwww«d 8... IIr-J..1 kv...►�. e:yl,► q. tlrs 1, 5", t, 5 ." MATERIAL' - ' � T - , e ►< �... r,�. -i t oe �r•�1aw.ltrw.taw.+1,-kr•.;w..atow.tlsw.twdi::,.�.,.fwa atlw....1 st�,.�.,.+, � �. ". LABOR: TOTAL BASE BID ITEMS # 1 - # 58 and ALL ADDITIVE ALTERNATE ITEMS # A-1 - # A-7; SL;nit Price Amounts shall be shown to !Kith words and numerals. to cAe of dsscreaaney, the amount shown in word shall govern.) c f7D(owktt--XkAIw..b.14.s+*,-Sp,p�.Nw.�'A.t�4,-tswDatlwn ...+t-rW: , G,,.+s A +4911,034-.110 Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 300 (THREE HUNDRED) CALENDAR DAYS and an additional 60 (SIXTY) CALENDAR DAYS for final completion thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1 000 (ONE THOUSAND) per day in excess of the time set forth herein above for substantial completion and $500 (FIVE HUNDRED) per day in excess of the time set forth herein above for final completion of this project, all as more fully set -, forth in the general conditions of the contract document. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be goal and may not be withdrawn for a period of thirty (30) calendar days after the �chedi ltd CIO irtg titre for receiving bids. The undersigned Bidder hereby declare that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further gees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. C— Bidder's Initials CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDA`'IT To Be Completed by Bidder and Agent Must be submitted with Bid ..1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance AgentlBroker. If I am awarded this contract by the City of Lubbock, I will be able to. within ten (10) business days after being notified of such award by the City. of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. rauit FUJI*$ Co for ( Original Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: Ut.1c . �o cir4.t.er .l ... Lt.l (Print or Type) CONTRACTOR'S FIRM ADDRESS:J21 N �y .. VYgff! 6, Tx 39a f i Name of Agent/Broker: _ 1*oil E S T " it. — Agent / Bro r (Signature) t Address of Agent/Broker: fn_r 2i'7 Al J I City,'State/Zip: (Zo�ctwP►1. Ix �(SoBti Agent/Broker Telephone Number: ( 01-M ) Date: 7,oy VV i .1 1 NOTE TO CONTRACTOR j If the time requirement specified above is not met, the City has the right to reject this bid and award the cont]the to another contractor. If you have any questions concerning these requirements, please contact the Buyer for City of Lublw,ck at (MM) 7"5-2168. ' i � I BID # ITB-08-125-DD - 34TH STREET MAJOR WATERLINE REPLACEMENT i i P M C 7-1 i SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: Complaints to, or final orders entered by, the Occupational Safety and health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, .pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE _Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such i firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City ot'Lubbock, with its bid E submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. CIS Bidder's Initials I SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). R Contractors receivingindividual awards of $25,000 or more and all sub -recipients must certify that their organization and P fy g its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the Firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: tt4;1:t.n -ti FEDERAL TAX ID or SOCIAL SE R No. 1S - h Signature of Company Official: Printed name of company official signing above: Gar„ bale., Date Signed: Llt 3 PROPOSED LIST OF SUBCONTRACTORS Company Name and City ?Minority Owned Yes or No r-. !J "t L CJ :j f�7 r j THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR BID. IF NO SUB-CONTRASCTORS WILL BE USED PLEASE INDICATE SO "s{ POST —CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when bids are due. FINAL LIST OF SUB -CONTRACTORS ,rE :i i F-Ji FINAL LIST OF SUB -CONTRACTORS 0 Company Name and City Minority Owned Yes or No 1. N/f ❑ ❑ 2. ❑ ❑ 1. 3 ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 71 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN TWO BUSINESS DAYS AFTER THE CLOSE DATE WHEN BIDS ARE DUE. IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO N. BID # ITB-08-725-DD - 34TH STREET MAJOR WATERLINE REPLACEMENT A z 0 w v O a w a rt E � 3 s.., . . .a _, > � a ; s•. 4 U BOND NO. 6550752 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) UTILITY CONTRACTORS OF KNOW ALL MEN BY THESE PRESENTS, that AMERICA, LTD • (hereinafter called the Principal(s), as Principal(s), and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Sure%; as SureMILL? s , are held�and fu RED y bound unto the City of Lubbock (hereinafter called the NTY Obligee), in the amount of�EVEN THOUSAND_ THYRTY POUR S�E 1D 4,977,034.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11 THday of SEPTEMBER 2008,to. BID #ITB-08-725-DD 34TH STREET MAJOR WATERLINE REPLACEMENT and said principal under the law is required before commencing the work provided for in said contract to execute a bond r in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. ` NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 1 ST day of OCTOBER , 2008. SAFECO INSURANCE COMPANY Surety OF AMERICA + By. (Title) MARLA HIL ATTORNEY -IN -FACT UTILITY CONTRACTORS OF AMERICA (Company Name) LTD L-IN (Signature) (Title) BOND NO. 6550752 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) UTILITY CONTRACTORS OF KNOW ALL MEN BY THESE PRESENTS, that AMERICA, LTD. (hereinafter called the Principal(s), y as Principal(s), and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety(s), as SureV(s), are held and fnrml bound unto the City of Lubbock (hereinafter called the Obligee)., in the amount ofFFOUR MILLrrO�N NINE HUNDRED SEVENTY Mars ($4,977,034.00) lawful money of the United States for the payment w ereo , e sai rmcipal and Surety bind themselves, and their heirs, administrators, executors, successom and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11 TH day of SEPTEMBER ,2008,to BID #ITB-08-725-DD 34TH STREET MAJOR WATERLINE REPLACEMENT 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 apart hereof as fully and to the same extent as if copied at length herein. 4 fNOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 1ST day of OCTOBER 2008. SAFECO INSURANCE COMPANY OF. AMERICA Surety *By: (T le) A HILL ATTORNEY -IN -FACT UTILITY CONTRACTORS OF AMERICA, (Company Name) LTD. By: /' /,S /1 a s (Printe N ) {Signature) (Title) 1 P31 SAFECO" State of Texas Surety Bond Claim Notice In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 www.SAFECO.com POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 11561 Safeco Insurance Company of America General Insurance Company of America Safeco Plaza Seattle, WA 98185 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint HOWARD COWAN; MARLA HILL; Lubbock, Texas its true and lawful attomey(s�in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 8th day of July 1 2008 STEPHANIE DALEY WATSON SECRETARY TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, 11 and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, U) The provisions of Article V, Section 13 of the By -Laws, and A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Stephanie Daley -Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attomey issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 1ST day of ;N,Z0 `✓ SEAL SEAL 19 x OCTOBER 2008 STEPHANIE DALEY-WATSON, SECRETARY SafecoO and the Safeco logo are registered trademarks of Safeco Corporation, S-09741DS 4/05 WEB PDF CERTIFICATE OF INSURANCE F", Fil 9 CONTRACTOR CHECKLIST A CONTRACTOR SHALL: zo) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (/ (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO 'THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. Q� UTILITY CONTRACTORS OF 927 Highway 62 - Wolfforth, Texas 79382-9778 September 30, 2008 City of Lubbock -Water. Utilities 1625 le Street Lubbock, Texas 79401 (806) 775-2343 Re: 34t' Street Major Waterline Replacement To Whom it May Concern, RICA, Ltd. (806) 866-9380, Fax # (806) 866-9530 Utility Contractors of America, Ltd. made a clerical error on the abovementioned project. Asphaltic Pavement Trench Repair, Item No. 54, was incorrectly entered and should have been the same as the Additive Alternate for Asphaltic Pavement Trench Repair, Item No. A-7. I apologize for any inconveniences this may have created. S' ce h< y ne, G.M. ACORD CERTIFICATE OF LIABILITY INSURANCE 08 PRODUCER (972) 772_7228 FAX: (972) 771-4695 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K 6 S Insurance Agency ONLY AND CONFERS RIGHTS ON THE CERTIFICATE HOLDER. THISCERTFICATEDOES NOT AMEND, EXTEND OR 2255 Ridge Road, Ste. 333 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. O. Box 277 Rockwall TX 75087 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A Val ley Fore Insurance 20508 Utility Contractors of America, Inc., DBA: INSURERB:United States Fire Ins. Utility Contractors of America, Ltd INSURER C: Travelers Llo ds Ins. Co. 41564 927 Hwy. 62 INSURERD: Wolfforth TX 79382 INSURERE: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. kTE LIMITS SHOWN MAY HAVE BEE 14 REDUCED BY PAID r[AIMS INSR ADD1 TYPE OF INSURANCE POLICY NUMBER POLICY (MMIDOmE PDDATE MEXPIRATION Y)LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DARAEMISESMGE TERENTEDoccurren $ 100,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE I d% OCCUR C2090553748 9/5/2008 9/5/2009 MEDEXP An one person)$ 5,000 PERSONAL & ADV IRY $ 1,000,000 X Additional Insured G140331A 01/01 X Waiver of Subrogatio GENERAL AGGREGATE $ 2,000,000 CG2404 11/85 GEN'L AGGREGATE LIMIT APPLIES PER: T - P! P A $ 2,000,000 POLICY I X I JE TT. LOC AUTOMOBILE X LIABILITY ANYAUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ A ALL OWNED AUTOS SCHEDULED AUTOS C2090553751 9/5/2008 9/5/2009 BODILY INJURY (Per accident) $ X HIRED AUTOS NON -OWNED AUTOS X X PROPERTY DAMAGE (Per accident) $ Additional Insured CA0403 6/04 CA2001 3/06 X Waiver of Subro atio GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ F I ANYAUTO $ AUTOONLY: AGG EXCESSNMBRELLAUABLnY Umbrella Follows Form EACH OCCURRENCE $ 10,000,000 X OCCUR CLAIMS MADE AGGRE TE 10,000,000 $ B DEDUCTIBLE 553-091561-1 9/5/2008 9/5/2009 $ X RETENTION 0 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY - ANY PROPRIETOR/PARTNER/EXECUTIVE Waiver of Subrogation WC420304A 1/00 X WC STAT - OTH- RY LIB I FIR E.L. EACH ACCIDENT Is 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 OFFtCER/MEMBER EXCLUDED? K yes, describe under SPECIAL PROVISIONS below WC2090553765 9/5/2008 9/5/2009 El, DISEASE - POLICY LIMIT I S 1,000,000 C OTHER Equipment Floater QT6605376B228 9/5/2008 9/5/2009 $4,781,640 w/$1000 Deductible C Installation Floater QT6605376B228 9/5/2008 9/5/2009 $300,000 w/$1000 Deductible C Rented/Leased E . QT6605376B228 9/5/2008 9/5/2009 $200,000 Max. Limit DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESIEXCLUSIONSADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: 34th St. Major Waterline Replacement. City of Lubbock, contractor, the owner, its and others when required by written contract should be known as Additional Insured on the liability policies with a Waiver of Subrogation on the same including Work Comp. G/L Insurance is written on a Primary and Non -Contributory Basis and all other insurance on a primary basis. *Except 10 days notice for non-payment of premium. City of Lubbock P. O. Box 2000, Suite 102 Lubbock, TX 79457 ACORD 25 (2001108) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE AUTHORIZED REPRESENTATIVE Johnny Moss/CHERYL =—T © ACORD CORPORATION 1988 P.— 1 nr 7 y� ' I Y CERTIFICATE OF INSURANCE # TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: Hi THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENF,R.4L LIABILITY Commercial General Liability General Aggregate S Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ I I Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) A UTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) S. Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos !I GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDER'S RISK I (H)% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence S Aggregate S Other Than Umbrella Form $ WORKERS COMPENSATION AND FAIPLOYERS' LIABILITY The Proprietor/ 1 Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTIIER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. L"MI CONTRACT # 8517 F�i STATE OF TEXAS COUNTY OF LUBBOCK /3 /,� . THIS AGREEMENT, made and entered into this h day of September, 2008, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and UTILITY CONTRACTORS OF AMERICA, LTD of the City of F.i WOLFFORTH, 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 Flperformed 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: FJBID # ITB-08-725-DD 34TH STREET MAJOR WATERLINE REPLACEMENT - $4,977,034 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents PA as defined in the General Conditions of Agreement. UTILITY CONTRACTORS OF AMERICA, LTD Is bid dated AUGUST 20, 2008 is incorporated into and made a part of this agreement. ( The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have f P been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make Ll payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: TITLE: U. D. COMPLETE ADDRESS: Company 044.4C Address qZ 1 City, State, Zip lrv;",4 fX I 13 05 4 ATTEST: Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): By: ��7, MAYOR ATTEST: (—Q. c City Secretry AS TAD CONTENT: GENERAL CONDITIONS OF THE AGREEMENT E"i GENERAL CONDITIONS OF THE AGREEMENT M!"11111 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit UTILITY CONTRACTORS OF AMERICA, LTD who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative WOOD FRANKLIN, CHIEF WATER UTILITIES ENGINEER, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 1 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. 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 shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 1 t14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the ' contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said Ei work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection F by Contractor, as provided herein, any and all objection or objections shall be deemed waived. Fil 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor w may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's a Representative and Contractor. 3 1 tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. .., 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the Fill! subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE El 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 frJ Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of 4 insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR �j 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the E project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing serZices on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling + of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; I' (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 800-372-7713 or 5I2-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage,-" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the l Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES ' The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting; in any way, manner or y form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor !� observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. <s 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such F]i work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. OUANTITIES AND MEASUREMENTS 1 No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, s area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and _ 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, 1 payment shall be for the actual amount of work done and materials furnished on the project. E`^ 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection 15 F such condemned work within a reasonable time after a written notice by the Owner or the Owner's jRepresentative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor ". shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right € under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by L Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed tdenial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 5- 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed 17 E available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in 19 DAVIS-BACON WAGE DETERMINATIONS E t�`� GENERAL DECISION: TX20080055 02/08/2008 TX55 Date: February 8, 2008 General Decision Number: TX20080055 02/08/2008 Superseded General Decision Number: TX20070057 State: Texas Construction Types: Heavy PIPELINE - ON -SHORE PIPELINE CONSTRUCTION: Counties: Texas Statewide. PIPELINE - ON -SHORE CONSTRUCTION Modification Number Publication Date 0 02/08/2008 SUTX1997-002 01/01/1997 Rates Fringes Laborers: Drillers ....................$ Hot Pay .....................$ 16.08 15.58 2.01 2.01 Jackhammermen...............$ 15.58 2.01 Loaders .....................$ 16.08 2.01 Powderman, blasters & shooters ....................$ 16.58 2.01 Unskilled ...................$ 15.08 2.01 Pipefitter .....................$ 36.49 7.45 Power equipment operators: Group I .....................$ 22.95 6.05 Group 2.....................$ 17.54 4.80 Group 3.....................$ 12.37 3.55 . Truck drivers:..•• Group 1. .$ ..•••••• 18.82 a Group 2.....................$ 18.82 a Group 3........ ............$ 16.81 a Group 4....... ...... .$ 16.04 a Group 5.....................$ 15.71 a FOOTNOTE a - $2.52 PER HOUR PLUS $41.00 PER WEEK WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. TRUCK DRIVER CLASSIFICATIONS GROUP 1 - Truck Mechanics GROUP 2 - Lowboy, rollagon or similar type equipment - GROUP 3 - A -Frame, Gin pole, Tandem float (4 & 5 axle), * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters', initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. `-j With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 D 7.1 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 77 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: 1 Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION z 0 H Q U w U W a � ,. Table of Contents DIVISION 1 - GENERAL REQUIREMENTS 01060 SPECIAL CONDITIONS 01061 BID ITEMS: SCOPE OF WORK 01100 SCHEDULE AND SEQUENCE OF CONSTRUCTION 01340 SUBMITTALS 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01600 PRODUCT DELIVERY, STORAGE, AND HANDLING 01640 PRODUCT SUBSTITUTIONS 01710 CLEANING DIVISION Z - SITE WORK 02072 DEMOLITION, CUTTING AND PATCHING 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 02224 PIPELINE UNDERCROSSINGS 02260 TOPSOILING AND FINISHED GRADING 02270 SOIL EROSION AND SEDIMENT CONTROL 02502 CONCRETE PAVEMENT, CURB AND SIDEWALK 02513 ASPHALTIC CONCRETE VEHICULAR PAVING 02515 PRECAST CONCRETE MANHOLE STRUCTURES 02660 WATER MAIN CONSTRUCTION DIVISION 3 - CONCRETE 03002 CONCRETE DIVISION IS - MECHANICAL 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15062 PIPE: DUCTILE 15063 PIPE: COPPER 15064 PIPE: PLASTIC 15100 VALVES: BASIC REQUIREMENTS 15101 GATE VALVES 15103 BUTTERFLY VALVES 15510 FIRE HYDRANT APPENDIX A SUBSURFACE EXPLORATION REPORT 00008-51897 City of Lubbock 34th Street Waterline Replacement Project - May 2008 Table of Contents -1 ��`�'''�tl�. •�°;� phi yt . . ...................:... �JOHN A. MARLEA ..................�. • 85514 YONAL S-s4•� DIVISION I GENERAL REQUIREMENTS w� 1 2007/05/11 2 3 7 Nr 4 PART1- GENERAL 61 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 SECTION 01060 SPECIAL CONDITIONS 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Conference. b. Project signs. c. Contractor's Superintendent's Field Office. d. Drawings and Contract Documents for Contractor use. e. Contractor Responsibilities. f. Project video. g. Project photographs. h. Testing. i. Project meetings. j. Video recording equipment. k. Special considerations related to adjacent properties and facilities. 1. Water for Construction. m. Historical and archaeological finds. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRECONSTRUCTION CONFERENCE A. A preconstruction conference shall be held at the Owner's offices after award of Contract. 1. Engineer will notify the Contractor as to the date and time of the conference two (2) weeks in advance of the proposed date. 2. Contractor's Project Manager and Project Superintendent and Contractor's Subcontractor Representatives shall attend. 1.3 PROJECT SIGNS A. Contractor may furnish and install the following signs at their discretion: 1. Project sign as approved by Owner. B. Install in location approved by Owner. C. Signs not listed in this Specification permitted only upon approval of Owner. 1.4 CONTRACTOR'S SUPERINTENDENT'S FIELD OFFICE A. Optional —Contractor shall make all arrangements for a site and all required utilities, if afield office is desired. B. Remove field office from site upon acceptance of the entire work by the Owner. 1.5 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE A. Refer to General Conditions. B. Contractor shall pick up all "no -charge" documents within 10 days from date of Notice to Proceed. City of Lubbock 34th Street waterline Replacement Project - May 2008 01060- 1 I c. Owner's designated representative(s). 2 d. Engineer's designated representative(s). 3 e. Contractor's subcontractors as appropriate to the Work in progress. 4 f. Owner's Construction Quality Control Consultant. 5 2. Meetings will be conducted monthly, or as needed. 6 3. The Engineer will take meeting minutes and submit copies of meeting minutes to 7 participants and designated recipients identified at the Preconstruction Conference. 8 a. Corrections, additions or deletions to the minutes shall be noted and addressed at the 9 following meeting. 10 4. The Engineer will schedule meetings for most convenient time frame. 11 5. The Engineer will have available at each meeting full chronological files of all previous 12 meeting minutes. 13 6. The Contractor shall have available at each meeting up-to-date record drawings. 14 1.11 VIDEO RECORDING EQUIPMENT 15 A. Provide full access to Owner or Owner's authorized representative to perform video recording of 16 construction activities, training sessions, start-up, trouble shooting, etc. 17 1.12 SPECIAL CONSIDERATIONS RELATED TO ADJACENT PROPERTIES AND 18 FACILITIES 19 A. Contractor shall be responsible for negotiations of any waivers or alternate arrangements 20 required to enable transportation of materials to the site. 21 B. Site safety will be the sole responsibility of the Contractor. All excavations will be backfilled or 22 covered at the end of each work day. Barricades and fencing will be employed as necessary to 23 ensure public safety. 24 C. Maintain conditions of access roads to site such that access is not hindered as the result of 25 construction related deterioration. 26 1.13 WATER FOR CONSTRUCTION 27 A. Contractor shall pay deposit and secure fire hydrant meter from Owner for water. 28 1. Owner shall pay for water used by Contractor for construction purposes. 29 1.14 HISTORICAL AND ARCHAEOLOGICAL 30 A. If during the course of construction, evidence of deposits of historical or archeological interest is 31 found, the Contractor shall cease operations affecting the find and shall notify Owner. 32 1. No further disturbance of the deposits shall ensue until the Contractor has been notified by 33 Owner that Contractor may proceed. 34 2. Owner will issue a notice to proceed after appropriate authorities have surveyed the find and 35 made a determination to Owner. 36 3. Compensation to the Contractor, if any, for lost time or changes in construction resulting 37 from the find, shall be determined in accordance with changed or extra work provisions of 38 the Contract Documents. 39 4. The site has been previously investigated and has no known history of historical or 40 archaeological finds. 41 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 42 PART 3 - EXECUTION - (NOT APPLICABLE TO THIS SECTION) 43 END OF SECTION City of Lubbock 34th Street Waterline Replacement Project - May 2008 01060 - 3 a 1 2 3 PART1- GENERAL SECTION 01061 BID ITEMS: SCOPE OF WORK 4 A. Section Includes: 5 1. A description of the work included with each Bid Item. 6 2. Basis of measurement for each Bid Item. 7 B. Related Sections include but are not necessarily limited to: 8 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 9 2. Division 1 - General Requirements. 10 3. Section 02221 —Trenching, Backfilling, and Compacting for Utilities. 11 4. Section 02270 — Soil Erosion and Sediment Control. 12 1.2 DESCRIPTION OF WORK 13 A. This Project involves the replacement of the 34'h Street water main within the City of Lubbock 14 drinking water distribution system from Quaker Avenue at 19'h Street to 34`h Street, following 15 33rd and 34'h Streets to Avenue A, then heading north on Avenue A to 19`h Street. Major Work 16 items in the Project include installation of new waterline up to 24 IN, appurtenant valves and 17 fire hydrants, reconnection to existing water services, street repair, abandonment of existing 18 waterlines and other items as detailed in the Contract Documents. 19 1.3 DEFINITIONS 20 A. "Cost" refers to the total cost to the OWNER for the work described, including all of direct and 21 indirect costs bome by the Contractor in conjunction with the work described, plus Contractor's 22 overhead and profit associated with the work described. 23 1.4 BID ITEMS: 24 A. Bid Item 1: Mobilization. 25 1. Work Included: Provision of acceptable Contract Documents, bonds, insurance, and 26 placement in field and transportation of Contractor's equipment to the project. Mobilization 27 and start up will be paid 50 percent upon submission of the first pay application. The 28 remaining 50 percent will be paid on a performance basis over the following applications. 29 2. Measurement: Lump Sum. Shall not exceed 7% of total bid price. 30 B. Bid Item 2: Public Relations and Notification. 31 1. Work Included: 32 a. Attend one, 4-hour public meeting prior to beginning construction. The meeting time 33 and location will be determined by the Owner. 34 b. Distribute door hangers or similar literature to residents and businesses adjacent to the 35 project construction corridor. The content shall be approved by the Owner prior to 36 distribution, and the information must be delivered a minimum of two weeks in advance 37 of construction. 38 c. Notify the Owner 2 weeks prior to beginning construction on a new roadway and 48 39 hours before implementing actual street closures. 40 2. Measurement: Lump Sum. 41 C. Bid Item 3: Trench Safety. 42 1. Work Included: Installation, maintenance, and removal of trench safety protection systems 43 pursuant to the trench safety plan required to be submitted by Section 02221. 44 2. Measurement: Linear Foot measured along the centerline of trenches equaling or exceeding 45 five feet in depth. R�.Ni I Sri? City of L+ibbock 34th Street Waterline Replacement Project —May 2008 01061 - 1 1 2 3 4 5 6 7 8 9 10 It 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 I. K. f I(1i_N )�-i I S,)- b. Work includes restoration of any disturbed existing traffic control devices (i.e. signal cables, loops, etc.), landscaping or irrigation systems to prior condition. c. Bid price includes installing waterline where it crosses at or below elevation of existing utilities and adjusting, relocating, and/or repairing each utility in accordance with the utility owner's requirements and standards as may be required to facilitate installation of the water main and per the details in the drawings. d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and remedying any leaks, furnishing all materials and labor for disinfecting the line, and providing testing services for water analysis. Any re -testing, re-examination shall be included in this bid item. This item includes all sampling related to collection, testing, and reporting. 2. Measurement: Linear Foot measured along the centerline of the pipe. Bid Item 9: 10-IN Waterline. I. Work Included: a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, complete with fittings, thrust restraint systems, spoils disposal, connections to existing system and all other accessories required for a complete installation except as included in the scope of other bid items. b. Work includes restoration of any disturbed existing traffic control devices (i.e. signal cables, loops, etc.), landscaping or irrigation systems to prior condition. c. Bid price includes installing waterline where it crosses at or below elevation of existing utilities and adjusting, relocating, and/or repairing each utility in accordance with the utility owner's requirements and standards as may be required to facilitate installation of the water main and per the details in the drawings. d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and remedying any leaks, furnishing all materials and labor for disinfecting the line, and providing testing services for water analysis. Any re -testing, re-examination shall be included in this bid item. This item includes all sampling related to collection, testing, and reporting. 2. Measurement: Linear Foot measured along the centerline of the pipe. Bid Item 10: 12-IN Waterline. 1. Work Included: a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, complete with fittings, thrust restraint systems, spoils disposal, connections to existing system and all other accessories required for a complete installation except as included in the scope of other bid items. b. Work includes restoration of any disturbed existing traffic control devices (i.e. signal cables, loops, etc.), landscaping or irrigation systems to prior condition. c. Bid price includes installing waterline where it crosses at or below elevation of existing utilities and adjusting, relocating, and/or -repairing each utility in accordance with the utility owner's requirements and standards as may be required to facilitate installation of the water main and per the details in the drawings. d. Furnishing all materials and labor for Flushing, pressure testing, inspecting the line and remedying any leaks, furnishing all materials and labor for disinfecting the line, and providing testing services for water analysis. Any re -testing, re-examination shall be included in this bid item. This item includes all sampling related to collection, testing, and reporting. 2. Measurement: Linear Foot measured along the centerline of the pipe. Bid Item 11: 16-IN Waterline. 1. Work Included: a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, complete with fittings, thrust restraint systems, spoils disposal, connections to existing system and all other accessories required for a complete installation except as included in the scope of other bid items. City of Lubbock 34th Street Waterline Replacement Pmject - May 2008 01061 - 3 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 P Lei R. S. T U. V W. Bid Item 16: 6-IN Gate Valve. 1. Work Included: Furnishing and installing FLxMJ or MJxMJ 6-IN Gate Valve as specified with valve box, thrust restraint system, and all other materials and equipment necessary for a complete installation as shown on the drawings. 2. Measurement: Each. Bid Item 17: 8-IN Gate Valve. 1. Work Included: Furnishing and installing FLxMJ or MJxMJ 8-IN Gate Valve as specified with valve box, thrust restraint system, and all other materials and equipment necessary for a complete installation as shown on the drawings. 2. Measurement: Each. Bid Item 18: 10-IN Gate Valve. 1. Work Included: Furnishing and installing FLxMJ or MJxMJ 10-IN Gate Valve as specified with valve box, thrust restraint system, and all other materials and equipment necessary for a complete installation as shown on the drawings. 2. Measurement: Each. Bid Item 19: 12-IN Gate Valve. I. Work Included: Furnishing and installing FLxMJ or MJxMJ 12-IN Gate Valve as specified with valve box, thrust restraint system, and all other materials and equipment necessary for a complete installation as shown on the drawings. 2. Measurement: Each. Bid Item 20: 16-IN Gate Valve. 1. Work Included: Furnishing and installing FLxMJ or MJxMJ 16-IN Gate Valve as specified with valve box, thrust restraint system, and all other materials and equipment necessary for a complete installation as shown on the drawings. 2. Measurement: Each Bid Item 21: 24-IN Butterfly Valve Installation. 1. Work Included: Furnishing and installing FLxFL 24-IN Butterfly Valve Installation as specified and detailed on Sheet 3C-10 with precast concrete vault structure, 24-IN dismantling joint, pipe supports, 6-IN bypass piping with 6-IN MJxMJ Gate Valve, valve boxes, thrust restraint system, and all other materials and equipment necessary for a complete installation as shown on the drawings. 2. Work related to pavement repair and resurfacing is not included in this bid item. 3. Measurement: Each Bid Item 22: Saddle Tap Reconnection for Less than 4-IN Lateral Service Lines. 1. Work Included: a. Furnishing labor, material, fittings, and equipment necessary to extend service line from service side of existing isolation valve to proposed waterline using a maximum of 20 LF of 2-IN service line, make connection with a tapping saddle, install new 2-IN corporation stop, plug or cap portion of existing service lateral to be abandoned, and all other materials and equipment necessary for completion of this bid item as detailed on the drawings, including thrust restraint system. b. Pipe installed to extend and connect the existing lateral that exceeds 20 LF will be quantified on a unit price, LF basis. c. Work related to pavement repair and resurfacing is not included in this bid item. 2. Measurement: Each. Bid Item 23: Upsize Existing Distribution Laterals Less than 6-IN. 1. Work Included: City of Lubbock 34th Street Waterline Replacement Project - May 2008 01061 - 5 Fil 1 1 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 2 on proposed 12-IN waterline with FLxMJ 6-IN Gate Valve and up to 20 LF of 6-IN 3 waterline and fittings as required, cut -in tee or tap on existing 6-IN waterline, thrust 4 restraint system, and all other materials and equipment necessary for completion of this 5 bid item as detailed on the drawings. Use cut -in tee where existing waterline can be 6 isolated. 7 b. Pipe installed to extend and connect the existing 6-IN lateral that exceeds 20 LF will be 8 quantified on a unit price, LF basis. 9 c. Work related to pavement repair and resurfacing is not included in this bid item. 10 2. Measurement: Each. I 1 BB. Bid Item 28: 12-IN by 8-IN Cross -Under Reconnection. 12 I. Work Included: 13 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 14 on proposed 12-IN waterline with FLxMJ 8-IN Gate Valve and up to 20 LF of 8-IN 15 waterline and fittings as required, cut -in tee or tap on existing 8-IN waterline, thrust 16 restraint system, and all other materials and equipment necessary for completion of this 17 bid item as detailed on the drawings. Use cut -in tee where existing waterline can be 18 isolated. 19 b. Pipe installed to extend and connect the existing 8-IN lateral that exceeds 20 LF will be 20 quantified on a unit price, LF basis. 21 c. Work related to pavement repair and resurfacing is not included in this bid item. 22 2. Measurement: Each. 23 CC. Bid Item 29: 12-IN by_IO-IN Cross -Under Reconnection. 24 1. Work Included: 25 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 26 on proposed 12-IN waterline with FLxMJ 10-IN Gate Valve and up to 20 LF of 10-IN 27 waterline and fittings as required, cut -in tee or tap on existing 10-IN waterline, thrust 28 restraint system, and all other materials and equipment necessary for completion of this 29 bid item as detailed on the drawings. Use cut -in tee where existing waterline can be 30 isolated. 31 b. Pipe installed to extend and connect the existing 10-IN lateral that exceeds 20 LF will be 32 quantified on a unit price, LF basis. 33 c. Work related to pavement repair and resurfacing is not included in this bid item. 34 2. Measurement: Each. 35 DD. Bid Item 30: 16-IN by 6-IN Cross -Under Reconnection. 36 1. Work Included: 37 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 38 on proposed 16-IN waterline with FLxMJ 6-IN Gate Valve and up to 20 LF of 6-IN 39 waterline and fittings as required, cut -in tee or tap on existing 6-IN waterline, thrust 40 restraint system, and all other materials and equipment necessary for completion of this 41 bid item as detailed on the drawings. Use cut -in tee where existing waterline can be 42 isolated. 43 b. Pipe installed to extend and connect the existing 6-IN lateral that exceeds 20 LF will be 44 quantified on a unit price, LF basis. 45 c. Work related to pavement repair and resurfacing is not included in this bid item. 46 2. Measurement: Each. 47 EE. Bid Item 31: 16-IN by 8-IN Cross -Under Reconnection. 48 1. Work Included: on it n )8- 518-C City of Lubbock 34th Street Waterline Replacement Project - May 2008 01061 - 7 I 1 a. Furnishing labor, material, fittings, and equipment necessary to install Flanged outlet tee 2 on proposed 24-IN waterline with FLxMJ 8-IN Gate Valve and up to 20 LF of 8-IN 3 waterline and fittings as required, cut -in tee or tap on existing 8-IN waterline, thrust 4 restraint system, and all other materials and equipment necessary for completion of this 5 bid item as detailed on the drawings. Use cut -in tee where existing waterline can be 6 isolated. 7 b. Pipe installed to extend and connect the existing 8-IN lateral that exceeds 20 LF will be 8 quantified on a unit price, LF basis. 9 c. Work related to pavement repair and resurfacing is not included in this bid item. 10 2. Measurement: Each. 1 l JJ. Bid Item 36: Type 1 Reconnection. 12 1. Work Included: 13 a. Furnishing labor, material, fittings, and equipment necessary to remove existing cross, 14 cap or plug line to be abandoned, install thrust restraint system, and reconnect line to 15 remain in service as shown in Detail 1, Sheet 3C-05. 16 b. Pipe installed to extend and connect line to remain in service that exceeds 20 LF will be 17 quantified on a unit price, LF basis. 18 c. Work related to pavement repair and resurfacing is not included in this bid item. 19 2. Measurement: Each. 20 KK. Bid Item 37: Type 2 Reconnection. 21 1. Work Included: 22 a. Furnishing labor, material, fittings, and equipment necessary to remove existing tees, cap 23 or plug line to be abandoned, install thrust restraint system, and reconnect line to remain 24 in service as shown in Detail 2, Sheet 3C-05. 25 b. Pipe installed to extend and connect line to remain in service that exceeds 20 LF will be 26 quantified on a unit price, LF basis. 27 c. Work related to pavement repair and resurfacing is not included in this bid item. 28 2. Measurement: Each. 29 LL. Bid Item 38: Type 3 Reconnection. 30 I. Work Included: 31 a. Furnishing labor, material, fittings, and equipment necessary to remove existing tee, cap 32 or plug line to be abandoned, install thrust restraint system, and reconnect line to remain 33 in service as shown in Detail 3, Sheet 3C-05. 34 b. Pipe installed to extend and connect line to remain in service that exceeds 20 LF will be 35 quantified on a unit price, LF basis. 36 c. Work related to pavement repair and resurfacing is not included in this bid item. 37 2. Measurement: Each. 38 MM. Bid Item 39: Type 4 Disconnection. 39 1. Work Included: 40 a. Furnishing labor, material, fittings, and equipment necessary to remove existing 41 connection piping and valve and plug existing lines at tee as shown in Detail 4, Sheet 42 3C-05. 43 b. Work related to pavement repair and resurfacing is not included in this bid item. 44 2. Measurement: Each. 45 NN. Bid Item 40: Connection to 16-IN Concrete Steel Cylinder Pipe, 46 1. Work Included: 47 a. Furnishing labor, material, fittings, and equipment necessary to connect proposed 16-IN 48 waterline to existing 16-IN CSC waterline using 16-IN flanged outlet tee, install new 49 FLxMJ 16-IN Gate Valve on 16-IN lateral, make connection to 16-IN CSC waterline 50 using appropriate CSC adaptor and closure fittings, plug or cap portion of existing 51 waterline to be abandoned, and all other materials and equipment necessary for 52 completion of this bid item as detailed on the drawings, including thrust restraint system. i(u,a)n-i I tia ; City of Lubbock 34th Street Waterline Replacement Project - May 2008 01061 - 9 FA!, 1 1. Work Included: Furnish labor, material and equipment required for asphaltic pavement 2 restoration and repair of damaged pavement along route of proposed waterline, including 3 saw cutting of existing pavement on each side of trench, excavating and replacing 4 unsuitable subgrade materials, shaping and compacting subgrade, placing, shaping and 5 compacting base material, application of tack and/or prime coats, placing and compacting 6 temporary pavement, placing and compacting final surface course, installation of pavement 7 markings, and all other materials and equipment necessary for completion of this bid item as 8 detailed on the drawings. 9 2. Measurement: Linear Foot measured along the centerline of the pipe. 10 UU. Bid Item 47: Asphaltic Pavement Spot Repair. 1 1 I . Work Included: Furnish labor, material and equipment required for spot repair of asphaltic 12 pavement, including asphaltic pavement restoration and repair of damaged pavement, saw 13 cutting of existing pavement where required, excavating and replacing unsuitable subgrade 14 materials, shaping and compacting subgrade, placing, shaping and compacting base 15 material, application of tack and/or prime coats, placing and compacting temporary 16 pavement, placing and compacting final surface course, and installation of pavement 17 markings. 18 2. Measurement: Square Yard of asphaltic pavement installed. 19 VV. Bid Item 48: Concrete Pavement Spot Repair. 20 1. Work Included: Furnish labor, material and equipment required for spot repair of concrete 21 pavement, including concrete pavement restoration and repair of damaged pavement, saw 22 cutting of existing pavement where required, excavating and replacing unsuitable subgrade 23 materials, shaping and compacting subgrade, placing, shaping and compacting base 24 material, placing and compacting temporary pavement, placing final surface course, and 25 installation of pavement markings. 26 2. Measurement: Square Yard of concrete pavement installed. 27 WW. Bid Item 49: Concrete Curb and Gutter Replacement 28 1. Work Included: Furnish labor, material and equipment required replacing concrete curb and 29 gutter including excavating and replacing unsuitable subgrade materials, shaping and 30 compacting the subgrade, forming, placing and shaping concrete curb and gutter to match 31 existing curb and gutter, and all other materials and equipment necessary for completion of 32 this bid item as detailed on the drawings. 33 2. Measurement: Linear Foot of concrete curb and gutter replacement installed, regardless of 34 width or thickness. 35 XX. Bid Item 50: Concrete Sidewalk Replacement 36 1. Work Included: Furnish labor, material and equipment required for replacing concrete 37 sidewalk, including saw cutting of existing sidewalk, excavating and replacing unsuitable 38 subgrade materials, shaping and compacting the subgrade, forming, installing steel, placing 39 concrete to match existing in appearance and texture, and all other materials and equipment 40 necessary for completion of this bid item as detailed on the drawings. 41 2. Measurement: Square Yard of sidewalk installed. 42 1.5 ADDITIVE ALTERNATE BID ITEMS: 43 A. Additive Alternate I: Trench Safety. 44 1. Work Included: Installation, maintenance, and removal of trench safety protection systems 45 pursuant to the trench safety plan required to be submitted by Section 02221. 46 2. Measurement: Linear Foot measured along the centerline of trenches equaling or exceeding 47 five feet in depth. 48 B. Additive Alternate 2: Curb Inlet Erosion Control. City of Lubbock 34th Street Waterline Replacement Project - May 2008 01061 - 11 r Fiji FJ I I G. Additive Alternate 7: Asphaltic Pavement Trench Repair. 2 1. Work Included: Furnish labor, material and equipment required for asphaltic pavement 3 restoration and repair of damaged pavement along route of proposed waterline, including 4 saw cutting of existing pavement on each side of trench, excavating and replacing 5 unsuitable subgrade materials, shaping and compacting subgrade, placing, shaping and 6 compacting base material, application of tack and/or prime coats, placing and compacting 7 temporary pavement, placing and compacting final surface course, installation of pavement 8 markings, and all other materials and equipment necessary for completion of this bid item as 9 detailed on the drawings. 10 2. Measurement: Linear Foot measured along the centerline of the pipe. 12 END OF SECTION City of Lubbock 34th Street Waterline Replacement Project - May 2008 01061 - 13 I 1 SECTION 01100 2 SCHEDULE AND SEQUENCE OF CONSTRUCTION 3 PART1- GENERAL 4 1.1 SUMINIARY 5 A. Section Includes: 6 1. Requirements for development, submittal, and maintenance of the project construction 7 schedule. 8 2. Construction sequencing requirements. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 11 2. Division 1 - General Requirements. 12 1.2 SCHEDULE 13 A. All construction operations shall be scheduled and executed so as to provide minimal disruption 14 to utility services, the flow of traffic, and the use of surrounding properties. 15 B. Within 10 days after award of Contract, submit for approval a critical path type schedule 16 prepared using Microsoft "Project" or equivalent scheduling software. Account for schedule of 17 Subcontracts. Include proper sequence of construction, various crafts, purchasing time, shop 18 drawing approval, material delivery, equipment fabrication, startup, demonstration, and similar 19 time consuming factors. Show on schedule as a minimum, earliest starting, earliest completion, 20 latest starting, latest finish, and free and total float for each task or item. 21 C. Evaluate schedule not less than monthly. Update, correct, and rerun schedule and submit to 22 Engineer in triplicate with pay application to show rescheduling necessary to reflect true job 23 conditions. When shortening of various time intervals is necessary to correct for behind 24 schedule conditions, indicate steps to implement to accomplish work in shortest schedule. 25 Submit information to Engineer in writing with revised schedule. 26 D. If Contractor does not take necessary action to accomplish work according to schedule, 27 Contractor may be ordered by Owner in writing to take necessary and timely action to improve 28 work progress. Owner may require increased work forces, extra equipment, extra shifts or other 29 action as necessary. Should Contractor refuse or neglect to take such action authorized, under 30 provisions of this contract, Owner may take necessary actions including, but not necessarily 31 limited to, withholding of payment and termination of contract. 32 E. Upon receipt of approved "Work Schedule," within 10 days, submit to Engineer an estimated 33 payment schedule by each month of project duration. Include a composite curve to show 34 estimated value of work complete and stored materials less specified retainage. Establish key 35 months when work will be 50, 75, and 100 percent complete. During the course of work, update 36 with new composite curves at key months or whenever variation is expected to be more than 37 plus or minus 10 percent. Retain original or previous composite curves as dashed curves on all 38 updates. Include a heavy plotted curve to show ACTUAL payment curve on all updates. City of Lubbock 34th Street Waterline Replacement Project - May 2008 01100- 1 L-1 1 7. The Contractor shall not remove or abandon existing pipes until all existing services have 2 been transferred to the new waterline or temporary service has been provided, and the 3 Owner's Representative approves. The Contractor shall maintain the temporary pavement 4 patch until completion of all work. Adequate provisions shall be made by the Contractor 5 during construction for the care and protection of existing waterlines and water services in 6 use. 7 8. Service to existing waterlines shall be shut off for at least 48 hours before disconnecting the 8 existing pipes. 9 9. Abandon segments of the existing waterline by capping or plugging exposed ends after the 10 corresponding segments of new waterline have been placed in service and all reconnections 11 have been completed. 12 10. The Contractor shall make all final adjustments of valve boxes, water meter boxes, and 13 rings and covers to final grade at no additional cost to the Owner, and shall then make the 14 final surface restorations in accordance with the Contract. 15 I. Any existing utilities, fencing, structures, etc. that are damaged or removed shall be repaired to 16 the like new condition or replaced with new by the Contractor at no cost to the Owner. 17 J. Repair of damaged utilities: 18 1. Any utilities (i.e. telephone, gas, water sewer, cable, electricity, etc.) providing service shall 19 be repaired immediately. The Contractor shall call the appropriate provider and coordinate 20 repair. 21 a. Upon discovery of a damaged or compromised utility, the Contractor shall immediately 22 evaluate and determine the impact to the property owner(s). After completing the initial 23 assessment, the Contractor shall take the necessary action so as to ensure the property 24 owner's (or tenant/renter in the case of a private residence) basic as well as special 25 (life) needs are provided without interruption. 26 b. Water and or sewer service to a residence, place of business, church or other public 27 gathering place that is damaged shall be repaired within three (3) hours of the initial 28 discovery provided basic (as well as any special) life needs are met. 29 c. Telephone and electrical service to a residence, place of business, church or other 30 public gathering place that is damaged shall be repaired within eight hours of the initial 31 discovery provided basic (as well as any special) life needs are met. 32 d. Contractor shall continuously keep personnel at the site of damaged utilities to assist in 33 coordination and repair activities until the utilities are repaired or temporary service is 34 otherwise restored. 35 36 PART 2 - PRODUCTS (NOT APPLICABLE) 37 PART 3 - EXECUTION (NOT APPLICABLE) 38 END OF SECTION 39 59? City of Lubbock 34th Street Waterline Replacement Project - May 2008 01100- 3 0-1 1 2007/05/11 2 SECTION 01340 3 SUBMITTALS 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Mechanics and administration of the submittal process for: 8 a. Shop Drawings. 9 b. Samples. 10 c. Miscellaneous submittals. 11 d. Operation and Maintenance Manuals. 12 2. General content requirements for Shop Drawings. 13 3. Content requirements for Operation and Maintenance Manuals. 14 B. Related Sections include but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Sections in Divisions 2 through 15 identifying required submittals. 18 1.2 DEFINITIONS 19 A. Shop Drawings: 20 1. See General Conditions. 21 2. Product data and samples are Shop Drawing information. 22 B. Operation and Maintenance (O&M) Manuals: 23 1. Data collected for the Owner's use. 24 2. Contain information related to the operation and maintenance of equipment and packaged 25 systems. 26 C. Miscellaneous Submittals: 27 1. Submittals other than Shop Drawings and O&M Manuals, 28 2. Representative types of miscellaneous submittal items include but are not limited to: 29 a. Construction schedule. 30 b. Concrete, soil compaction, and pressure test reports. 31 c. Installed equipment and systems performance test reports. 32 d. Manufacturer's installation certification letters. 33 e. Warranties. 34 f. Service agreements. 35 g. Construction photographs. 36 h. Survey data. 37 i. Cost breakdown (Schedule of Values). 38 13 SUBMITTAL SCHEDULE 39 A. Schedule of Shop Drawings: 40 1. Submitted and approved within 20 days of receipt of Notice to Proceed. 41 2. Account for multiple transmittals under any specification section where partial submittals 42 will be transmitted. 43 B. Shop Drawings: Submittal and approval prior to 50 percent completion. 44 C. Operation and Maintenance Manuals and Equipment Record Sheets: Initial submittal within 60 45 days after date Shop Drawings are approved. f!r;;ulc. j iSi' City of Lubbock 34th Street Waterline Replacement Project - May 2008 01340- 1 I a) Do not include submittal information for items listed with prior "A" or "B" 2 Action in resubmittal. 3 2) Indicate "Outstanding -To Be Resubmitted at a Later Date" for any prior "C" or "D" 4 Action item not included in resubmittal. 5 a) Obtain Engineer's approval to exclude items. 6 6. For 8-1/2 x 11 IN, 8-1/2 x 14 IN, and 11 x 17 IN size sheets, provide three (3) copies of 7 each page for Engineer plus the number required by the Contractor. 8 a. The number of copies required by the Contractor will be defined at the Preconstruction 9 Conference, but shall not exceed 8. 10 b. All other size sheets: 11 1) Submit one (1) reproducible transparency or high resolution print and one (1) 12 additional print of each drawing until approval is obtained. 13 2) Utilize mailing tube; do not fold. 14 3) The Engineer will mark and return the reproducible to the Contractor for his 15 reproduction and distribution. 16 7. Provide clear space (3 IN SQ) for Engineer stamping of each component defined in 17 PREPARATION OF SUBMITTALS — Contractor Stamping. 18 8. Contractor shall not use red color for marks on transmittals. 19 a. Duplicate all marks on all copies transmitted, and ensure marks are photocopy 20 reproducible. 21 b. Outline Contractor marks on reproducible transparencies with a rectangular box. 22 9. Transmittal contents: 23 a. Coordinate and identify Shop Drawing contents so that all items can be easily verified 24 by the Engineer. 25 b. Identify equipment or material use, tag number, drawing detail reference, weight, and 26 other project specific information. 27 c. Provide sufficient information together with technical cuts and technical data to allow 28 an evaluation to be made to determine that the item submitted is in compliance with the 29 Contract Documents. 30 d. Submit items such as equipment brochures, cuts of fixtures, product data sheets or 31 catalog sheets on 8-1/2 x 11 IN pages. 32 1) Indicate exact item or model and all options proposed. 33 e. When a Shop Drawing submittal is called for in any specification section, include as 34 appropriate, scaled details, sizes, dimensions, performance characteristics, capacities, 35 test data, anchoring details, installation instructions, storage and handling instructions, 36 color charts, layout drawings, rough -in diagrams, wiring diagrams, controls, weights 37 and other pertinent data in addition to information specifically stipulated in the 38 specification section. 39 1) Arrange data and performance information in format similar to that provided in 40 Contract Documents. 41 2) Provide, at minimum, the detail specified in the Contract Documents. 42 f. If proposed equipment or materials deviate from the Contract Drawings or 43 Specifications in any way, clearly note the deviation and justify the said deviation in 44 detail in a separate letter immediately following transmittal sheet. 45 10. Samples: 46 a. Identification: 47 1) Identify sample as to transmittal number, manufacturer, item, use, type, project 48 designation, tag number, standard specification section or drawing detail reference, 49 color, range, texture, finish and other pertinent data. 50 2) If identifying information cannot be marked directly on sample without defacing or 51 adversely altering samples, provide a durable tag with identifying information 52 securely attached to the sample. 53 b. Include application specific brochures, and installation instructions. City of Lubbock 34th Street Waterline Replacement Project - May 2008 01340 - 3 1 7) Outline, cross-section, and assembly drawings; engineering data; and electrical 2 diagrams, including elementary diagrams, wiring diagrams, connection diagrams, 1 3 word description of wiring diagrams and interconnection diagrams. 4 8) Test data and performance curves. 5 9) As -constructed fabrication or layout drawings and wiring diagrams if different than Ell 6 approved Shop Drawings. 7 10) A list of recommended spare parts with a price list and a list of spare parts 8 provided under these Specifications. 9 10 11) Copies of installation instructions, parts lists or other documents packed with equipment when delivered. 11 12) Instrumentation or tag numbers relating the equipment back to the Contract 12 Documents. 13 13) Include a filled -out, type -written copy of the Equipment Record Sheet, Exhibits Cl 14 and C2 as the first page(s) of each Operation and Maintenance Manual. 15 a) Complete maintenance requirements in detail. Simple reference to the Manual 16 is not acceptable. 17 14) For equipment items involving components or subunits, an Equipment Record 18 Sheet for each operating component or subunit is required. 19 1.5 TRANSMITTAL OF SUBMITTALS µ 20 A. Shop Drawings, Samples and Operation and Maintenance Manuals: 21 1. Transmit all submittals to: 22 r HDR Engineering t 4401 West Gate Blvd, Suite 400 Austin, TX 78745 Attn: John Marler 23 24 2. Utilize two (2) copies of attached Exhibit "A" to transmit all Shop Drawings and samples. 25 3. Utilize two (2) copies of attached Exhibit "B" to transmit all Operation and Maintenance 26 27 Manuals. 4. All submittals must be from Contractor. 28 a. Submittals will not be received from or returned to subcontractors. 29 5. Provide submittal information defining specific equipment or materials utilized on the 30 project. 31 a. Generalized product information, not clearly defining specific equipment or materials 32 to be provided, will be rejected. 33 B. Miscellaneous Submittals: 34 1. Transmit under Contractor's standard letter of transmittal or letterhead. 35 2. Submit in triplicate or as specified in individual specification section. 36 3. Transmit to: 37 HDR Engineering 4401 West Gate Blvd, Suite 400 Austin, TX 78745 Attn: John Marler 1 38 39 4. Provide copy of letter of transmittal without attachments to Owner's Project Representative. 40 a. Exception for concrete, soils compaction and pressure test reports. 41 1) Transmit one copy of test reports to Owner's Project Representative. 42 2) Transmit one copy of test reports to location and individual indicated above for 43 other miscellaneous submittals. 44 C. Expedited Return Delivery: City of Lubbock 34th Street Waterline Replacement Project - May 2008 0I340 - 5 d I b. Destroy or conspicuously mark "SUPERSEDED" all documents having previously 2 received "A" or "B" Action that are superseded by a resubmittal. 3 5. Submittals with Action "A" or"B" combined with Action "C" (Revise and Resubmit) or 4 "D" (Rejected) will be individually analyzed giving consideration as follows: 5 a. The portion of the submittal given "C" or "D" will not be distributed (unless previously 6 agreed to otherwise at the Preconstruction Conference). 7 1) One copy or the one transparency of the "C" or "D" drawings will be marked up 8 and returned to the Contractor. 9 a) Correct and resubmit items so marked. 10 b. Items marked "A" or "B" will be fully distributed. I 1 c. If a portion of the items or system proposed are acceptable, however, the major part of 12 the individual drawings or documents are incomplete or require revision, the entire 13 submittal may be given "C" or "D" Action. 14 1) This is at the sole discretion of the Engineer. 15 2) In this case, some drawings may contain relatively few or no comments or the 16 statement, "Resubmit to maintain a complete package." 17 3) Distribution to the Owner and field will not be made (unless previously agreed to 18 otherwise). 19 6. Failure to include any specific information specified under the submittal paragraphs of the 20 Specifications will result in the submittal being returned to the Contractor with "C" or "D" 21 Action. 22 7. Calculations required in individual specification sections will be received for information 23 purposes only, as evidence calculations have been performed by individuals meeting 24 specified qualifications, and will be returned stamped "E. Engineer's Review Not Required" 25 to acknowledge receipt. 26 8. Transmittals of submittals which the Engineer considers as "Not Required" submittal 27 information, which is supplemental to but not essential to prior submitted information, or 28 items of information in a transmittal which have been reviewed and received "A" or "B" 29 Action in a prior submittal, will be returned with Action "E. Engineer's Review Not 30 Required." 31 9. Samples may be retained for comparison purposes. 32 a. Remove samples when directed. Include in bid all costs of furnishing and removing 33 samples. 34 10. Approved samples submitted or constructed, constitute criteria for judging completed work. 35 a. Finished work or items not equal to samples will be rejected. 36 B. Operation and Maintenance Manuals: 37 1. Engineer will review and indicate one of the following review actions: 38 a. ACCEPTABLE. 39 b. FURNISH AS NOTED. 40 c. REVISE AND RESUBMIT. 41 d. REJECTED. 42 2. Acceptable submittals will be retained with the transmittal form returned with a request for 43 five additional copies. 44 3. Deficient submittals will be returned along with the transmittal form which will be marked 45 to indicate deficient areas. 46 PART 2 - PRODUCTS - NOT USED 47 PART 3 - PRODUCTS - NOT USED 48 END OF SECTION City of Lubbock 34th Street Waterline Replacement Project - May 2008 01340- 7 EXHIBIT B O&M Manual Transmittal No. - (Spec Section) (Series) Project Name: Date Received: Project Owner: Checked By: Contractor: Owner: Log Page: Address: Address: HDR No.: Attn: Attn: 1st. Sub. ReSub. Date Transmitted: Previous Transmittal Date: No. Description of Item Manufacturer Dwg. or Data No. Action Taken' Copies Remarks: To: From: HDR Engineering, Inc. Date: The Action designated above is in accordance with the following legend: A - Acceptable, provide two additional copies and final electronic copy 5. Lubrication & maintenance instructions. B -Furnish as Noted 6. Troubleshooting guide. 7. Parts list and ordering instructions. 8. Organization (index and tabbing). C -Revise and Resubmit This Operation and Maintenance Manual Submittal is deficient in 1 Wiring diagrams ct schematics specific to installation. the following area: 0. Outline, cross section & assembly diagrams. 1. Equipment record sheets. 11. Test data & performance curves. 12. Tag or equipment identification numbers. 2. Functional description. 3. Assembly, disassembly, installation, alignment, 13. Other -see comments. adjustment & checkout instructions. D - Rejected 4. Operating instructions. Comments: I By Date Distribution: Contractor U File U Field U Owner U Other U City of Lubbock 34th Street Waterline Replacement Project - May 2008 01340 - 9 1 2 fal 3 EXHIBIT C1 Equipment Record Page 1 of 2 Enuinment Maintenance Data Summary Project Name Page of Equip. Description Date Installed Date Started Equip. Location Cost Estimated Life Project Equip. Tag No. Shop Dwg. Trans. No. 3pec. Sec. Lquip. Manut. Vendor Address Phone BREAK-IN MAINTENANCE REQUIREMENTS INITIAL OIL CHANGES, ETC. o w M Q S AlHours PREVENTIVE MAINTENANCE REQUIREMENTS D w M Q S A Hours RE RECOMMENDED SPARE PARTS ELECTRICAL NAMEPLATE DATA Part No. Part Name Quantit quip, ake erial No. odel No. P H PM Mes.e ode ns. CI. ema . isc. MECHANICAL NAMEPLATE DATA quip, ake erial No. D No. odel No. rame No. P PM a lase ize DH tmp. Sz. as. JCFM PSI lAssy, No. No, sc, ubricant information on following page of'[ t i0 \- ' 1 :y1' City of Lubbock 34th Street Waterline Replacement Project - May 2003 01340- t 1 1 2 3 4 k Fal EXHIBIT C2 Lubrication Summary Equipment Record Page 2 of 2 Equipment Description Pro ect Equip. Tag No. Pa a of Lubricant Point Manufacturer Product AGMA # SAE # ISO S t H 2 3 J 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO H t 2 3 J 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO � 1 2 3 J 4 5 Lubi icant Point Manufacturer Product AGMA # SAE # ISO g � E 2 3 3 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO � t 2 3 J 4 5 Lubricant Point' Manufacturer Product AGMA # SAE # ISO � t r 2 3 J 4 5 City of Lubbock 34th Street Waterline Replacement Project - May 2008 01340- 13 f] 1 1994/12/07 2 SECTION 01560 3 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Addresses: 7 1. Minimizing the pollution of air, water, or land; control of noise, the disposal of solid waste 8 materials, and protection of deposits of historical or archaeological interest. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the Contract. 11 2. Division 1 - General Requirements. 12 1.2 SUBMITTALS 13 A. Shop Drawings: 14 1. See Section 01340 for requirements for the mechanics and administration of the submittal 15 process. 16 2. Prior to the start of any construction activities submit: 17 a. A detailed proposal of all methods of control and preventive measures to be utilized for 18 environmental protection. 19 b. A drawing of the work area, haul routes, storage areas, access routes and current land 20 conditions including trees and vegetation. 21 c. A copy of the TPDES Construction General Permit (TXR150000) for storm water 22 discharges from construction activities for record purposes. 23 d. A copy of the approved storm water pollution prevention plan (SWPPP) and copies of 24 the Notice of Intent (NOI) and Notice of Termination (NOT) submitted to regulatory 25 authority. 26 1) Contractor shall prepare and submit SWPPP, NOI and NOT to regulatory 27 authority. Copies retained by Owner from Contractor are for record purposes. 28 e. Contractor shall register with City of Lubbock Right -of -Way (ROW) Management and 29 acquire an Individual Use Permit for utility work in ROW. Contractor shall an 30 approved copy of permit to Engineer for record purposes. 31 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 32 PART 3 - EXECUTION 33 3.1 INSTALLATION 34 A. Employ and utilize environmental protection methods, obtain all necessary permits, and fully 35 observe all local, state, and federal regulations. 36 B. Land Protection: 37 1. Except for any work or storage area and access routes specifically assigned for the use of 38 the Contractor, the land areas outside the limits of construction shall be preserved in their 39 present condition. Contractor shall confine his construction activities to areas defined for 40 work within the Contract Documents. 41 2. Manage and control all borrow areas, work or storage areas, access routes and embankments 42 to prevent sediment from entering nearby water or land adjacent to the work site. City of Lubbock 34th Street Waterline Replacement Project - May 2008 01560- 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 3. The Engineer will determine the effectiveness of the dust control program and may request the Contractor to provide additional measures, at no additional cost to Owner. G. Burning: 1. Do not burn material on the site. If the Contractor elects to dispose of waste materials by burning, make arrangements for an off -site burning area and conform to all agency regulations. H. Control of Noise: 1. Control noise by fitting equipment with appropriate mufflers. I. Completion of Work: 1. Upon completion of work, leave area in a clean, natural looking condition. 2. Ensure all signs of temporary construction and activities incidental to construction of required permanent work are removed. J. Historical Protection: 1. If during the course of construction, evidence of deposits of historical or archaeological interests is found, cease work affecting find and notify Engineer. Do not disturb deposits until written notice from Engineer is given to proceed. 2. The Contractor will be compensated for lost time or changes in construction to avoid the find based upon normal change order procedures. END OF SECTION City of Lubbock 34th Street Waterline Replacement Project - May 2008 01560 - 3 1 1992/02/ 17 2 SECTION 01600 3 PRODUCT DELIVERY, STORAGE, AND HANDLING �,..... 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Scheduling of product delivery. 8 2. Packaging of products for`delivery. 9 3. Protection of products against damage from: 10 a. Handling. 11 b. Exposure to elements or harsh environments. 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 14 2. Division 1 - General Requirements. 15 C. Payment: 16 1. No payment will be made to Contractor for equipment or materials not properly stored and 17 insured or without approved shop drawings. 18 a. Previous payments for items will be deducted from subsequent progress estimate(s) if 19 proper storage procedures are not observed. 20 1.2 DELIVERY 21 A. Scheduling: 22 1. Schedule delivery of products or equipment as required to allow timely installation and to 23 avoid prolonged storage. 24 B. Packaging: 25 1. Deliver products or equipment in manufacturer's original unbroken cartons or other 26 containers designed and constructed to protect the contents from physical or environmental 27 damage. 28 C. Identification: 29 1. Clearly and fully mark and identify as to manufacturer, item, and installation location. 30 D. Protection and Handling: 31 1. Provide manufacturer's instructions for storage and handling. l 32 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) J-1 33 PART 3 - EXECUTION 34 3.1 PROTECTION, STORAGE AND HANDLING 35 A. Manufacturer's Instruction: 71 36 1. Protect all products or equipment in accordance with manufacturer's written directions. 37 a. Store products or equipment in location to avoid physical damage to items while in J 38 storage. 39 b. Handle products or equipment in accordance with manufacturer's recommendations and 40 instructions. 41 2. Protect equipment from exposure to elements and keep thoroughly dry. City of Lubbock 34th Street Waterline Replacement Project - May 2008 01600- 1 r I 1 1990/08/17 2 SECTION 01710 3 CLEANING 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Intermediate and final cleaning of Work not including special cleaning of closed systems 8 specified elsewhere. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the Contract. 11 2. Division 1 - General Requirements. 12 1.2 STORAGE AND HANDLING 13 A. Store cleaning products and cleaning wastes in containers specifically designed for those 14 materials. 15 1.3 SCHEDULING 16 A. Schedule cleaning operations so that dust and other"contaminants disturbed by cleaning process 17 will not fall on newly painted surfaces. 18 PART 2 - PRODUCTS 19 2.1 MATERIALS 20 A. Cleaning Agents: 21 1. Compatible with surface being cleaned. 22 2. New and uncontaminated. 23 3. For Manufactured Surfaces: Material recommended by manufacturer. 24 PART 3 - EXECUTION 25 3.1 CLEANING - GENERAL 26 A. Prevent accumulation of wastes that create hazardous conditions. 27 B. Conduct cleaning and disposal operations to comply with laws and safety orders of governing 28 authorities. 29 C. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary 30 drains or sewers. 31 D. Dispose of degradable debris at an approved solid waste disposal site. 32 E. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate 33 manner approved by Engineer and regulatory agencies. 34 F. Handle materials in a controlled manner with as few handlings as possible. 35 G. Do not drop or throw materials from heights greater than 4 FT or less than 4 FT if conditions 36 warrant greater care. mist _ 5 i 54? City of Lubbock 34th Street Waterline Replacement Project - May 2008 01710- t r. E-1 1 2005/07/07 2 SECTION 02221 3 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Excavation, trenching, backfilling and compacting for all underground utilities. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 02224 - Pipeline Undercrossings. 12, 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. American Association of State Highway and Transportation Officials (AASHTO): 15 a. T99, The Moisture -Density Relations of Soils Using a 5.5 LB Rammer and a 12 IN 16 Drop. 17 b. T180, Moisture -Density Relations of Soils Using a 10 LB Rammer and an 18 IN Drop. 18 2. ASTM International (ASTM): 19 a. C33, Standard Specification for Concrete Aggregates. 20 b. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using 21 Standard Effort (12,400 ft-lbf/ft; (600 kN-m/m3)). 22 c. D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil 23 Using Modified Effort (56,000 fl-Ibf/ft` (2,700 kN-m/m3)). 24 d. D2487, Standard Classification of Soils for Engineering Purposes (Unified Soil 25 Classification System). 26 e. D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils 27 Using a Vibratory Table. 28 f. D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils 29 and Calculation of Relative Density. 30 1.3 DEFINITIONS 31 A. Excavation: All excavation will be defined as unclassified. 32 1.4 SUBMITTALS 33 A. Shop Drawings: 34 1. See Section 01340 for requirements for the mechanics and administration of the submittal 35 process. 36 2. Product technical data including: 37 a. Acknowledgement that products submitted meet requirements of standards referenced. 38 b. Manufacturer's installation instructions. 39 3. Submit respective pipe or conduit manufacturer's data regarding bedding methods of 40 installation and general recommendations. 41 4. Submit sieve analysis reports on all granular materials. 42 5. Trench Excavation Protection Plan. 43 a. Submit a plan for trench excavation protection conforming to the provisions of current 44 Occupational Safety and Health Administration regulations relating to excavations, 45 trenching, and shoring. ;- City of Lubbock 34th Street Waterline Replacement Project - May 2008 02221 - 1 011, 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1) Sand for use as pipe bedding shall be clean, granular and homogeneous material composed mainly of mineral matter, free of mud, silt, clay lumps or clods, vegetation or debris. The material removed by decantation TxDOT Test Method Tex-406-A, plus the weight of any clay lumps, shall not exceed 4.5 percent by weight. The resistivity shall not be less than 3000 ohms -cm as determined by TxDOT Test Method Tex-129-E. Size gradation of sand for bedding shall be as follows: GRADATION TABLE SIEVE SIZE % RETAINED BY WEIGHT 1/4" 0 #60 75-100 #100 95-100 D. Cement Stabilized Material: l . Use sand, silty sand, or gravelly sand soils (non -plastic) as approved by Engineer. 2. Uniformly mix 1.5 sacks of Type I/II dry Portland cement per cubic yard of approved soils. 3. Thoroughly mix dry cement into soil using pugmill, rotary mixer, or front-end loader bucket by dumping material back and forth until cement is thoroughly and uniformly distributed. 4. Moisture content at the time of placement shall be 3% above to 1 % below optimum moisture content as determined using ASTM D558. 5. Place in 6 to 8 IN thick loose lifts and compact to not less than 95% of maximum dry density, as determined by ASTM D558. Compact within two hours of mixing. E. Controlled Low Strength Materials (CLSM): Also known as flowable fill. 1. General: Composed of a mixture of cementitious material, aggregate, water, filler and admixtures. CLSM is easily placed and hardens to provide a bearing strength equal to or greater than compacted soils. It can be used as a pipe bedding material, trench backfill or anywhere else requiring these properties. 2. Materials: Provide a mixture of the following materials in proper proportions to obtain properties specified. a. Cement: ASTM C150, Type I or II: min 50 lb/cy, max 200lb/cy. b. Fly ash: ASTM C618t Class C: max 350 lb/cy. c. Water: ASTM C954: min 250 lb/cy, max 600 Ib/cy. d. Aggregate: Provide either of the following or a mixture. 1) ASTM C33: Max size V4" 2) Sand: 95-100 % passing #4 sieve, 0-5% passing 9200 sieve. e. Air entrainment admixtures: "Daravair", "Micro -air" or equal. f. Other admixtures and non-standard materials will be evaluated on a case by case basis. 3. Properties: Foowable fill shall exhibit the following properties. a. Flowability: ASTM C939: Efflux time of 30 seconds t 5 seconds with no segregation. b. Subsidence: Max 1/8" per foot depth as measured in field. c. Hardening time: 3 — 5 hours to reach a penetration resistance of 650 as measured by ASTM C403 under normal conditions (f 70°F, t 40 % humidity) d. Unit weight: ASTM D6023, min 90 lb/cf, max 145 lb/cf. e. Entrained air: ASTM D6023, min 5%, max 20%. f. Strength: ASTM D4832, min 75 psi, max 300 psi at 28 days. 43 PART 3 - EXECUTION 44 3.1 GENERAL City of Lubbock 34th Street Waterline Replacement Project - May 2008 02221 -3 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 1) Replace with subgrade stabilization with no additional compensation. 3.4 BACKFILLING METHODS A. Carefully Compacted Backfill: 1. Furnish where indicated on Drawings, specified for trench embedment conditions and for compacted backfill conditions up to 12 IN above top of pipe or conduit. 2. Comply with the following: a. Place backfill in lifts not exceeding 8 IN (loose thickness). b. Hand place, shovel slice, and pneumatically tamp all carefully compacted backfill. c. Observe specific manufacturer's recommendations regarding backfilling and compaction. d. Compact each lift to specified requirements. B. Common Trench Backfill: 1. Perform in accordance with the following: a. Place backfill in lift thicknesses capable of being compacted to densities specified. 1) Maximum lift thickness of 8 IN loose and 6 IN compacted unless approved otherwise by Engineer. b. Observe specific manufacturer's recommendations regarding backfilling and compaction. c. Avoid displacing joints and appurtenances or causing any horizontal or vertical misalignment, separation, or distortion. C. Water flushing for consolidation is not permitted. 3.5 COMPACTION A. General: . 1. Place and assure bedding, backfill, and fill materials achieve an equal or "higher" degree of compaction than undisturbed materials adjacent to the work. 2. In no case shall degree of compaction below "Minimum Compaction" specified be accepted. B. Compaction Requirements: 1. Unless noted otherwise on Drawings or more stringently by other sections of these Specifications, comply with following trench compaction criteria: MINIMUM COMPACTIONS LOCATION 2. Bedding material: All locations 3. Carefully compacted backfill: SOIL TYPE Cohesionless soils All applicable areas Cohesive soils Cohesionless soils DENSITY 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 95 percent of maximum dry density by ASTM D698 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 unurs-j 3>'�' City of Lubbock 34th Street Waterline Replacement Project - May 2008 02221 - 5 1 1996/07/31 2 3 4 PART1- GENERAL 5 1.1 SUMMARY SECTION 02224 PIPELINE UNDERCROSSINGS 6 A. Section Includes: 7 1. Construction of pipe undercrossings. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 12 4. Section 02660 — Water Main Construction. 13 5. Section 15060 — Pipe and Pipe Fittings: Basic Requirements. 14 6. Section 15062 - Pipe: Ductile. 15 7. Section 15064 — Pipe: Plastic. 16 1.2 SUBMITTALS 17 A. Shop Drawings: 18 1. See Section 01340 for requirements for the mechanics and administration of the submittal 19 process. 20 2. Product technical data including: 21 a. Acknowledgement that products submitted meet requirements of standards referenced. 22 b. Manufacturer's installation instructions. 23 c. Compliance with submittal requirements of authority or agency having jurisdiction over 24 undercrossing. 25 3. Copy of permit from authority or agency having jurisdiction over the undercrossing. 26 4. Copy of Railroad Protective to be submitted prior to initiation of work. 27 5. Procedures required by the authority or agency having jurisdiction over the undercrossing. 28 B. Operation and Maintenance Manuals: 29 1. See Section 01340 for requirements for: 30 a. The mechanics and administration of the submittal process. 31 b. The content of Operation and Maintenance Manuals. 32 PART 2 - PRODUCTS 33 2.1 MATERIALS 34 A. Casing Pipe: 35 1. Structural grade steel: Minimum yield strength of 35,000 psi or greater as required by the 36 permits. 37 2. Wall thickness: Minimum 0.375 IN up to 24 IN casing size and minimum 0.5 IN for larger 38 sizes or greater as required by the permits. 39 3. Diameter: Minimum of 12 IN larger than carrier pipe nominal diameter or 21N larger than 40 outside diameter of carrier pipe's jointing system, whichever is larger. 41 4. All casing pipe shall be newly manufactured. Recycled or rehabilitated piping will not be 42 accepted. 43 B. Casing Spacer: • ;:, i' City of Lubbock 34th Street Waterline Replacement Project - May 2008 02224 - 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 2001/09/17 SECTION 02260 TOPSOILING AND FINISHED GRADING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Topsoiling and finished grading. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 02270 - Soil Erosion and Sediment Control. C. Location of Work: All areas within limits of grading and all areas outside limits of grading which are disturbed in the course of the work. 1.2 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Project Data: Test reports for furnished topsoil. 1.3 PROJECT CONDITIONS A. Verify amount of topsoil stockpiled and determine amount of additional topsoil, if necessary to complete work. 22 PART 2 - PRODUCTS 23 2.1 MATERIALS 24 A. Topsoil: 25 1. Original surface soil typical of the area. 26 2. Existing topsoil stockpiled during construction. 27 3. Capable of supporting native plant growth. 28 2.2 TOLERANCES 29 A. Finish Grading Tolerance: 0.1 FT plus/minus from required elevations. 30 PART 3 - EXECUTION 31 3.1 PREPARATION 32 A. Correct, adjust and/or repair rough graded areas. 33 1. Cut off mounds and ridges. 34 2. Fill gullies and depressions. 35 3. Perform other necessary repairs. 36 4. Bring all sub -grades to specified contours, even and properly compacted. 37 B. Loosen surface to depth of 2 IN, minimum. City of Lubbock 34th Street Waterline Replacement Project - May 2008 02260 - 1 I 1 1996/08/09 2 SECTION 02270 3 SOIL EROSION AND SEDIMENT CONTROL 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Soil erosion and sediment control. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 02221 —Trenching, Backfilling and Compacting for Utilities. 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. Erosion control standards: "Standards and Specifications for Soil Erosion and Sediment 15 Control in Developing Areas" by the U.S. Department of Agriculture, Soil Conservation 16 Service, College Park, Maryland. 17 2. Water Quality Certification Conditions for Nationwide Permits, by the Texas Commission 18 on Environmental Quality. 19 3. TxDOT Standard Specifications. 20 PART 2 - PRODUCTS 21 2.1 MATERIALS 22 A. Silt fence, per TxDOT item 506. 23 B. Curb Inlet Protection: As shown on Drawings. 24 C. Area Inlet Protection: As shown on Drawings. 25 D. Temporary Grass Seed for Stockpiles: Annual ryegrass. 26 PART 3 - EXECUTION 27 3.1 GENERAL 28 A. Refer to detailed notes on Drawings regarding installation, maintenance, and removal of erosion 29 controls. 30 3.2 PREPARATION 31 A. Prior to General Stripping Topsoil and Excavating: 32 1. Install silt fence, curb and area inlet protection as required. 33 B. Temporarily seed basin slopes and topsoil stockpiles: 34 1. Rate: 1/2 LB/1000 SF. 35 2. Reseed as required until good stand of grass is achieved. 36 3.3 DURING CONSTRUCTION PERIOD 37 A. Maintain Silt Fence, Curb and Area Inlet Protection, Etc.: City of Lubbock 34th Street Waterline Replacement Project - May 2008 02270 - 1 0 2002/01 / 14 SECTION 02502 CONCRETE PAVEMENT, CURB AND SIDEWALK, CURB AND SIDEWALK 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete pavement. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 02072 —Demolition, Cutting and Patching. 12 4. Section 03002 — Concrete. 13 14 1.2 QUALITY ASSURANCE 15 A. Referenced Standards: 16 1. American Association of State Highway and Transportation Officials (AASHTO): 17 a. M148, Liquid Membrane -Forming Compounds for Curing Concrete. 18 b. M153, Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint 19 Fillers (ASTM D1752) for Concrete Paving and Structural Construction. 20 c. M171, Sheet Materials for Curing Concrete. 21 d. M182, Burlap Cloth Made from Jute or Kenef. 22 e. M213, Standard Specification for Preformed Expansion Joint Fillers (ASTM D1751) 23 for Concrete Paving and Structural Construction. 24 f. M224, Protective Coatings for Portland Cement Concrete. 25 g. M233, Boiled Linseed Oil Mixture for Treatment of Portland Cement Concrete. 26 2. American Concrete Institute (ACI): 27 a. 305R, Hot Weather Concreting. 28 b. 306R, Cold Weather Concreting. 29 c. 316, Standard Specifications for Concrete Pavement and Concrete Bases. 30 d. 325, Recommended Practice for the Design of Concrete Pavements. 31 3. ASTM International (ASTM): 32 a. A185, Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete 33 Reinforcement. 34 b. A615, Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete 35 Reinforcement (Including Supplementary Requirements Sl). 36 c. C33, Standard Specification for Concrete Aggregates. 37 d. C150, Standard Specification for Portland Cement. 38 e. C174, Standard Test Method for Measuring Thickness of Concrete Elements Using 39 Drilled Concrete Cores. 40 f. C309, Standard Specification Liquid Membrane -Forming Compounds for Curing 41 Concrete. 42 g. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using 43 Standard Effort (12,400 ft-lbf/fl). 44 h. D1751, Standard Specification for Preformed Expansion Joint Filler for Concrete 45 Paving and Structural Construction (Nonextruding Bituminous Type). 46 i. D1752, Standard Specification for Preformed Sponge Rubber and Cork Preformed 47. Expansion Joint Filler for Concrete Paving and Structural Construction. uitsx)5-j 7 City of Lubbock 34th Street Waterline Replacement Project - May 2008 02502 - 1 I 2 t:1 3 4 5 4 6 Fi 7 8 9 10 11 12 13 14 l 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 m 32 3„ 33 34 J 35 36 37 38 39 40 41 42 43 44 45 B. Aggregates: 1. ASTM C33, gradation size 467, 3/4 IN to #4. 2. Clean, washed sand. C. Water: Potable quality. D. Admixtures: Comply with Section 03002. E. Reinforcing Bars: ASTM A615, Grade 60. F. Welded Wire Fabric: 1. ASTM A 185. 2. Flat. 3. Clean, free from dirt, scale, rust. G. Preformed Joint Filler: 1. Non -extruding cork, self -expanding cork, sponge rubber or cork rubber. 2. AASHTO M153 or AASHTO M213. H. Hot -Poured Joint Sealing Material: 1. FS SS-S-1614. I. Sidewalk Joint Sealant: 1. Two (2) compound polyurethane. 2. Class A, Type 1. 3. Self -leveling. 4. Non -tracking. 5. FS TT-S 00227 E(3). J. Membrane Curing Compound: ASTM C309. K. Cover Materials for Curing: 1. Burlap: a. AASHTO M182. b. Minimum Class 2,8 OZ material (1 YD x 42 IN). 2. Polyethylene film, AASHTO M171. L. Paper Subgrade Cover: Polyethylene film, AASHTO M171. M. Concrete Treatment: 1. Boiled linseed oil mixture. 2. AASHTO M233. N. Traffic Paint: FS TT-P-115, Type 1 - Alkyd. O. Forms: 1. Steel or wood. 2. Size and strength to resist movement during concrete placement and able to retain horizontal and vertical alignment. 3. Free of distortion and defects. 4. Full depth. 5. Metal side forms: a. Minimum 7/32 IN thick. b. Depth equal to edge thickness of concrete. c. Flat or rounded top minimum 1-3/4 IN wide. d. Base 8 IN wide or equal to height, whichever is less. e. Maximum deflection 1/8 IN under center load of 1,700 LBS. f. Use flexible spring steel forms or laminated boards to form radius bends. 46 2.3 MIXES City of Lubbock 34th Street Waterline Replacement Project - May 2008 02502 - 3 1 3. Clean and oil forms prior to placement of concrete. t 2 4. Set forms sufficiently in advance of work (minimum of 2 HRS) to permit proper inspection. 3 5. Previously finished concrete pavement, curb or sidewalk contiguous with new work may 4 serve as side form when specifically approved. 5 C. Reinforcing: 6 1. Locate longitudinal edge bars between 3 and 6 IN from edge of slab. 7 2. Lap mats one (1) full space. 8 3. Tie end transverse member of upper mat securely to prevent curving. 9 4. Lap non -welded bars 12 IN minimum. 10 5. Support: 11 a. Place bars and heavy mats securely on chairs at called -for height. 12 b. Place other fabric on the first of a two -course pour and cover promptly with final pour, 13 or place fabric by a fabric -placer if procedure is reviewed and approved by Engineer. 14 D. Joints: 15 1. Hold joint location and alignment to within +1/4 IN. 16 2. Finish concrete surface adjacent to previously placed slab to within +1/8 IN, with tooled 17 radius of 1/4 IN. 18 3. Metal keyway joints: 19 a. Formby installing metal joint strip left in place. 20 b. Stake and support like side form. 21 c. Provide dowels or tie bars. 22 4. Weakened plane joints: 23 a. Tooled joints: 24 1) Form groove in freshly placed concrete with tooling device. 25 2) Groove dimensions shall be 3/8 IN at surface and 1/4 IN at root. 26 b. Sawed joints: 27 1) Saw 1/4 IN groove in green concrete. 28 2) Commence sawing as soon as concrete is hard enough to withstand operation 29 without chipping, spalling or tearing, regardless of nighttime or weather. 30 3) Thoroughly wet surface to protect membrane cure and recoat afterward. 31 4) Complete saw cutting before shrinkage stresses cause cracking. 32 c. Locate at 10 FT intervals. 33 5. Stake in place load transfer device for expansion joints consisting of dowels: 34 a. Supporting and spacing means and premolded joint filler as per drawing details. 35 b. Located at 48 FT intervals and at all intersection curb returns. 36 c. Provide preformed joint filler at all junctions with existing curb, sidewalk, steps, or 37 other structures. 38 6. Install construction joints at end of day's work or wherever concreting must be interrupted 39 for 30 minutes or more. 40 7. Thoroughly clean and fill joints with joint sealing material as specified. 41 8. Fill joints without overflowing onto pavement surface. 42 9. Upper surface of filled joint to be flush to 1/8 IN below finish surface. 43 E. Place Concrete: 44 1. Comply with Section 03002. 45 2. Construct road trench repairs, driveway openings, ramps, and other features as per Drawing 46 details. 47 F. Cold and Hot Weather Concreting: 48 1. Cold weather: 49 a. Cease concrete placing when descending air temperature in shade falls below 40 DegF. 50 b. Do not resume until ambient temperature rises to minimum 40 DegF. 51 c. If placing below 40 DegF is authorized by Engineer, maintain temperature of mix 52 between 60 and 80 DegF. 53 d. Heat aggregates or water or both. City of Lubbock 34th Street Waterline Replacement Project - May 2008 02502 - 5 1 3. Cure for minimum of 7 days. 2 4. When average daily temperature is below 50 DegF, provide insulative protection of 12 IN 3 minimum thickness loose dry straw, or equivalent, for 10 days. 4 5. Linseed oil sealant: 5 a. For concrete pavement, seal surface with linseed oil. 6 b. Apply linseed oil to clean surface as per AASHTO M224 after concrete has cured for 1 7 month. 8 c. Apply first application at minimum rate of 67 SY per gallon. 9 d. Apply second application to a dry surface at minimum rate of 40 SY per gallon. 10 I. Protection of Concrete: I 1 1. Protect concrete surfaces and appurtenances from traffic for minimum of 14 days. 12 2. Erect and maintain warning signs, lights, watchmen to direct traffic. 13 3. Repair or replace parts of concrete surfaces damaged by traffic, or other causes, occurring 14 prior to final acceptance. 15 4. Protect concrete pavement against public traffic, construction traffic and traffic caused by 16 employees and agents. 17 5. No equipment shall be driven or moved across concrete surfaces unless such equipment is 18 rubber -tired and only if concrete is designed for and capable of sustaining loads to be 19 imposed by the equipment. 20 6. Do not drive over new or existing concrete with tracked vehicles and equipment. 21 J. Painting and Striping: 22 1. Stripe and mark pavement per the drawings following sufficient cure time for pavement. 23 2. Lay out markings with guidelines, templates, and forms. 24 3. Apply 6 IN wide stripe with self-contained striping machine to a clean and dry pavement 25 surface. 26 4. Temperature must be above 40 DegF and precipitation should not be expected during drying 27 period. 28 5. Use yellow or white paint as approved complying with FS TT-P-115. 29 6. Apply at 1 GAL per 105 SF. 30 K. Opening to Traffic: 31 1. After 14 days, pavement may, at Owner's discretion, be opened to traffic if job cured test 32 cylinders have attained a compressive strength of 3,000 LBS per square inch when tested in 33 accordance with ASTM standard methods. 34 2. Prior to opening to traffic, clean and refill joints as required with the specified filler 35 material. 36 L. Clean Up: 37 1. Assure clean up work is completed within 2 weeks after pavement has been opened to 38 traffic. 39 2. No new work will begin until clean up work has been completed, or is maintained within 2 40 weeks after pavement has been opened to traffic. 41 M. Pavement Patching: 42 1. Comply with material and density requirements as mentioned elsewhere in this 43 Specification except provide minimum 6 IN aggregate immediately below the patch. 44 2. Place pavement patch providing a thickened edge. 45 3. Assure that patch in plane of "cold" joint has a thickness 6 IN greater than that of the 46 existing pavement. 47 4. Extend patch under existing pavement for a distance of 6 IN minimum. 48 5. Fill void under existing pavement with concrete. 49 6. Undercut existing pavement 6 IN all around patch and to a depth of 6 IN. 50 7. Prior to placing patch, sawcut edge of existing concrete to 1/4 depth and remove to provide 51 a vertical face for a straight and true joint. 52 3.3 FIELD QUALITY CONTROL City of Lubbock 34th Street Waterline Replacement Project - May 2008 02502 - 7 at�t 1 1996/08/09 2 SECTION 02513 3 ASPHALTIC CONCRETE VEHICULAR PAVING 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Asphaltic concrete vehicular paving. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 1.2 QUALITY ASSURANCE 12 A. Referenced Standards: 13 1. Federal Specifications (FS): 14 a. TT-P-115F, Paint, Traffic (Highway, White and Yellow). 15 2. Construction standards State of Texas, Department of Transportation, "Standard 16 Specifications for Construction and Maintenance of Highways, Streets and Bridges", 2004, 17 as amended to date. 18 B. Miscellaneous: 19 1. Should conflicts arise between standard specifications of government agencies mentioned 20 herein and Contract Documents, Contract Documents shall govern. 21 1.3 SUBMITTALS 22 A. Shop Drawings: 23 1. See Section 01340 for requirements for the mechanics and administration of the submittal 24 process. 25 2. Product technical data including: 26 a. Acknowledgement that products submitted meet requirements of standards referenced. 27 b. Manufacturer's installation instructions. 28 3. Asphalt design mix. 29 PART 2 - PRODUCTS 30 2.1 MATERIALS 31 A. Asphaltic Concrete: Per TxDOT 340 as it relates to materials and methods only. 32 1. Type D surface course with AC 20 asphaltic cement. 33 B. Flexible Base: Per TxDOT 247 as it relates to materials and methods only. 34 1. Type A, Grade 1. 35 C. Prime Coat: Per TxDOT 310 as it relates to materials and methods only. 36 1. Type MC-30. 37 D. Pavement Marking Paint: Per TxDOT Item 666 as it relates to materials and methods only. 38 1. Type II marking materials. 39 2. As required by the local district TxDOT office for disturbed areas. 40 E. Geotextile Filter Fabric: 41 1. GSE Non -woven Geotextile NW8, or approved equal. City of Lubbock 34th Street Waterline Replacement Project - May 2008 02513 - 1 1 2005/03/21 2 SECTION 02515 3 PRECAST CONCRETE MANHOLE STRUCTURES 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Precast concrete manhole structures and appurtenant items. 8 a. Manholes and appurtenances for 24 inch butterfly valve vaults. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 11 2. Division 1 - General Requirements. 12 3. Section 02221 -Trenching, Backfilling, and Compacting for Utilities. 13 4. Section 03002 Concrete. 14 1.2 QUALITY ASSURANCE 15 A. Referenced Standards: 16 1. American Association of State Highway and Transportation Officials (AASHTO). 17 2. ASTM International (ASTM): 18 a. A48, Standard Specification for Gray Iron Castings. 19 b. C150, Standard Specification for Portland Cement. 20 c. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. 21 d. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete 22 Manhole Structures, Pipes and Laterals. 23 e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for 24 Roofing. 25 f. D4022, Standard Specification for Coal Tar Roof Cement, Asbestos Containing. 26 1.3 SUBMITTALS - 27 A. Shop Drawings: 28 1. See Section 01340 for requirements for the mechanics and administration of the submittal 29 process. 30 2. Product technical data including: 31 a. Acknowledgement that products submitted meet requirements of standards referenced. 32 b. Manufacturer's installation instructions. 33 3. Fabrication and/or layout drawings: 34 a. Include detailed diagrams of manholes showing typical components and dimensions, 35 reinforcements and other details. 36 b. Indicate knockout elevations for all piping entering each manhole. 37 PART 2 - PRODUCTS 38 2.1 ACCEPTABLEMANUFACTURERS 39 A. Subject to compliance with the Contract Documents, the following manufacturers are 40 acceptable: 41 1. Manhole rings, covers and frames: 42 a. East Jordan Iron Works. 43 b. Neenah Foundry. City of Lubbock 34th Street Waterline Replacement Project - May 2008 02515 - 1 1 2 3 4 5 6 7 8 9 10 11 12 F. Manhole Concrete: 1. Concrete strength shall be minimum 4000 psi as verified by compressive strength test results. 2. Provide all manholes constructed with Portland ASTM C150, Type I or I1 cement with a tricalcium aluminate content not to exceed 8 percent. 3. Mix aggregate shall be crushed limestone conforming to ASTM C33 specifications. 4. Provide 3000 psi non -shrink grout. 5. Precast concrete products shall be smooth, uniform in size and dimensions, consistent in components throughout, and free of voids or honeycombs. 6. Lifting holes shall not protrude through manhole wall. A minimum one (1) full inch of concrete thickness shall remain between lift hole and outside wall of manhole. PART 3 - EXECUTION 13 3.1 MANHOLE CONSTRUCTION 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. General: 1. Utilize precast concrete base slab as detailed on Drawings. 2. Ensure accurate vertical placement and leveling prior to placement of interior grout. a. Provide vertical alignment tolerance of maximum 1 IN horizontal to 10 FT vertical. B. Build each manhole to dimensions shown on plans and at such elevation that pipe penetrations will be true extensions of line of pipe. C. For horizontal joints, install a pre -molded joint compound. D. Seal all pipe penetrations in manhole. 1. Form pipe openings smooth and well shaped. 2. After installation, backfill with non shrink grout. 3. After grout cures, wire brush smooth and apply two coats emulsified fibrated asphalt compound to minimum wet thickness of 1/8 IN to ensure complete seal. E. Set and adjust frame and cover final 6 IN (minimum) to 18 IN (maximum) to match finished pavement or finished grade elevation using precast adjuster rings. END OF SECTION City of Lubbock 34th Street Waterline Replacement Project - May 2008 02515 - 3 Ll 1 1991/12/23 2 SECTION 02660 3 WATER MAIN CONSTRUCTION 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Coordination and interface with existing facilities and utilities. 8 2. Connections to existing watermains. 9 3. Testing, flushing and disinfection. 10 B. Related Sections include but are not necessarily limited to: i 1 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 12 2. Division 1 - General Requirements. 13 3. Section 02260 - Topsoiling and Finished Grading. 14 4. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 15 5. Section 15100 - Valves: Basic Requirements. 16 6. Section 15101 - Gate Valves. 17 7. Section 15510 - Fire Hydrant. 18 1.2 QUALITY ASSURANCE 19 A. Referenced Standards: 20 1. American Water Work Association (AWWA): 21 a. B300, Standard for Hypochlorites. 22 b. B301, Standard for Liquid Chlorine. 23 c. C651, Standard for Disinfecting Water Mains. 24 13 SUBMITTALS 25 A. Shop Drawings: 26 1. See Section 01340 for requirements for the mechanics and administration of the submittal 27 process. 28 B: Submit detailed plan for disinfection and placing into service the sections of installed pipe, 29 including notification of time and date of testing, location of temporary plugs, inlets, outlets and 30 test taps. Plan shall be submitted and agreed upon prior to commencement of disinfection or 31 placing new waterlines into service. 32 C. Submit satisfactory bacteriological test reports on disinfection requirements. 33 D. Qualifications: 34 1. Qualifications of lab performing disinfection analysis on potable water pipelines. 35 E. Operation and Maintenance Manuals: 36 1. See Section 01340 for requirements for: 37 a. The mechanics and administration of the submittal process. 38 b. The content of Operation and Maintenance Manuals. 39 PART 2 - PRODUCTS 40 2.1 MATERIALS 41 A. Pipe: Refer to Section 15060. City of Lubbock 34th Street Waterline Replacement Project - May 2009 02660 - 1 1 A. Contractor to verify the location of all underground utilities. Omission from, or the inclusion of 2 utility locations on the plans is not to be considered as the nonexistence of or a definite location 3 of existing underground utilities. 4 B. A representative of the underground utilities shall be notified 24 HRS in advance of crossings. 5 C. Notify Texas One Call System prior to excavation. 6 1. Phone:1-800-245-4545. 7 3.7 CONNECTIONS TO EXISTING WATERMAINS 8 A. Make connections to existing watermains as shown on Drawings, by attaching to existing or 9 changed fitting. Cost for making connections shall include cost of all fittings including flexible 10 couplings, and shall be included in the bid unit price of the water main. i i B. Where the connection is made to an existing water main which can be adequately isolated from 12 the distribution system, it shall be termed a "dry connection." 13 C. Contractor is responsible for controlling and disposing of water in the trench at no additional 14 cost to the Owner. 15 3.8 SEWER CROSSINGS 16 A. Watermains crossing house sewers, storm sewers or sanitary sewers shall be laid to provide a 17 vertical separation of at least 18 IN between the bottom of the water main and the top of the 18 sewer, whenever possible. In the event 18 IN of vertical separation cannot be provided at a sewer 19 crossing, the sewer shall be removed for a distance of 10 FT on each side of the water main and 20 replaced with one 20 FT length of PVC (C900) pipe of the same size. 21 B. Manufactured couplings shall be provided at each end of the ductile iron pipe to connect to the 22 existing sewer pipe as shown on the Drawings. 23 C. Payment for crossings shall be included in the bid unit price of the water main. 24 3.9 TREES 25 A. Do not remove trees without written instructions from the Owner's Representative unless tree 26 removal is shown on drawings. No separate payment will be made for tree removal and the cost 27 shall be included in the bid unit price for transmission main. 28 3.10 FENCES, SIGNS, MAILBOXES, ETC. 29 A. Restore all damaged fences, signs, mailboxes, etc., to their original conditions. No separate 30 payment will be made for these items. 31 3.11 FIELD QUALITY CONTROL 32 A. Sealing, Flushing, and Disinfection of Potable Water Systems: 33 1. Contractor to furnish required test taps. 34 2. Maintain interior of all pipes, fittings and other accessories free from dirt and foreign 35 material at all times. If, in the opinion of the Engineer, the pipe contains dirt that will not be 36 removed by flushing, the pipe interior shall be cleaned and swabbed with bactericidal 37 solution. At close of day's work or whenever workmen are absent from jobsite, plug, cap or 38 otherwise provide watertight seal from open ends of pipe to prevent ingress of foreign 39 material. If water is in trench, seal shall remain in place until trench is pumped dry. 40 3. After favorable performance of pressure test and prior to final acceptance, thoroughly flush 41 the entire potable water piping system and perform disinfection as prescribed. Perform all 42 work including preventative measures during construction in full compliance to 43 AWWA C651. 44 4. Flush each segment of the system to provide a flushing velocity of not less than 2.5 FT per 45 second. 46 5. Drain flushing water to location approved by the Owner. City of Lubbock 34th Street Waterline Replacement Project -May 2009 02660 - 3 DIVISION 3 CONCRETE 1 2006/01/18 2 SECTION 03002 3 CONCRETE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Cast -in -place concrete and grout. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. I I6R, Cement and Concrete Terminology. b. 211.1, Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete. c. 212.3R, Chemical Admixtures for Concrete. d. 304R, Guide for Measuring, Mixing, Transporting, and Placing Concrete. e. 304.2R, Placing Concrete by Pumping Methods. f. 305R, Hot Weather Concreting. g. 306R, Cold Weather Concreting. h. 318, Building Code Requirements for Structural Concrete. i. 347R, Recommended Practice for Concrete Formwork. 2. ASTM International (ASTM): a. A82, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. b. At 85, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. c. A615, Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. d. A775, Standard Specification for Epoxy -Coated Steel Reinforcing Bars. e. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. f. C33, Standard Specification for Concrete Aggregates. g. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. h. C94, Standard Specification for Ready -Mixed Concrete. i. C 138, Standard Method of Test for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete. j. C143, Standard Test Method for Slump of Hydraulic Cement Concrete. k. C150, Standard Specification for Portland Cement. 1. C157, Standard Test Method for Length Change of Hardened Hydraulic -Cement, Mortar, and Concrete. m. C172, Standard Practice for Sampling Freshly Mixed Concrete. n. C173, Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. o. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. p. C260, Standard Specification for Air -Entraining Admixtures for Concrete. City of Lubbock 34th Street Waterline Replacement Project - May 2008 03002 - 1 I 9. Submitted: Submitted to Engineer. 1.4 SUBMITTALS 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1.5 40 41 42 43 44 45 46 47 48 49 50 51 52 53 A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Concrete mix designs proposed for use. a. Concrete mix design submittal to include the following information: 1) Sieve analysis and source of fine and coarse aggregates. 2) Test for aggregate organic impurities. 3) Test for deleterious aggregate per ASTM C289. 4) Proportioning of all materials. 5) Type of cement with mill certificate for cement. 6) Type of fly ash with certificate of conformance to specification requirements. 7) Slump. 8) Air content. 9) Brand, type, ASTM designation, and quantity of each admixture proposed for use. 10) 28-day cylinder compressive test results of trial mixes per ACI 318 and as indicated herein. 11) Shrinkage test results. 12) Standard deviation value for concrete production facility. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturers and types: 1) Joint fillers. 2) Curing agents. 3) Chemical sealer. 4) Bonding and patching mortar. 5) Construction joint bonding adhesive. 6) Non -shrink grout with cure/seal compound. 7) Waterstops. 4. Reinforcing steel: a. Show grade, sizes, number, configuration, spacing, location and all fabrication and placement details. b. In sufficient detail to permit installation of reinforcing without having to make reference to Contract Drawings. c. Obtain approval of Shop Drawings by Engineer before fabrication. d. Mill certificates. DELIVERY, STORAGE, AND HANDLING A. Storage of Material: 1. Cement and fly ash: a. Store to motstureproof, weathertight enclosures. b. Do not use if caked or lumpy. 2. Aggregate: a. Store to prevent segregation and contamination with other sizes or foreign materials. b. Obtain samples for testing from aggregates at point of batching. c. Do not use frozen or partially frozen aggregates. d. Do not use bottom 6 IN of stockpiles in contact with ground. e. Allow sand to drain until moisture content is uniform prior to use. 3. Admixtures: a. Protect from contamination, evaporation, freezing, or damage. b. Maintain within temperature range recommended by manufacturer. c. Completely mix solutions and suspensions prior to use. City of Lubbock 34th Street Waterline Replacement Project - May 2008 03002 - 3 Ei u I a. Hardened concrete containing fly ash to be uniform light gray color. 2 3. Maximum loss on ignition: 4 percent. 3 4. Compatible with other concrete ingredients. 4 5. Obtain proposed fly ash from a source approved by the State Highway Department in the 5 state where the Project is located for use in concrete for bridges. 6 C. Admixtures: 7 1. Air entraining admixtures: ASTM C260. 8 2. Water reducing, retarding, and accelerating admixtures: 9 a. ASTM C494 Type A through E. 10 b. Conform to provisions of ACI 212.3R. 11 c. Do not use retarding or accelerating admixtures unless specifically approved in writing 12 by Engineer and at no cost to Owner. 13 d. Follow manufacturer's instructions. 14 e. Use chloride free admixtures only. 15 3. Maximum total water soluble chloride ion content contributed from all ingredients of 16 concrete including water, aggregates, cementitious materials and admixtures by weight 17 percent: 18 a. 0.10 percent of all concrete. 19 4. Do not use calcium chloride. 20 5. Pozzolanic admixtures: ASTM C618. 21 6. Provide admixtures of same type, manufacturer and quantity as used in establishing required 22 concrete proportions in the mix design. 23 D. Water: Potable, clean, free of oils, acids and organic matter. 24 E. Aggregates: 25 1. Normal weight concrete: ASTM C33, except as modified below. 26 2. Fine aggregate: 27 a. Clean natural sand. 28 b. No manufactured or artificial sand. 29 3. Coarse aggregate: 30 a. Crushed rock, natural gravel, or other inert granular material. 31 b. Maximum amount of clay or shale particles: 1 percent. 32 4. Gradation of coarse aggregate: 33 a. Lean concrete and concrete topping: Size #7. 34 b. All other concrete: Size #57 or #67. 35 F. Concrete Grout: 36 1. Nonshrink nonmetallic grout: 37 a. Nonmetallic, noncorrosive, nonstaining, premixed with only water to be added. 38 b. Grout to produce a positive but controlled expansion. 39 c. Mass expansion not to be created by gas liberation. 40 d. Minimum compressive strength of nonshrink grout at 28 days: 6500 psi. 41 e. In accordance with COE CRD-C621. 42 2. Epoxy grout: 43 a. 3-component epoxy resin system. 44 1) Two liquid epoxy components. 45 2) One inert aggregate filler component. 46 b. Each component packaged separately for mixing at jobsite. 47 G. Reinforcing Steel: 48 1. Reinforcing bars: ASTM A615, Grade 60. 49 2. Welded wire fabric: ASTM A185. 50 a. Minimum yield strength: 60,000 psi. 51 3. Column spirals: ASTM A82. 52 H. Forms: City of Lubbock 34th Street Waterline Replacement Project - May 2008 03002 - 5 L 4 5 6 7 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 1. Provide specified strength and type of concrete for each use in structure(s) as follows: SPECIFIED TYPE WEIGHT STRENGTH* Concrete fill Normal weight 3000 psi Lean concrete Normal weight 3000 psi Concrete topping Normal weight and 4000 psi lightweight Precast concrete Normal weight and 5000 psi lightweight All other veneral use concrete Normal weight 4000 nsi * Minimum 28-day compressive strength. C. Air Entrainment: 1. Provide air entrainment in all concrete resulting in a total air content percent by volume as follows: MAX AGGREGATE SIZE TOTAL AIR CONTENT PERCENT 1 IN or 3/4 IN 5 to 7 1/2 IN 5 1/2 to 8 2. Air content to be measured in accordance with ASTM C231, ASTM C173, or ASTM C138. D. Slump - 4 IN maximum, 1 IN minimum: 1. Measured at point of discharge of the concrete into the concrete construction member. 2. Concrete of lower than minimum slump may be used provided it can be properly placed and consolidated. 3. Pumped concrete: a. Provide additional water at batch plant to allow for slump loss due to pumping. b. Provide only enough additional water so that slump of concrete at discharge end of pump hose does not exceed maximum slump specified above. 4. Determine slump per ASTM C143. E. Selection of Proportions: 1. General: a. Proportion ingredients to: 1) Produce proper workability, durability, strength, and other required properties. 2) Prevent segregation and collection of excessive free water on surface. 2. Minimum cement contents and maximum water cement ratios for concrete to be as follows: MINIMUM CEMENT, LB/CY MAXIMUM WATER SPECIFIED MAXIMUM AGGREGATE SIZE CEMENT RATIO BY STRENGTH 1/2 IN 3/4IN IIN WEIGHT 3000 --- 517 517 0.45 4000 611 611 611 0.45 5000 --- 686 665 0.40 3. Substitution of fly ash: Maximum of 25 percent by weight of cement at rate of 1 LB fly ash for 1 LB of cement. 4. Sand cement grout: a. Three parts sand. b. One part Portland cement. c. Entrained air: Six percent plus or minus one percent. d. Sufficient water for required workability. e. Minimum 28-day compressive strength: 3,000 psi. 5. Normal weight concrete: City of Lubbock 34th Street waterline Replacement Project - May'_008 03002 - 7 F; 1 3) 6 N. 2 c. Development length: ACI 318 basic development length for the specified fabric yield 3 strength. 4 C. Construction, Expansion, and Contraction Joints: 5 l . Provide at locations indicated. 6 2. Locate wall vertical construction joints at 30 FT maximum centers and wall horizontal 7 construction joints at 10 FT maximum centers. 8 3. Locate construction joints in floor slabs and foundation base slabs so that concrete 9 placements are approximately square and do not exceed 2500 SF. 10 4. Locate construction joints in columns and walls: 1 l a. At the underside of beams, girders, haunches, drop panels, column capitals, and at floor 12 panels. 13 b. Haunches, drop panels, and column capitals are considered part of the supported floor 14 or roof and shall be placed monolithically therewith. 15 c. Column based need not be placed monolithically with the floor below. 16 5. Locate construction joints in beams and girders: 17 a. At the middle of the span, unless a beam intersects a girder at that point. 18 b. If the middle of the span is at an intersection of a beam and girder, offset the joint in the 19 girder a distance equal to twice the beam width. 20 c. Provide satisfactory means for transferring shear and other forces through the 21 construction joint. 22 6. Locate construction joints in suspended slabs: 23 a. At or near the center of span in flat slab or T-beam construction. 24 b. Do not locate a joint between a slab and a concrete beam or girder unless so indicated 25 on Drawings. 26 7. In pan -formed joists: 27 a. At or near span center when perpendicular to the joists. 28 b. Centered in the slab, midway between joists, when parallel to the joists. 29 8. Install construction joints perpendicular to main reinforcement with all reinforcement 30 continued across construction joints. 31 9. At least 48 HRS shall elapse between placing of adjoining concrete construction. 32 10. Thoroughly clean and remove all laitance and loose and foreign particles from construction 33 joints. 34 11. Before new concrete is placed, coat all construction joints with an approved bonding 35 adhesive used and applied in accordance with manufacturer's instructions. 36 D. Embedments: 37 1. Set and build in anchorage devices and other embedded items required for other work that is 38 attached to, or supported by concrete. 39 2. Use setting diagrams, templates and instructions for locating and setting. 40 3. Secure waterstops in correct position using hog rings or grommets spaced along the length 41 of the waterstop and wire tie to adjacent reinforcing steel. 42 E. Placing Concrete: 43 1. Place concrete in compliance with AC1304R and ACI 304.211. 44 2. Place in a continuous operation within planned joints or sections. 45 3. Begin placement when work of other trades affecting concrete is completed. 46 4. Place concrete by methods which prevent aggregate segregation. 47 5. Do not allow concrete to free fal I more than 4 FT. 48 6. Where free fall of concrete will exceed 4 FT, place concrete by means of tremie pipe or 49 chute. 50 F. Consolidation: Consolidate all concrete using mechanical vibrators supplemented with hand 51 rodding and tamping, so that concrete is worked around reinforcement and embedded items into 52 all parts of forms. 53 G. Protection: City of Lubbock 34th Street Waterline Replacement Project - May 2008 03002 - 9 M c. Tighten reshores to carry their required loads. d. Leave reshores in place until concrete being supported has reached its specified 28-day compressive strength. 4 3.2 CONCRETE FINISHES 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 A. Tolerances: 1. Class A: 1/8 IN in 10 FT. 2. Class B: 1/4 IN in 10 FT. B. Surfaces Exposed to View: 1. Provide a smooth finish for exposed concrete surfaces and surfaces that are: a. To be covered with a coating or covering material applied directly to concrete. b. Scheduled for grout cleaned finish. 2. Remove fins and projections, and patch voids, air pockets, and honeycomb areas with cement grout. 3. Fill tie holes with nonshrink nonmetallic grout. C. Surfaces Not Exposed to View: 1. Patch voids, air pockets and honeycomb areas with cement grout. 2. Fill tie holes with nonshrink nonmetallic grout. D. Grout Cleaned Finish: 1. Mix one part Portland cement and 1-1/2 parts fine sand with sufficient bonding agent/water mixture to produce a grout with the consistency of thick paint. a. White Portland cement shall be substituted for gray Portland cement to produce a color that matches color of surrounding concrete as determined by trial patch for areas not to be painted. 2. Wet surface of concrete to prevent absorption of water by grout and uniformly apply grout with brushes or spray gun. 3. Immediately scrub the surface with a cork float or stone to coat and fill air bubbles and holes. 4. While grout is still plastic, remove all excess grout by working surface with rubber float, sack or other approved means. 5. After the surface whitens from drying, rub vigorously with clean burlap. 6. Keep final finish damp for a minimum of 36 HRS after final rubbing. E. Slab Float Finish: 1. After concrete has been placed, consolidated, struck off, and leveled, do no further work until ready for floating. 2. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit operation. 3. During or after first floating, check planeness of entire surface with a 10 FT straightedge applied at not less than two different angles. 4. Cut down all high spots and fill all low spots during this procedure to produce a surface within Class B tolerance throughout. 5. Refloat slab immediately to a uniform sandy texture. F. Troweled Finish: 1. Float finish surface. 2. Next power trowel, and finally hand trowel. 3. Produce a smooth surface which is relatively free of defects with first hand troweling. 4. Perform additional trowelings by hand after surface has hardened sufficiently. 5. Final trowel when a ringing sound is produced as trowel is moved over surface. 6. Thoroughly consolidate surface by hand troweling. 7. Leave finished surface essentially free of trowel marks, uniform in texture and appearance and plane to a Class A tolerance. City of Lubbock 34th Street Waterline Replacement Project - May1-008 03002 - 11 Ell 1 c. Not less than one test for each type of concrete poured. 2 d. Not less than one test for each concrete structure exceeding 2 CY volume. 3 3. Slump test: 4 a. Per ASTM C 143. 5 b. Determined for each strength test sample. 6 c. Additional slump tests may be taken. 7 4. Air content: 8 a. Per ASTM C231, ASTM C 173, and ASTM C 138. 9 b. Determined for each strength test sample. 10 5. Temperature: Determined for each strength test sample. 11 C. Evaluation of Tests: 12 1. Strength test results: 13 a. Average of 28-day strength of two cylinders from each sample. 14 1) If one cylinder manifests evidence of improper sampling, molding, handling, 15 curing or testings, strength of remaining cylinder will be test result. 16 2) If both cylinders show any of above defects, test will be discarded. 17 D. Acceptance of Concrete: 18 1. Strength level of each type of concrete shall be considered satisfactory if both of the 19 following requirements are met: 20 a. Average of all sets of three consecutive strength tests equals or exceeds the required 21 specified 28-day compressive strength. 22 b. No individual strength test falls below the required specified 28-day compressive 23 strength by more than 500 psi. 24 2. If tests fail to indicate satisfactory strength level, perform additional tests and/or corrective 25 measures as directed by Engineer. 26 a. Perform additional tests and/or corrective measures at no additional cost to Owner. 27 3.5 SCHEDULES 28 A. Form Types: 29 1. Surfaces exposed to view: 30 a. Prefabricated or job -built wood forms. 31 b. Laid out in a regular and uniform pattern with long dimensions vertical and joints 32 aligned. 33 c. Produce finished surfaces free from offsets, ridges, waves, and concave or convex 34 areas. 35 d. Construct forms sufficiently tight to prevent leakage of mortar. 36 2. Surfaces normally submerged or not normally exposed to view: Wood or steel forms 37 sufficiently tight to prevent leakage of mortar. 38 3. Other types of forms may be used: 39 a. For surfaces not restricted to plywood or lined forms. 40 b. As backing for form lining. 41 B. Grout: 42 1. Nonshrinking nonmetallic grout: General use. 43 2. Epoxy grout: 44 a. Grouting of dowels and anchor bolts into existing concrete. 45 b. Other uses indicated on Drawings. 46 3. Sand cement grout: Keyways of precast members. 47 C. Concrete: 48 1. Precast concrete: Where indicated on Drawings. 49 2. Lean concrete: Where indicated on Drawings. 50 3. Concrete till: Where indicated on Drawings. 51 4. Normal weight concrete: All concrete. 52 5. General use concrete: All other locations. City of Lubbock 34th Street Waterline Replacement Project - May 2008 03002 - 13 No Text I F-..,;,' 1 SECTION 15060 2 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility piping systems. 7 B. Related Sections include but are not necessarily limited to: 8 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 9 2. Division 1 - General Requirements. 10 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 11 4. Section 02660 -Water Main Construction. 12 5. Section 15062 - Pipe: Ductile. 13 6. Section 15063 - Pipe: Copper, 14 7. Section 15064 - Pipe: Plastic. 15 8. Section 15100 - Valves: Basic Requirements. 16 9. Section 15101 -Gate Valves. 17 10. Section 15510 - Fire Hydrant 18 1.2 QUALITY ASSURANCE 19 A. Referenced Standards: 20 1. American National Standards Institute (ANSI): 21 a. B16.3, Malleable Iron Threaded Fittings. 22 b. B 16.5, Pipe Flanges and Flanged Fittings. 23 c. B40.1, Gauges- Pressure Indicating Dial Type -Elastic Element. 24 2. American National Standards Institute (ANSI)/American Water Works Association 25 (AWWA): 26 a. ANSI/AWWA Cl 10/A21.10, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN 27 for Water and Other Liquids. 28 b. ANSI/AWWA C115/A21.15, Flanged Ductile Iron Pipe with Threaded Flanges. 29 c. C151, Ductile -Iron Pipe, Centrifugally Cast In Metal Molds or Sand -Lined Molds for 30 Water or Other Liquids. 31 d. ANSI/AWWA C153/A21.53, Ductile -Iron Compact Fittings, 3 IN Through 16 IN, for 32 Water and Other Liquids. 33 3, American Society for Testing and Materials (ASTM): 34 a. A126, Standard Specification for Gray Iron Casting for valves, flanges, and pipe 35 fittings. 36 b. A536, Standard Specification for Ductile Iron Castings. 37 c. D1785, Standard Specification for Rigid Poly Vinyl Chloride (PVC) Compounds and 38 Chlorinated Poly Vinyl Chloride (CPVC) Compounds. 39 4. American Water Works Association (AWWA): 40 a. B300, Standard for Hypochlorites. 41 b. C111, Rubber -Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. 42 c. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type. 43 d. C606, Grooved and Shouldered Joints. 44 e. C651, Standard for Disinfecting Water Mains. 45 f. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 46 IN, for Water Distribution. 47 g. C905, Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameter 14 IN 48 through 36 IN. 49 5. National Fire Protection Association (NFPA). City of Lubbock 34th Street Waterline Replacement Project - May 2008 l 5060 - 1 r tz» I A. Protect pipe coating during handling using methods recommended by manufacturer. Use of bare 2 cables, chains, hooks, metal bars or narrow skids in contact with coated pipe is not permitted. L 3 3 B. Prevent damage to pipe during transit. Repair abrasions, scars, and blemishes. If repair of 4 satisfactory quality cannot be achieved, replace damaged material immediately. 5 PART 2 - PRODUCTS 6 2.1 ACCEPTABLE MANUFACTURERS 7 A. Subject to compliance with the Contract Documents, the following manufacturers are 8 acceptable: 9 1. Insulating unions: 10 a. "Dielectric" by Epco. 11 2. Dielectric flange kit: 12 a. PSI. 13 b. Maloney. 14 c. Central Plastics. 15 3. Harnessed mechanical couplings: 16 a. Dresser. 17 b. Smith Blair. 18 c. Baker. 19 d. Rockwell. 20 4. Restrained joint mechanical couplings: 21 a. EBBA Iron Sales, Inc. 22 b. Dresser. 23 5. Pipe tapping saddles: 24 a. Dresser. 25 b. Smith -Blair. 26 2.2 PIPING SPECIFICATION SCHEDULES 27 A. Piping system materials, fittings and appurtenances are subject to requirements of specific piping 28 specification schedules located at the end of PART 3 of this Section. 29 B. Valves: See section 15100. 30 23 COMPONENTS AND ACCESSORIES 31 A. Insulating Components: 32 1. Dielectric flange kits: 33 a. Flat faced. 34 b. 1/8 IN thick dielectric gasket, phenolic, non -asbestos. 35 c. Suitable for 175 psi, 210 DegF. 36 d. 1/32 IN wall thickness bolt sleeves. 37 e. 1/8 IN thick phenolic insulating washers. �- 38 2. Dielectric unions: 39 a. Screwed end connections. 40 b. Rated at 175 psi, 210 DegF. 41 c. Provide dielectric gaskets suitable for continuous operation at union rated temperature 42 and pressure. 43 B. Harnessed Mechanical Couplings: 44 1. Gasketed, sleeve -style flanged mechanical coupling, sized according to nominal pipe size 45 for specific Class, section and material. Each coupling shall consist of one steel middle 46 ring, two steel followers, or anchor studs as required, compounded -wedge section gaskets, 47 complete with trackhead"bolts designed for adequate compression of the gaskets. Dresser 48 style 138 (for DIP), or approved equal. City of Lubbock 34th Street Waterline Replacement Project - May 2008 t 5060 - 3 7 71 Leg 1 2. For buried service, provide heat shrinkable protective sleeve around each coupling. 2 a. Provide and install in accordance with AWWA C216. 3 3. Provide where indicated on Drawings and include in unit price for pipe. 4 E. Tapping Saddles: 5 1. Clamps, double -strap having 12-mil nylon -coated ductile iron saddle with flat stainless steel 6 straps and stainless steel bolts. 7 2. Provide 2 IN nominal size tapping saddle with corporation stop in accordance with AWWA 8 C800 for all service connections larger than'/ IN and less than 3 IN. 9 3. Type K copper water tubing shall be used to connect new taps to existing services 3 IN or 10 less in diameter. Install bushings as necessary to connect to existing pipe. 11 4. Dresser Style 291 or approved equal. 12 F. Fabricated Cast Iron Tapping Sleeves (4" through 12" Pipe): 13 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and 14 construction and shall have given successful service for a period of at least five (5) years. 15 2. Service: The tapping sleeves will be installed on the following types of pipe (1) Cast Iron 16 (2) Ductile Iron (3) Asbestos Cement (4) C-900 PVC. The operating pressure for all four 17 types of water pipe is 150 psi. 18 3. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest 19 revision of A.S.T.M. Standard Designations. The tapping sleeve shall withstand a working 20 pressure of 200 psi. 21 4. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and 22 creep. 23 G. Fabricated Steel Tapping Sleeves (14" through 30" Pipe): 24 1. Service: The tapping sleeves will be installed on the following types of pipe---(1) Cast Iron 25 (2) Ductile Iron (3) Asbestos Cement pipe (4) C-900-PVC pipe. The operating pressure for 26 all three types of water pipe is 150 psi. 27 2. Tapping sleeves for Concrete Steel Cylinder pipe will be provided by a concrete pipe 28 manufacturer who will provide the tapping services. Owner's and Engineer's approval is 29 required for the tapping products and procedures prior to tapping CSC pipe. 30 3. Material: All steel plate used in fabrication of the tapping sleeves shall conform to A.S.T.M. 31 Standard Designation A-36 or A-285, Grade C. 32 4. Flanges: Flanges shall be fabricated from steel plate, and all dimensions shall conform to 33 AWWA Standard C-207, "Steel Pipe Flanges," Class D. Flanges shall be machined to a flat 34 face with finish of 250 micro -inches or machined to a flat surface with a serrated finished in 35 accordance with AWWA Standard C-207, "Steel Pipe Flanges." In addition, the machined 36 face shall also be recessed for tapping valves in accordance with the M.S. Standard SP-60. 37 5. Gaskets: Gaskets shall be compounded from new materials, and the shape of cross-section } 38 of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to >� 39 the groove provided in the body section. 40 6. Fasteners: Bolts and hex nuts shall be stainless steel, Usalloy, Dresserloy, Corten or an 41 approved equal for corrosion control. 42 7. Testing Outlet: A 3/4" NPT by welded coupling shall be attached to the outlet nozzle of 43 each tapping sleeve assembly complete with a 3/4" square head pipe plug. 44 H. Reducers: 45 1. Furnish appropriate size reducers and reducing fittings to mate pipe to equipment 46 connections. Connection size requirements may change from those shown on Drawings 47 depending on equipment furnished. 48 I. Protective Coating and Lining: 49 1. Include pipe, fittings, and appurtenances where coatings, linings, paint, tests and other items w� 50 are specified. 51 2. Buried metallic pipe, valves and fittings shall be encased in polyethylene in accordance with 52 AWWA C105. City of Lubbock 34th Street Waterline Replacement Project - May 2008 15060 - 5 �p 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 h. Select gauge range so that: 1) The normal operating value is in the middle third of the dial. 2) Maximum operating pressure does not exceed 75 percent of the full scale range. PART 3 - EXECUTION 3.1 EXTERIOR BURIED PIPING INSTALLATION A. General: 1. Install ductile iron pipe in accordance with ANSI/AWWA C600. 2. Install PVC pipe in accordance with ANSI/AWWA C605. 3. Unless otherwise shown on the Drawings, provide a minimum of 4 FT and maximum of 8 FT earth cover over exterior buried piping systems. B. Laying Pipe in Trench: 1. Excavate and backfill trench in accordance with Section 02221. 2. Clean each pipe length thoroughly and inspect for compliance to Specifications. 3. Grade trench bottom and excavate for pipe bell and lay pipe on trench bottom. 4. Install gasket or joint material according to manufacturer's directions after joints have been thoroughly cleaned and examined. 5. Lay pipe in only suitable weather with good trench conditions. Never lay pipe in water except where approved by Engineer. 6. Seal open end of line with watertight plug if pipe laying is stopped. 7. Remove water in trench before removal of plug. C. Installing Pipe by Horizontal Direction Drilling (HDD): 1. Install fusible PVC per Section 15064. D. Lining Up Push -On Joint Piping: 1. Lay piping on route lines shown on Drawings. 2. Deflect from straight alignments or grades by vertical or horizontal curves or offsets. 3. Do not exceed 80% of maximum deflection values stated in manufacturer's written literature. 4. Provide bends when specified or where required alignment exceeds allowable deflections stipulated. 5. Install shorter lengths of pipe in such length and number that angular deflection of any joint, as represented by specified maximum deflection, is not exceeded. E. Anchorage and Blocking: 1. Provide restrained joints, anchors, joint harnesses, or other acceptable means for preventing movement of piping caused by forces in or on buried piping tees, wye branches, plugs, or bends. a. Provide joint restraint in accordance with the tables in the Drawings. 2. Concrete thrust blocks: a. Construct thrust blocks only with Engineer's written approval. b. Place concrete blocking so that it extends from fitting into solid undisturbed earth wall. c. Concrete blocks shall not cover pipe joints. d. Provide bearing area of concrete in accordance with the table in the Drawings. F. Install tracer wire on all PVC pipe per manufacturers recommendations. G. Install underground hazard warning tape above pipe at interface between pipe bedding and backfill materials. H. Provide polyethylene wrap for all ductile iron pipe in accordance with AWWA C105; method A. 1. Provide all joints with double wrap unless designated otherwise on Drawings, in the specifications, or as directed by the Engineer. 48 3.2 CONNECTIONS WITH EXISTING PIPING City of Lubbock 34th Street Waterline Replacement Project - May 2008 15060 - 7 ':l 1 c. Provide adequate temporary test plugs on blind flanges to test individual pipeline 2 segments. Length of individual test segments shall not exceed 1,000 FT, unless 3 approved by Engineer. The blind plug required for pressure and bacteriological testing 4 shall remain on the line until the adjacent piping tie-in is performed. The cap shall 5 remain the property of the Owner. All tie-ins shall be coordinated with the Owner. 6 d. Duration of pressure test shall be 2 hours. 7 C. Dielectric Testing Methods and Criteria: 8 1. Provide electrical check between metallic non-ferrous pipe or appurtenances and ferrous 9 elements of construction to assure discontinuity has been maintained. 10 2. Wherever electrical contact is demonstrated by such tests, locate the point or points of ' 11 continuity and correct the condition. r 1 12 3.4 CLEANING AND DISINFECTION 13 A. Cleaning: 14 1. Clean interior of piping systems thoroughly before installing. 15 2. Maintain pipe in clean condition during installation. 16 3. Before jointing piping, thoroughly clean and wipe joint contact surfaces and then properly 17 dress and make joint. 18 4. Immediately prior to pressure testing, clean and remove grease, metal cuttings, dirt or other 19 foreign materials which may have entered the system. 20 5. At completion of work and prior to Final Acceptance, thoroughly clean work installed under 21 these specifications. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal 22 cuttings, dirt, or other foreign materials which may have accumulated by operation of 23 system, from testing, or from other causes. 24 6. See provisions in Section 02660. 25 3.5 LOCATION OF BURIED OBSTACLES 26 A. Furnish exact location and description of buried utilities encountered and thrust block placement. 27 B. Reference items to definitive reference point locations such as found property corners, entrances 28 to buildings, existing structure lines, fire hydrants and related fixed structures. 29 C. Include such information as location, elevation, coverage, supports and additional pertinent 30 information. 31 D. Incorporate information on "As -Recorded" Drawings. ta 32 3.6 SCHEDULES 35 A. All piping and fittings shall meet NFS Standard 61 and shall be suitable for potable water use. 36 B. PIPING SPECIFICATION SCHEDULE - SYSTEM 1 37 Symbol Material Pipe Sizes Test Pressure Allowable Classification (psi) Leakage PW Copper Type K 2" or less 150 None PW Ductile Iron PC 250 4" and larger 150 Per AWWA C600 Polyvinyl Per AWWA PW Chloride DR 18 4" through 12" 150 (PVC C900) C605 Polyvinyl PW Chloride DR 25 14" and larger 150 Per AWWA (PVC C905) C603 City of Lubbock 34th Street Waterline Replacement Project - May 2008 15060 - 9 t-n 2002/01 / 14 2 3 4 PART1- GENERAL 5 1.1 SUMMARY SECTION 15062 PIPE: DUCTILE 6 A. Section Includes: 7 1. Ductile iron piping, fittings, and appurtenances. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements, 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. American Society of Mechanical Engineers (ASME): 15 a. 131.1, Unified Inch Screw Threads (UN and UNR Thread Form). 16 b. 916.1, Cast Iron Pipe Flanges and Flanged Fittings -Classes 25, 125 and 250. 17 2. ASTM International (ASTM): 18 a. B695, Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and 19 Steel. 20 3. American Water Works Association (AWWA): 21 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines -Enamel and 22 Tape -Hot Applied. 23 b. C606, Grooved and Shouldered Joints. 24 4. American Water Works Association/American National Standards Institute 25 (AW WA/ANSI): 26 a. CI05/A21.5, Polyethylene Encasement for Gray and Ductile Cast -Iron Piping for Water 27 and Other Liquids. 28 b. C110/A21.10, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN for Water and 29 Other Liquids. 30 c. C111/A21.11, Gasket Joints for Cast Iron and Ductile Iron Pressure Pipe and Fittings. 31 d. C 115/A21.15, Flanged Ductile Iron Pipe with Threaded Flanges. 32 e. C150/A21.50, Thickness Design of Ductile Iron Pipe. 33 f. C151/A21.51, Ductile Iron Pipe, Centrifugally Cast -In -Metal Molds or Sand -Lined 34 Molds, for Water or Other Liquids. 35 5. Society of Automotive Engineers (SAE): 36 a. AMS-QQ-P416, Cadmium Plating - Electro-deposited. 37 13 SUBMITTALS 38 A. Shop Drawings: 39 1. See Section 01340 for requirements for the mechanics and administration of the submittal 40 process. 41 2. See Section 15060. 42 3. Certification of factory hydrostatic testing. 43 4. If mechanical coupling system is used, submit piping, fittings, and appurtenant items which 44 will be utilized to meet system requirements. City of Lubbock 34th Street Waterline Replacement Project - May 2008 15062 - 1 0 1 2. Exposed: Mechanical galvanized ASTM B695, Class 40. 2 3. Heads and dimensions per ASME B1.1. 3 4. Threaded per ASME B 1.I . 4 5. Project ends 1/4 to 1/2 IN beyond nuts. 5 D. Gaskets: See individual piping system requirements in Section 15060. 6 E. If mechanical coupling system is used, utilize pipe thickness and grade in accordance with 7 AWWA C606. 8 F. Polyethylene Encasement: See AWWA/ANSI C105/A21.5. 9 G. See Piping Schedules in Section 15060. 10 23 MANUFACTURED UNITS 11 A. Couplings: 12 1. Flanged adaptors: 13 a. Unit consisting of steel or carbon steel body sleeve, flange, followers, Grade 30 rubber 14 gaskets. 15 b. Provide units equal to those specified in Article 2.1. 16 c. Supply flanges meeting standards of adjoining flanges. 17 d. Rate entire assembly for test pressure specified on piping schedule for each respective 18 application. 19 2. Compression sleeve coupling: 20 a. Unit consisting of steel sleeve, followers, Grade 30 rubber gaskets. 21 b. Provide units equal to those specified in Article 2.1. 22 c. Supply flanges meeting standards of adjoining flanges. 23 d. Entire assembly to be rated for test pressure specified on piping schedule for each 24 respective application. 25 e. Provide field coating for buried couplings per AWWA C203. 26 3. Mechanical couplings: 27 a. Use of mechanical couplings and fittings in lieu of flanged joints is acceptable where 28 specifically specified in Section 15060. Utilize units defined in Article 2.1. 29 2.4 FABRICATION 30 A. Furnish and install without outside coatings of bituminous material any exposed pipe scheduled 31 to be painted. 32 B. Furnish cast parts with lacquer finish compatible with finish coat. 33 C. Glass Lining: 34 1. Minimum two -coat process. 35 a. Base coat heated to solidly fuse glass to pipe surface. 36 b. Subsequent coat(s) heated to form integral bond with preceding coat. 37 2. Final finish parameters: 38 a. Thickness: 8-12 mils. 39 b. Hardness: Above 5 on MOHS scale. 40 c. Density: 2.5-3.0 grams per cubic centimeter. 41 d. Metal to lining bonding: Capable of withstanding strain of 0.0001 IN/IN without 42 damage to lining. 43 3. Complete compatibility between fittings and piping. 44 2.5 SOURCE QUALITY CONTROL 45 A. Factory Test: 46 1. Subject pipe to hydrostatic test of not less than 500 psi with the pipe under the full test 47 pressure for at least 10 seconds. City of Lubbock 34th Street Waterline Replacement Project - May 2008 15062 - 3 I A. Test piping systems in accordance with Section 15060, 2 END OF SECTION ��ntrh ;lN' City of Lubbock 34th Street Waterline Replacement Project - May 2008 15062 - 5 F" 1 2002/01 / 14 2 SECTION 15063 3 PIPE: COPPER 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Copper piping, fittings, and appurtenances. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 12 4. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American Society of Mechanical Engineers (ASME): 16 a. B 16.22, Wrought Copper and Bronze Solder - Joint Pressure Fittings. 17 b. B16.23, Cast Bronze Solder Joint Drainage Fittings - DWV. 18 c. B 16.26, Cast Bronze Alloy Fittings for Flared Copper Tubes. 19 2. ASTM International (ASTM): 20 a. B32, Standard Specification for Solder Metal. 21 b. B42, Standard Specification for Seamless Copper Pipe, Standard Sizes. 22 c. B88, Standard Specification for Seamless Copper Water Tube. 23 d. B306, Standard Specification for Copper Drainage Tube (DWV). 24 3. American Welding Society (AWS): 25 a. A5.8,. Specification for Filler Metals for Brazing and Braze Welding. 26 1.3 SUBMITTALS 27 A. See Section 01340 for requirements for the mechanics and administration of the submittal 28 process. 29 B. See Section 15060. 30 PART 2 - PRODUCTS 31 2.1 MATERIALS 32 A. Copper Tubing: 33 1. Pressure non -buried: ASTM B88, Type L hard. 34 2. Pressure buried: ASTM B88, Type K. 35 3. Non -pressure: ASTM B306. 36 B. Copper Pipe: ASTM B42, regular strength. 37 C. Fittings: 38 1. Pressure non -buried: ASME B 16.22. 39 2. Pressure buried: ASME B 16.22 or ASME B 16.26. 40 3. Non -pressure: ASME B 16.23 41 D. Soldering and Brazing: rvii;�lti ;s9' City of Lubbock 34th Street Waterline Replacement Project - May 2008 15063 - 1 1 SECTION 15064 2 PIPE: PLASTIC 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: W� 6 1. Plastic pipe. ;7i 7 B. Related Sections include but are not necessarily limited to: s ` 8 L Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 9 2. Division 1 - General Requirements. 10 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. zr;M 11 1.2 QUALITY ASSURANCE 12 A. See Section 15060. 13 B. Referenced Standards: 14 1. ASTM International (ASTM): 15 a. PVC (polyvinyl chloride) materials: 16 1) D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds 71 17 and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. # 18 2) D1785, Standard Specification for Poly(Vinyl Chloride) PVC Plastic Pipe, 19 Schedules 40, 80 and 120. 20 3) D2467, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe 21 Fittings, Schedule 80. K 22 4) D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer 23 Pipe and Fittings. 24 5) D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible 25 Elastomeric Seals. 26 6) D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using 27 Flexible Elastomeric Seals. 28 7) F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 29 8) F679, Standard Specification for Poly(Vinyl Chloride) (PVC) Large -Diameter 30 Plastic Gravity Sewer Pipe and Fittings. 31 9) F794, Standard Specification for Poly(Vinyl Chloride) (PVC) Profile Gravity Nil 32 Sewer Pipe and Fittings Based on Controlled Inside Diameter. 33 10) F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer 34 Pipe with a Smooth Interior and Fittings. 35 b. Installation: 36 1) D2321, Standard Practice for Underground Installation ofThermosplastic Pipe for 37 Sewers and Other Gravity -Flow Applications. 38 2. American Water Works Association (AWWA): 39 a. PVC (polyvinyl chloride) materials: 40 1) C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. 41 Through 12 in. (100 mm Through 300 mm), for Water Distribution. 42 2) C905, Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameter 14 43 IN through 36 IN. 44 b. Polyethylene (PE) materials: 45 1) C901, Polyethylene (PE) Pressure Pipe Tubing and Fittings, 1/2 through 3 IN for 46 Water. 47 3. National Sanitation Foundation International (NSF). 48 13 SUBMITTALS City of Lubbock 34th Street Waterline Replacement Project - May 2008 15064 - 1 I 1 4. Joining systems shall consist of an elastomeric gasket joint meeting requirements of 2 ASTM D3212. 3 5. Supply to the Engineer all information and sample of joining method for his evaluation. 4 a. Only jointing methods acceptable to the Engineer will be permitted. 5 6. Provide pipe and fittings meeting or exceeding the following requirements: 6 a. 4-27 IN DIA: ASTM D3034 and ASTM F679, SDR 35. 7 b. 8-30 IN DIA: ASTM F794. 8 c. 4-18 IN DIA: ASTM F949. 9 7. Ensure impact strengths and pipe stiffnesses in full compliance to these Specifications. 10 PART 3 - EXECUTION 3.1 IDENTIFICATION 12 A. Identify each length of pipe clearly at intervals of 5 FT or less. 13 1. Include manufacturer's name and trademark. 14 2. Nominal size of pipe, appurtenant information regarding polymer cell classification and 15 critical identifications regarding performance specifications and NSF approvals when 16 applicable. 17 3.2 PRESSURE PIPING (UNDERGROUND) 18 A. Direct Bury Installation: 19 1. Field threading of PVC pipe will not be permitted. 20 2. Perform installation procedures, handling, thrust blocking, connections, and other 21 appurtenant operations in full compliance to the manufacturer's printed recommendations 22 and in full observance to plan details when more stringent. 23 3.3 FUSIBLE PVC PIPING INSTALLATION BY HDD 24 A. Delivery and Off -Loading: 25 1. All pipe shall be bundled or packaged in such a manner as to provide adequate protection of 26 the ends during transportation to the site. Any pipe damaged in shipment shall be replaced 27 as directed by the Owner or Engineer. 28 2. Each pipe shipment should be inspected prior to unloading to see if the load has shifted or 29 otherwise been damaged. Notify Owner or Engineer immediately if more than immaterial 30 damage is found. 31 3. Each pipe shipment should be checked for quantity and proper pipe size, color and type. 32 4. Pipe should be loaded, off-loaded, and otherwise handled in accordance with AWWA M23. 33 5. A forklift with chisel forks shall be used to off-load the pipe. The fork chisel should be 34 checked to be sure it is not thicker than the gap between the units of pipe strapped together 35 for shipping and handling purposes. Extend forks to remove each top unit from the truck. 36 When unloading 20' lengths, remove back units first. Do not run forks too far under the 37 units, as fork ends striking adjacent units may cause damage. Insure that the forks are fully 38 engaged. The 30' and 40' lengths are shipped in single length units. Because these are 39 longer, the packages will flex or bend more than the 20' length units. If left bundled in 40 units, unloading can be done with a single forklift so long as it is of sufficient capacity to 41 handle the load. If sag exceeds recommendation (see the table below as to allowable sag), 42 then each piece of pipe should be unloaded individually. The forks should be placed as far 43 apart as possible to provide support to the unit. When unloading individual pieces of pipe, 44 the pipe should be supported at approximately the 1/3 point measured from each end of the 45 pipe. 46 47 48 49 50 c City of Lubbock 34th Street Waterline Replacement Project - May 2008 15064 - 3 1 L 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 5. After delivery to the project site, fusible polyvinylchloride pipe shall be stored at ambient temperature and protected from ultraviolet light degradation. If pipe is to be stored for periods of 6 months or longer, the pipe must be shaded or otherwise shielded from direct sunlight. Covering of the pipe which allows for temperature build-up is strictly prohibited. Pipe should be covered with an opaque material while permitting adequate air circulation above and around the pipe as required to prevent excess heat accumulation. 6. Racks or dunnage to prevent damage to the bottom of the pipe during storage should support the pipe lengths. Supports should be spaced to prevent pipe bending and deformation. The pipe shall be stored in stacks no higher than that given in the following table: Pipe Diameter (inches) Max. No. of Rows Stacked 8 or less 5 12 to 21 4 24 to 30 3 33 to 48 2 54 and larger I C. Fusion Process: 1. Fusible polyvinylchloride pipe will be handled in a safe and non-destructive manner before, during, and after the fusion process and in accordance with this specification and pipe supplier's recommendations. 2. Fusible polyvinylchloride pipe will be fused by qualified fusion technicians, as documented by the pipe supplier. Training records for qualified fusion technicians shall be available to Owner or Engineer upon request. 3. Each joint fusion shall be recorded and logged by an electronic monitoring device (data logger) affixed to the fusion machine. Joint data shall be submitted as part of the As - Recorded information, in accordance with this specification. 4. The fusible polyvinylchloride pipe will be installed in a manner so as not to exceed the recommended bending radius. 5. Where fusible polyvinylchloride pipe is installed by pulling in tension, the recommended Safe Pulling Force, according to the pipe supplier, will not be exceeded. 6. Only appropriately sized, and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. Fusion machines must incorporate the following properties, including the following elements: a. Heat Plate - Heat plates shall be in good condition with no deep gouges or scratches within the pipe circle being fused. Plates shall be clean and free of any contamination. Heater controls shall properly function, and cord and plug shall be in good condition. The appropriately sized heat plate shall be capable of maintaining a uniform and consistent heat profile and temperature for the size of pipe being fused, per the pipe supplier's recommendations. b. Carriage — Carriage shall travel smoothly with no binding at less than 50 psi. Jaws shall be in good condition with proper inserts for the pipe size being fused. Insert pins shall be installed with no interference to carriage travel. c. General Machine - Overview of machine body shall yield no obvious defects, missing parts, or potential safety issues during fusion. d. Datalogger - The current version of the pipe supplier's recommended and compatible software shall be used. Protective case shall be utilized for the hand held wireless portion of the unit. Datalogger operations and maintenance manual shall be with the unit at all times. If fusing for extended periods of time, an independent I I OV power source shall be available to extend battery life. 7. Other equipment specifically required for the fusion process shall include the following: a. Pipe rollers shall be used for support of pipe to either side of the machine b. A weather protection canopy that allows full machine motion of the heat plate, fusion assembly and carriage shall be provided for fusion in inclement and /or windy weather. c. Fusion machine operations and maintenance manual shall be kept with the fusion machine at all times. City of Lubbock 34th Street Waterline Replacement Project - May 2008 15064 - 5 M 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 ni;,.Ili: ,�,. 6. c. In the event that a drilling fluid fracture, inadvertent returns or returns loss occurs during pilot hole drilling operations, Contractor shall cease drilling and contact the Owner and Engineer. d. Owner and/or Engineer shall approve the pilot hole bore alignment prior to back reaming phase and pipe installation. Reaming: a. After successfully completing the pilot hole, the bore hole shall be reamed to a diameter which meets all local iurisdictional standards and the following table as a minimum: Nominal Pipe Diameter Bore Hole Diameter < 8 inches Pipe Dia. + 4 inches 8 inches to 24 inches Pipe Dia. X 1.5 > 24 inches Pipe Dia. + 12 inches b. Multiple reaming passes shall be used at the discretion of the Contractor and shall conform to these specifications. c. A swivel shall be used between the reaming head and the fusible polyvinylchloride pipe to minimize torsion stress on the assembly. d. In the event of a drilling fluid fracture, returns loss or other loss of drilling fluid, the Contractor shall be responsible for restoring any damaged property to original condition and cleaning up the area in the vicinity of the damage or loss. Contractor shall immediately inform the Owner and Engineer. Pipe Pull -Back and Insertion: a. Pipe shall be fused prior to insertion, if the site and conditions allow, into one continuous length. b. Contractor shall handle the pipe in a manner that will not over -stress the pipe prior to insertion. Vertical and horizontal curves shall be limited so that the pipe does not over - deflect, buckle, or otherwise become damaged. Damaged portions of the pipe shall be removed and replaced. c. The pipe entry area shall be graded as needed to provide support for the pipe and to allow free movement into the bore hole. d. The pipe shall be guided into the bore hole to avoid deformation of, or damage to, the pipe. e. The fusible polyvinylchloride pipe may be continuously or partially supported on rollers or other Owner and Engineer approved friction decreasing implement during joining and insertion, as long as the pipe is not over -stressed or critically abraded prior to, or during installation. f. Buoyancy modification shall be at the sole discretion of the Contractor, and shall not exceed the pipe supplier's recommendations. Damage caused by buoyancy modifications shall be the responsibility of the Contractor. g. Once pullback operations have commenced, the operation shall continue without interruption until the pipe is completely pulled through the bore hole. Except for drill rod removal, pull -back operation shall not cease until the pipe has been completely installed to final position. During the pull -back operations, excessive pullback force shall be reported to Owner and Engineer. h. The pipe shall be installed in a manner that does not cause upheaval, settlement, cracking, or movement and distortion of surface features. Any damages caused by the Contractor's operations shall be corrected by the Contractor at no cost to the Owner. Installation Acceptance and Cleanup: a. If the final grade of the finished installation is not satisfactory to the Owner, Engineer or other jurisdictional entity, the pipe shall be abandoned, full pressure grouted in place in accordance with the jurisdictional authority, and an alternate installation shall be made. The abandoned pipe shall be properly shown on as -recorded drawings to be submitted following conclusion of the construction work. City of Lubbock 34th Street Waterline Replacement Project - May 2008 15064 - 7 27 4.2 30 4.8 33 5.4 36 6.0 42 7.3 48 7.6 1 3. Observe full instructions of the Engineer for carving of testing procedures. 2 a. Perform tests only during presence of the Engineer or his authorized representative. 3 4. Should any test on any section of pipe line disclose either infiltration rates greater than 4 allowed or disclose air loss rate greater than that permitted, locate and repair the defective 5 joints or pipes at no cost to Owner and retest until requirements stated are met. 6 C. Deflection: 7 1. After backfilling, each section of pipe shalt be checked for deflection by pulling a mandrel 8 through the pipe. 9 2. Pipe with deflection exceeding 5 percent of the inside diameter shall have backfill removed 10 and replaced to provide a deflection of less than 5 percent. 11 3. Any repaired pipe shall be retested. 12 END OF SECTION City ofLubhock 34th Street Waterline Replacement Project - May 2008 15064 - 9 1 2002/09/ 16 2 SECTION 15100 3 VALVES: BASIC REQUIREMENTS 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Valving, actuators, and valving appurtenances. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 12 4. Section 15101 - Gate Valves. 13 5. Section 15103 - Butterfly Valves. 14 1.2 QUALITY ASSURANCE 15 A. Referenced Standards: 16 1. American Society of Mechanical Engineers (ASME): 17 a. 131.20.1, Pipe Threads, General Purpose. 18 b. B16.1, Cast Iron Pipe Flanges and Flanged Fittings. 19 c. B 16.18, Cast Copper Alloy Solder Joint Pressure Fittings. 20 2. ASTM International (ASTM): 21 a. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe 22 Fittings. 23 b. D256, Standard Test Methods for Determining the Izod Pendulum Impact Resistance of 24 Plastics. 25 c. D638, Standard Test Method for Tensile Properties of Plastics. 26 d. D648, Standard Test Method for Deflection Temperature of Plastics Under Flexural 27 Load in the Edgewise Position. 28 e. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 29 f. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 30 3. American Water Works Association (AWWA): 31 a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 32 b. C500, Gate Valves for Water and Sewerage Systems. 33 c. C504, Rubber -Seated Butterfly Valves. 34 d. C507, Ball Valves, 6 IN through 48 IN (150 MM through 1200 MM). 35 e. C509, Resilient -Seated Gate Valves 3 through 12 NPS, for Water and Sewage Systems. 36 f. C540, Power -Actuating Devices for Valves and Sluice Gates. 37 g. C550, Protective Epoxy Interior Coatings for Valves and Hydrants. 38 h. C606, Grooved and Shouldered Joints. 39 4. American Water Works Association/American National Standards Institute 40 (AWWA/ANSI): 41 a. C111/A21.11, Rubber -Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and 42 Fittings. 43 5. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc. (MSS). 44 6. National Electrical Manufacturers Association (NEMA): 45 a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 46 b. MG 1, Motors and Generators. 47 13 DEFINITIONS City of Lubbock 34th Street Waterline Replacement Project - May 2008 15100- 1 1 ea,x rY`1 I a. Provide for buried valves greater than 4 FT below finish grade. 2 b. Extend to within 6 IN of finish grade. 3 6. Provide concrete pad encasement of valve box as shown for all buried valves unless shown 4 otherwise. 5 2.4 FABRICATION 6 A. End Connections: 7 1. Provide the type of end connections for valves as required in the Piping Schedules presented 8 in Section 15060 or as shown on the Drawings. 9 2. Comply with the following standards: 10 a. Threaded: ASME B1.20.1. 11 b. Flanged: ASME B16.1 Class 125 unless otherwise noted or AWWA C207. 12 c. Bell and spigot or mechanical (gland) type: AWWA/ANSI C1 I I/A21.11. 13 d. Soldered: ASME B 16.18. 14 e. Grooved: Rigid joints per Table 5 of AWWA C606. 15 B. Refer to individual valve sections for specifications of each type of valve on Project. 16 C. Nuts, Bolts, and Washers: 17 1. Wetted or internal to be bronze or stainless steel. 18 a. Exposed to be zinc or cadmium plated. 19 D. On Insulated Piping: Provide valves with extended stems to permit proper insulation application 20 without interference from handle. 21 E. Epoxy Interior Coating: 22 1. Provide epoxy interior coating for all ferrous surfaces in accordance with AWWA C550. 23 PART 3 - EXECUTION 24 3.1 INSTALLATION 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Install products in accordance with manufacturer's instructions. B. Setting Buried Valves: 1. Locate valves installed in pipe trenches where buried pipe indicated on Drawings. 2. Set valves and valve boxes plumb. 3. Place valve boxes directly over valves with top of box being brought to surface of finished grade. 4. Install in closed position. 5. Place valve on firm footing in trench to prevent settling and excessive strain on connection to pipe. 6. After installation, backfill up to top of box for a minimum distance of 4 FT on each side of box. C. Support exposed valves and piping adjacent to valves independently to eliminate pipe loads being transferred to valve and valve loads being transferred to the piping. D. For grooved coupling valves, install rigid type couplings for provide separate support to prevent rotation of valve from installed positionl. E. Install electric or cylinder actuators above or horizontally adjacent to valve and gear box to optimize access to controls and external handwheel. F. For threaded valves, provide union on one side within 2 FT of valve to allow valve removal. G. Install valves accessible for operation, inspection, and maintenance. 3.2 ADJUSTING City of Lubbock 34th Street Waterline Replacement Project - May 2008 15100-3 F 7 1 1998/03/ 19 2 3 4 PART 1- GENERAL 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 15101 GATE VALVES 1.1 SUMMARY A. Section Includes: 1. Gate valves. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Fors, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 15100 -Valves: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings, 2. American Water Works Association (AWWA): a. C500, Metal -Seated Gate Valves for Water Supply Service. b. C504, Rubber -Seated Butterfly Valves. c. C509, Resilient -Seated Gate Valves for Water and Sewerage Systems. d. C550, Protective Epoxy Interior Castings for Valves and Hydrants. 3. Manufacturer's Standardization Society of the Valve and Fittings Industry, Inc. (MSS): a. SP-9, Spot Facing for Bronze, Iron and. Steel Flanges. b. SP-70, Cast Iron Gate Valves, Flanged and Threaded Ends. c. SP-80, Bronze Gate, Globe, Angle and Check Valves, 1.3 DEFINITIONS A. OS&Y: Outside Screw and Yoke. B. NRS: Non -rising Stem. C. RS: Rising Stem. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. See Section 15100. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals, PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS t;,rul !.yti' City of Lubbock 34th Street Waterline Replacement Project - May 2008 15101 - 1 I 7 1 2002/01 / 14 2 SECTION 15103 3 BUTTERFLY VALVES 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Butterfly valves. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 12 4. Section 15100 -Valves: Basic Requirements. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American Society of Mechanical Engineers (ASME): 16 a. B 16.5, Pipe Flanges and Flanged Fittings - NPS 1/2 Through NPS 24. 17 2. ASTM International (ASTM): 18 a. A48, Standard Specification for Gray Iron Castings. 19 b. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe 20 Fittings. 21 c. A276, Standard Specification for Stainless Steel Bars and Shapes. 22 d. A395, Standard Specification for Fen: itic Ductile Iron Pressure -Retaining Castings for 23 Use at Elevated Temperatures. 24 e. A436, Standard Specification for Austenitic Gray Iron Castings. 25 f. A536, Standard Specification for Ductile Iron Castings. 26 g. (13148, Standard Specification for Aluminum -Bronze Sand Castings.) 27 3. American Water Works Association (AWWA): 28 a. C504, Rubber Seated Butterfly Valves. 29 4. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc. (MSS): 30 a. SP-67, Butterfly Valves. 31 1.3 SUBMITTALS 32 A. Shop Drawings: 33 1. See Section 01340 for requirements for the mechanics and administration of the submittal 34 process. 35 2. See Section 15100. 36 3. For valves 8 IN and larger, furnish "Affidavit of Compliance" with Owner in accordance 37 with AWWA C504. 38 B. Operation and Maintenance Manuals: 39 1. See Section 01340 for requirements for: 40 a. The mechanics and administration of the submittal process. 41 b. The content of Operation and Maintenance Manuals. 42 PART 2 - PRODUCTS 43 2.1 ACCEPTABLE MANUFACTURERS City of Lubbock 34th Street Waterline Replacement Project - May 2008 15103- 1 I PART 3 - EXECUTION 2 3.1 INSTALLATION 3 A. See Section 15100. 4 END OF SECTION City of Lubbock 34th Street Waterline Replacement Project - May 2008 15103 - 3 1 2000/ 12/29 2 SECTION 15510 3 FIRE HYDRANT 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Dry -barrel fire hydrant. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division I - General Requirements. 11 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. American Waterworks Association (AWWA): 15 a. C502, Dry -Barrel Fire Hydrant. 16 b. M 17, Installation, Operation and Maintenance of Fire Hydrants. 17 1.3 SUBMITTALS 18 A. Shop Drawings: 19 1. See Section 01340 for requirements for the mechanics and administration of the submittal 20 process. 21 2. Product technical data: 22 a. Acknowledgement that products submitted meet the requirements of the standards 23 referenced. 24 b. Manufacturer's installation instructions. 25 c. Acknowledge and verify dimensions and provide list of integral parts and materials. 26 3. Prior to submission of shop drawings, submit one (I) copy of complete submittal 27 information direct to City of Lubbock Fire Department, Attn: Fire Chief, and request and 28 secure written approval of hydrant selection. 29 a. Incorporate copies of written approval letter with submittals. 30 B. Operation and Maintenance Manuals: 31 1. See Section 01340 for requirements for: 32 a. The mechanics and administration of the submittal process. 33 b. The content of Operation and Maintenance Manuals. 34 PART 2 - PRODUCTS 35 2.1 ACCEPTABLE MANUFACTURERS 36 A. Subject to compliance with the Contract Documents, the following manufacturers and models 37 are acceptable: 38 1. Mueller Centurian. 39 2. American Darling B-84-13. 40 3. Clow Medallion. 41 4. Dresser Style 129-09. 42 B. Submit request for substitutions in accordance with Specification Section 01640. City of Lubbock 34th Street Waterline Replacement Project - May 2008 15510 - 1 APPENDIX A SUBSURFACE EXPLORATION REPORT Pl�lli Fi` P �� Emmonsol MN■arES 1 ANNE EN NNU.M.N- ■WENO TERRA I TERRA TESTING ENVIRONMENTAL I GEOTECHNICAL HDR Engineering, Inc. 4401 West Gate Blvd. Ste. 400 Austin, TX 78745 Gentlemen: a" INC. _ ISO, CERTIFIED CONSTRUCTION MATERIAL TESTING January 18, 2006 Re: Major Water Line Replacement, Lubbock, Texas STR — 1692 Terra.Testing, Inc. (Terra). has conducted a subsurface exploration and geotechnical evaluation for the proposed Major Water Line Replacement, Lubbock, TX. We are pleased to transmit ten (10) copies of the report, which presents the results of the investigation, evaluations and recommendations concerning geotechnical related design and construction of the above referenced project. This report included the results of the field and laboratory testing. During the construction phase of the above referenced project, we would be happy to provide Construction Material Testing Services. In fact, Terra Testing, Inc. is the only ISO 17025 certifled (equivalent to ISO 9000 and 9001 series) engineering testing agency in West Texas area We appreciate the opportunity to have performed this subsurface exploration and geotechnical evaluation and we look forward to discussing the information presented in this report with you. Please contact our office with any questions you may have. Respectfully submitted, TERRA TESTING, INC. Aj t " " ov' dan, Ph.D. Pr dent AJ/jc WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 1 806.793,4767 1 FAX 806.793.4768 Fi I- STR 1692 - Major Water Line Replacement, Lubbock, Texas 1-17-2006 SOIL INVESTIGATION REPORT Major Water Line Replacement Lubbock, Texas 1 INTRODUCTION i This report presents the results of the subsurface investigation and geotechnical evaluation performed by Terra Testing, Inc. ("Terra") for the Major Water Line Replacement in Lubbock, Texas. 1.1 Authorization of Project Mr. Duwain Whitis, P.E., Project Manager ("Client"), of HDR Engineering, Austin, Texas, authorized Terra's services as per the agreed proposal dated August 17, 2005. This proposal contained the scope of work to be performed, cost of services, and Terra's terms and conditions for the project. 1.2 Project Description The proposed project involves the replacement of major waterlines in Lubbock, Texas. The project is divided into two parts. The first part pertains to the replacement of a major waterline from 23`d Street south along Quaker Avenue to 30 Street, east along 346' Street to Avenue A, and then north Along Avenue A to 19`b Street. The second part of the project is for the replacement of a water line in downtown Lubbock, which is bounded by Mac Davis Lane, Avenue O, 13'h Street and the BNSF railroad. STR 1692 — Major Water Line Replacement, Lubbock, Texas 3 1-17-2006 2 SITE CONDITIONS 2.1 Site Location and Description The project site is located in two areas. The first location for the water line replacement runs from 23d Street south along Quaker Avenue to 341h Street, east along 34'h Street to Avenue and then north along Avenue A to 19`h Street. The second part of the project is in downtown Lubbock and is bounded by Mac Davis Lane, Avenue Q, 131h Street, and the BNSF railroad. All of the test holes except for test holes TH-4 and TH-10 were drilled through existing roadway with asphalt and base materials of variable depth. Test Holes TH-4 and TH-10 were drilled through natural soil. A list of test hole locations can be found in Attachment 1. LUBBOCK J C STR 1692 — Major Water Line Replacement, Lubbock, Texas 1-17-2006 3.2.1 Groundwater iWeasurements 5 The test holes were monitored during and immediately following drilling activities for the presence of groundwater. In soils with a high level of permeability, such as sandy soils, recorded depths to the groundwater table are generally considered to be relatively reliable. However, no groundwater was observed in any of the ten (10) test holes. 3.3 Laboratory Testing All soil samples were classified according to the procedures outlined in ASTM D 2487, based on the Unified Soil Classification System. Furthermore, the soils are described in the boring logs using the methods prescribed in ASTM D 2488, utilizing Munsell Soil Color Charts, published by GretagMacbeth, New Windsor, NY, 2000 revised edition. Soil samples, which appeared to indicate maximum plasticity characteristics, were selected and Atterberg Limit tests were performed on these samples according to procedures outlined in ASTM D 4318. The percentage, by weight, of material passing the No. 200 sieve was also determined by ASTM D 1140 for the same samples. Additionally, the moisture content, for all collected soil samples, was determined by the procedures outlined in ASTM D 2216. The results of these laboratory tests can be seen on the respective boring logs. Five (5) Shelby tube samples were retrieved from test holes TH-1, TH-6, TH-7, TH-9 and TH-10, at depths between 1.0 and 3.5 feet below ground surface (bgs), for triaxial compression tests, outlined by ASTM D 2850 (see Attachments 2 through 9). Also six (6) Shelby tube samples were retrieved from test holes TH-1, TH-6, TH-7, TH- LUnocK A STR 1692 — Major Water Line Replacement, Lubbock, Texas 7 1-17-2006 4 GENERAL SOILS AND DESIGN CONDITIONS 4.1 Description of Soils Ten (10) test holes (TH-1 through TH-10) were drilled along the proposed waterline to a depth of 10.0 feet bgs (below ground surface) at locations shown in Attachment 1. Test holes, TH-4 and TH-10 were drilled through natural soil while the remaining test holes were drilled through an existing asphalt pavement. The topsoil in test holes TH-4 and TH-10 were silty sand (SM) and clayey sand (SC) with organics which extends to 2.0 feet bgs. In all the test holes, below the topsoil and the asphalt layer, there are layers of clayey sand (SC) and sandy lean clay (CL) as indicated in the boring logs. However, in TH-6 and TH-10, there is a layer of fat clay (CH) at the bottom of the test holes. Some of the soil layers both at the top and bottom elevations indicate the presence of caliche soil, which makes the soil layer over consolidated and hard. 4.2 Design Conditions The majority of the soil layers are clayey soils and the values of the plasticity index of the clayey soils vary between 6 and 27, while for the fat clays, the values of plasticity index are 28 and 35 respectively. Clayey soils with a plasticity index less than 15 are considered non -expansive, while those with plasticity index greater than 15 and less than 25 are considered low to moderately expansive. Clayey soils, with a plasticity index greater than 25, are classified as expansive soils. In general, the values of plasticity index of the soils are low, and therefore are not an engineering issue from an expansion and shrinkage point of view for the current design configuration except for the two soil TERRA TESTING, INC. LUBBOCK STR 1692 - Major Water Line Replacement, Lubbock, Texas 9 1-17-2006 Since the proposed structure is a water pipe line, it is not anticipated to have any bearing capacity problems for the pipeline. The allowable net bearing value for the soil at a depth of 2.5 feet below finished grade is 2000 psf and a corresponding value at 10.0 feet below grade is 4000 psf. Any value in between can be linearly interpolated. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 1-17-2006 5.3 Quality Control 11. Construction inspection and quality control tests shall be planned and scheduled to verify materials and placement are in accordance with the specifications. Subgrade preparation, field density tests, and concrete strength are very important and therefore shall be monitored and recorded. It is further recommended that Terra perform quality control services in order to ensure quality construction inspection and material testing for the project. Terra would be pleased to provide these services and can also assist with construction inspection, planning and scheduling. We also recommend that Terra be retained, to review the final design document to verify that the recommendations made in this report have been interpreted as intended, and to inspect the installation of all foundations. Moo LUBBOCK r. STR 1692 — Major Water Line Replacement, Lubbock, Texas 13 1-17-2006 Moreover, design recommendations made in here are for static loading conditions only; dynamic loads from machines like large generators or compressors, etc. have to be considered by experts on such loading conditions. Terra shall not accept the responsibility for all the adequacies of the recommendations provided in this report if another party is retained for QA/QC during pier drilling, pier installation, and/or construction material testing during the construction phase. Due to changes in current technology, changes to the project site conditions, changes in project specifications etc., this report and the recommendations made in herein shall not be valid one (1) year from the date of the report. It is strongly recommended that the client contact Terra Testing, Inc. to determine whether this report is valid after the expiration of the above mentioned time period, or should project site conditions vary. wa.ocK STR, 1692,— Major Water Line Replacement, Lubbock, Texas 12-27-05 No. of blows per foot (N) 0 10 20 30 40 50 0 13 o-h T -x F 0 OTH #1 0 15 XTH #2 ----- ---- a TH #3 CL a) 20 -- OTH #4 25--- 30 35- Note: An arrow indicates N is greater tban 50 blows/ft. Figure 1: Standard Penetration Test, ASTM D-1 586 Test Holes 1 — 5 Method of Sampling: ASTM D-1506, Spllt-Barrei Sampler Size of Samples: 2-in. Method of Drilling: Wet _ Dry X TERRA TESTING, INC. LUBBOCK BORING LOG PEST HOLE NO. 3 7 !J 17 Project: Location: STR No.: 1692 Invoice No.- 126458 EMpsed Major Water Line ReplacemEgLEE2iect Lubbock, Tx Ave. M & Main Street Client: Name of the - DrIffer Depth of CWT:, HDR Envitiecring, Inc.; Austin, Texas Dustin Jahay & Jo±fLanje Surface Elevation: Dl*ineten Depth: I I 1 11 � Borfng Meifiodf ----1 Date Drilled: 5�lsifled By: Checked By: Unknown 177/r 110, Hollow Stem (HSA) 12-14-05 Jon Pursell JP/MV Depth, ft Description USC Moishne Content, % Liquid Unit % Plastic Limit. % Plasticity Index Passing 0200"o SPT, No. of Blows per 6" lst 2nd 3rd Remarks TS Asphalt 3" 2 13= 6S' 2.5 Sandy Lean Clay w/Caliche, Pink CL 17.9 27 18 9 69..8 5 *50 *53/4 on 5 Clayey Sand w/Caliche, Pink SC 8.6 48 33 is 25.0 12 10 11 10 Clavey Sand w/Caliche, Pink SC 18.4 1 28 19 1 9 11.3 15 20 20 15 20-- 25 30-- 35-- 40-- 45-- 50-- TS- Top Soil TERRA TESTING, INC. ve,031103 BORING LOG TEST HOLE NO.7ul— It;3 r. &7 Rn Project: Location: STR No.: 1692 Invoice No.: Proposed Major water Line Replacement Project; Lubbock, Tx Ave. L & 34i° Street 26458 Client: Name of the Driller: Depth of GWT: � HDR Engineering, Inc.; Austin, Texas Dustin Jahay & Josh Chaney ------- Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: I Checked By: Unknown 7 718" 10, Hollow Stem Auger (HSA) 12-07-05 Jon Pursell JP,'MV Depth, R Description USC Moisture liquid Plastic Plasticity Passing SPT, No. of Blows per 6" Remarks Corrtent. °6 [unit, % Limit. % Index # 200, % 1 st 2nd 3rd TS Asphalt 2-1" 2 Base 5.5" 2.5 Sandy Lean Clay, Red CL 14.5 30 12 18 52.7 6 9 10 5 Clayey Sand w/Caliche, Reddish Yellow SC 13-7 24 18 6 27.6 18 15 9 10 Sandy Lean Clay,Reddish Yellow CL 14.7 33 16 17 66.6 7 10 12 15 20 25 30 35 40 45 50 TS- Top Soil TERRA TESTING, INC. ver031103 BORING LOG "i TFRT NnT,F. NO- 9 Project: Proposed Major Water Line Replacement Project; Lubbock, Tx Location: STR No.: 1692 34° St. & Hartford Invoice No.. 26458 Client: Name of the Driller: Depth of GWT: HDR Engineering, Inc.; Austin, Texas Jon Pursel) -- Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: Checked By: Unknown 7 7!8" (0' Hollow Stem Auger (HSA) ]2-06-05 Jun Pursell 1P/MV Depth, ft Description USC Moisture Content, % Liquid Limit, % Plastic Limit, % Plasticity Index Passing 200, % SPT, No. of Blows per 6" Ist 2nd 3rd Remarks TS Asphalt 2.5" 2 Base 6" 2.5 Sandy Lean Clay, Yellowish Red CL 14.4 33 16 17 51.0 7 6 10 5 Sandy Lean Clay w/Caliche, Reddish Yellow CL 14.2 41 16 25 68.0 9 14 20 10 Clayey Sand w/Caliche Yellowish Red SC 10.4 30 13 27 45.6 16 23 24 15 20 25 30 35 40 45 50 TS- Top Soil TERRA TESTING, INC. ver031103 t ' -_ w■ n n rn s F� =ACCRED R_A TESTING,__ INC. C. ISO 17025 CERTIFIED a n VNS w' _T _E__R _ _ _ . _ __... _ _. __. ._ ENVIRONMENTAL GEOTECHNICAL I CONSTRUCTION MATERIAL TESTING { {TERRA! — -� ATTACHMENT -1 (•iI'er 1977 Test Hole Locations Test Hole No. Description of Location TH1 14 & Ave. M — 63' South of Intersection; I I' off curb of Ave. M s TH2 14`h & Ave. G —14' off of 14d` St. curb; 46' East of Ave. G; S.E. Corner r.. TH3 Ave. M & Main St. - 45' North of Main St. & Ave. M Intersection; 17' East of Ave M.; North of Main &West side of street TH4 l Oth & Ave. G — Northeast Corner; I I' off Ave. G & 28' off 1 Oth St. $$ 1'33t TH5 6th St. & Ave. L — Northeast Corner; 30' East of Ave. L and 9' off 6`h St. TH6 26`h 7 Ave. A — Southwest Corner & 45' West of stop sign TH7 Ave. L & 30 St. — 75' North of Intersection, right hand turning lane TH8 Between 33`d 7 34`h St. & Ave. X; 66' North of center line of alley & 6' off curb on west side of road TH9 Between 33rd & 30 St. and Hartford; 81' South of 33`d St.; Right lane 7' off side of curb of Hartford TH10 28`h & Quaker— Southwest corner of Maxey Park W W W.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 1 806.793.1767 j FAX 806.793,4768 - t i =AC".CRM ri l l s_ TERRA TESTING, I N C . ISO 17025 CERTIFIED ENVIRONMENTAL GEOTECHNICAL CON5TRIJCTI0N MATERIAL TESTING JTE RAj y; ATTACHMENT - 3 r�� ir77 ? Client: HDR Engineering Date of Reports 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Clayey Sand w/ Organics, Brown Reference No.: NA Of Sample: Invoice No.: 26458 r-, Location of TH-10 Sample No.: 8017A Sample: Date of Sample: 12-06-05 Sampling 1.5 — 2.0 Date tested: 12-08-05 Depth, ft:, Tested by: MV TEST PARAMETERS .. Dia. of sample. in.: 2.8 Ht. of sample, in.:_.... 5.61__ Applied confining pr., psi: 20 Triazial Test (unconsolidated and undrained) 120 110 100 90 80 70 so N 50 40 30 20 10 0 0.0 0.1 0.2 0.3 Strain, in/in D:13TR1STR 1692 - WJor Water line Replacement, Lubbock, Tx109&Triazial-1692-8017A_051209.doc WWW.TER.R.A-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET ( LUBBOCK, I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768 i F., i FLr i ACC89DITE s ■ x ■ i ii ;TERRA TESTING , INC. ISO 17025 CERTIFIED --__-- gp. _.._._.__ ._.._.____..___ __. - ..; � � f�. 1. �& ■ � ;'. _.�._......._.. _.._.... .. .. _.. - ......... � .. _... _. ... _ .... _. _: _..........� ....._ _._._._-... ■������j ENVIRONMENTAL GEOTECHNICAL CONSTRUCTION MATERIAL TESTING I T E R RA i ATTACHMENT -15 Client: HDR Engineering Date: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sand Lean Clay,Red Reference No.: NA Of Sample: Invoice No.: 26458 Location TH-8 Sample No.: 8043 Of Sample: Sampling date: 12-13-05 Sampling 1.0' - 2.0' Date of test: 12-15-05 Depth: Technician: 1P Standard: ASTM D-3080 Reviewed by:kyL.J Nathan Test Summary Reference A B C Normal Stress 220.4 kPa 440.8 kPa 881.6 kPa 625.7 kPa Peak Strength 226.5 kPa 373.2 kPa Con-esponding Horizontal Displacement 9.759 mm 9.788 mm 7.160 mm Residual Stress NIA N/A N/A Rate of Shear Displacement Stage 1: 2.0000mm/min Stage 1: 2.0000mm/min Stage 1: 2.0000mm/min Final Height 19.73 mm 18.78 mm 18.65 mm Sample Area 3115.66 mm2 3115,66 mm2 3115.66 mm2 Initial Wet Unit Weight 17.69 kN/m3 17.10 kN/m3 17.48 kN/m3 Initial Dry Unit Weight 15.78 kN/m3 15.14 kN/m3 15.54 kN/m3 Final Wet Unit Weight 17.89 kN/m3 18.16 kN/m3 18.70 kN/m3 Final Dry Unit Weight 15.99 kN/m3 16.12 kN/m3 16.66 kN/m3 Final Moisture Content 11.8 % 12.7 % 12.3 % Particle Specific Gravity 2.65 2.65 2.65 Final Void Ratio 0.6254 0.6131 0.5608 Final Saturation 50.14% 54.89% 58.04% J 72 i -w a m a m _ =ACCMZ01 miammum TERRA TESTING, INC. ISO 17025CERTIFIED ■� ����i ENVIRONMENTAL j GEOTECHNICAL CONSTRUCTION MATERIAL TESTING j_T E RRAj A17ACHMENT-13 �:4/rii � r.1!/h✓iflYC�rN . IlE�tN� Client: 14DR Engineering Date: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Lean Clay w/ Caliche Red Reference No.: NA Of Sample: Invoice No.: 26458 Location TH-6 Sample No.: 8025 Of Sample: Sampling date: 12-07-05 Sampling 1.0' - 2.0' Date of test: 12-08-05 Depth: Technician: JP Standard: ASTM D-3080 Reviewed by: Nathan Test Summary Reference A B C Nonnal Stress 220.4 kPa 440.8 kPa 881.6 kPa Peak Strength 188.1 kPa 311.5 kPa 452.4 kPa Corresponding Horizontal Displacement 5.182 mm 10.272 mm 8.774 min Residual Stress N/A N/A N/A Rate of Shear Displacement Stage 1: 2.00mm/min _ Stage 1: 2.00mm/min Stage 1: 2.00mm/min Final Height 19.19 mm 19.00 mm 18.86 min Sample Area 3115.66 mm2 3115.66 mm2 3115.66 mm2 Initial Wet Unit Weight 19.33 kN/m3 19.15 kN/m3 19.11 kN/m3 Initial Dry Unit Weight 16.68 kN/m3 16.44 kN/m3 16.41 kN/m3 Final Wet Unit Weight 20.07 kN/m3 20.07 kN/m3 20.20 kN/m3 Final Dry Unit Weight 17.38 kN/m3 17.30 kN/m3 17.40 kN/m3 Final Moisture Content 15.5 % 16.1 % 16.1 % Particle Specific Gravity 2.65 2.65 2.65 Final Void Ratio 10.4956 0.5029 0.4939 Final Saturation 182.67% 184.59% 86 28% ' M�7c1 f7 5f eyalr S�� s rn N tIl1I1W S o i .+! - x sxra rq^ k *i - 1 �' S 4 ,. b �"� 3 n ems_i i ;. '' •E x 'c °. `{ 3' { 1� Y rt 1 11l__l_t_ll_llllllllllll1__�II-_l- _yl. ! t . ,�s: -. N&Mai $U655 WWW.TERPA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605-1 806.793.4767 1 FAX 806.793.4768