Loading...
HomeMy WebLinkAboutResolution - 2010-R0006 - Contract 9295 Allen Butler Construction For Paving From 103Rd To FM 1585 - 01/14/2010Resolution No. 2010-R0006 January 14, 2010 Item No. 5.6 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Unit Price Construction Contract for Indiana Avenue Paving Improvements on 103rd Street to FM 1585 per ITB 10 -022 -MA, by and between the City of Lubbock and Allen Butler Construction, Inc. of Ransom Canyon, Texas, and related documents. Said Unit Price Construction Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 14th ATTEST: Rebecc6 Garza, City Secretary APPROVED AS TO CONTENT: mat�zv_� Marsha Reed, P.E., Chief Operatinj Officer APPROVED AS TO FORM: P d Weaver. Assistant City Attorney day of January , 2010. TOM MARTIN, MAYOR vw:ccdocs'RES.Contract-Allen Butler Construction, Inc. December 17, 2009 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: INDIANA AVENUE PAVING IMPROVEMENTS 103" ST TO FM 1585 ••'�L4SS: BBOCK, TEXAS 0i..r6 ITB NUMBER: 10-022-MA Contract: 9295 PROJECT NUMBER: 92156.8304 CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE City of Lubbock, TX t Purchasing and Contract Management Office Contractor Checklist for ITB 10-022-MA L ., r ''3efore submitting your bid, please ensure you have completed and included the following: v Carefully read and understand the plans and specifications and properly complete the BID x; 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 -rill 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. y 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 J outside of the envelope or container. 1� C4. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. }�. 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. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. Complete and submit the 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. 'COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type"or Print Company Name) r PLEASE INCLUDE THIS 5. 6. 7. _,. 8. _ 9. 10. 11. 12. INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 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 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITB 10-022-MA Sealed bids addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 PM on 17 December, 2009, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "INDIANA AVENUE PAVING IMPROVEMENTS 103RD ST TO FM 1585" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 PM on 17 December, 2009, and the City of Lubbock City Council will consider the bids on January 28, 2010, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. 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 9 December, 2009 at 2:00 PM ., in 1625 13th Street, Committee Room, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompancom. 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 Sizty (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 office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Marta Alvarez PURCHASING MANAGER GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS ~ 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish INDIANA AVENUE PAVING IMPROVEMENTS 103RD ST TO FM 1585 per the attached specifications and contract documents. Sealed bids will be received no later than 1:00 PM on 17 December, 2009 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 10-022-MA, INDIANA AVENUE PAVING IMPROVEMENTS 103RD ST TO FM 1585" 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: Marta Alvarez, Purchasing Manager City of Lubbock r 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management 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 as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandat9M pre -bid meeting will be held at 2:00 P.M. on December 9, 2009 in 1625 13th Street, Committee Room, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder -. they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do .; not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.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 Purchasing and Contract Management Office. At the request of q iP g g q the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original M. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. i 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open #" Records Act. 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. 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 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 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 Purchasing and Contract Management Office 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 Purchasing and Contract Management 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: Marta Alvarez, Purchasing Manager City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 -; Email: malvaerz@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within TWO HUNDRED AND TWENTY ONE DAYS) 221 WORKING DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and tiunder this Contract including, but not limited to, its right pertaining to termination or default. 4 I 29.3.1 Bidder's name 29.3.2 Bid for (description of the project [bid number and title]). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. t_ 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 217 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 State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 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 -3 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 9 worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.gpo.jzov/davisbacon/allstates.htrnl 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 10 BED SUBMITTAL FORM BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: I a-' q _(Dq 10-022-MA BID FORM REVISED ADD#I PROJECT NUMBER: #92156---ff \\IN__DIANA AVENUE PAVING IMPROVEMENTS 103" ST TO FM 1585 Bid of t�P/Yi L�LII`�-'�'C� , (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 INDIANA AVENUE PAVING IMPROVEMENTS 103RD ST TO FM 1585, 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 the 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 Item Quantity No. & Unit Description of Item Total Amount 2,050 LF REMOVE CONCRETE (CURB AND GUTTER) TOTAL ITEM #1: G^-CL WD C2Y1 $T4 LDo_ /LF(_(QQQ .00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 4,500 SF REMOVE CONCRETE (SIDEWALK/HANDICAP RAMP) TOTAL ITEM #2: C) r_ .. 0.vd— tAD Ctt&S $_DD /SF( 450D . Ob ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 14,300 SF REMOVE CONCRETE (INTERSECTION/DRIVEWAY/ALLEY) ' TOTAL ITEM #3: OV.-L Q" U0 f G?er4S $ .00 /SF - Ob ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Item Estimated ` No. Quantity & Unit Description of Item Total Amount 4. 142 LF REMOVE PIPE AND END TREATMENT TOTAL ITEM #4: Se--VPY\ a�,d kivc c--f,4S $ q • 05 /LF( 1, b0l • � 17 ) (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 5. 30,000 SY--�-t REMOVE STAB BASE &/OR ASPHALT PAVING TOTAL ITEM #5: t ky- e e- UmG- 5?'U" - Faac Gex4� g $ 3-1 L� /SY( �;QZ .W ) (Unit Price Amounts shall be shown in both words and numera . In case of discrepancy, the amount shown in words shall govern.) 6. 9,250 SY REMOVE ASPHALT PAVING (1'/z" MILLING) TOTAL ITEM #6: UP-C., Ord. NO C,e vAtS $ 1 • b I) /SY(yI 4a5t) • �! (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 7. 116 STA PREPARING RIGHT OF WAY TOTAL ITEM #7: W w�" h%nf, Q,,Cc C,I,r,+S $ qq , 1 y /STA( (Unit Price Amounts shall be down in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 8. 5,750 CY EMBANKMENT (DENS CONT) TOTAL ITEM #8�rr� Owl -E' Q- t (-`Cx $ 3 •SD /CY(;LQj 115 • Lib ) (Unit Price Amounts shall be shown in both words and n merals. in case ofdiscrepancy, the amount shown in words shall govern) 9. 28,550 CY EXCAVATION ROADWAY 119, 910. 00 TOTAL ITEM #9: UuY o-,-- & 4�,uyA" e.' ,4--, $_4 • aw /CY(A7,q `t (Unit Price Amounts shall be shown in both words and numer Is. In case ofdiscrepancy, the amount shown in words shall govern.) 10. 12,400 CY EXCAVATION CHANNEL TOTAL ITEM #10: i'rr OU- -�UE '44 CVYtA---- $ q • ao /CY(5,Q, Q)[). y)) (Unit Price Amounts shall be shown in both words and num rals. In case ofdiscrepancy, the amount shown in words shall govern.) Bidder's Initials t.; Item Estimated No. Quantity & Unit Description of Item Total Amount 19. 30,900 SY �C)Lxr HMAC (1 1/2") TOTALITEM#19: G`vwa �Ow4tso-n C'e4&, $ q- j q /SY( ja t lq a6.0D) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 14,000 SY CONCRETE DRAINAGE CHANNEL (5") TOTAL ITEM #20` t t)P,►1`i� ► W0 a"`'� `C:��L C '�$X .5j /SY( 315,E (Unit Price Amounts shall be shc1wn in both words and numerals. InIcase of discrepancy, the amount shown in words shall govern.) 21. 16,950 LF CONCRETE CURB AND GUTTER ' TOTAL ITEM #21: tW0 a, --I $ A.61 /LF( 454 a5(o, +p ) (Unit Price Amounts shall be shown in both words and nurherals. In case of discrepancy, the amount shown in words shall govern.) 22. 290 LF CONCRETE CURB & GUTTER (SAWTOOTH) -T_�L1 �o �`ovrs cam,,. N.0 ct4s $ Qb• Qb /LF(5? �3Ofl.01c ) I TOTAL ITEM #22: --- (Unit Price Amounts shall be shown i both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 23. 3,100 SY CONCRETE SIDEWALK (4") TOTAL ITEM #23.. Tw lf1 e.I 01Vc7 a"k _� L° $ aB.bb /SY(S9 ,a9)1).D ) (Unit Price Amounts shall be shown in botlUords and numerals. IUase ol discrepancy, the amount shown in words shall govem.) 24. 28 EA cc CURB RAMP (TxDOT STANDARD) (TYPE 7 OR 10) TOTAL ITEM #24:Sryt-n "j�� 6-4 Ind eft4s 050.OD /EA(A) (Unit Price Amounts shall be shown in both words and numer Is. In case of discrepancy, the amount shown in words shall 25. 1 EA CURB RAMP (TxDOT STANDARD) (TYPE 1) n TOTAL ITEM #25: C n C $'lSD.OU /EA( L ) (Unit Price Amounts shall be shown in both words and numeQjs. In case of discrepancy, the amount shown in words shall govern.) 26, 1 EA CURB RAMP (TxDOT STANDARD) (TYPE 2) TOTAL ITEM #26-$VQX�- �3ulrC �+ mod.. WD& nAS $ i5b•Qp /EA( LJ�D1 (Unit Price Amounts shall be shown in both words and numeralsl In case of discrepancy, the amount shown in words shall govem.) ��y Bidder's Initials I Item Estimated No. Quantity & Unit Description of Item Total Amount 27. 3,280 SY (r��,, STREET STUBS - VALLEY GUTTER, FILLETS AND FLATWORK (8") TOTAL ITEM #27: ti-+u 4iot7 a-o 'iux-) cer�S ss).0a /SY(1 bjlz�J`^ (Unit Price Amounts shall be slipwri in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 28. 1,550 SY �, 1 DRIVEWAYS / ALLEY (6") TOTAL ITEM #28`-: 4' `�� R- , i, krtr— o gt -lu" orw- u $ 33, A 1 /SY( 51 im 5. 5o ) (Unit Price Amounts shall be sho n in both words and numerals. In case offliscrepancy, the amount shown in words shall govern.) 21, 865 LF CIP BOX CULVERT (6 FT X 3 FT) �- TOTAL ITEM #2; Q le&R- :5nya Curti*,$ .SO /LF a1• 55-6 (Unit Price Amounts shall be shown in both words and Aumerals. In case of discrep ncy, the amount shown in words shall govern.) 30. 565 LF CIP BOX CULVERT�(5FT X 2FT) �TOTAL ITEM #30: ��.t�U �1.1YiLIKVA W t�� MD C - S $o�CA.DD (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 31. 60 LF RC PIPE (24") (CL III) TOTAL ITEM #31:t�� �u cn �tD.So% � (Unit Price Amounts shall besAown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 32. 4 EA WINGWALL (PW)(HW=5 FT) n TOTAL ITEM #32: A)tp a►, by $1Q.bb /EA& (Unit Price Amounts shall be shown in both words and numerals. In case f discrepancy, the amount shown in words shall govern.) 33. 2 EA SET (TY II)(25 IN)(RCP)(3:1) TOTAL ITEM #33 0 art i e " oa $ 8Q6 /EA (Unit Price Amounts shall be shown in both words and numerals. In se 4f discrepancy, the amount shown in words shall govern.) 34, 2 EA SET (TY I) (S=5 FT)(HW=3 FT)(6:1)(P) TOTAL ITEM #346mam OAL"e ,a a-CN7OD $19D.CD/EA( 3IDD.OD ) (Unit Price Amounts shall be shown in both words and numerals. In bds e o tt discrepancy, the amount shown in words shalf govern.) �� Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 35. 710 SY \\ ROCK RIP -RAP n, TOTAL ITEM #35:y `It4 �.�as Sty- i\)e, &A& $`�6-W /SY(,�eA , l •50) ) (Unit Price Amounts shall be sho n in bkj words and numerals. 16 case of discrepancy, the amount shown in words shall govern.) 36. 126 LF ((�� PEDESTRIAN HANDRAIL (TYPE F) [(�� TOTAL ITEM #36�1h� ��n.�f� :tom -14- -tvt a�ci °� Cis$ WS,;t � /LF( �81 aQrJ• (Unit Price Amounts shall be shown in both words ani numerals. In case of discrepancy, the amount shown in words shall govern.) 37. 6,915 LF CONDT (PVC) (SCHD 40) (2") TOTAL ITEM #37: 6 1 Y-r— Gn.A ;gka C"2x A.-S /LF( aL (Unit Price Amounts shall be shown in both words and humerys. In case of discrepancy, the amount shown in words shall 38. 1,000 LF CONDT (PVC) (SCHD 40) (2") (BORE) !!113 t, TOTAL ITEM #3 8: r �tJl!f A-t-e_ 1'1 0 A 46i ) cm4s $ � `1. ) /LF( � `t ZCO • C D ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 39. 26 EA GROUND BOX TY D (162922) W/APRON (SIGNALIZATION) TOTAL ITEM #39: JL`V e_ "khAXtA 5E�j 6VAn C-4 *' 1100 $51q.50 /EA( `�� 815-. 0 ) (Unit Price Amounts shall be shown in both words and num •altos. In case of discrepdncy, the amount shown in words shall govern.) 40. 3 EA --{GROUND BOX ITS 1" TOTAL ITEM #40 1eL°- L RbU,SgY"YLe i Qn.d N CB $� 0D.CO/EA 61 8 UU. (7D ) (Unit Price Amounts shall be shown in both•words and numerals. In case of discrepancy, the amount shown in words shall govem.) r 41. 34 EA .-� RDWY ILL ASSEM (STL - 45 FT. DB - 6 FT LUM ARM) (.25 KW) S TOTAL ITEM #41:1 IWL' e, jDa01WEA .00 ) (Unit Price Amounts shall be shown in both words a d nu als. In case of discrepancy, the amount shown in words shall govern.) 42. 3 EA 0.25 KW HPS LUMINAIRE W / 6 FT STL ARM (LP&L STL POLE MTG.) TOTAL ITEM #42 IkW t U e tJL4 Ydht dtV0A"_1Z60$ 4Z1 `fV .VQEA( `f (poW . OU ) (Unit Price Amounts shall be shown in both words and numerals. In cas of discrep ncy, the amount shown in words sh�al govern.) Bidder's Initials i_ Item Estimated 1' r No. Quantity & Unit Description of Item Total Amount 43. 33 EA 0.25 KW HPS LUMINAIRE W / 6 FT STL ARM ( WOOD POLE MTG.) ._. TOTAL ITEM #4"U-4 rA 00 $1,1(ob,Ob /EA( 591 cf�O • DO) (Unit Price Amounts shall be shown in both words and numerals. In case U discrepancy, the amount shown in words shall govern. 44. 180 LF CONDUIT ((PVC OR HDPE) (SCHD 80) (4 IN) ( TRENCHED ) TOTAL ITEM #44: �►V'- G.�. A ;Q:4 " $`J• S D /LF( A Q ,, 0 ) (Unit Price Amounts shall be shown in both words and nume als. In case of discrepancy, the amount shown in words shall govem.) V 45. 490 LF CONDUIT ( PVC OR HDPE) (SCHD 80) (4 IN) ( BORED ) TOTAL ITEM #45: ��� ''LYl a^c� `� Cte-h4S $ •So /LF (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ) 46. 300 LF CONDUIT ( PVC) (SCHD 40) (2 IN) ( TRENCHED ) TOTAL ITEM #46: a— cL -;� '69k cpnA, $ � •�a /LF( 1,y t4 • w ) (Unit Price Amounts shall be shown in both words and numelals. In4ase of discrepancy, the amount shown in words shall govern.) 47. 30 LF CONDUIT (RM) (2 IN) ( TRENCHED ) TOTAL ITEM #47:11(. '2h ( elk i� CgmAls $ 1 �.sD /LF( `t (Unit Price Amounts shall be shown in both words and numerals. Inkcase of discrepancy, the amount shown in words shall govem.) 48. 100 LF CONDUIT (RM) (2 IN) ( POLE RISER) TOTAL ITEM #48 t-AE eh �zq-� f -'w'A-t $1 CJAD /LF( 115 4 c) • b ) (Unit Price Amounts shall be shown in both words and nume ls. In case of discrepancy, the amount shown in words shall govern.) 49. 14 EA GROUND BOX TY D ( 162922) ( APRON) (ILLUMINATION) TOTAL ITEM CA 5Tn• `-b /EA 4917 D0 f (Unit Price Amounts shall be shown in both words and Aumerals. In case of discr ancy, the amount shown in words shall govem.) 50. 2 EA ELEC SERVICE TY A 240 / 480 060 (NS ) SS ( E ) SP ( U ) TOTAL ITEM #50. �q eiQ�T� G�_�AOD $_ 865. /EA( ��o�U •f�C� ) (Unit Price Amounts shall be shown in both v �d. and numerals. In case discrepancy, the amo nt shown in words shall govem.) /_ . ~. Bidder's Initials i l Item Estimated No. Quantity I . & Unit Description of Item Total Amount 51, 12,850 LF PAVEMENT MARKINGS (4")(WHITE)(TY I)(100 MIL) TOTAL ITEM #51: ' ' 44 -`l\( r>.1L C �g $_ ,'S9 /LF( (Unit Price Amounts shall be shown in both wads and numerals. In case of discrepancy, the amount shown in words shadgovem.) ern.) 52. 1,850 LF TOTAL ITEM #52: (Unit Price Amounts shall be PAVEMENT MARKINGS (8")(WHITE)(TY I)(100 MIL) in Both words and numerals. In case of discrepancy, the amount shown in words aq6 govern.) 53, 1,875 LF PAVEMENT MARKINGS (24")(WHITE)(TY I)(100 MIL) TOTAL ITEM #53: vvk r\�- iVG C �s $ . S /LF( 11U). (Unit Price Amounts shall be shown in both words and nun erals. In case of discrepancy, the amount shown in words shall govern.) 54. 21,800 LF PAVEMENT MARKINGS (4")(YELLOW)(TY I)(100 MIL) TOTAL ITEM #54: .5VA, C" $ • 6 O /LFJ3i bbb• M ) ` (Unit Price Amounts shall be shown in both words Ind numerals. In case of discrepancy, the amount shown in words shall govern.) .. 55. 275 LF PAVEMENT MARKINGS (24") YELLOW TY I 100 MIL TOTAL ITEM #55:' ---���- (a.`CL �� $ la•�9 /LF( �;� a►o� • o1S ) (Unit Price Amounts shall be shown in both words and num als. In case of discrepancy, the amount shown in words shall govern.) 56. 54 EA PAVEMENT MARKINGS (ARROW)(TY I)(100 MIL) TOTAL ITEM #56:AktA��4A'^A gC/ 10o $ t 5� -CD /EA( UD ) (Unit Price Amounts shall be shown in both words and nu rats. In case of discrepancy, the amount shown in words shall g� ovem.) 57. 1,600 EA `-;-( REFLECTORIZ,'E`D RAISED PAVEMENT MARKERS (TYPE I-C) TOTAL ITEM #57: 1 �r'L'e- �`^� �W�� Ct $ ?J. O /EA 5 • W 3 r �bf (Unit Price Amounts shall be shown in both words and numerals. In 6se of discrepancy, the amount shown in words shall govem.) 58. 320 EA REFLECTORIZED RAISED PAVEMENT MARKERS (TYPE II -A -A) TOTAL ITEM #58: C -.�,Q $ 3.3a /EA( ID510. DD ) (Unit Price Amounts shall be shown in both words and nume als. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials 1 d_ Item Estimated No. Quantity & Unit Description of Item Total Amount 59. 41 EA SMALL SIGN ASSEMBLIES TOTAL ITEM #59: ►dl°, kn" 5e0 �WO 0'-& µ /1oo $ 5U-00/EA(;8,45Q. QQ ) (Unit Price Amounts shall be shown in both words and num rats. In case of discrepancy, the amount shown in words shall govem) 60. 15 MO TRAFFIC CONTROL TOTAL ITEM #6U: 1��11h©u d�U» T�g^o� ' 1-Do $t, OQ DD/MO( 3")b�D•�D ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) { 61. 1,296 SY TEMPORARY DETOUR PAVEMENT TOTAL ITEM #61: $ g(o . a o /SY(33,� 55: hall be sh wa O ) (Unit Price Amounts sn in both words and numerals. I case of discrepancy, the amount shown in words shall govern.) 62. 5,200 LF PORTABLE CONCRETE TRAFFIC BARRIER f TOTAL ITEM #62: _I U.NU a-- a A" CA* $ A- A Q /LF(' L a � • D (Unit Price Amounts shall be shown in both words and numerals. In c1se of discrepancy, the amount shown in words shal govem.) 63. 4 EA CRASH RCUSHION ATTENUATOR 63 TOTAL ITEM #t; lhouS4 na„�1 +�y1��und�e� gl h" AO'& $_10Nn.WEA(43) 5W xy ) (Unit Price Amounts shall be shown in both Mrds and numerals. In case of cAscrepancy, the amount shown in words shall govern.) 64. 1 LS SWPPP / TEMPORARY EROSION CONTROL d TOTAL ITEMS 64:1 u� 6�•1?P�- / 2-5/LS( a� (Unit Price Amounts shall be shown in both words and numerals. In case A discrepancy, the amount shown in words shall govern.) 65. 26,500 SY SEEDING TOTAL ITEM #65: WD e-w e- $?. j /SY(a i d •� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 66. 1 LS MOBILIZATION {_. TOTAL ITEM #66 `(Vd naia+�►ed�w-JJr �``"� �Ol� $dlsgo25.�`%LLS( l�goiS.•3rI ) t, (Unit Price Amounts slAll lzAhown in both words and numerals. In case of discrepancy, the amount shown in words shall gove'm.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 67. 2 EA WINGWALL (FW-0)(HW=5 FT) TOTAL ITEM #32l WQ-Q4'1.Wb ktw&%td &tX4.-�Ot ``r!�$1,,Pt 0D /EA(-a1536.00 ) (Unit Price Amounts shall be shown in both words and numerals. In cas of discrepancy, the amount shown in words shall govern.) TOTAL ROADWAY BID, ITEMS #1 - #67: � —►m,Ilion FW MATERIALS: i�kt�dn.d�,M� 1�0a 1hr'2��+o�i �iAe�r� a--Cl `I /io0 $5 5 3 3 •q `Y.A�OR ' l 'ux ���r �F���+1 `F-i tl�G � ,�Q �1 r� t t lu �d�cr ' R�re�en °'d 4 �u� $J 495 1� 3.4 TTALgA1,N�or� 1 / 6,610, 836.96 TEMS , ,I2i ,gad h u�v�aLS�I �' �Q_A' .�i1.t `� �!/ad $43.'[�O.436-%— (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy] the amount shown in words shall govern.) ;! Bidder's Initials t_ , % Item Estimated No. Quantity & Unit Description of Item Total Amount WATER 101. 200 LF 72-INCH STEEL CASING BY OPEN CUT TOTAL ITEM # 10&4 /t Oy $ Q • 00 /LF(_�T (Unit Price Amounts shadbe shown in both words ani numerals. In case of discrepancy, the amount shown in words shall govern.) 102. 379 LF K 20-INCH STEEL CASoIING BY OPEN CUT TOTAL ITEM # 102: $ (Q 0b /LF(ASI O N• OU ) (Unit Price Amounts shall be shownIn both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 103. 161 LF 20-INCH _eSTEEL CASING BY BORE TOTAL ITEM # 103 : U:L �U� �In , &_J !Zlb D $ ) I D - 00 /LF( M (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall 104. 6,948 LF 12-INCH C-900 DR-18 PVC WATER PIPE TOTAL ITEM #104: f0tNAtAW0 °--L tAD $ aa-OD /LF(I (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 105. 1 EA 16-INCH CUT -IN GATE VALVE WITH MANHOLE TOTAL ITEM #10ZUAir, Dom� °� ."rUdo,Dd $7t 5bW /EA( (r� ,1 J~0 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall— govern.) 106. 21 EA �-,�► 12-INCH GATE VALVE TOTAL ITEM #106 WU 1n3 hixl(Oo $q0,Ub/EA(�'i�S9'� •� ) (Unit Price Amounts shall be shown in both words and n erals. In case of discrepancy, the amount shown in words shall govern.) 107. 2 EA 8-INCH GATE VALVE TOTAL ITEM # 107.&)U � l SP, t Q t i1 5,///D Q $�Dl ?. 60 /EA( AD c35. C (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 108. 10 EA STANDARD FIRE HYDRANT ASSEMBLY TOTAL ITEM # 108:1[�rQ.>A I 2cr? �� �) OD $ _:�M/EA( S3 000. (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amo�unt shown in words shall gcvem.) Bidder's Initials Item Estimated Ir No. Quantity -_. & Unit Description of Item Total Amount 109. 2 EA I2"X12" TAPPING+ SLEEVE AND 12-INCH GATE VALVE TOTAL ITEM ` Noo $�51 D,0D/EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 110. 9 EA CONNECT TO EXISTING WATER LINE @@�� ,�� TOTAL ITEM #110: 4-d Ata 0iD $ 8&b rtQ-U)/EA( t, t ,�+O• DO ) (Unit Price Amounts sha a shown in both words and Mmerals. In case of discrepancy, the amount shown in words shall govem.) 111. 5 TON DUCTILE IRON PIPE FITTINGS TOTAL ITEM 4-k '6% Do $S,SQo00 /TON('oZ�, StX�• (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 112. 6,787 LF SITE SPECIFIC TRENCH SAFETY TOTAL ITEM #112: f �J S $ • 55 /LF( 3`l (Unit Price Amounts shall be shown in both wor-Ils and numerals. In case of discrepancy, the amount shown in words shall 113. 60 LF 16-INCH C-905 DR-18 PVC WATER PIPE TOTAL ITEM # 113 : NO / DU $ Ii'4- OD /LF D. to ) (Unit Price Amounts shall be sho n in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 114. 1 EA 16-INCH GATE VALVE TOTAL ITEM #11 • )40" $ tRQ5(i-00EA( �,0050.00V ) (Unit Price Amounts shall be shown in both words and,nJurierals. In case of discrepancy, the amount shown in words shall govem.) TOTAL WATER BID, ITEMS #101- #114: MATE wD LABO -t TOTAL BIDhXWt,Ku^tA ITEMS #101 - #114:&.),) . 4 (Unit Price Amounts shall be n in both words and numerals. In case of discrepancy, the y�oo $ a 55, A5B q 3 q��o $ a35• a5g.q� unt shown m words shalf govern.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount SEWER 201. 96 LF 24-INCH STEEL CASING TOTAL ITEM #201: c` �� $ %D� .SD /LF(/O 03a (Unit Price Amounts shall be shown in both words and numerals. In case of discrepa cy, the amount shown in words shall govern.) 202. 1,355 LF 15-INCH PVC (SDR-35) SANITARY SEWER PIPE (0' TO 15' DEEP) 0 O.4`�hG���!y $ `4OD /LF( �x. DOTOTAL ITEM #202: ` ) (Unit Price Amounts shall be showj in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 203. 1,017 LF 15-INCH PVC (SDR-35) SANITARY SEWER PIPE (15' TO 20' DEEP) TOTAL ITEM #203: ��I-�12 i1-1 h.�Am LextJs $ 4Q. SU /LF� �J(�, �a� •`JO ) (Unit Price Amounts shall be sh wn in both words and numerals. In ca a of discrepancy, the amount shown in words shall govern.) 204. 1,189 LF (`� 15-INCH PVC (SDR-26/) SANITARY SEWER PIPE (20' TO 25' DEEP) TOTAL ITEM #204:_ i `}'`K� �; 2 , C-et 1100 $ 5 S .DD /LF( (6, -iOS (Unit Price Amounts shall be sho)kn in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 205. 1,774 LF 15-INCH PVC (SDR-26) SANITARY SEWER PIPE (25' TO 30' DEEP) (` TOTAL ITEM #205: w � '�c sbb.cn /LF( IW,3a, 7. 60 ) (Unit Price Amounts shall be s own i both words and numeral . In case of discrepancy, the amount shown in words shall govern.) 206. 521 LF 10-INCH PVC (SDR-35) SANITARY SEWER PIPE (0' TO 10' DEEP) t er-$J�•D /LF(a)TOTAL ITEM #206: -, U5b) (Unit Price Amounts shall be showk in both&rds and numerals. In case Vdiscrepancy, the amount shown in words shall govern.) 207. 161 LF 10-INCH PVC (SDR-35) SANITARY SEWER PIPE (10' TO 15' DEEP) TOTAL ITEM #207: VCNRU . "Y/00 $ ��•DU /LF( �,���• (Unit Price Amounts shall be shown A both words and numerals. In case of discrepancy, the amount shown in words shallgov'— em.) 208. 10 EA STANDARD 5-FOOT DIAMETER MANHOLE gyp/ TOTAL ITEM #20\3 K1ltl��k� ¢ 1 �L�dur(`Y_ /ioD $�3UD Li�EA�3-AU�C�• ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 209. 169 VF EXTRA DEPTH FOR 5-FT DIA MANHOLES GREATER THAN 6-FEET DEEP ` o i TOTAL ITEM #209. 1 vt %t 1U r'Do $5- 01) /VF( A% M S 00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 210. 5 EA STANDARD 4-FOOT DIAMETER MANHOLE TOTAL ITEM #210:1 b N 0 4 �4 DUEA( 1 a7 I tO. 00 ) (Unit Price Amounts shall be shown in both words and numerals, In case of discripancy, the amount shown in words shall govern) 211. 33 VF EXTRA DEPTH FOR 4-FT DIA MANHOLES GREATER THAN 6-FEET DEEP TOTAL ITEM #211DUL P&VK6A-LA4v-,m 'e I tot) $11D.00 NF(- Ag .00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 212. 15 EA WATERTIGHT MANHOLE INSERT TOTAL ITEM #212& A4tb— a-o( W/ j ov $'' D, 0 /EA( 6 JD • �� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 213. 289 VF INTERIOR MANHOLE COATING TOTAL ITEM #21 ck& cI 110 $oUQ-00 NF( Lh�,5E (Unit Price Amounts shall be shown in both words and numeral. In case of discrepancy, the amount shown in words shall— goTm.) 214. 15 EA , `VACUUM TESTING OF SANITARY SEWER MANHOLES TOTAL ITEM #214 I (,t7 oC�1, Aq" A W-Lk_ 4-4 uYD D $ ,A31. DO /EA( --'A 66-- 00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 215. 5,877 LF POST CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER LINE TOTAL ITEM #215 : &-t C -4 -�& K CA" S $ l 16 /LF(, 646 D ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount 216. 2,095 LF SITE ar- SPECIFIC TRENCH SAFETY TOTAL ITEM #216: DLL AtA- C-ft- t, $ �� /LF (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words 217. 3,782 LF SITE SPECIFIC TRENCH SAFETY GREATER THAN 15-FOOT DEPTH TOTAL ITEM #217: r o O 0"a $ of /LF c2 � .qQ ) (Unit Price Amounts shall be shown in both words and numerals. In case vf discrepancy, the amount shown in words shall overn.) TOTAL SEWER BID, ITEMS #201- #217: MATERIALS: �roQ�1�j g�-Q bq!SM4 TOTAIJ"P\,ZMA ITEMS #201 - #20-t-W (Unit Price Amounts shown in both words and numerals. In case of a ai,ia8. E M 4 oo$ 4PA1 a59 • (� the amount shown in words shall govern.) Bidder's Initials Item Estimated r ^^ No. Quantity & Unit Description of Item Total Amount A8. 5,350 LF PAVEMENT MARKINGS (4")(WHITE)(TY I)(100 MIL) TOTAL ITEM #A8: i ec® + 3 J/ors $ 0• /LF( 1)e 7. ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A9. 1,360 LF PAVEMENT MARKINGS (8")(WHITE)(TY I)(100 MIL) TOTAL ITEM #A9: -2y o 4 67�0a $ 0. & /LF( q 11' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A10. 100 LF PAVEMENT MARKINGS (24")(WHITE)(TY I)(100 MIL) Qy _ 00 TOTAL ITEM #A10:_ �P d G4G0 $ /LF( S �N ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A11. 10,700 LF PAVEMENT MARKINGS (4")(YELLOW)(TY I)(100 MIL) O0 TOTAL ITEM #All : e� pAo2 $ 3b /LF( 3�S.St1.. ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Al2. 1,215 LF PAVEMENT MARKINGS 24" YELLOW TY I 100 MIL TOTAL ITEM #Al2: / ;ve 4 clulla3 $ S. 4q /LF( 12,; 17. Id ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A13. 6 EA PAVEMENT MARKINGS (ARROW)(TY I)(100 MIL) TOTAL ITEM #A13: ONe 4ouj QtJ 5�yt)= Kiye. $ 1 00 /EA( g9000 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A14. 150 EA REFLECTORIZED RAISED PAVEMENT MARKERS (TYPE I-C) TOTAL ITEM #A 14: I h"Pe w 3% $ 3 a o /EA( 4 qs - po (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A15. 540 EA REFLECTORIZED RAISED PAVEMENT MARKERS (TYPE II -A -A) TOTAL ITEM #A 15: T 4,c QeJ� $ 3 3D /EA( 00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials I t_ Estimated Item Quantity l No. & Unit Description of Item Total Amount Al. 1,100 SY REMOVE STAB BASE &/OR ASPHALT PAVING (INDIANA) _ pJ TOTAL ITEM #A 1: "r �1: t !�j Two 'r ��ioo $ 3- a `� /SY( 3� y 0 6' ) (Unit Price Amounts shall be shovM in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A2. 28 STA PREPARING RIGHT OF WAY ©N p— Ttv vS Gv& TOTAL ITEM #A2: �e� Oros Ck �3lJnQ $ 070 3 /STA( 3d onv- ° y ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A3. 5,150 SY SUBGRADE PREPARATION TOTAL ITEM #A3:_ 1" i vC 0o�/00 $ ,S' Q2 /SY(73-0.0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A4. 8,000 GAL ASPH (AC - 20 - 5TR or CRS-1P)(0.50 GAL/SY) r TOTAL ITEM #A4: ) lrif ee * 311Ji06 $ -3 35 /GALL( d7i )' ' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A5. 150 CY AGGR (TY - PB GR - 4 SAC - B)(1CY/I IOSY) TOTAL ITEM #A5: ONe 1A,,alek N; e 0 , IvQ -f ��ac9 $ (99 t� /CY( d9,81)7a� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ) A6. 5,125 SY HMAC (2") TOTAL ITEM #A6: 1 iT ' rJ at-//Gp $ 13,a /SY( �j7�las0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) AT 5,125 SY ASPHALT STABILIZED BASE (7) TOTAL ITEM #A7: �h I OtJe. C* 5 "00 $ 3 � �� /Sy( 16 1, •j 'O ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount A 16. 15 MO TRAFFIC CONTROL TOTAL ITEM #A16Gi i�4�;yt( N��pr) $AdJ��IX% /MOB Ia,3q5. CCU ) (Unit Price Amounts sfUl be shown in both words and num rals. In case of discrepancy, the amount shown in words shall govem.) A17. 1 LS SWPPP / TEMPORARY EROSION CONTROL TOTAL ITEM #A17�&InJ (Unit Price Amounts shall be shown in both words and numerals. In case o discrepancy, the amount sh�rdsgovern.) A18. 4 EA SMALL SIGN ASSEMBLIES TOTAL ITEM#A18:--Ttqf-�Ia $ EA aie� .OZ� (Unit Price Amounts shall be shown in both words and numer ls. In case of discrepancy, the amount shown in words shall govern.) A19. 1 LS MOBILIZATION i TOTAL ITEM # 1 �wD � DO A2L. LS( ) aisob .) (Unit Price Amounts shall be shown in both words and numerals.0 cas of discrepancy, the amount shown in words shall govem.) (, TOTAL ADDITI-ffVE ALTERNATE Aj�BID, ITEMS #A1- #A19: hh MATERIALSG U �av .A bhp >7 a1 o 0 $ d � t � � � • pt l LAB6R l�ikk lou $ t I OTAL G� `k L� 2 .Y ITEMS A�,A19: 1- 1I► 0_ o® "7 J 7 (Unit Price Amounts shall b shown in both words and numerals. In case of discrepancy, the mount shown in words shall go ern.) Bidder's Initials L .; BID SUMMARY SUBTOTAL ROADWAY BASE BID ITEMS #I - #67: SUBTOTAL WATER BASE BID ITEMS #101 - #110: SUBTOTAL SEWER BASE BID ITEMS #201 - #216: TOTAL BASE BID SUBTOTAL ADDITIVE ALTERNATE A ITEMS #AI - #AI9: TOTAL BASE BID AND ADDITIVE ALTERNATE A 6,910,836.96 ,910,,836.96/] 7,863,612.41 $ .4/3//13Aj/. S 8,297,936.95 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 Two Hundered and Twenty One (221) WORKING DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1040 (ONE THOUSAND AND FORTY. DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more frilly set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Bidder's Initials Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 590 Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract - documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) A TEST: 2 Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date 1 �l 11 10 Addenda No. Date t 2 S-U Addenda No. Date Addenda No. Date Date: A I'Z 1-7 1 U l Authoriz. d ignatu e 11_it 0 leP (Printed or Typed Name) 041tl't. Company .24 S. L&k r s ko re— `jam AddressCity, County State Zip Code Telephone: g0(o - ''145-'14% Fax: SO to - -1 9 5 - 1 e;'? rl FEDERAL TAX ID or SOCIAL SECURITY No. 15 - a-toba-o,6 M/WBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American Other (Specify) Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Allen Butler Construction, Inc., as Principal, hereinafter called the Principal, and the Liberty Mutual Insurance Company, a Corporation created and existing under the laws of the State of Massachusetts, whose principal office is in Boston, MA, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five percent (5%) of the greatest amount bid dollars ($---------- ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for Indiana Avenue Paving Improvements —103rd St. to FM 1585 ITB #10-022-MA Proiect #921568304 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be 1 specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the "--,event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 17th day of December, 2009. Attest: B Y: Witness: Form S-3266-4 Printed in U.S.A. 12-70 Allen Butler Construction, Inc. (Princ' 1) By (SEAL) Liberty Mutual Insurance Attorney-m-Fact' No Text CrN OF LUSIMCK W$VRM " MIAWT. o BC C 1 0) ,, 10 - odAgon! uAbo..sub vith"Mict litbicr p.ed'Did&-r., pardry that -the linsuranco,requiremeaw -contained hilhis bid document .have .-been vtoylowed- by. If I am awarded ibis contractby the Cit y of -Lubbock, I will be abk to, Withib loo #1O) W*oss days aftbr being notified of such 4wapd'hy the City of turnl* a Wid Imsomae verdfir n.this bid CONTRA - 0,WsPIRMN CT AMg,. Inc. 10hint or -Typo) S*uth LOOROM Drive Ra"Som 046yon, TX 79,306 Mtylstatelzip-, HOW, TX 760,63 A' pt/Brok er Tr..jVb_QnC om), 290 W-me: 1210,2000 F, 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 A' 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. 1 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: a. b. 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. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. 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 firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO� t If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: [,/,,1-te of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty .,essed. Bidder's Initials 2 v. QUESTION TWO ]('�As the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such �xn, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. J � YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO� If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, bmission, the following information with respect to each such conviction: gate of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 9 I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature 1' Title SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from making sub -awards under covered transactions to parties that are suspended or debarred or wl suspended or debarred. Covered transactions include procurement contracts for goods or services equ, $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). '. Contractors receiving individual awards of $25,000 or more and all must sub -recipients certify that th( P fY 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 g anizatic your or 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 principal debarred by a Federal agency. COMPANY NAME: SLAAtLSJ k_1,LL LLL4.) 1_A A dXj, FEDERAL TAX ID or SOCIAL SEC 'No. Signature of Company Official: AAt' I P`nted name of company official signing a ove: Ak\,e_'1_^d!►it 1e_r I.j Date Signed: i 4 2. 3. 4. 5. 6, 7. 8. 10 11. 12* 13. 14. 15. 16. LIST OF SUB -CONTRACTORS Company Name and City Minority Owned Yes or No 012 Ro,)Ole YX 0 e.- 142 J. j cn , Wo /46P-W,, 7'� �,A6rjctZ "�& ') J_ c I,-) �/y e� C, c_ y/x vo(j-,;b it k kcdsw,e T>( 41V T� G,4 THIS FORM SHALL BE COMIPLETED, AND RETURNED WITH BID IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PAYMENT BOND Bond No. 022026655 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction, Inc. as Principal(s), and Liberty Mutual Insurance Company (hereinafter called_ the Principal(s), (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eighl liffio" two hundred ninety seven thousand nine hundred thiny six and TY100 Dollars ($ 8,297,936.95 ) 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 lath January 2010,_to BID 10-022-MA - Indiana Avenue Paving Improvements from 103rd St to FM 1585 day of and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred. to and made a part hereof as fully and to the sank extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in frill 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 21st day of January 2010. Liberty Mutual Insurance Company Surety *By: Attorney—ii4act Allen Buller Construction. Inc. (Company Name) (Title) PERFORMANCE BOND Bond No. 022026655 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Liberty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and -firmly bound unto the City of Lubbock (hereinafter called the -' Obligee), in the amount Of Eight million two hundred ninotyseyenthousand nine hundred thirtysix and 951100 Dollars ($8,297�936.95 ) lawful ITIOIIey 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 14t1day of January , 20101 to BID 10-022-MA - Indiana Avenue Paving Improvements from 103rd St to FM 1585 and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as hilly 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 scaled this instnunent this 21st day of January , 2010. Liberty Mutual Insurance Company__. Allen Butler Construction, Inc. w Surety * By: le) Kevin J. DuA, Attorney -in -Fact (Company Name By: (Printed>1jmq)1- (SI Ttlature'j -% (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Surety *By: (Titic)Kevin J. Attorney in Fact Approved as to Form City of ck By: City Attorney Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws -showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 2717684 0 IN d C THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint TRACY TUCKER, TOBIN TUCKER, W. LAWRENCE BROWN, KEVIN J. DUNN, ALL OF THE CITY OF FT. WORTH, STATEOF TEXAS . .. .... ..... .... .. .................................................... ... ........................................................... each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obliggations in the penal sum not exceeding FIFTY MILLION AND 00/100************ ******* DOLLARS $ 50,000,000.00***** () each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 18th day of December 2009 LIBERTY MUTUAL INSURANCE COMPANY By6 .t_-:e IA/ - COMMONWEALTH OF PENNSYLVANIA ss Garnet W. Elliott, Assistant Secretary COUNTY OF MONTGOMERY On this 18th day of December , 2009 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH g unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. 014W � ( g COMMONWEALTH OF PENNSYLVANIA L LB - Motarat O \ _ 'Rmsa #�.ast� a 'rotof ary P�6i<aOF, - Plymoim i'wp RAontgcmery coun:3 By My cca neW41 Ter sa Pastella, Notary Public Mem6s, PAssocaCs o! Notaries CERTIFICATE I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 21 G1 day of January 2010 ^ � BY t David M. Carey, AssWtgt Secretary c O vF W c 0a Q M od 3M ti E 0 o O O yo E co i~ CO C V O , 10— «s r Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionO-tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionptdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su pbliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera aiguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 CERTIFICATE OF INSURANCE 1 CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions 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 GENERAL LIABILITY 0 Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ 0 Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ 0 Scheduled Autos Bodily Injury (Per Accident) $ O Hired Autos Property Damage $ 0 Non -Owned Autos 0 GARAGE LIABILITY 0 Any Auto Auto Only - Each Accident $ 0 Other than Auto Only: Each Accident $ Aggregate $ O BUILDER'SRISK 0 100% of the Total Contract Price $ 0 INSTALLATION FLOATER $ EXCESS LIABILITY 0 Umbrella Form Each Occurrence $ Aggregate $ 0 Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive 0 Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. - FIVE COPIES OF THE CERTIFICATE OF INSURANCE -J MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) _ 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. CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based - on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity - prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage ri 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 1 (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; _1 (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; _fA (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. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see sreverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal - requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT 9295 s STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14TH day of January, 2010, 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 Allen Butler Construction, Inc of the City of Ransom Canyon, County of Lubbock and the State Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: E'l BID 10-022-MA -Indiana Avenue Paving Improvements from 103rd St to FM 1585 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. Allen Butler Construction, Inc.'s bid dated December 17, 2009is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make �^ payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: NAM COMPLETE ADDRESS: Company Ur Address City, State, Zip 6 ATTEST: Corporate SAretary y CITY OF LUBBOCK, TEXAS ( WNER): By: ' MAY R ATTEST: CQ City Secrebary APPROVEk,AS TO CONTENT: Owner's Representative M " Director APP A FORM: City Attorney ■ DATE (MMIODN"'r AGo CERTIFICATE OF LIABILITY INSURANCE , k.....,-� � 21 2 010 PRODUCER Phone: 817-299-3800 Fax: 817-299-3890 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION IBTX Risk Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8701 Bedford Euless Rd, Ste 450 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Hurst TX 76053 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A:Val leyForge Insurance Co an 20508 Allen Butler Construction, Inc. INSURERBTexas Mutual Insurance Co 43095 24 South Lakeshore Drive Ransom Canyon TX 79366 INSURERc:Everest National Insurance 10120 INSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. OTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L NaM TYPE OF INSURANCE POLICY NUMBERDATE pA POLICY EFFECTIVE POLICY EXPIRATION tMMIDDIYY`Y`YI LIMITS A GENERAL LIABILITY C4013609294 4/1/2009 4/1/2010 EACH OCCURRENCE $ 1 000 X COMMERCIAL GENERAL LIABILITY r DAMAGE TO RE14TE PREMISES (Ea occurrence) „000 $ 300 000 CLAIMS MADE a OCCUR MED EXP (Any one person) $ 10 0 0 0 PERSONAL & ADV INJURY $ 1 000 000 GENERALAGGREGATE $ 2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2 000 000 POLICY X PR T X LOC A AUTOMOBILE LIABILITY ANY AUTO C4013609280 4/1/2009 4/1/2010 COMBINED SINGLE LIMIT (Ea accident) $ 1, 000, 000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Peracadent) $ HIREDAUTOS NON-OIMJEDAUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY. AGG C EXCESS I UMBRELLA LIABILITY 71GH000027-091 4/1/2009 4/1/2010 EACH OCCURRENCE $ 5 000 000 X OCCUR CLAIMS MADE AGGREGATE $ 5 ,000 , 0 QO $ DEDUCTIBLE $ RETENTION $ 0 B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN TSF0001074270 4/1/2009 4/1/2010 VJCSTATU- OTH- X TORYLIMITS ER E L. EACH ACCIDENT $1 000 000 ANY PROPRIETORIPARTNER/EXECUTIVE❑ OFFICERIMEMBER EXCLUDED? EL DISEASE - EA EMPLOYEE $ ] 000000 (Mandatory in NH) If yes, describe under SPECIAL PROVISIONS below EL. DISEASE -POLICY LIMIT 1 $ 00 OTHER DESCRIPTION OF OPERATIONS i LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS L and Auto policies include Additional Insured endorsements (when required in written contract). Waiver of Subrogation is included on CIL, Auto & WC in favor of Certificate Holder (when required in written contract). *10 Day Notice of ancellation applies for non-payment of premium* e: ITB 10-022-MA, Contract 9295; Indiana Avenue Paving Improvements 103rd St. to FM 1585 ity of Lubbock, its officers, agents and employees are included as Additional Insured on the General Liability and See Attached... _a ACORD 25 (2009/01) CERTIFICATE HOLDER CANCELLATION z n* 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 City of Lubbock P.O. Box 2000, Room 204 CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON Lubbock TX 79457 REPRESENTATIVES. THE INSURER, ITS AGENTS_ OR AUTHORIZED REPRESENTATIVE+I ` `. U 19UU 2009 ACORU CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 91&NA11ITi1#ci This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) L Automobile policies per policy form as required by written contract. General Liability insurance is primary and non-contributory, and any other valid and collectable insurance for the Additional Insured shall be excess. Waiver of Subrogation is included in favor of the same on the General Liability, Automobile and Workers' Compensation policies. There are no XCU Exclusions. Endorsement form G-140331-A (Additional Insured) is attached. POLICY NUMBER: 4020582415 CNA(Ed. 01/09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Person(s) (As required by written contract/agreement per Paragraph A. below.) BLANKET Location(s) of Covered Operations (As per the written contract/agreement. provided the location is within the 'coverage territory" of this Coverage Part.) BLANKET under this endorsement is not affected by an entry or lack of entry in the A. Section 11 - Who Is An Insured is amended to include as an additional insured any person(s) or organization(s), including any person or organization shown in the Schedule above. whom you are required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided: a. The written contract or written agreement was executed prior to: I. The "bodily injury" or "property damage"; or 2. The offense that caused the "personal and advertising injury" for which the additional Insured seeks coverage under this Coverage Part; and b. The written contract or written agreement pertains to your ongoing operations or "your work" for the additional insured(s). B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The ads or omissions of those acting on your behalf In the performance of your ongoing operations for the additional Insured(s) or c. "Your work" that is included in the "products -completed operations hazard" and performed for the additional insured, but only if this Coverage Part provides such coverage, and only if the written contract or written agreement requires you to provide the additional insured such coverage. 2. However, we will not provide 1he additional insured any broader coverage or any higher limit of insurance than the least of those: a. Required by the written contract or written agreement; b. Described in B.I. above; or c. Afforded to you under this policy. 3. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract or agreement requires this insurance to be primary. In that event, this insurance will be primary relative to insurance which covers the additional insured as a named insured. We will not require G-140331-B Includes copyrighted material of Insurance Services Office. Inc., with its permission Page 1 of 2 (Ed. 01/09) POLICY # CPP2091508209 GVA contribution from such insurance if the written contract or written agreement also requires that this insurance be non-contributory. But with respect to all other Insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. 4. The insurance provided to the additional insured terminates when your operations for the additional insured are complete. But if the written contract or written agreement specifies a date until which this insurance must apply, then this insurance terminates: a. On the date specified in the written contract or written agreement; or b. When this policy expires or is cancelled, whichever occurs first. C. With respect to the insurance afforded to the additional insured, the following additional exclusions apply. This insurance does not apply to: 1. "Bodily injury" "property damage," or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys; field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury," "property damage," or "personal and advertising injury" arising out of any premises or work for which the additional Insured Is specifically listed as an additional insured on another endorsement attached to this Coverage Part. E. D. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: G-140331-B (Ed. 01109) C-140331-B (Ed. 01/09) 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence• or an offense which may result in a claim or "suit" under this insurance, and of any Cairn or "suit' that does result; (2) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part; (3) Except as provided in Paragraph B.3 of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part: and (4) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the clairn or "suit." We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional Insured written notice of a claim or "suit." 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance a. Primary Insurance This insurance is primary and non- contributory except when rendered excess by this endorsement. or when Paragraph b. below applies. The provisions of the written contract or written agreement do not in any way broaden or amend this Coverage Part. Includes copyrighted material of Insurance Services Office. Inc„ with its permission Page 2 of 2 L q CERTIFICATE OF LIABILITY INSURANCE 01/2MIDDAKIY) 6/10 PRODUCER 1-432-570-3456 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J. Gallagher Risk Management Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 110 N. Marienfeld ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 330 Midland, TX 79701 Becky chatfieldoalg.com INSURERS AFFORDING COVERAGE NAIC # INSURED Artex Electric, Inc. INSURER A: LEXINGTON INS CO 19437 INSURERB:IINITED STATES FIRE INS CO 21113 INSURERC:TEXAS MUT INS CO 22945 3508 Avenue J INSURER D: TRAVELERS LLOYDS INS CO 41262 Lubbock, TX 79412-1421 INSURER E: `- COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR L ADD 'L NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE DATE POLICY EXPIRATION DATE MM/DD LIMITS A GENERAL LIABILITY 33055228 06/15/09 06/15/10 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY - DAMAGE TO RERTED- PREMISES Ea occurrence $ 50,000 CLAIMS MADE Fx] OCCUR MED EXP (Any one person) $ Excluded PERSONAL BADVINJURY $1,000,000 X AI - CG2010 (11/85) X WOS - LX7127 (10/93) GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: PRODUCTS - COMP/OP AGG $ 2,00b,000 JECTRO POLICY X PLOC Employee Benefits $1,000,000 B AUTOMOBILE X LIABILITY ANY AUTO 133-72.8022-8 06/15/09 06/15/10 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ X X HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGELIABILITY AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG B EXCESS/UMBRELLA LIABILITY -X1 OCCUR F ]CLAIMSMADEAGGREGATE 553-092434-1 06/15/09 06/15/10 EACH OCCURRENCE $ 4,000,000 $4,000,000 $ DEDUCTIBLE $ RETENTION $ 0 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? a TSF0001100726 10/01/09 10/01/10 X WCSTATT OTH- E.L. EACH ACCIDENT - $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) It yes, describe under SPECIAL PROVISIONS bebw E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER D Installation Floater QT-660-599ON29A 07/02/09 06/15/10 Per Job Site 100,000 In Transit 25,000 Temporary Location 25,000 DESCRIPTION OF OPERATIONS / LOCATIONS [VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS GL & Auto policies include Additional Insured endorsements (when required in written contract). Waiver of Subrogation is included on GL, Auto & WC in favor of Certificate Holder (when required in written contract). *10 Day Notice of Cancellation applies for non-payment of premium. Re: ITB 10-022-MA, Contract 9295; Indiana Avenue Paving Improvements 103rd street to FM 1585, City of Lubbock, its officers, agents & employees are included as Additional Insured on the General Liability & Auto policies per policy form as required by written contract. General Liability insurance is primary & non-contributory, & any other valid & collectable insurance for the Additional Insured shall be excess. Waiver of Subroctation is included in favor of the same on the General Liability, Automobile & Workers' t..CK I IrIL,A 1 C r1ULUtK GAN(:CI_I_A I ION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Allen Butler Construction DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN and City of Lubbock NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL #24 Lake Shore Drive IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHOR17EDREPRESENTATIVI Lubbock, TX 79366 USA rb� At uKU Lo tLUUyIU-I) Dcnarilela 9 1988-ZUU9 ACORD CORPORA I ION. All rights reserved. 14274774 The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) a 40'R V CERTIFICATE OF LIABILITY INSURANCE DATE 2 /�o""Y' PRODUCER 1-432-570-3456 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J. Gallagher Risk Management Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 110 N. Marienfeld ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 330 Midland, TX 79701 Be. chatfieldaa' .com INSURERS AFFORDING COVERAGE NAIC# INSURED Artex Electric, Inc. INSURER A:LEXINGTON INS CO 19437 INSURER B: UNITED STATES FIRE INS CO 21113 3508 Avenue J INSURERC:TEXAS MUT INS CO 122945 INSURER D: TRAVELERS LLOYDS INS CO 41262 Lubbock, TX 79412-1421 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 4,DU E OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE MMIDD LIMITS A GENERAL LIABILITY 33055228 06/15/09 06/15/10 EACH OCCURRENCE $ 1,000,000 COMMERCIAL GENERAL LIABILITY PREMISES Ea rt 0,000 $ 50,000 MED EXP (Anyone person) $ Excluded [NTED CLAIMS MADE a OCCUR jXAI PERSONAL & ADV INJURY $ 1,000,000 - CG2010 (11/85) X WOS - LX7127 (10/93) GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATE LIMITAPPLIESPER, PRODUCTS -COMP/OPAGG $ 2,000,000 POLICY X PRO LOC JE$1,000,000 Employee Benefits B AUTOMOBILE X LIABILITY ANY AUTO 133-728022-8 06/15/09 06/15/10 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ X X HIRED AUTOS NON -OWNED AUTOS - PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG B EXCESS/UMBRELLA LIABILITY X OCCUR CLAIMS MADE 553-092434-1 06/15/09 06/15/10 EACH OCCURRENCE $4,000,000 AGGREGATE $ 4,000,000 $ DEDUCTIBLE $ RETENTION $ 0 C WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? a TSF0001100726 10/01/09 10/01/10 X WCSTATT- OTH- LIM E.L.EACHACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEd $ 1,000,000 (Mandatary in NH) If yes, dasa$(e under E.L. DISEASE - POLICY LIMIT I $ 1, 000 , 000 SPECIAL PROVISIONS below OTHER D Installation FLoater QT-660-5990N29A 07/02/09 06/15/10 Per Job Site 100,000 In Transit 25,000 Temporary Location 25,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Job: Indiana Improvements, Lubbock, TX UrKI II-IL.AIC r1ULUtK (:ANCI-I I AIION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Allen Butler Construction 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 Attn: Rick Humphreys IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR #24 Lakeshore Drive REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Ransom Canyon, TX 79366 USA ^k,%JMu ca tcvvy,v 1)-UJLXer (J VJdd--LUU9 AGUKU C;UKHURA I ION. All rights reserved. 14243309 The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may - require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIA131LITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket where required under written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. It is further agreed that such insurance as is afforded by the policy for the benefit of the additional insureds shall be primary insurance, but only as respects any claims, loss or liability arising out of the Named Insured's operations and any insurance maintained by the additional insured shall be non-contributing. CG 20 10 PIC 11 85 Page 1 of 1 POLICY NUMBER: 33055228 COMMERCIAL GENERAL LIABILITY CG 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER. OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIA13ILITY COVERAGE PART SCHEDULE Name of Person or Organization: BLANKET WHERE REQUIRED UNDER CONTRACT. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 0410 93 Copyright, Insurance Services Office, Inc., 1992 Pagel of 1 0 I 1"i ACDRD. CERTIFICATE OF LIABILITY INSURANCE ii22i2oi0 ' PRODUCER (972) 772_7228 FAX; (972) 771-4695 K & S Insurance Agency 2255 Ridge Road, Ste. 333 P. O. Box 277 Rockwall TX 75087 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Utility Contractors of America, Inc., DBA: Utility Contractors of America, Ltd 927 Hwy. 62 Wolfforth TX 79382 INSURER A: VallpX Forge Insurance 20508 INSURERB:U. S. Fire Ins. Co. INSURERC:Texas Mutual Insurance 22945 INSURERD:Federal Insurance Com an 20281 INSURER E: OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMEN T, 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. REG, kTF. LIMITS SHOWN Y HAVE BEE q REDUCED BY EAID CLAIMS. INS& ADDTION INSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DDlYYLICY EE PDAITE(MMIDDIYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED Tencel $ 100,000 A CLAIMS MADE IX OCCUR C2090553748 9/5/2009 9/5/2010 MED EXP An one person)$ 5,000 X Additional Insured 01403319 01/09 PERSONAL & A(JURY $ 1,000,000 X Waiver ofSubrogation CO2404 10/93 GENERALAGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OPAGG $ 2,000,000 POLICY X JET Ll LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1r000,000 A ALL OWNED AUTOS C2090553751 9/5/2009 9/5/2010 BODILY INJURY SCHEDULEDAUTOS (Perperson) $ X HIRED AUTOS BODILY INJURY X NON -OWNED AUTOS (Per accident) $ X Additional Insured CA0403 6/04 PROPERTY DAMAGE X Waiver ofSubro ation CA2089 6/04 (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: A EXCESS/UMBRELLALIABILITY EACH OCCURRENCE $ 10,000,000 X OCCUR CLAIMS MADE AGGREGATE 10, 000, 000 $ B DEDUCTIBLE 5530926825 9/5/2009 9/5/2010 $ X RETENTI N 0It (,' WORKERS COMPENSATION AND WC420304A 1/00 X WCSTIM - I OTH- EMPLOYERS' LIABILITY ER ANY PROPRIETOR/PARTNER/EXECUTIVE Waiver of Subrogation E.L. EACH ACCIDENT $ 1,000,000 OFFICER)MEMSER EXCLUDED? Q001040189 9/5/2009 9/5/2010 E.L.DISEASE -EA EMPLOYEE $ 11000,000 If yes, describe under T IAL PR VI I N below E.L. DISEASE -POLICY LIMIT 1,000,000 R Equipment Floater 6641994 9/5/2009 9/5/2010 $4,942,879 x/$1000 Deductible Rented/Leased Eq. 6641994 9/5/2009 9/5/2010 0200,000 Max. Limit Deductible DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE:ITS 10-022-MA, Contract 9295; Indiana Avenue Paving Improvements 103rd St. to FM 1585. City of Lubbock, its officers, agents and employees when required by written contract are included 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 m ACORD 26 (2001/08) ttucn�c �,na�a� 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 INSURER ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Johnny Moss/CHERYL r-------^�j`'� © ACORD CORPORATION 1988 P.— t of City of Lubbock P. O. Box 2000, Suite 102 Lubbock, TX 79457 m ACORD 26 (2001/08) ttucn�c �,na�a� 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 INSURER ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Johnny Moss/CHERYL r-------^�j`'� © ACORD CORPORATION 1988 P.— t of Utility Contractors of America, Incl, Utility Contractors of America, Ltd. C2090553748 (Ed, 01 01) - IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY. TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1.OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: (Coverage under this endorsement Is not affected by an entry or lack of entry In the Schedule above.) A. WHO IS AN INSURED (Section 11) Is amended to 3. The coverage provided to the additional insured Include as an insured any person or organization, by this endorsement and paragraph I. of the Including any person or organization shown In the definition of "Insured contract" under schedule above, (called additional Insured) whom you DEFINITIONS (Section V) do not apply to "bodily are required to add as an additional Insured on this injury" or "property damage" arising out of the policy under a written contract or written agreement; "products -completed operations hazard" unless but the written contract or written agreement must be: required by the written contract or written `° f. Currently In effect or becoming effective during the agreement. term of this policy; and 4. The Insurance provided to the additional Insured does not apply to "bodily Injury," "property 2. Executed prior to the "bodily injury," "property damage, or personal and advertising Injury damage," or "personal and advertising injury'. g p g I arising out of an architect's, engineer's, or B. The Insurance provided to the additional insured Is surveyor's rendering of or failure to render any limited as follows: professional services Including: f. That person or organization is an additional LIE a. The preparing, approving, or failing to prepare insured solely for liability due to your negligence or approve maps, shop drawings, opinions, „ specifically resulting from "your work" for the reports, surveys, field orders, change orders additional Insured which is the subject of the or drawings and specifications; and I written contract or written agreement. No b. Supervisory, or Inspection activities performed coverage applies to liability resulting from the sole as part of any related architectural or negligence of the additional insured. engineering activities. 2. The Limits of Insurance applicable to the Insured those in the C. As respects the coverage provided under this additional are specified endorsement, SECTION IV -, COMMERCIAL written contract or written agreement or in the GENERAL LIABILITY CONDITIONS are amended as - Declarations of this policy, whichever is less, follows: These Limits of Insurance are Inclusive of, and not in addition to, the Limits of Insurance shown In the 1. The following is added to the Duties In The Event Declarations. of Occurrence, Offense, Claim or Suit Condition: G-140331-A Page 1 of 2 (Ed. 01/01) Q-140331-A (Ed. 01/01 ) e. An additional Insured under this endorsement will as soon as practicable: (1) Give written notice of an occurrence or an offense to us which may result In a claim or "suit" under this Insurance; (2) Tender the defense and Indemnity of any claim or "suit" to any other Insurer which also has Insurance for a loss we cover under this Coverage Part; and (3) Agree to make available any other insurance which the additional Insured has for a loss we cover under this Coverage Part. f. We have no duty to defend or indemnify an additional insured under this endorsement G-140331-A (Ed, 01/01) until we receive written notice of a claim or "suit" from the additional insured, 2. Paragraph 4.b. of the Other Insurance Condition Is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance This Insurance Is excess over any other Insurance naming the additional Insured as an Insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this Insurance be either primary or primary and noncontributing. Page 2 of 2 POLICY NUMBER; C2090553748 CG 24 04 1185 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies Insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: BLANKET - ANY PERSON OR ORGANIZATION WHOSE BEHALF YOU ARE REQUIRED TO OBTAIN THIS WAIVER OF OUR RIGHT TO RECOVER FROM UNDER A WRITTEN CONTRACT OR AGREEMENT (if no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement,) We waive any right of recovery we may have against the person or organization shown In the Schedule because of payments we make for Injury or damage arising out of "your work" done under a contract with that person or organization. The waiver applies only to the person or organization shown in the Schedule. CG 24 04 1185 Copyright, Insurance Services Office, Inc., 1984 POLICYNUMBER: C20905537B1 COMMERCIAL AUTO CA 20 80 08 04 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES IN TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) r This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the Inception date of the policy unless another date Is indicated below. Endorsement Effective: Countersigned By. Named Insured: Authorized Representative) SCHEDULE Name Of Parsons) Or Organization{s}:BLANKET - ANY PERSON OR ORGANIZATION WHOSE BEHALF YOU ARE REQUIRED TO OBTAIN TIHXS WAIVER OF OUR RIGHT TO RECOVER FROM UNDER A WRITTEN CONTRACT OR AGREEMENT (if no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To additional premium shown above, regardless of any Us Condition does not apply to the person(s) or early termination of this endorsement or the policy. organlzalion(s) shown In the Schedule. We will retain the CA 20 89 06 04 Copyright,180 Properties, Inc., 2003 Page 1 of i " a POLICY NUMBER, C2090553751 COMMERCIAL AUTO CA 04 03 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADDITIONAL iNSURED This endorsement modIlles Insurance provided under the following: BUSINESS AUTO COVERACIE FORM GARAGE COVERAGE FORM MOTOR CARRIES COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement, This endorsement changes the policy effective on the Inception data of the policy unless another date Is Indicated below. Endorsement Effective: Countersigned By: Authorized Re resentative Named Insured: aQ-v,� P,ZCC 4. y SCHEDULI< Mama and Address of Additional insured:BLANKET - ANY PERSON OR ORGANIZATION WHERE YOU ARE REQUIRED TO ADD AS AN ADDITIONAL INSURED ON THIS POLICY UNDER A WRITTEN CONTRACT OR AGREEMENT (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Who is An insured (Section II) is amended to Include as an `insured` the person(s) or organization(s) shown in the Schedule, but only with respect to their legal liability for acts or omissions of a person for whom Liability Coverage is afforded under this policy. B. The additional Insured named In the Schedule or Declarations is not required to pay for any premiums stated in the policy or earned from the policy, Any return premium and any dividend, If applicable, declared by us shall be paid to you. C. You are authorized to act for the additional Insured named In the Schedule or Declarations In all matters pertaining to this Insurance, D. We will mail the additional insured named In the Schedule or Declarations notice of any cancellation of this policy. If we canoel, we will give 10 days notice to the additional Insured. E. The additional Insured named In the Schedule or Declarations will retain any right of recovery as a claimant under this policy. CA 04 03 06 04 Copyright, ISO Properties, Inc., 2003 Page I of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed,1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas Is shown in Item &A. of the Information Page, We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily Injury arising out of the operations described In the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule, Schedule 1. ( )Specific Waiver Name of person or organization (X )Blanket Waiver Any parson or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations. ALL TEXAS OPERATION 3. Premium The premium charge for this endorsement shall be 2 percent of the premium developed on payroll In connection with work performed for the above person(s) or organizatlon(s) arising out of the operations described, 4. Advance Premium INCL This endorsement changes the policy to which It Is attached and Is effective on the date Issued unless otherwise stated. (The information below Is required only when this endorsement is Issued subsequent to preparation of the policy.) EndorsementEffective 915108 PolloyNo.WC2090553765 Endorsement No. InsuredUtil.ity Contractors of America, Inc., premium$ Utility Contractors of America, Ltd.. Insurance Company Countersigned by WC 42 03 04 A (Ed.1.00) 01/21/2010 08:38 8067485012 - b fq JZRAG93 17-1 L. l_ V TECH ENV PAGE 02 THE POI-ICIRS OF INSURANCE LISTED BELOW HAVE RRPN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PFR10D INDICATED, NOTWITHSTANDING ANY REQUIRM2NT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUmwNT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE MJ6URANCE AFFORIMD BY THE POLIOIEB DE8CRIBED HEREIN 18 SUBJECT TO ALL THE TERMS. IID(CLUSK*M AND OONDTTIONS OF SUCH POLICIES. Wli6REGAU UW$ SHOWN MAYHAVEBEEN RE;DUCeDRYPAID CLAM, i JILL POLICY NUMBER MOTS ri oENER&L LIABILITY COMMEIVAALAENEAALLWBILm CLAL43MADE (-:--1 ocam ozemmio"' Lis-" g—f 015780-�09-�03 02-17-09 02-17-10 EACH OCc(RRe4CE s 2,000,000 $ 30,000 MP, W(AsV6»pwt4) $ 5 000 Mmk4 &ADvwaURY $ 2,000,000 Pollution Lia* GENERAL AGGrWGATE is 2,000,000 GEM AGGREGATE LIMIT APPLIES PER. 17 POLICY LOC PRODUCTS-COWIGPAGG s 2,000,000 AUTOMOBILEIMUTY ANYAUTO ALLOWNEDAUTOS SCHEOULEDAUTOS HIRED AUTOS NON-OWNEDAUMS nib avlamY aoos no Provide aovoicave. OOMBINMAINGLELIMTT (gewoWsmt) s BODILY INJURY "O mn) s (13vadY _ PROPERTY OAMASE (PvrAaddvnt) ; GARAGE LIABILITY ANYAUTO B a0amicy do" =t zvpide C:dVNIrage. AUTO ONLY- EAAOOIDENT $ OTHERTHAN EAACC AUTOONLY: AGG S s EXCESMUBRELLA LIABU.rTY 71 OCCUR 0 OLAWMADE DEDUCTIBLE RETENTION $ Min agamw down not pzvvido coverage. EACH OCOUPMUCA 1 AGGREGATE $ s ) s ISERMEU WORKERBOOMPENSATIONAND FAMOVEW ITM AKY PIWOMA vDOUK etaQcur+++s " °' 'm8 SBP0001092788 10-24-09 10-24-10 X WL ELEAcHACCMW s 1,000,000 F.L.O ILME- EA EMKOI $ 1,000,000 ELD4mm-POLI0YUmT s 1,000,000 OTI R DEeCRPTK)NOt.OP�iATI¢N911.QCATW)�l�FE141.E81t�41.U810N9ADDWBYENDb ENiIBPECiALFROV1910N5 *Professional and Pollution Liability are claims made. CERTIFICATE La l.J .......,mod ..,.,,.., SHOULD ANY OF THE ABOVE DESCRIBED POLICIES W CANCELLED BEFORE THE W PIPATIO Thins 3s a grd adwid 0ortit:Lcat*te OATS THEREOF, THE ISSUING WSUAER WILL ENDEAVOR TO MAIL,M DAYS WI71T rem for inf0mviaAtion purposes. NOTICE TO THE CERTIFIDATE HOLDER NAMED TO THE LEPt, EW FALURE TO DO eo SHALL IAdPOW NO OBLIGATION OR LIABI.IIY OF ANY KING UPON TH9 INSURER ITS AGENTS OR REPRESENTATIVES. AUTHORS REPRESENTATIVE xxxx,>,txxxxxxxxxxxxxxxxxxxxx ACOR023(201)I m) i ®AGOKO c.'OKVQKATKA N TBBS 01/21/2010 oe:3e eoG74e5012 V TECH ENV PAGE 03 `Nov 09 09 05:25P PA ' clan cur CERTIFICATE R+IFICAfE OF . INSURANCE SUCH INSURANCES AS RESPECTS THE INTEREST OF THS CERTIFICATE HOLDER NAMED BELOW WILL NOT BE CANCELED OR OTHERWISE TERMINATED WITHOUT -GhM G 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE; THAN 30 DAYS FROM THE DATE WRITTE;=N. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. This certifies #hat: ® STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois ❑ STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illfmis ❑ STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS aF Dallas, Texas 0 STATE FARM INDEMNITY COMPANY of Bloomington, Illinois, or © STATE FARM GUARANTY INSURANCE COMPANY of Bloomington, Illinois has uwaraoa in farm far tha fallovAne Named Insured as shown below: NAMED INSURED: Bandy a Folly Vann dba V-Tech environmental ServiCes ADDRESSOFNAMEDINSURED1 100 B 252' Street - LiCzlefield, Texaa 79335 POLICY NUMBER P14 21rGQ P14 2104 P14 2104 P14 2104 EFFECTIVE QATE OF POLICY 11/21/09-05/21/10 11/21/09-05/21/10 11/21/09-05121/10 11/21/09-05/21/10 aESGRIPTION OF 1997 FORD ZXP 2000 C M X1500 2004 IFPRD 7'25C SD VEHICLE (Including VIN) 2002 C, VC k2500 PU 1GTHK291X111771 SPORT WAaO 1E'tr11!U16L7VLH45816 Pii 2GCEK19T5Y1360830 PU 1TTVLW21P44E865361 LIABILITY covF-RAd1= ❑ Yt 6 C] NO-' EI,YE§ Q NO [I YES ❑ NO ❑ YES Q NO LIMITS OF LIABILITY a. Bodily Injury Each Person 1 MiJ14On 1 Mi1lie r� 1 'Million 1 Nil1r on Each Accident 1. Million 1 Million 1 Mi-, lion 1 Million b. Property Damage Each Accident 1 Million 1?1=an 1 Million 1 Million c. Bodily Injury & Property Damage Single Limit " Each Accident PHYSICAL DAMAGE COVERAGES ® YES © NO YES' ,® NO ®YES ❑ NO Z YES ❑ NO a. Comprehensive $ 1000 [laductibie $ Deductlble $ 1000 Deductible $ 1a00 Deductible ® YES ❑ NO ❑ YES ONO, ® YES ❑ NO iK YES [INO b. Collision $1000 Deduedbie• $ 17edua le $1000 Deductible $1000 Dedudible EMPLOYERS CON -OWNED CAR LIASILrIY COVERAGE 19 YES [] NO ® YES . Q NO :RYES NO ® YES ❑. NU HIRED Q YES J@ NO Q YES ® NO ❑ YES ® NO ❑ YES ® NO FLEET -COVERAGEFOR p FOR VEHICLES ' ❑ YES ® NC ❑ YES @ NO ❑ YES 1Z NO ❑ YES ® NO TItte 7339 Agent's Marc W Morton -- Skate 113 West Ave. D Muleshoe, Texas 73947 INTERNAL STATE FARM 1_I88 ONLY: [j Request permanont Certificate of JrlaumnW for liabifity oaveraga. 122428.3 Rev. 07-262005 Request Gertifir*8 Holderto be added as an Additional Irmured. K * CERTIFICATE OF LIABILITY INSURANCE i-' DATE 01/26/1 A1NY) l/26%10 PRODUCER 1-432-570-3456 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J. Gallagher Risk Management Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 110 N. Marienfeld ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 330 Midland, TX 79701 Becky chatfield@a' .com INSURERS AFFORDING COVERAGE NAIC# INSURED West Texas Barricades Ltd dba INSURER A: IRONSHORE SPECIALTY INS CO 25445 INSURERS: Barricades Unlimited PO Box 11001 INSURER C: INSURER D: Lubbock, TX 79408 INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR kDU SR TYPE OF INSURANCE POLICYNUMBER POLICY EFFECTIVE DATE(MM1DDYYYY) POLICY EXPIRATION DATEfMMIDDNYYA LIMITS A GENERAL LIABILITY OIN820906001 09/15/09 09/15/10 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE Fx_1 OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence $ 100,000 MED EXP (Any one person) $ Excluded PERSONAL & ADV INJURY $ 1,000,000 X AI - CGL.END.022 X WOS - CGL.END.022 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PROECT LOC J AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULEDAUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGO A EXCESS I UMBRELLA LIABILITY OINS20906002 09/15/09 09/15/10 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 11000,000 X I OCCUR CLAIMS MADE $ DEDUCTIBLE $ RETENTION $ 10,000 WORKERS COMPENSATION + WC STATU- OTH- I AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNEWEXECUTIVE� OFFICER/MEMBER EXCLUDED? E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ (Mandatory in NH) If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/. SPECIAL PROVISIONS GL & Auto policies include Additional Insured endorsements (when required in written contract). Waiver of Subrogation is included on GL, Auto & WC in favor of Certificate Holder (when required in written contract). *10 Day Notice of Cancellation applies for non-payment of premium. Re: ITB 10-022-MA, Contract 9295; Indiana Avenue Paving Improvements 103rd Street to FM 1585, City of Lubbock, its officers, agents & employees are included as Additional Insured on the General Liability & Auto policies per policy form as required by written contract. General Liability insurance is primary & non-contributory, & any other valid & collectable insurance for the Additional Insured shall be excess. Waiver of Subrocration is included in favor of the same on the General Liability, Automobile & Workers' ,viv =lu nays ror nonpayment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Allen Butler Construction, Inc. and City of Lubbock - DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRnTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL #24 South Lakeshore Drive IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Ransom Canyon, TX 79366 AUTHORIZED REPRESENTATIVE USA ACORD 25 (2009/01) bchatfield © 1988-2009 ACORD CORPORATION. All rights reserved. 14274794 The ACORD name and logo are registered marks of ACORD ---•---- ----- .__...-__ _...1. _ - _- .N IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. kCORD 25 (2009101) GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 17 2. CONTRACTOR Whenever the word Contractor, or Second Pa is used it shall be understood - , Party, n rstood to mean the person, persons, co- partnership or corporation, to wit 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 NEIL WELCH, CAPITAL PROJECT 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". 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). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. 10 11 12. { CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless t- otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. t The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials — or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is herebyauthorized to appoint from pP 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 (J- any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. . 1 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 Office, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's '` Representative and Contractor. 18 19 20. } Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and - it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or , protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. r_ r The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at �- all times be maintained in a manner satisfactory to the Owner's Representative. C1 SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial Ul 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, elKcept as provided under Changes and Alterations herein. It is agreed that the ontractor shall perform all extra work under the direction of the Owner's Representative when presented with `I written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to req jire written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be laid 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. 25 In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. s `-' 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY t The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an I' i. 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 Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change 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 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 i y 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 ON AUTO/GENERAL LIABILITY & TO INCLUDE PRODUCTS/COMPLETE OPERATIONS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. C E. F Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations/AGG Contractual Liability Personal Injury & Advertising Injury HEAVY EQUIPMENT ENDORSEMENT Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500.000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance- NOT REQUIRED. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) - NOT REQUIRED. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements r-- 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. 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. 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 project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of r coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for , one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the. Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. ' (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. t (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. J (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. i (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: 10 r; (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental _ entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have 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 an change that materially Y g Y affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity . of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (v✓wwMi.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 1! 29 30. (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will! provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract 12 and the r 'e t p o� c which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, 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 Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, 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. 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 i 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. z 13 i 35. 36. 37 If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $One Thousand and Forty Dollars 1( 040) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except 14 where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are k 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, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of 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 Offices, 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 i.. 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 f and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS 15 43 44 45 I On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. - - -' The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 16 46 47. 48. 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. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen. (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the _ notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, y equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall T' be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time 17 �1 49 become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 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. 18 �^ 50 51 52. 53 54. 55 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. 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. 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. 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. 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. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If 19 56. 57 the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 20 DAVIS BACON WAGE DETERMINATIONS EXMIT A PUBLICATION DATE: 02/08/2809 GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Nondxer; TX20080028 02/08/2008 ^' Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Ectnr, Lubbock, Midland, Potter, Randall, Taylor == and Tom Green Counties in Texas. HEAVY (excluding tunnels a dams) and HIGHWAY PROJECTS (does not | ' include building structures in rest area projects). Modification Number Publication Date � | O 02/08/2008 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 A .~ Asphalt paving machine oporatoz$ 11.16 0.00 Asphalt Raker ..''''..',,''''.''$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8'57 0.00 ( � Bulldozer operator .'..'''....$ 9.76 0.00 ^� Carpenter ,....''''''..'.''',..'$ I2.61 0.00 Concrete Finisher, Paving ...... $ 13'26 0.00 Concrete Finisher, Stzuotozeo..$ 11.20 0.00 L� Crane, Clamobell, Baokboe, Derrick, Dzagliue, Shovel Operator ,'..,..',''','.''.',.'.$ Electrician .................... ll'OO $ 17'00 0.00 0.00 Form Builder/Setter, Stroctnreo$ 9.26 0.00 Form Setter, Paving a Curb ..... $ 9.82 0.00 | Front End Loader Operator ,'''..¢ I0.52 0.00 Laborer, common ''''.''.''...''.$ 8'51 0.00 Laborer, Utility '..',',.'''...,$ 10.46 0.00 Mechanic .''....''''''.''.'''..'$ 16.85 0'00 �] Motor Grader Operator Rough ''''V 11,75 0'00 ^� Motor Grader Operator, Fine Grade .......................... $ 13.50 0.00 Planer Operator ................ $ 13.26 0.00 / ( Roller Operator, Pneumatic, Self -Propelled ................. $ 7.67 0.00 DoIloz Operator, Steel Wheel, / | Flat Wheel/Tamping ............. $ 8.06 0.00 L~ Boller Operator, Steel Wheel, Plant Mix Pavement ............. $ 7.50 0.00 Scraper Operator ............... V 8.50 0.00 �� Servioe� .......''........'..'.' . � 8 98 . O O0 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... ------------------------------------------------------------ $ 8.28 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request -- review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: �^ Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION *141,1115TIM, Prevailing Wage Rates Overtime Rate Li The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. I'll lt__ O Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. i- SPECIFICATIONS Specifications City of Lubbock Indiana Avenue 103rd Street to FM 1585 Paving Improvements Lubbock, TX October 2009 KHA Project # 063126003 ID -15 - 09 TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION SC Special Conditions DIVISION 1- GENERAL REQUIREMENTS 01020 Measurement and Payment...............................................................................................13 01027 Applications for Payment................................................................................................... 2 01028 Change Order Procedures................................................................................................... 3 01039 Coordination and Meetings................................................................................................. 2 01100 Summary of Work............................................................................................................. 2 01140 Work Restrictions............................................................................................................... 3 01310 Progress Schedules............................................................................................................. 2 01322 Photographic Documentation.............................................................................................. 2 01330 Submittal Procedures..........................................................................................................5 01356 Storm Water Pollution Prevention Plan (SWP3)................................................................4 01400 Quality Requirements......................................................................................................... 4 01420 References.......................................................................................................................... 4 01500 Temporary Facilities and Controls...................................................................................... 5 01555 Barricades, Signs and Traffic Handling...............................................................................2 01576 Waste Material Disposal......................................................................................................2 01600 Product Requirements..........................................................................................................3 01700 Contract Closeout............................................................................................................... 2 DIVISION 2 - SITE WORK 02221 Removing Existing Pavements...........................................................................................2 02260 Excavation Support and Protection......................................................................................3 02300 Earthwork............................................................................................................................7 02317 Excavation and Backfill for Structures...............................................................................9 02318 Borrow.................................................................................................................................3 02320 Backfill Materials for Structures..........................................................................................6 02372 Stone Riprap....................................................................................................................... 2 02631 Storm Sewer........................................................................................................................5 02632 02665 Cast in Place Headwalls and Wingwalls..............................................................................2 Water Works Piping, Valves and Fittings......................................................................... 12 02666 02741 Sewer Works Piping and Appurtenances.......................................................................... Hot Mix Asphalt Paving....................................................................................................10 17 02751 Portland Cement Concrete Pavement...............................................................................17 02764 Pavement Joint Sealants.......................................................................................................5 02920 Lawns and Grasses..............................................................................................................7 063126003 TABLE OF CONTENTS TC - 1 Oct-09 DIVISION 3 - CONCRETE 03300 Cast In Place Concrete ............................... DIVISION 4 -16 Not Used APPENDIX A — Notice to Contractor ...............................................................13 APPENDIX B - TzDOT Standard and Special Specifications for Roadway Improvements APPENDIX C — TzDOT Standard and Special Specifications for Intersection Improvements APPENDIX D — Illumination, Special Specification SS-ES170909 LUB, Electrical Service APPENDIX E — 72" Steel Casing in Open -Cut Trench APPENDIX F — City of Lubbock Public Works Engineering Standard Paving Specifications 063126003 TABLE OF CONTENTS TC - 2 Oct-09 r'll DIVISION 0 — BIDDING REQUIREMENTS AND CONTRACT INFORMATION 063126003 DIVISION 0 — BIDDING REQUIREMENTS AND Oct-09 CONTRACT INFORMATION SPECIAL CONDITIONS INDIANA AVENUE PAVING IMPROVEMENTS 103'm STREET TO FM 1585 SCA CONTRACTOR'S LAYOUT OF WORK Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying services and equipment as needed for horizontal and vertical location and control of the work. A list of vertical and horizontal control points or bench marks in the project vicinity will be furnished to the Contractor. SC-2 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Add the following to paragraph 11, Keeping of Plans and Specifications Accessible: The Contractor will be furnished ten (10) copies of the plans and specifications. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense. SC-3 LINES AND GRADES Add the following to Paragraph 13, Lines and Grades: Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor. SC-4 SUPERINTENDENCE AND INSPECTION Add the following to paragraph 15, Superintendence and Inspection, of the General Conditions of the Agreement: The Owner's Representative may also appoint contracted individuals and business entities to serve in the capacity of subordinate engineers, supervisors or inspectors. Such subordinate inspectors are defined as Resident Project Representatives (RPR). For the purpose of this paragraph, ENGINEER is defined as a contracted licensed engineer, or engineering firm, subordinate to Owner's Representative. RPR is the ENGINEER'S agent during construction, will act as directed by and under the '. supervision of ENGINEER, and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with ENGINEER and CONTRACTOR keeping OWNER'S REPRESENTATIVE advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of CONTRACTOR. RPR shall generally communicate with OWNER'S REPRESENTATIVE with the knowledge of and under the direction of ENGINEER. SC-4.1 Liaison: 063126003 SPECIAL CONDITIONS Sc- l Oct-09 Serve as ENGINEER's liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of the Contract Documents, and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR when CONTRACTOR's operations affect OWNER's on -site operations. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. SC-4.2 Shop Drawings and Samples: Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. SC-4.3 Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to ENGINEER whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof, and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. SC-4.4 Reports: Furnish ENGINEER periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. Report immediately to ENGINEER and OWNER upon the occurrence of any accident. 063126003 SPECIAL CONDITIONS SC - 2 Oct-09 SC-4.5 Payment Requests: Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values or unit price bid items. Work completed and materials and equipment delivered at the site but not incorporated in the Work. SC-4.6 Limitations of Authority: Resident Project Representative: Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by ENGINEER. Shall not exceed limitations of ENGINEER's authority as set forth in the General Conditions of the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR's superintendent. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. Shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. Shall not authorize OWNER to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. SC-5 CONTRACTOR'S DUTY AND SUPERINTENDENCE Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for suspending the operations of the Contractor without recourse on the part of the Contractor. The Contractor's designated superintendent shall be physically and locally present until such time as the Owner issues notice of final completion. 063126003 SPECIAL CONDITIONS SC - 3 Oct-09 SC-6 CHARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors. When such workmen are discharged from the work, such workmen shall not be associated with the work in any capacity or function whatsoever. SC-7 CONSTRUCTION OBSERVATION General Condition Paragraph 21 is retained in its entirety. Add the following to General Condition Paragraph 21, Observation and Testing: The Contractor shall make available, or leave in place, for the Owner's observing or testing party equipment for the safe ingress and egress pertaining to the item of work. Such equipment shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators, hoists, harnesses, ladders, excavation shoring, lighting, and ventilation. Failure to make sufficient equipment and monitors available for Owner's observation of the work shall be prima facie evidence that the work does not comply with the Contract Documents, specifications, or drawings. SC-8 DEFINITIONS For the following paragraphs of these Special Conditions, ENGINEER shall be defined as the Owner's primary consultant which is "Prime Consultant" and consultants to "Prime", namely "Sub -Consultant". SC-9 DOCUMENT OWNERSHIP Contractor, and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any of the drawings, specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and ENGINEER and specific written verification or adaptation by ENGINEER. SC-10 SUBSURFACE UTILITY INVESTIGATION The ENGINEER conducted subsurface utility investigations through Gorrondona & Associates, Inc (G&A). The G&A report is 0801-3441Q dated 06/01/2009. One photocopy of the report will be made available upon request to each bidder for information purposes, but the report is not the part of Contract Documents. 063126003 SPECIAL CONDITIONS SC - 4 Oct-09 These subsurface investigations, samples and reports were prepared for design purposes, and any reliance on the samples and report data by the Contractor is at the sole risk of the Contractor. Any _ conclusions, interpretations or opinions based on samples and reports data are the sole province of the Contractor. Neither the Owner nor the ENGINEER assumes any liability or responsibility for the various differing subsurface utilities that may be encountered, whether or not shown in samples or soil subsurface utility report. Contractor may not rely upon or make any claim against Owner or Engineer with respect to: • the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and program incident thereto, or • other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or • any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. SC -I I UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, h conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and The cost of all the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: • (i) reviewing and checking all such information and data, • (ii) locating all Underground Facilities shown or indicated in the Contract Documents, • (iii) coordination of the Work with the owners of such Underground Facilities during construction, and • (iv) the safety and protection of all such Underground Facilities as provided in paragraph 21 of the General Instructions to Bidders and repairing, to the satisfaction of the facility owner, any damage thereto resulting from the Work. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work 4 in connection therewith (except in an emergency as required to prevent injury, loss of life, or 063126003 SPECIAL CONDITIONS SC - 5 Oct-09 damage to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. SC-12 SUBSTITUTES AND "OR -EQUAL" ITEMS SC-12.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: SC-12.2 "Or -Equal": If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. SC-12.3 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph SC-12.2, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other 063126003 SPECIAL CONDITIONS Oct-09 ' contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require _ CONTRACTOR to furnish additional data about the proposed substitute. SC-12.4 CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SC-12.5 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph SC-12.3. SC-12.6 Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SC-12.3 and SC-12.5. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance --., guarantee of other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SC-12.3 and SC-12.5 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. SC-13 RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. 063126003 SPECIAL CONDITIONS SC - 7 Oct-09 Failure to maintain and safeguard these required documents shall be grounds for the Owner to issue a non-compliance directive to the Contractor and withhold all payments until such non-compliance is remedied. SC-14 SUBMITTAL REVIEW One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the Engineer at no cost to the . Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $100.00 per man-hour. Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. SC-15 PARTIAL PAYMENTS Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement: Partial payments requested by the Contractor may include materials delivered, but not yet incorporated into the project. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at the site, or at another location agreed to in writing, then the application for payment shall also be accompanied by a bill of sale or invoice warranting that the equipment and materials are free and clear of all liens and evidence that the materials and equipment are covered by the appropriate property insurance and other arrangements to protect the Owner's interest therein. Materials and equipment shall not be considered for partial payment if stored where the Owner can not confirm the quantities or otherwise seize and secure the equipment and materials in the event that the Contractor defaults on the work. Materials and equipment that are eligible for partial payment will be carried as "Materials on Hand" on the partial pay estimates and then moved from "Materials on Hand" to completed items of the work once those materials and equipment are incorporated into the work. Partial payments for completed items of work will reflect adjustments for prior partial payments made to the Contractor, for the same completed items of work, for "Materials on Hand". Partial payments for "Materials on Hand" shall be subject to the five -percent retainage. Only actual invoice amounts and actual freight invoice amounts for delivered items to the locations stated above will be eligible for partial payment as "Materials on Hand". Materials on hand shall be limited to materials manufactured at a manufacturing facility such as precast reinforced concrete pipe, fiberglass pipe, precast manholes, manhole frames and covers, check valves, grates, signal masks, light poles, and so forth. Items not considered as materials on hand are those items which require further processing for use in the project such as cements, aggregates, asphalts, fill materials, concrete, riprap, topsoil, sod, seed, earthen materials, paint, glass beads, raised pavement markers, etc. The final determination of whether a substance or item qualifies as materials on hand is the sole province of the Owners representative under General Conditions Paragraph 14. SC-16 ENGINEER'S FIELD OFFICE The Contractor shall furnish an office at the site of the work for use by the Engineer and RPR. This building shall meet the requirements provided in Section 01500 — Temporary Facilities and Controls. END SPECIAL CONDITIONS 063126003 SPECIAL CONDITIONS SC - 8 Oct-09 DIVISION 1— GENERAL REQUIREMENTS 063126003 DIVISION l — GENERAL REQUIREMENTS Oct-09 SECTION 01020 MEASUREMENT AND PAYMENT PART 1-GENERAL SCOPE -� The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices w on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. ROADWAY PAY ITEMS 1.1 MOBILIZATION Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. 1.2 PREPARE RIGHT-OF-WAY Measurement will be made of the 100-foot centerline stations. Payment will be made at the unit price bid per centerline station of right-of-way preparation. The unit price bid shall include all labor, equipment, and incidentals necessary to clear, grub and remove all items that are in conflict with proposed improvements and not included in the bid items. No separate payment will be made for disposing of excess material. Payment for the removal of the existing standpipe and plugging of the abandoned well at approximate Indiana Avenue Station 23+00 right will be paid for under this item. This will include all coordination required with the High Plains Underground Water Conservation District No. 1. The removal of the existing sign foundation at approximate Indiana Avenue Station 24+50 right — will be paid for under this item. This will include removing the existing foundation to a depth of 2 feet below final surface grade. The sign and adjacent lighting will be relocated by the owner. 063126003 MEASUREMENT AND PAYMENT 01020 - 1 Oct-09 1.14 SURFACE TREATMENTS A. Asphalt material will be measured at the applied temperature by strapping the tank before and after road application and determining the net volume in gallons from the distributor's calibrated strap stick. The quantity to be measured for payment will be the number of gallons used, as directed, in the accepted surface treatment. B. Aggregate will be measured by the cubic yard in the trucks as applied on the road. The Engineer may require loaded aggregate to be struck off for accurate measurement. C. Payment for the work performed and materials furnished in accordance with this Item will be paid for at the unit prices bid for "Asphalt," and "Aggregate," of the types —grades specified. These prices are full compensation for surface preparation; prime coat; furnishing, preparing, hauling, and placing materials; removing existing pavement markers and excess aggregate; rolling; cleaning up stockpiles; and equipment, labor, tools, and incidentals. 1.15 PORTLAND CEMENT CONCRETE PAVING Measurement will be made of the area, in square yards, of concrete pavement actually constructed. Concrete paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing, sealing, curing and all incidentals necessary to complete the work. High Early Strength (HES) concrete paving will not be paid for separately. If HES concrete is used, it will be paid for using the unit price bid per cubic yard for Portland cement concrete paving. 1.16 CURB AND GUTTER AND SAW -TOOTH CURB Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid for at the unit price bid per linear foot regardless of construction method selected by the contractor. Unit bid price will remain the same for curb constructed independently or monolithically. The unit price will also remain the same whether the curb is constructed at 6" or 8" depth. The unit price bid shall include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.17 PORTLAND CEMENT CONCRETE FILLETS, VALLEY GUTTERS, AND FLATWORK Measurement will be made of the area, in square yards, of fillets valley gutters, and flatwork actually constructed. Fillets, valley gutters, and flatwork will be paid for at the unit price bid per square yard for each specific type. Curb on fillets will be included in the area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 1.18 PORTLAND CEMENT CONCRETE ALLEY RETURNS AND DRIVEWAYS Measurement will be made of the area, in square yards, of alley returns and driveways. Alley returns and driveways will be paid for at the unit price bid per square yard for each specific type. Curb on alley returns and driveways will be included in the area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 063126003 MEASUREMENT AND PAYMENT 01020 - 4 Oct-09 f - 1.19 PORTLAND CEMENT CONCRETE SIDEWALKS Measurement will be made of the area, in square yards, of sidewalks actually constructed. Sidewalks will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.20 PORTLAND CEMENT CONCRETE SIDEWALK RAMPS A count will be made of the sidewalk ramps actually constructed. Sidewalk ramps will be paid for at the unit price bid per each ramp constructed for each type specified in the plans. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing and all incidentals necessary to complete the work. 1.21 PORTLAND CEMENT CONCRETE CHANNEL Measurement will be made of the area, in square yards, of concrete channel actually constructed. Concrete channel will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.22 CONCRETE HEADWALLS/WINGWALLS A count will be made of the concrete headwalls of various types and sizes actually installed. Concrete headwalls will be paid for at the unit price bid per each. The unit price shall be complete compensation for the installation of the concrete headwalls, wingwalls, riprap apron, and toe walls complete in place, and shall include all materials, forming, finishing and all incidental work necessary to accomplish the work. 1.23 CAST -IN -PLACE CONCRETE CULVERTS AND REINFORCED CONCRETE PIPE Measurement will be made of the linear feet of specific drainage structure actually constructed. Cast -in -place concrete culverts and reinforced concrete pipe will be paid for at the bid price per linear foot of the drainage structure installed. The unit price bid shall include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.24 PEDESTRIAN HAND RAIL Payment will be made at the unit price bid per linear foot of hand rail. The bid price for hand rail is full compensation for furnishing and installing all materials, accessories, and all incidentals necessary to complete the work. 1.25 STONE RIPRAP Measurement will be made of the area in square yards, of stone riprap actually placed. Riprap will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, filter fabrics, and all incidentals necessary to complete the work. 063126003 Oct-09 MEASUREMENT AND PAYMENT 01020 - 5 1.26 ROAD SIGN ASSEMBLIES A count will be made of the number of road sign assemblies actually installed. Payment will be made at the unit price bid per each road sign assembly installed. The unit price bid shall include furnishing and installing all materials, sign, post, concrete base, plaque, accessories, excavation, filling, backfilling, and all incidentals necessary to complete the work. 1.27 REFLECTIVE PAVEMENT MARKINGS A. Striping — Measurement will be made of the linear feet of pavement markings of various widths and colors actually installed. Pavement markings will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, sealers, and all incidentals necessary to complete the work. B. Arrows— A count will be made of the number of arrows actually installed. Payment will be made at the unit price bid per each arrow installed. The unit price bid shall include furnishing and installing all materials, sealers, and all incidentals necessary to complete the work. 1.28 RAISED REFLECTIVE PAVEMENT MARKERS A count will be made of the number of raised reflective pavement markers actually installed. Payment will be made at the unit price bid per each reflective pavement marker installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.29 SODDING OR SEEDING Measurement will be made of the area, in square yards, of sod actually laid or seed actually sewn. Sod or seeding will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, subgrade preparation, fertilization, watering, maintenance, and all incidentals necessary to complete the work. 1.30 TRAFFIC CONTROL Payment will be made at the unit price bid per month for traffic control measures actually installed. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for traffic control shall not exceed 90% of the extended bid price for traffic control prior to the termination of the construction contract. No partial payment will be made for partial traffic control measures. Payment shall not be made for this item where the Owner determines a lack of evidence that traffic control was used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where traffic control is required because of work being remedied due to not meeting the requirements of the plans and specifications. 063126003 MEASUREMENT AND PAYMENT 01020 - 6 Oct-09 1.31 TEMPORARY DETOUR PAVING Payment will be made at the unit price bid per square yard of temporary detour paving. Detour pavement material will be TY C HMAC. The price bid for detour paving is full compensation for } furnishing and installing all materials required, including embankment, base and surfacing, excavation and hauling of excavated material, sprinkling and compacting; furnishing, installing and removing drainage structures; removal and disposal of temporary pavement materials; and equipment, labor, tools, and incidentals. t- 1.32 PORTABLE CONCRETE TRAFFIC BARRIER Payment will be made at the unit price bid per linear foot of portable concrete traffic barrier installed. The bid price for portable traffic barrier is full compensation for furnishing, installing, and removing all materials, accessories, and incidentals necessary to complete the work. 1.33 CRASH CUSHION ATTENUATOR Payment will be made at the unit price bid per each of crash cushion attenuator installed. The bid price for crash cushion attenuator is full compensation for furnishing, installing, and removing all materials, accessories, and incidentals necessary to complete the work. The contractor is responsible for repairing all damaged attenuators and will not be compensated for repairs required to damaged crash cushions. 1.34 STORM WATER POLLUTION PREVENTION PLAN Payment will be made at the unit price bid per lump sum for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water 3' pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sand bags, biodegradable logs, construction entrance/exit, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. 1.35 ROADWAY ILLUMINATION Payment will be made at the unit price bid per each roadway illumination assembly installed. This price is full compensation for furnishing, installing and testing luminaries; ballasts, poles, lamps, anchor bolts, anchor plates, internal conductors, and connections; systems performance testing; and equipment, labor, tools and incidentals necessary to perform the work. 063126003 MEASUREMENT AND PAYMENT 01020 - 7 Oct-09 1.46 STANDARD FIRE HYDRANT ASSEMBLY Payment will be made at the unit price per fire hydrant assembly installed. This price is full compensation for furnishing and installing fire hydrants and 6 inch gate valve, ductile iron fit-tings, pavements cut by saw cut only of the existing asphalt or concrete pavement, excavation, trench protection safety plan design and installation of trench protection devices during construc-tion, tee and 6 inch gate valve on proposed pipe or installing a 6inch tapping sleeve and valve on existing water main, 6 inch diameter C-900 DR 18 water main and length varies according to the plans, bedding, graded gravel backfilled to 12 inch above the top of the valve and pipe, backfilled to 95% proctor, testing, disposal of spoils, pavement repairs to match the existing asphalt or con-crete pavement and all necessary accessories, complete in place. 1.47 12"x12" TAPPING SLEEVE AND 12-INCH GATE VALVE Payment will be made at the unit price per each. This price is full compensa-tion for furnishing and installing 12"xl2" Tapping sleeve and 12-inch gate valve and ductile iron fittings, pavements cut by saw cut only of the existing asphalt or concrete pavement, excavation, trench protection safety plan de -sign and installation of trench protection devices during construction, cutting the existing or pro -posed pipe and connecting to the existing or proposed pipe, bedding, graded gravel backfilled to 12 inch above the top of the valve, backfilled to 95% proctor, testing, disposal of spoils, pave-ment repairs to match the existing asphalt or concrete pavement and all necessary accessories, complete in place. 1.48 CONNECT TO EXISTING WATER LINE Payment will be made at the unit price per wet connection between the proposed infrastructure and existing infrastructure complete in place. The unit price bid shall include furnishing and in -stalling all materials, and all incidentals necessary to complete the work. 1.49 DUCTILE IRON PIPE FITTINGS Payment will be made at the unit price per ton. The unit price bid shall include furnishing and in -stalling all materials, and all incidentals necessary to install required ductile iron fittings, including joint -restraint fittings. 1.50 SITE SPECIFIC TRENCH SAFETY The furnishing, installing and removal of trench safety system complete as required at depths specified shall be measured in the field and paid for at the unit per price bid per linear foot for "Site Specific Trench Safety" at various depths indicated. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance other than that specifically indicated in these specifications and in bid items included in the proposal. 063126003 Oct-09 MEASUREMENT AND PAYMENT 01020- 10' t s l SANITARY SEWER PAY ITEMS 1.51 24-INCH STEEL CASING PIPE INSTALLATION BY BORE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to bore under existing TxDOT Roadway, driveways and where specified otherwise in the plans and install 24-inch steel casing, spacers and related appurtenances as shown in the casing installation detail. Bores are to be by conventional dry auger method, wet bores under TxDOT facilities are not allowed. This item includes pressure grouting between casing and surrounding earth. Carrier pipe shall be included in the 15-inch sanitary sewer pipe pay item. Measurement for payment shall be on a linear foot basis. 1.52 15-INCH PVC (SDR-35) SANITARY SEWER PIPE The work performed and materials furnished will be paid at the unit price per linear foot of sanitary sewer lines installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut only of the existing asphalt or concrete pavement, ex-cavation, trench protection safety plan design and installation of trench protection devices during construction, bedding, sanitary sewer line installation, graded gravel backfilled to 12 inch above the top of the pipe, backfilled to 95% proctor, testing, disposal of spoils and all necessary accessories, complete in place. 1.53 15-INCH PVC (SDR-26) SANITARY SEWER PIPE The work performed and materials furnished will be paid at the unit price per linear foot of sanitary sewer lines installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut only of the existing asphalt or concrete pavement, excavation, trench protection safety plan design and installation of trench protection devices during construction, bedding, sanitary sewer line installation, graded gravel backfilled to 12 inch above the top of the pipe, backfilled to 95% proctor, testing, disposal of spoils and all necessary accessories, complete in place. 1.54 10-INCH PVC (SDR-35) SANITARY SEWER PIPE The work performed and materials furnished will be paid at the unit price per linear foot of sanitary sewer lines installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut only of the existing asphalt or concrete pavement, excavation, trench protection safety plan design and installation of trench protection devices during construction, bedding, sanitary sewer line installation, graded gravel backfilled to 12 inch above the top of the pipe, backfilled to 95% proctor, testing, disposal of spoils and all necessary accessories, complete in place. 1.55 STANDARD 5-FOOT DIAMETER MANHOLE The work performed and materials furnished will be paid at the unit price per each of standard 5- foot diameter manhole installed and shall be full compensation for all labor, materials, equipment, and incidentals associated with extra manhole depth. Sanitary sewer manholes shall be installed at the locations shown on the plans in accordance with the contract documents, plans and specifications. 063126003 MEASUREMENT AND PAYMENT 01020 - 11 Oct-09 1.56 EXTRA DEPTH FOR 5-FOOT DIAMETER MANHOLE GREATER THAN 6-FEET DEEP The work performed and materials furnished will be paid at the unit price per vertical foot of extra depth (greater than 6-feet deep) for 5-foot diameter manhole installed and shall be full compensation for all labor, materials, equipment, and incidentals associated with extra manhole depth. Manhole depth shall be measured from proposed rim elevation to flow line as shown in plans. 1.57 STANDARD 4-FOOT DIAMETER MANHOLE The work performed and materials furnished will be paid at the unit price per each of standard 4- foot diameter manhole installed and shall be full compensation for all labor, materials, equipment, and incidentals associated with extra manhole depth. Sanitary sewer manholes shall be installed at the locations shown on the plans in accordance with the contract documents, plans and specifications. 1.58 EXTRA DEPTH FOR 4-FOOT DIAMETER MANHOLE GREATER THAN 6-FEET DEEP The work performed and materials furnished will be paid at the unit price per vertical foot of extra depth (greater than 6-feet deep) for 4-foot diameter manhole installed and shall be full compensation for all labor, materials, equipment, and incidentals associated with extra manhole depth. Manhole depth shall be measured from proposed rim elevation to flow line as shown in plans. 1.59 WATERTIGHT MANHOLE INSERT The work performed and materials furnished will be paid at the unit price per each of watertight manhole insert installed at every proposed manhole and shall be full compensation for all labor, materials, equipment, and incidentals necessary to complete the installation. 1.60 INTERIOR MANHOLE COATING The work performed and materials furnished will be paid at the unit price per vertical foot of interior manhole coating installed and shall be full compensation for all labor, materials, equipment, and incidentals necessary to furnish interior manhole coating. 1.61 VACUUM TESTING OF SANITARY SEWER MANHOLES The work performed and materials furnished will be paid at the unit price per each of the vacuum testing of sanitary sewer manholes and shall be full compensation for all labor, materials, equipment, and incidentals necessary to necessary to complete the vacuum testing of sanitary sewer manholes. 1.62 POST CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER LINE The work performed and materials furnished will be paid at the unit price per linear foot of the post construction television inspection of sanitary sewer line and shall be full compensation for all labor, materials, equipment, and incidentals necessary to necessary to complete the post construction television inspection of sanitary sewer line. 063126003 MEASUREMENT AND PAYMENT 01020 - 12 Oct-09 1.63 SITE SPECIFIC TRENCH SAFETY The furnishing, installing and removal of trench safety system complete as required at depths specified shall be measured in the field and paid for at the unit per price bid per linear foot for "Site Specific Trench Safety" at various depths indicated. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance other than that specifically indicated in these specifications and in bid items included in the proposal. 1.64 SITE SPECIFIC TRENCH SAFETY GREATER THAN 15-FOOT DEPTH The furnishing, installing and removal of trench safety system complete as required at depths specified shall be measured in the field and paid for at the unit per price bid per linear foot for "Site Specific Trench Safety" at various depths indicated. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance other than that specifically indicated in these specifications and in bid items included in the proposal. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used 063126003 Oct-09 END OF SECTION 01020 MEASUREMENT AND PAYMENT 01020 - 13 SECTION 01027 APPLICATIONS FOR PAYMENT PART-1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 - Measurement and Payment. D. Section 01028 - Change Order Procedures. E. Section 01330 - Submittal procedures. F. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E -Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. - C. Payment Period: Submit at intervals stipulated in the Agreement. 063126003 APPLICATIONS FOR PAYMENT 01027 - 1 Oct-09 1.7 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126003 APPLICATIONS FOR PAYMENT 01027 - 2 Oct-09 SECTION 01028 CHANGE ORDER PROCEDURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Construction Change Authorization E. Stipulated Price change order. F. Unit price change order. G. Time and material change order. H. Execution of change orders. I. Correlation of Contractor submittals. 1.3 RELATED SECTIONS A. Section 01027 -Applications for Payment. B. Section 01330 -Submittal Procedures. C. Section 01600 -Product Requirements. D. Section 01700 -Contract Closeout. 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 063126003 Oct-09 CHANGE ORDER PROCEDURES 01028 - 1 1.6 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.9 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 063126003 CHANGE ORDER PROCEDURES 01028 - 2 Oct-09 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used 063126003 Oct-09 END OF SECTION CHANGE ORDER PROCEDURES 01028 - 3 n i SECTION 01039 COORDINATION AND MEETINGS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Preconstruction meeting. C. Progress meetings. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. 13. Procedures for maintaining record documents. 14. Inspection and acceptance of equipment or improvements put into service during construction period. 15. Other items as deemed necessary by Owner or Engineer. 063126003 COORDINATION AND MEETINGS 01039 - 1 r Oct-09 1.5 D. Engineer will record minutes and distribute copies to participants. PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly intervals. B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Engineer will record minutes and distribute copies to participants. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126003 COORDINATION AND MEETINGS 01039 - 2 Oct-09 SECTION 01100 SUMMARY OF WORK PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of premises. C. Owner occupancy. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Lubbock, Texas. Project consists of the construction of Indiana Avenue from 103`d Street to 130`h Street (FM 1585) and construction of 116'h Street for approximately 2,100 feet east of Indiana. 1. Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Identification: City of Lubbock, Lubbock, Texas. Project consists of the following: 1. Construction of approximately 6,770 feet of concrete paving along Indiana Avenue. 2. Construction of approximately 1,990 feet of asphalt paving along Indiana Avenue. 3. Construction of approximately 2,100 feet of asphalt paving and concrete channel along 116`h Street. 4. Water main construction of approximately 6,530 linear feet of 12-inch diameter water main along Indiana Avenue 5. Sewer main construction of approximately 5,200 linear feet of 15-inch diameter sewer main. 6. Sewer main construction of approximately 680 linear feet of 10-inch diameter sewer main. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as described in 1.4(A) & (B). 063126003 Oct-09 SUMMARY OF WORK 01100 - 1 1.5 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126003 SUMMARY OF WORK 01100 - 2 Oct-09 SECTION 01140 WORK RESTRICTIONS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Noise restrictions. E. Advance Notice. F. Water for Construction. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. b. Provide commercial and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected urveways. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 1.5 WORKING PERIOD A. Working Hours -Regular working hours shall be within an 11 hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight hour period between 063126003 Oct-09 WORK RESTRICTIONS 01140 - 1 PART 3 -EXECUTION 3.1 3.2 U91 3.4 PHOTOGRAPHS, GENERAL A, Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. l . Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. CONSTRUCTION VIDEOS, GENERAL A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videos shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION 01322 063126003 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 Oct-09 SECTION 01330 SUBMITTAL PROCEDURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Comply with requirements in Section 01310 "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activites. C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five-day period, the time allowed for review will be increased to 21 days. 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 063126003 SUBMITTAL PROCEDURES 01330 - 1 Oct-09 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward IN the submittal count in any five-day period in paragraph I A.C.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Identification: Place a permanent label or title block on each submittal for identification. l . Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. c. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. E. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. F. Additional Copies: Submit five copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a consecutively numbered transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. c. Submittal number. d. Destination (To:). e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. 063126003 SUBMITTAL PROCEDURES 01330 - 2 Oct-09 i. Submittal and transmittal distribution record. j. Remarks. k. Signature of transmitter. H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. I. Use for Construction: Use only final submittals with mark indicating K action taken by Owner or Engineer in connection with construction. PART 2 -PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. c. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by I 1 inches but no larger than I 1 x 17 inches. 063126003 SUBMITTAL PROCEDURES 01330 - 3 Oct-09 2.2 Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Section 01322 "Photographic Documentation". PART 3 -EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 063126003 SUBMITTAL PROCEDURES 01330 - 4 Oct-09 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal review by the Engineer indicates that the Engineer checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01330 063126003 SUBMITTAL PROCEDURES 01330 - 5 Oct-09 SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWP3) PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. The document provided in the plans is to serve as a skeleton for the Storm Water Pollution Prevention Plan and is provided only as a convenience to the Contractor. It is the Contractor's responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. C. Fines levied against the Owner by the TCEQ for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. D. Storm water must be adequately routed during construction operations in the same general direction as currently occurs. 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. 063126003 STORM WATER POLLUTION PREVENTION PLAN 01356 - 1 Oct-09 B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical and in accordance with the SWP3. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Biodegradable Logs: 1. Provide commercially available biodegradable logs manufactured from rice straw, excelsior wood fiber, coconut fiber, jute or other biodegradable material bound with an open mesh fabric of jute or light -weight plastic. The Engineer will accept the biodegradable logs based on compliance with dimensional and other requirements shown in the Contract Documents, and visual inspection of the installed material. E. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. F. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not limited to, any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, c. geotextiles, d. vegetative buffer strips, e. paving. 3. Stabilization measures shall be implemented in accordance with the SWP3 063126003 STORM WATER POLLUTION PREVENTION PLAN 01356 - 2 Oct-09 PART 2 -PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: FILTER FABRIC PHYSICAL FOR SILT FENCE PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec' AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Biodegradable Logs Stakes 1. Only wooden stakes may be used for staking of biodegradable logs. Wooden stakes utilized for biodegradable logs construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. D. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 063126003 STORM WATER POLLUTION PREVENTION PLAN 01356 - 3 Oct-09 PART 3 -EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor. Contractor must keep a copy of the SWP3 on site at all times. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the SWP3 reflects current project conditions and remains in compliance with the TPDES permit. D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. E. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 01356 063126003 STORM WATER POLLUTION PREVENTION PLAN 01356 - 4 Oct-09 SECTION 01400 QUALITY REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality -control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The Contractor will not provide CME services for this project. CME services will be performed by the Engineer. B. Construction Materials Testing (CMT): Within the context of Construction Materials Engineering, CMT includes collecting of samples, performing well-defined test procedures, and reporting of such data. The Contractor will provide CMT for this project. C. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. D. Quality -Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of 063126003 QUALITY REQUIREMENTS 01400 - 1 Oct-09 such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 063126003 QUALITY REQUIREMENTS 01400 - 2 5 .Zi�ij] 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. . 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be -� performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative - can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in acco rdance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. 063126003 QUALITY REQUIREMENTS 01400 - 3 Oct-09 Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least 1 day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01400 063126003 QUALITY REQUIREMENTS 01400 - 4 Oct-09 C ' SECTION 01420 REFERENCES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes: 1. Summary of Industry Standards. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such P Y standards are made a part of the Contract Documents by reference. B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before �. proceeding. 063126003 REFERENCES 01420 - 1 Oct-09 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO- American Association of State Highway and Transportation Officials (202) 624-5800 www.aashto.org ACI- American Concrete InstitutelACI International (248) 848-3700 www.aci-int.org ACPA- American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org Al- Asphalt Institute (859) 288-4960 www.asphaltinstitute.ora AIA- American Institute of Architects (The) (800) 242-3837 www.aia.org AISC- American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc.org (312) 670-2400 AISI- American Iron and Steel Institute (202) 452-7100 www.steel.org ANSI- American National Standards Institute (212) 642-4900 www.ansi.org ASCE- American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASTM- American Society for Testing and Materials (610) 832-9585 www.astm.org AWWA- American Water Works Association (800) 926-7337 www.awwa.org (303) 794-7711 CDA- Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 063126003 REFERENCES 01420 - 2 Oct-09 CLFMI- Chain Link Fence Manufacturers Institute www.chainlinkinfo.com CRSI- Concrete Reinforcing Steel Institute www.crsi.ora CSI- Construction Specifications Institute (The) www.csinet.oM EJMA- Expansion Joint Manufacturers Association, Inc. www.eima.org FM- Factory Mutual System (See FMG) FMG- FM Global (Formerly: FM - Factory Mutual System) www.fmglobal.com GRI- Geosynthetic Research Institute www.drexel.edu/gri NRMCA- National Ready Mixed Concrete Association www.nimca.org NSA- National Stone, Sand and Gravel Association www.aggregates.org PCI- Precast/Prestressed Concrete Institute www.pci.org SDI- Steel Deck Institute www.sdi.or TPI- Turfgrass Producers International www.turfgrasssod.org UL- Underwriters Laboratories Inc. www.ul.com BOCA- Boca International, Inc. www.bocai.or2 CABO- Council of American Building Officials (See ICC) IAPMO- International Association of Plumbing and Mechanical Officials (The) www.iapmo.org ICBO- International Conference of Building Officials www.icbo.org 063126003 Oct-09 REFERENCES (301) 596-2583 (847)517-1200 (800) 689-2900 (703) 684-0300 (914)332-0040 (401)275-3000 (610)522-8440 (301)587-1400 (800) 342-1415 (703)525-8788 (312) 786-0300 (847) 458-4647 (800)405-8873 (847)705-9898 (800) 704-4050 (847) 272-8800 (800)214-4321 (708) 799-2300 (909) 472-4100 (562)699-0541 (800)284-4406 01420 - 3 ICC- International Code Council (Formerly: CABO -Council of American Building Officials) (703) 931-4533 www.iccsafe.org SBCCI- Southern Building Code Congress International, Inc. (205) 591-1853 www.sbcci.ora CE- Army Corps of Engineers CRD Standards (601) 634-2355 www.usace.annv.mil CFR- Code of Federal Regulations (202) 512-1530 www.access.Rpo.p,ov/nara/cfr (888) 293-6498 EPA- Environmental Protection Agency (202) 260-2090 www.epa.gov FED -STD- Federal Standard (See FS) FS- Federal Specification (Available from DOD, GSA, and NIBS) NIST- National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA- Occupational Safety & Health Administration (See CFR 29) (800) 321-6742 www.osha.gov TCEQ- Texas Commission on Environment Quality (806) 796-7092 www.tceq_state.tx.us (512) 239-1000 PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01420 063126003 REFERENCES 01420- 4 Oct-09 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. 5. Cellular telephone service. 6. High speed internet service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Project identification and signs. 3. Field offices. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Barricades, warning signs and lights. E. Related Sections include the following: 1. Section 01330 - "Submittal Procedures" 2. Section 01356 - "Stormwater Pollution Prevention". 3. Section 01555 - "Barricades, Signs and Traffic Handling". 4. Section 02741 - "Hot -Mix Asphalt Paving" for construction and maintenance of asphalt paving for temporary roads and paved areas. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: Owner. Owner's forces. Engineer. Resident Project Representative. 063126003 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 Oct-09 1.4 1.5 5. Testing agencies. 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART 2 -PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Pavement: Comply with Division 2 Section 02741 "Hot -Mix Asphalt Paving". C. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch-OD line posts and 2-7/8-inch-OD corner and pull posts, with 1-5/8-inch-OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water: Potable. PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 063126003 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 Oct-09 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant. b. Provide a dedicated telephone line for each facsimile machine. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. c. Contractor's home office. d. Contractor's field office. e. Contractor's emergency contact number. f. "On -call" personnel. g. Engineers' office. h. Owner's office. i. Principal subcontractors' field and home offices. 3. Provide an answering machine or voice mail service on field office telephone. F. Cellular Telephone Service: Furnish RPR a portable cellular telephone with voice mail capability for use in making and receiving telephone calls when away from field office. 063126003 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 11 Oct-09 G. High Speed Internet Service — Provide temporary high speed internet connection throughout the construction period. Connection can be through cable modem or DSL. Provide all equipment necessary for a single point connection to the project computer. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. Submit location of these facilities to Owner for approval. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare Project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. 1. Provide two project signs to be placed on Indiana, North of FM 1585 and South of 98`h Street. 2. Project sign to include the following information. List all items on separate lines of the sign. a. City of Lubbock, Texas b. Capital Improvements C. City of Lubbock Gateway Project: Indiana Avenue d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Kimley-Horn and Associates, Inc., Childress, Texas. f. Engineer: Autrey, McDaniel & Dulin, LP, Lubbock, Texas g. Project Serving the Citizens of Lubbock, Texas 3. City Lubbock and Engineer firm logos to be included with firm names on project sign. 4. Submit proposed sign layout according to specifications Section 01330 "Submittal Procedures" prior to constructing project identification sign. 5. Engage an experienced sign painter to apply graphics for Project identification signs. 6. Prepare temporary signs to provide directional information to construction personnel and visitors. 7. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. 8. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. 9. Maintain project signs until acceptance of the project. E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 063126003 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 Oct-09 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. F. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned and heated field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 10 persons at Project site. Contractor shall provide monthly housekeeping service. 1. Furnish and equip field office as follows: a. One individual office with locking door for RPR. The office shall have one desk and two chairs, a four -drawer file cabinet, a four duplex electrical outlet, and connection for cable modem or DSL. b. A plan table, a plan rack, and bookcase. C. Water cooler for drinking water and private toilet complete with water closet, lavatory with hot and cold water, and medicine cabinet with mirror. d. Drinking water for water cooler, disposable cups, toilet paper, paper towels, hand soap, and first aid kit. 2. Maintain field office and repair, as necessary, in a timely manner until acceptance of the project by the Owner. G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 01500 063126003 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 Oct-09 SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 -PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 (TxDOT) Item 662. B. Layout, color and placement shall conform with the TMUTCD and be verified by the Owner's representative before installation. PART 3 -EXECUTION 3.1 GENERAL A. For this project a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose their own TCP. Contractor -proposed major modifications to the Traffic Control Plan shall bear the seal of a Registered Professional Engineer. If the plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. 063126003 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 Oct-09 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. B. The contractor will be responsible for repairing and replacing any damaged crash cushion attenuators during construction. Begin repair or replacement of an attenuator within 48 hours of notification. Cleanup of a damaged attenuator should commence immediately in order to maintain open lanes of traffic according to the TCP. END OF SECTION 01555 063126003 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 2 Oct-09 SECTION 01576 WASTE MATERIAL DISPOSAL PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.3 RELATED SECTIONS A. Section 02221 — Removing Existing Pavements. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Structures. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas, Kimley-Horn and Associate, Inc., and Autrey, McDaniel & Dulin, LP, as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations as directed by Engineer. B. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02221 — Removing Existing Pavements. C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Coordinate the delivery of salvageable material to a specified location with the Engineer. 063126003 WASTE MATERIAL DISPOSAL 01576 - 1 Oct-09 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site in a timely manner and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the respective property owner. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There may also be a fee per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. END OF SECTION 063126003 WASTE MATERIAL DISPOSAL 01576 - 2 Oct-09 SECTION 01600 PRODUCT REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 01400 -Quality Requirements. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. 063126003 Oct-09 PRODUCT REQUIREMENTS 01600 - 1 B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. 063126003 PRODUCT REQUIREMENTS 01600 - 2 Oct-09 E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used 063126003 Oct-09 END OF SECTION PRODUCT REQUIREMENTS 01600 - 3 SECTION 01700 CONTRACT CLOSEOUT PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 —Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 063126003 CONTRACT CLOSEOUT 01700 - 1 Oct-09 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer as line segment installation is completed and with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01700 063126003 CONTRACT CLOSEOUT 01700 - 2 Oct-09 DIVISION 2 — SITE WORK 063126003 DIVISION 2 — SITE WORK Oct-09 } SECTION 02221 REMOVING EXISTING PAVEMENTS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter, miscellaneous items. 1.3 RELATED SECTIONS A. Section 01576 — Waste Material Disposal. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Structures. D. Section 02741 — Hot -Mix Asphalt Paving. E. Section 03300 — Cast -in -Place Concrete. 1.4 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 —Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION 3.1 REPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify all utilities below grade. Stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: 1. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 063126003 REMOVING EXISTING PAVEMENTS 02221 - 1 . Oct-09 3.3 3.4 3.5 3. Utilities not designated to be removed. 4. Pavement and utility structures not designated to be removed. 5. Bench marks, monuments, and existing structures not designated to be removed. REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. I. Existing asphalt pavement and caliche base shall be salvaged and delivered to stockpile area at 8425 N Avenue P. Salvage to depth indicated in drawings. Care shall be taken to exclude subgrade soils from the salvaged paving material. Material shall be crushed to a maximum diameter of 2-inches, whether crushed or milled. BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork or 02317 — Excavation and Backfill for Structures as applicable to the specific portion of the work. DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 02221 063126003 REMOVING EXISTING PAVEMENTS 02221 - 2 Oct-09 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION 1—tRI91m"O ID4 7111 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES This section of the specifications covers trench safety systems and excavations equal to or greater than five feet in depth. All excavation work performed for the project shall also comply with US Department of Labor Rules 29 CFR, OSHA Part 1926, Subpart P and all State and Local codes. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Structures. 1.4 SUBMITTALS A. Conform to Section 01330 — Submittal Procedures. B. Prior to, or at the Pre -Construction Conference, the Contractor shall submit to Owner a "Trench Safety System Plan" sealed by a Professional Engineer registered in the State of Texas. Notice to Proceed with construction will not be issued by Engineer until Contractor has submitted a "Trench Safety System Plan" to Owner. The Trench Safety System Plan shall, at a minimum, conform to OSHA standards for sloping of sides, utilization of trench boxes, and/or utilization of shoring, sheeting and bracing methods. 1.5 QUALITY ASSURANCE A. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. B. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform work of this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in-service performance. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trench and excavations. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing excavation support and protection systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: As needed by the Contractor to assure worker safety and compliance with OSHA regulations, the Contractor shall be responsible for engaging a qualified professional engineer to prepare or supervise the preparation of 063126003 EXCAVATION SUPPORT AND PROTECTION 02260 - 1 data for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the system's compliance with specified requirements. 1.6 PROJECT CONDITIONS A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements, structures or adjacent ground and submit a written report to the Engineer of all such changes. 1.7 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. PART 2 -PRODUCTS 2.1 MATERIALS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36. C. Steel Sheet Piling: ASTM A 328 or ASTM A 572 D. Wood: Soft or hard wood as required by design. E. Aluminum: Type 1061-T6, thickness as required by design. PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear of permanent construction and to permit forming and finishing of concrete surfaces. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure excavation support and protection systems remain stable. 063126003 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 Oct-09 E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at least three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water.to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by Contractor's operations. END OF SECTION 02260 063126003 EXCAVATION SUPPORT AND PROTECTION Oct-09 02260 - 3 i SECTION 02300 EARTHWORK PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, storm sewer outlets, channel grading, playa cut and fill, subgrade preparation related to paving, flexible base, topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork and excavations at least five feet deep, refer to Section 02317 — Excavation and Backfill for Structures. 1.3 RELATED SECTIONS A. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 01500 - Temporary Facilities and Controls. 3. Section 02260 - Excavation Support and Protection. 4. Section 02317 — Excavation and Backfill for Structures. 5. Section 02318 — Borrow. 6. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft3). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lbf/ft3) 063126003 EARTHWORK 02300 - 1 Oct-09 ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.5 DEFINITIONS A. Backfll: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. I. Utilities: Include on -site underground pipes, conduits, ducts, and cables. J. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. 063126003 EARTHWORK 02300 - 2 Oct-09 M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for. each on -site or borrow soil material. 1.7 QUALITY ASSURANCE A. Refer to Section 01400 —Quality Requirements. PART 2 -PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications, 4.1 Flexible Base (Caliche). 063126003 Oct-09 EARTHWORK 02300 - 3 2. Flexible base material shall conform to the following test requirements: Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications, 4.2 Material Tests. G. Subgrade: -- 1. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications, 3.1 Subgrade. y 2.2 ACCESSORIES A. Warning Tape: Acid -and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. =f" 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards .� created by earthwork operations. i B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be 1 saved. The hauling, spreading, smoothing, and.maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. B. Special consideration is required for topsoil salvage in cultivated farm land. See Section 02317 — Excavation and Backfill for Structures, and Section 02320 — Backfill Materials for Structures. 1 j i I t_ ( 063126003 EARTHWORK 02300 - 4 Oct-09 _i l 3.3 FROZEN MATERIAL .p A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 3.4 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and similar paths to indicated cross sections, elevations, and grades. 3.5 EXCAVATION FOR DRIANAGE STRUCTURES A. Refer to Section 02317 — Excavation and Backfill for Structures. 3.6 SUBGRADE PREPARATION A. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications, 3.1 Subgrade. 3.7 UNSUITABLE MATERIAL A. If unsuitable material is encountered during subgrade preparation regardless of how it is discovered, the Contractor shall take corrective action as directed by the Engineer. If removal and replacement of the material is required or if drying is required deeper than 6 inches below subgrade it will be considered over excavation and paid for separately. Contractor shall back fill any over excavation with suitable material and compact to 95% of Standard Proctor Density at a moisture content within 2% of optimum in accordance to ASTM D698. 3.8 FLEXIBLE BASE CONSTRUCTION A. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications, 4.3 Flexible Base Construction. B. Completed flexible base shall be cured for at least 7 days before finishing. During the curing period the street may be opened to traffic. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. 063126003 EARTHWORK 02300 - 5 Oct-09 SECTION 02317 EXCAVATION AND BACKFILL FOR STRUCTURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of structures, including storm sewers, culverts, manholes and other pipeline structures. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 01500 — Temporary Facilities and Controls. D. Section 01555 — Barricades, Signs and Traffic Handling. E. Section 02221 — Removing Existing Pavements. F. Section 02260 — Excavation Support and Protection. G. Section 02300 — Earthwork. H. Section 02318 — Borrow. I. Section 02320 — Backfill Materials for Structures. 1.4 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1 /3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a minimum of 12" above the top of the pipe. D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or_cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from one trench sidewall to opposite sidewall. E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill. F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 1 Oct-09 H. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. I. Excavation Drainage: Removal of surface water in trench by sump pumping or other approved means. J. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. K. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a Subtrench depends upon trench stability and safety as determined by the Contractor. L. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. M. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. N. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. O. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection. P. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. Q. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 2 Oct-09 1.5 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 -Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 -Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 -Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.6 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.7 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit a surface water control plan in accordance with requirements in this Section. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Backfill Materials for Structures. E. Submit record of location of storm sewer installed, referenced to survey control points. Include locations of utilities encountered that are not shown on Drawings or rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer. F. Submit field density tests of trench Backfill. G. Submit laboratory density compaction curves for each material. 1.8 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Backfill Materials for Structures. B. Perform field density tests of trench backfill representative of each 500 linear feet of trench and each one -foot of lift thickness. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 3 Oct-09 C. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. D. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2 -PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Backfill Materials for Structures. PART 3 -EXECUTION 3.1 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs and Traffic Handling and the Drawings. B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. D. Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02221 - Removing Existing Pavements. E. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.2 PROTECTION A. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Verification of location, size and burial depth of existing utilities shall be the complete responsibility of the Contractor. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 4 Oct-09 B. The Contractor shall protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. C. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. D. Contractor shall protect and support above -grade and below -grade utilities which are to remain. E. Contractor shall restore damaged permanent facilities to pre -construction conditions, at the Contractors expense, unless replacement or abandonment of facilities are indicated on the Drawings. F. Contractor shall implement measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to Owner. G. The Contractor is responsible for notifying pipeline and cable utility owners of his intention of crossing their utility no less than seven days prior to crossing the utility. Coordinate vertical separation requirements with the utility owners and any other special construction considerations. Notify the Engineer of required changes in the vertical profile shown on the Drawings prior to constructing these changes. 3.3 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Perform excavation of existing sanitary sewer pipeline trench to the limits established in the Drawings. C. Structural excavation quantities for pipe or box installation, while shown for informational purposes only, have been determined using the following table: Inside Diameter/ Box Width Trench Width (Feet) < 42" O.D. + 2'-0" > 42" O.D. + 4'-0" In situations where benching of trench is required for lowering excavator below grade, minimum bench width should be 22'-0" to allow the excavator to make a 90' pivot unless Contractor chooses to "walk" the excavator on a ramp into and out of the trench. D. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In roadside ditch areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. Depth of topsoil will vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. E. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. F. Shoring of Trench Walls. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 5 C-�S A] 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2. For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. 3. Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, wallers, and braces in place as long as required to support sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. 4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment. 5. If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a 1-inch-thick steel plate. Fill voids left on removal of supports with compacted backfill material. 6. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workman and the public. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: 1. Make trench excavations of sufficient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced. 3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact backfill materials against undisturbed trench walls and foundation. 4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workman and the public. 3.4 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320-Backfill Materials for Structures. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming with requirements of Section 02318 - Borrow. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. D. Protect topsoil from intermixing with undesirable materials. E. All surplus or unsuitable materials shall be loaded and wasted at the Contractor's expense. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 6 Oct-09 3.5 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with approved material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.6 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. E. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. Remove sandbags and other suitable means prior to backfilling where these items are located. F. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are not allowed. G. For cement stabilized backfill, vibrate with concrete vibrator to consolidate material under haunches. Use minimum two-inch diameter vibrator, vibrate backfill continuously along entire length of pipe leaving no unconsolidated lengths or areas. If compaction is required to fill all voids with cement stabilized backfill, then hand operated tampers may be used. 3.7 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. B. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 1. Cement Stabilized Backfill. a. Place in depths as shown on plans. {^ 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 7 Oct-09 3.8 3.9 b. Use vibratory equipment to ensure placement under the haunches of the pipe. 2. Pea Gravel a. Place in depths as shown on plans. b. Use vibratory equipment or shovel -slicing to ensure placement under the haunches of the pipe. 3. Native Material/Borrow Material a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.13. C. Moisture content within 2% of optimum determined according to ASTM D 698. 4. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by steel wheel roller or by vibratory equipment to a minimum of 95 percent of the maximum dry density, except the top 12 inches where no paving is proposed shall be compacted to at least 90 percent of the maximum dry density, determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 5. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on Drawings. MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320-Backfill Materials for Structures. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex- 110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every 500 linear feet of compacted trench zone backfill material for each 12 inches of backfill. 2. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 8 Oct-09 ' 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 5. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined b inspection. p Y P 3.10 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 -Waste Material Disposal 063126003 Oct-09 END OF SECTION 02317 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 9 r SECTION 02318 BORROW PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Engineer. 1.3 RELATED SECTIONS A. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 02300 - Earthwork. 3. Section 02317 - Excavation and Backfill for Structures. 4. Section 02260 - Excavation Support and Protection. 5. Section 02920 - Lawns and Grasses. 1.4 REFERENCES 063126003 Oct-09 AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3) ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) UTS =5 02318 - 1 ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.5 DEFINITIONS A. Refer to Section 02300 — Earthwork and Section 02317 — Excavation and Backfill for Structures. 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART 2 -PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 -EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has all required permits. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. 063126003 BORROW 02318 - 2 Oct-09 F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION 02318 063126003 BORROW 02318 - 3 1 1- Oct-09 SECTION 02320 BACKFILL MATERIALS FOR STRUCTURES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of structures. Included are the following: 1. "Concrete" sand. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 6. Pea Gravel. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 02300 — Earthwork. D. Section 02317 — Excavation and Backfill for Structures. E. Section 02318 — Borrow. 1.4 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Structures. 1.5 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 -Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 -Classification of Soils for Engineering Purposes (Unified Soil Classification System). 063126003 BACKFILL MATERIALS FOR STRUCTURES 02320 - 1 Oct-09 J. ASTM D 2488 -Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 -Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex- 106-E - Test Method - Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. Q. City of Lubbock Public Works Engineering - Standard Paving Specifications, 7.10 Backfilling. 1.6 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. E. For each delivery of material, provide a delivery ticket which includes source location. 1.7 TESTS A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2 -PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. "Concrete" Sand 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 063126003 BACKFILL MATERIALS FOR STRUCTURES 02320 - 2 Oct-09 C44 Q E. Gradation shall conform to ASTM C 136 and the following limits. SIEVE PERCENT PASSING 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 Cement Stabilized Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water —to -cement ratio = .6 to 0.75 with slump not to exceed three (3) inches. 3. Maximum aggregate size shall not exceed 1.5-inch diameter for backfilling pipe sizes 48 inches and greater in diameter. 4. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Topsoil 1. Provide topsoil material that is free of stones greater than I -inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Cultivated farm land topsoil shall be free of rocks. 2. Surface should be made clear of rock and other debris before planting in accordance with Section 02920 — Lawns and Grasses. 3. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Structures of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. Gravel Embedment I . Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 063126003 BACKFILL MATERIALS FOR STRUCTURES Oct-09 02320 - 3 2.2 2. Gravel embedment shall be graded within the following limits: SIEVE PERCENT PASSING 1» 0 7/8" 0-2 3/4" 15 — 35 5/8" 55 —100 3/8" 95 — 100 No. 10 99 — 100 F. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2.I.D. Where material must be imported to bring a trench to grade, then the material requirements of paragraph 2.1.17.2 shall be followed. Where street flexible base is involved, the flexible base shall meet the requirements of Section 02300 - Earthwork. Where cuttings or spoil from excavation operations have been mixed with carrier fluids that contain additives (such as those by Baroid Drilling Fluids, Cetco, Cross Tech, Federal Summit Drilling Fluids, Kem-iron, Parchem, Polymer Drilling Systems, Wyo-Ben, and others), such cuttings or spoil shall be considered as unsuitable for backfill and shall not be used for backfill. Where cuttings or spoil have been mixed with water only, such cuttings or spoil may be used for backfill provided the material's water content can be satisfactorily reduced to optimum and specified compaction density can be achieved. MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: l . Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. 063126003 BACKFILL MATERIALS FOR STRUCTURES 02320 - 4 C8Z•iffil5 i D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 -EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. D. Pea gravel shall be consolidated upon placement by using rodding or pneumatic vibratory methods. Shovel slicing shall be used as necessary to ensure filling of voids, filling around and under haunches of pipe and filling of spaces. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. 063126003 BACKFILL MATERIALS FOR STRUCTURES 02320 - 5 Oct-09 B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 02320 063126003 BACKFILL MATERIALS FOR STRUCTURES 02320 - 6 Oct-09 SECTION 02372 STONE RIPRAP PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION. A. Furnish and place stone riprap. PART 2 -PRODUCTS 2.1 MATERIALS A. Furnish materials in accordance with the following: 1. DMS-6200, "Filter Fabric." B. Stone Riprap. Unless otherwise shown on the plans, use durable natural stone with a minimum bulk specific gravity of 2.40 as determined by Tex-403-A. Provide stone that, when tested in accordance with Tex-411-A, has a maximum weight loss of 18% after 5 cycles of magnesium sulfate solution and 14% after 5 cycles of sodium sulfate solution. C. Perform a size verification test on the first 5,000 sq. yd. of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 sq. yd. of riprap has been approved. D. Provide filter fabric in accordance with DMS-6200, "Filter Fabric." Provide Type 2 filter fabric unless otherwise shown on the plans. E. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be at least 1/3 of the length. When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. Determine gradation of the finished, in -place, riprap stone under the direct supervision of the Engineer in accordance with Tex-411-A, Part I1. 063126003 Oct-09 STONE RIPRAP 02372 - 1 Table 1 In-PInee Pratectian Rinran Gradation Reauirements Thickness Maximum Size (lb.) 90% Size' (lb) 50% Size' (lb.) 8% Size', Minimum (lb.) 12 in. 200 80-180 30-75 3 15 in. 320 170-300 60-165 20 18 in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24 in. 1,000 550-850 200-325 30 30 in. 2,600 1,150-2,250 400-900 40 1. As defined in Tex-401-A, Part II. PART 3-EXEUCTION 3.1 CONSTRUCTION A. Dress slopes and protected areas to the line and grade shown on the plans before the placement of riprap. Place riprap according to details and dimensions shown on the plans or as directed. B. Use spalls and small stones lighter than 25 lb. to fill open joints and voids in stone riprap, and place to a tight fit. C. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 ft. Secure fabric with nails or pins. Use nails at least 2 in. long with washers or U-shaped pins with legs at least 9 in. long. Space nails or pins at a maximum of 10 ft. in each direction and 5 ft. along the seams. Alternative anchorage and spacing may be used when approved. D. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field. A tolerance of +6 in. and -0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. END OF SECTION 063126003 STONE RIPRAP 02372 - 2 Oct-09 ` SECTION 02631 STORM SEWER PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Cast -in -place reinforced concrete box. B. Storm Sewers and appurtenances. C. Reinforced concrete pipe 1.3 RELATED SECTIONS A. Section 02300 - Earthwork. B. Section 02632 - Cast -in -Place Headwalls and Wingwalls. C. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ASTM C990 — Joints for Concrete Pipe, Manholes, and Precast Box Sections using Preformed Flexible Joint Sealants. B. ASTM C 1433 Precast Concrete Box Sections for Culverts, Storm Drains, and Sewers. C. ASTM D698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil using Standard Effort (12,400 ft — lb f/ft3 (600 kn-m/m3)). D. ASTM D2922 -Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). E. ASTM D3017 -Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. 1.5 SUBMITTALS FOR REVIEW A. Section 01330 -Submittal Procedures. L B. Product Data: Provide data on pipe, fittings and accessories. 1.6 SUBMITTALS FOR INFORMATION A. Section 01330 -Submittal Procedures. B. Manufacturer's Installation Instructions: Indicate special procedures required to install Products specified. 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 -Contract Closeout. 063126003 STORM SEWER 02631 - 1 Oct-09 PART 2 -PRODUCTS 2.1 CONCRETE BOX AND PIPE A. Box Culvert, Box Storm Drains, and Pipe: 1. The design live load will be HS 20. 2. The concrete cast -in -place box culvert shall conform to Item 462 of the 2004 TxDOT Standard Specifications. 3. Reinforced Concrete Pipe shall conform to Item 464 of the 2004 TxDOT Standard Specifications. B. Joint 1. Pre -formed flexible joint sealant shall be used for sealing joints of tongue and groove ` concrete culvert. 2. Provide a size of the preformed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. 3. Flexible joint sealants must be protected by a suitable wrapper and the jointing material must maintain integrity when the wrapper is removed. 4. The flexible joint sealant shall conform to item 464.2.1.4 of the 2004 TxDOT Standard 1 Specifications. _ C. Concrete pipe culverts shall meet ASTM C76 for Class III, Wall C pipe. 2.2 BEDDING AND COVER MATERIALS A. Bedding: Native material meeting the requirements of ASTM A798, non -erodible backfill. ti 2.3 ACCESSORIES A. End of Concrete Culvert Headwalls as shown in the plans. Concrete and reinforcement as specified in Sections 02632 and 03300. PART 3 -EXECUTION _ 3.1 EXCAVATION - A. Earthwork. Refer to Section 02317 — Excavation and Backfill for Structures and as indicated i on Drawings. = B. Line and Grade. Contractor shall establish the line and grade as indicated on Drawings. Maintain this control for a minimum of 100 feet behind and ahead of the pipe -laying operation. Use amply sized grade boards. Protect grade boards and location stakes from damage or dislocation. Use of laser beam equipment to establish and maintain proper line and grade of the work is acceptable. ' C. Trench Excavation. Excavate pipe trenches. Backfill the excavation with the specified bedding material to the level indicated on the drawings or as specified. Tamp and compact backfill to provide bedding at the indicated grade. Form the bedding foundation to the ' minimum depth indicated on the drawings or as specified. 063126003 STORM SEWER 02631 - 2 Oct-09 i 3.2 LAYING AND INSTALLING PIPE A. Install and maintain excavation supports. Conform with Section 02260 — Excavation Support and Protection. B. The Owner shall inspect all culverts before being laid, and reject any section at his discretion that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. C. Install pipe only after excavation is completed, bottom of trench is shaped, bedding material is installed, and trench has been approved by the Engineer. D. Install pipe to the line and grade indicated on Drawings. Place pipe so that it has continuous bearing of barrel on bedding material and is laid in the trench so the interior surfaces of the pipe follow the grades and alignments indicated. E. Install pipe with the spigot ends toward the direction of flow. F. The laying of the culvert in the finished trench shall be started at the lowest point and laid upgrade. When tongue and groove pipe is used, the grooved end shall be laid upgrade. G. Form a concentric joint with each section of adjoining pipe to prevent offsets. H. Place and drive home newly laid sections with come -a -long winches to eliminate damage to sections. Use of back hoes or similar powered equipment will not be allowed for placing or joining pipe, unless protective measures are provided and approved in advance by the Engineer. I. Keep interior of pipe clean as installation progresses. Where cleaning after laying the pipe is difficult because of small pipe size, use a suitable swab or drag inside the pipe and pull it forward past each joint immediately after the joint has been completed. J. Keep excavations free of water during construction and until final inspection. K. When work is not in progress, cover the exposed ends of pipes with a plug specifically designed as pipe plug to prevent foreign material from entering the pipe. L. Culvert shall not be laid on frozen ground. M. Culvert which is not true in alignment, or which shows any settlement after laying shall be taken up and relaid without extra compensation. N. Construct sloping reinforced concrete headwall as shown in the plans. 3.3 INSTALLATION OF APPURTENANCES A. Install headwalls and wingwalls to conform to requirements of Section 02632 — Cast -in -Place Headwalls and Wingwalls. Install control structures according to the Drawings and Section 03300 — Cast -in -Place Concrete. B. Excavate and backfill headwalls, wngwalls, and control structures in accordance with Section 02300 — Earthwork. 3.4 BACKFILL A. Backfill trench after pipe installation is inspected and approved by the Engineer. B. Bed pipes with materials conforming to requirements of Section 02320 — Backfill Materials for Structures and as indicated on Drawings. C. Backfill and compact soil in accordance with Section 02317 — Excavation and Backfill for Structures. D. Install native backfill at sides and over top of pipe. Provide top cover to minimum compacted thickness of 24-inches. E. Asphalt Stabilized Base or Cement Stabilized Base should be used for fill over the top of pipe or box if cover depth is less than 24-inches below pavement structure and should be subsidiary to culvert and/or storm drain pipe installation. 063126003 Oct-09 STORM SEWER 02631 - 3 F. The material shall be thoroughly consolidated and shovel sliced to eliminate voids near the pipe. 3.5 CLEANING AND RESTORATION OF SITE A. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. Surplus dirt may be deposited in shoulders or as ordered by the Owner. B. Repair and replace removed or damaged pavement and sidewalks as specified in the following applicable sections and shown on the drawings: 1. Unpaved roadway surfaces consisting of flexible base as the surface course: Section 02300 — Earthwork. 2. Flexible base under paved roadway: Section 02300 — Earthwork. 3. Asphalt stabilized base: Section 02741 — Hot -Mix Asphalt Paving. 4. Hot -mix surface or wearing course: Section 02741 — Hot -Mix Asphalt Paving. 5. Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks: Section 02751 — Portland Cement Concrete Pavement. 6. Sealing pavement joints: Section 02764 — Pavement Joint Sealants. C. In unpaved areas, grade surface as a uniform slope to natural grade as indicated on the Drawings. Provide the minimum depth of topsoil of 6 inches, unless otherwise indicated on the Drawings or specified to be a greater depth, and seed or sod according to requirements of Section 02920 — Lawns and Grasses, and Section 02317 — Excavation and Backfill for Structures. D. In paved areas clean street in which storm sewer is placed by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. E. Clean haul streets and other paved areas used during construction by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. F. Street cleaning to take place within 10 calendar days after street repairs are complete. G. Dispose of dirt, rock and debris from cleaning according to Section 01576 — Waste Material Disposal. H. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. I. Performance of the cleaning and restoration work described herein is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the storm sewer. 3.6 ERECTION TOLERANCES A. Lay pipe to alignment and slope gradients noted on drawings; with maximum variation from true slope of 1/2-inch. B. Maximum Offset of Pipe From True Alignment: 6 inches. C. Maximum Variation in Profile of Structure From Intended Position: 0.2 percent. 3.7 FIELD QUALITY CONTROL A. Section 01400 - Quality Requirements. B. Request inspection prior to and immediately after placing cover over pipe. C. Compaction testing will be performed in accordance with ASTM D698. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. 063126003 STORM SEWER 02631 - 4 Oct-09 E. Frequency of Tests: Two densities per each barrel of culvert 3.8 PROTECTION A. Protect all structures and bedding from damage or displacement while placing pipes, boxes and manholes and during backfilling operation. END OF SECTION 02631 063126003 Oct-09 STORM SEWER 02631 - 5 SECTION 02632 CAST -IN -PLACE HEADWALLS AND WINGWALLS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Cast -in -place headwalls and wingwalls for storm sewers. 1.3 RELATED SECTIONS A. Section 03300 — Cast -in -Place Concrete 1.4 REFERENCES A. ASTM C 270 - Specification for Mortar for Unit Masonry. 1.5 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 -Submittal Procedures. B. Submit shop drawings for approval of design and construction details for cast -in -place units which differ from units shown on Drawings. PART 2 -PRODUCTS 2.1 MATERIALS A. Concrete: Conform to Section 03300 — Cast -in -Place Concrete, unless otherwise indicated on drawings. Provide color conditioned concrete where indicated on drawings. B. Reinforcing Steel: Conform to requirements of Section 03300 — Cast -in -Place Concrete. C. Mortar: Conform to requirements of ASTM C 270, Type S using Portland cement. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify lines and grades are correct. B. Verify compacted subgrade will support loads imposed by inlets. 3.2 INSTALLATION A. Construct inlets, headwalls, and wingwalls complete in place to the dimensions, lines and grades as shown on drawings. 063126003 CAST -IN -PLACE HEADWALLS AND WINGWALLS 02632 - 1 Oct-09 B. Excavate in accordance with requirements of Section 02317 -Excavation and Backfill for Structures. - C. Forms will be required for both the outside and inside faces of concrete inlet walls; however, if the nature of the material excavated for the inlet is such that it can be hand trimmed to a smooth vertical face, and the vertical face will not deform or displace under concrete placing operations, the outside forms may be omitted with approval of Engineer. D. Place reinforcing steel to conform to details shown on the drawings. Provide a positive means for holding steel cages in place during concrete placement. Welding of reinforcing steel is not permitted unless noted on the drawings. The maximum variation in reinforcement position is plus or minus 10 percent of wall thickness or plus or minus 1/2 inch, whichever is less. Regardless of variation, the minimum cover of concrete over reinforcement as shown on the drawings shall be maintained. E. Chamfer exposed edges unless otherwise indicated on Drawings. - 3.3 FINISHES A. Cut off pipe leads neatly at the inside face of headwall. Point up with mortar. concrete surfaces in accordance with re --� } B. Finish co requirements of Section 03300 — Cast -in -Place q Concrete. 3.4 BACKFILL t„ A. Backfill the area of excavation surrounding each completed inlet according to the requirements of Section 02317 - Excavation and Backfill for Structures. END OF SECTION 02632 LJ _t 1 t 063126003 CAST -IN -PLACE HEADWALLS AND WINGWALLS 02632 - 2 Oct-09 f� I SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 WORK INCLUDED A. This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 01500 — Temporary Facilities and Controls. D. Section 01555 — Barricades, Signs and Traffic Handling. E. Section 02221 — Removing Existing Pavements. F. Section 02260 — Excavation Support and Protection. G. Section 02300 — Earthwork. H. Section 02318 — Borrow. I. Section 02320 —Backfill Materials for Structures. 1.4 SUBMITTALS A. Submit all manufacturers' data for all pipes, valves, fittings, and fire hydrants including all pipe thickness class calculations. B. Submit product information for pipe identification tape. C. Submit concrete mix design for concrete thrust blocking. 1.5 REFERENCES A. AWWA C104 -Cement — Mortar Lining for Ductile — Iron Pipe and Fittings for Water. B. AWWA C110 -Ductile-Iron and Gray — Iron Fittings, 3 inch through 48 inch (76mm through 1,219 mm), for Water. C. AWWA C1 I I -Rubber-Gasket Joints for Ductile — Iron Pressure Pipe and Fittings. D. AWWA C104 -Rubber— Seated Butterfly Valves. E. AWWA 509 -Resilient — Seated Gate Valves for Water Supply. F. AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in through 12 in (100 mm through 300 mm), for water distribution. G. AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in through 48 in (350 mm through 1,200 mm), for Water Transmission and Distribution. 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 1 Oct-09 H. AWWA C-301 — Prestressed Concrete Pressure Pipe, Steel -Cylinder Type, for Water and ' Other Liquids I. AWWA C303 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type PART 2 -MATERIALS 2.1 GENERAL A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. _ B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. F C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12-inches and smaller shall be AWWA C-900, DR 18. -_ [-I, B. PVC pipe 14-inches and larger shall be AWWA C905, DR25. The outside diameter of the PVC pipe shall be cast iron equivalent. -' C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. D. AWWA C900 and C905 pipe shall be marked as prescribed by AWWA standards including nominal site, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water service. E. Pipe shall meet all additional test requirements as described in AWWA C900 or C905, as J applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE FITTINGS A. General -Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. All ductile iron fittings shall have an external bituminous coating and shall be fil cement-lined in accordance with AWWA C104. Where flanged fittings are used the flanges shall be of the same material as the fitting. L Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts r shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" j thick rubber ring gaskets shall be provided for all flanged joints. 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 2 Oct-09 — Al 1. B. Ductile iron fittings shall conform to AWWA CI 10. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 2.4 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated steel construction shall be used for all couplings. All bolts, nuts and washers shall be stainless steel. 2.5 VALVES A. General -Valves that are 12-inch and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. Valves greater than 12-inches shall be butterfly valves unless otherwise noted on the plans or specified herein. B. Gate Valves -All gate valves shall be resilient seat or double disk parallel seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. Gate valves shall be Mueller, M&H, Darling, or Clow. All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. C. Valve Boxes and Extension Stems -Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. All valve boxes for gate valves larger than 12" shall be precast concrete manholes per the technical specifications. The valve box cover opening shall be centered over operating nut. Manhole frames and covers shall be East Jordon Iron Works No. 2040, with a minimum weight of 275 pounds and a Type 5 pick bar, and shall conform to the requirements of 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3 Oct-09 ASTM A 48. The frame and cover shall be designed with a full bearing rings so as to provide a continuous seat between frame and cover. The cover shall include lettering "City of Lubbock, Texas Water." Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. Valve boxes shall be East Jordon Iron Works No. 8453, or approved equal. D. Fabricated Cast Iron Tapping Sleeves for use on 4" through 12" pipe. 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and construction and shall have given successful service for a period of at least five (5) years. 2. Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement (4) C900 PVC, the operating pressure for all four types of water pipe is 150 psi. 3. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. 4. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold now and creep. E. Fabricated Steel Tapping Sleeves for use on 14" through 20" Pipe. General: The manufacturer of the tapping sleeves shall be experienced in their design and construction, shall be regularly engaged in their manufacture, and shall have produced tapping sleeves of the sizes specified herein which have given successful service for a period of at least five (5) years. Materials used in the manufacture of these tapping sleeves and the accessories shall be new and shall conform to the latest applicable standards of the American Society for Testing and Materials. 2. Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement pipe (4) C905 PVC pipe. The operating pressure for all three types of water pipe is 150 psi. 3. Material: All steel plate used in fabrication of the tapping sleeves shall conform to ASTM A-36 or A-285, Grade C. 4. Flanges: Flanges shall be fabricated from steel plate, and all dimensions shall conform to AWWA Standard C-207 "Steel Pipe Flanges," Class D. Flanges shall be machined to a flat face with finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C-207 "Steel Pipe Flanges." In addition, the machined face shall also be recessed for tapping valves in accordance with the M.S Standard SP-60. 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 4 Oct-09 5. Gaskets: Gaskets shall be compounded from new materials, and the shape of _ cross-section of gasket shall provide adequate seal for the design pressure. Gaskets will be shop glued to the groove provided in the body section. 6. Fasteners: Bolts and hex nuts shall be stainless steel, Usalloy, Dresserloy, Carten or an approved equal for corrosion control. 7. Testing Outlet: A 3/4" NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4" square head pipe plug. 8. Painting: All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. All surfaces of tapping sleeve except face of flanges, bolts and nuts, ~ shall be given a shop coat of a two-part thermosetting epoxy, faces of flanges shall be } shop coated with a rust preventive compound, such as Dearborn chemical "No-OX-ID", Houghton "Rust -Veto 344," or Rust-Oleum "R-9". Bolts and nuts shall — be shipped bare, no paint or protective coating. 9. Certification: The manufacturer shall furnish a sworn statement that the inspection and ` all the specified tests have been made and the results thereof comply with the _ requirements of the applicable standard(s) herein specified. A copy of the certification shall be sent to the Engineer, City of Lubbock Water Utilities Department. 2.6 FIRE HYDRANTS Fire hydrants shall be standard AWWA C-502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 pounds per square inch. The fire hydrants shall be the traffic model type and shall have a 5-1/4" valve opening, two 2-1/2 inch hose nozzles and one 4-inch steamer nozzle, with 4 threads per inch and a crest to crest dimension of 4.995 inches. The hydrants shall be for 6-inch mains and shall have a M.J. Connection, and shall be for 4-1/2 foot bury unless otherwise shown on plans. The hydrants shall be Clow Medallion, American Darling model B-84-13, Dresser style 129-09 or Mueller Centurion. Operating nuts shall be 1-1/2 inch pentagons measured to a point. The hydrants shall be painted orange. 2.7 POLYETHYLENE WRAP All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2-inch duct tape. 2.8 CONCRETE Concrete shall be used for blocking the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast -In -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 -EXECUTION 3.1 PIPE INSTALLATION -WATER LINES All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. _ IP 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5 Oct-09 3.2 INSPECTION The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6 Oct-09 All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. At the time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General -Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe, pipe coating, or lining. ,Yp The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping -The last 8 inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe _ with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The _ gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7 Oct-09 t 3.9 evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints -Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. PLUGGING DEAD ENDS Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 3.10 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS t A. General — Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. B. Valve Boxes — Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. All valve boxes under pavement shall be adjusted to finished pavement grades. C. Fire Hydrants 1. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. 2. Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.11 CONCRETE THRUST BLOCKING A. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust blocking shall be applied to all pipe lines at all tees, plugs, caps, and bends. The blocking shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as shown on the Drawings. The blocking shall be so placed that the pipe and fitting joints will be accessible for repair. 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8 Oct-09 B. Restrained Joints - At the Contractor's option, restrained joints may be installed on the pipe at fittings and valves in lieu of concrete thrust blocking. Pipe restraints shall be suitable for the pipe with which they are installed and shall have the ability to withstand a maximum pressure of no less than 150 psi. Pipe restraints shall be installed at all joints and fittings within the length specified on the Drawings. 3.12 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration -The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure -The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. C. Procedure — Each valved section of pipe shall be slowly filled with water at the specified test pressure and measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus, except meters, shall be furnished by the Contractor. The Contractor shall furnish all labor for connecting the pump, meter, and gages. The water for filling the pipe and making the tests shall be obtained at the location designated by the Engineer. No charge will be made to the Contractor for water used for testing. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe by making taps at the highest point in the test segment, if necessary. After the test, the taps shall be tightly plugged. During the time the test pressure is on the pipe, the pipe shall be carefully checked at regular intervals for breaks or leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. D. Allowable Leakage -The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: PVC Pipe The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: ND L - 7,400 where: L = Allowable leakage in gallons/per hour 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9 Oct-09 3.13 N = Number of joints in length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi 2. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651, include the placement of hypochlorite granules in the pipe during construction. B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner's Representative may witness the disinfection activities. C. Quality Assurance: 1. Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. 2. The City of Lubbock laboratory will be used for bacteriological testing. D. Chemicals: 1. Acceptable disinfectants are liquid and solid forms of hypochlorites. Liquid chlorine gas is not acceptable. 2. Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. 3. The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. E. Temporary Facilities: I . Provide temporary taps or blow offs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. 2. Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. 3. No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. F. Final Flushing: 1. Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. 2. Flush water in a location and manner approved by the Engineer. 3. Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. G. Sampling and Analysis: 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 10 Oct-09 1. Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample from each end of the pipeline in the presence of the Engineer or Owner's representative. 2. The Owner's representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. 3. Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. H. Acceptance: 1. Facilities will be considered properly disinfected when two (2) consecutive sets of acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. 2. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of Lubbock water distribution system. 3.14 PIPE IDENTIFIERS A. Marking Tape All pipes installed in an open trench will be identified with the appropriate color and description of 3" wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. Above non-metallic (PVC) pipe material install a tape detectable with a metal detector from the top of finished grade. Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. 3.15 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. 3.16 ISOLATION OF WATER SYSTEMS A. It is the responsibility of the contractor to verify the location of the existing valves and use the best means and methods to isolate the water system prior to cutting into the existing water mains. B. The contractor will be responsible to ensure that there will be minimal amount of water loss when the water main is cut into and also at tie-ins. C. Contractor shall reimburse the City Of Lubbock for the water losses as a direct result of poor means and methods of isolating the water system. D. The construction sequence of the water mains, adjustments and relocations is at the discretion of the contractor. However, the following steps have to be adhered to in this project; 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 11 Oct-09 1. Isolation of the existing water mains must be achieved prior to cutting in any of the water mains. Means and methods of isolating the water system shall also include the following; a. By using the existing valves will be in working condition. b. Other means and methods must have the approval of the engineer. E. Interruptions of Water Supply 1. Contractor shall be responsible for maintaining continuous supply of water to the existing customers of the City of Lubbock. 2. Contractor shall coordinate with the Water Department on interruptions of water supply and shall be limited to one water main at a time. 3. It is the responsibility of the contractor to notify the Water Department 48 hours in advance of scheduled interruption of water supply and also be responsible to notify the customers by posting written notices to each customer 48 hours in advance of a scheduled water supply interruption. END OF SECTION 02665 063126003 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 12 Oct-09 SECTION 02666 SEWER WORKS PIPING AND MANHOLES Part 1— General 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 WORK INCLUDED A. This section of the specifications covers all sewer piping and manholes required for the project. The term piping as used herein shall include all piping and accessories as shown on the plans and/or as specified herein. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 01500 — Temporary Facilities and Controls. D. Section 01555 — Barricades, Signs and Traffic Handling. E. Section 02221 — Removing Existing Pavements. F. Section 02260 — Excavation Support and Protection. G. Section 02300 — Earthwork. H. Section 02318 — Borrow. I. Section 02320 —Backfill Materials for Structures. 1.4 SUBMITTALS A. Submit all manufacturers' data for all pipes and manholes including all pipe thickness class calculations. B. Submit product information for pipe identification tape. 1.5 REFERENCES The latest published revision of the quality standards in effect shall apply. AASHTO T 99: Moisture -Density Relations of Soils, using a 5.5 lb. Rammer and a 12 inch Drop AWWA M 23: Polyvinyl Chloride (PVC) Pipe Design and Installation UNI B 5: Recommended Practice for Installation of Polyvinyl Chloride (PVC) Sewer Pipe LCP-4781: Semi -Rigid Truss Pipe Handbook (Published by Armco, Construction Products Division) 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 1 a Oct-09 PART 2 -MATERIALS 2.1 2.2 2.2 GENERAL A. All pipe shall be new and of the best quality in material and workmanship. POLYVINYL CHLORIDE (PVC) PIPE (GRAVITY FLOW) PVC pipe shall conform to the requirements of the latest revisions of A.S.T.M F-679 and D-3034 for SDR 35 and SDR 26 sewer pipe. The pipe shall be jointed with an integral bell, bell and spigot type rubber gasketed joint. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. Gaskets shall conform to ASTM F477. The length of joints shall be 20 feet ± one inch. PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed five percent (5%) deflection. PVC pipe exceeding 5% deflection shall be replaced by the contractor at his expense. The minimum pipe stiffness factor shall be 46 p.s.i. PRECAST REINFORCES CONCRETE MANHOLES Manhole barrel, cone, and extension sections shall be constructed of precast concrete. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications. Aggregates ASTM C — 33 Cement ASTM C-150 Sampling Specimens ASTM C — 39 Reinforcing ASTM C-185 Sand and Mortar ASTM C-144 Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. All joints shall be effectively jointed to prevent leakage and infiltration. All connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. This sealant will be provided by supplier and will be considered an essential part of each shipment. All cones and adjusting rings shall maintain a clear 30" opening. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C-478 specifications. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 2 j Oct-09 17 All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall of manhole. 2.3 MANHOLE FRAME AND COVER Manhole frames and covers shall be of good quality gray iron casting and conform to A.S.T.M. Designation A48 (latest revision), having a clear opening of not less than 30 inches. The casting .shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 275 pounds. The manhole ring and cover shall be Western Iron Works #40 or approved equal. The cover shall include lettering, City of Lubbock, Texas sanitary sewer. 2.4 CONCRETE AND MORTAR Cement — Portland cement shall conform to A.S.T.M. C-150 specifications. Aggregate — Fine and coarse aggregate to be used in concrete shall conform to A.S.T.M. C-33 specifications. Mortar and Sand — Sand to be used in cement mortar shall conform to ASTM C-144 specifications. All concrete (Class A) for manhole bottoms, piers and other reinforced concrete structures shall contain no more than 7.0 gallons of water per sack of cement. All concrete (Class B) for pipe cradling, blocking of fittings and other non -reinforced concrete shall contain no more than 9.0 gallons of water per sack of cement. Surface moisture or moisture carried by the aggregates shall — be included as part of the mixing water. Class A concrete shall have a minimum 28 day compressive strength of 3,000 p.s.i. and Class B shall have 2,500 p.s.i. 2.5 REINFORCING STEEL All reinforcing steel shall conform to current A.S.T.M. specifications A-15, A-16, or A-305. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. Reinforcing bars shall be in the deformed bar type. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. 2.6 FORMS Forms for all concrete work shall be of wood or approved metal forms. Wood sheeting forming surfaces exposed to sight or weather shall be plywood or plywood lined of a quality to produce smooth surface, free from excessive form marks and shall meet the approval of the Engineer before use. The same type of form shall be used for all exposed portions of the work. Forms shall be constructed true to lines, grades and sections shown on the plans and shall be mortar -tight and sufficiently rigid to prevent displacement of sagging between supports. Wall 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 3 Oct-09 2.6 forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. Form ties approved by the Engineer shall be adjustable in length and of such type as to leave no metal closer than 1 inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8 inch in diameter or depth back of the exposed surface of the concrete. Wire ties will not be permitted. CURING COMPOUND Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Highway Department Item 531.2. 2.6 EMBEDMENT The embedment shall be crushed stone with irregular surfaces and comply with the following gradation requirements and as specified in plans. % By Weight Retained on 1" Sieve 0 Retained on 7/8" Sieve 0 — 2 Retained on 3/4" Sieve 15 — 35 Retained on 5/8" Sieve 55 — 100 Retained on 3/8" Sieve 95 — 100 Retained on No. 10 Sieve 99 —100 PART 3 -EXECUTION 3.1 GRAVITY FLOW SANITARY SEWER PIPE INSTALLATION The work covered by this Specification consists of constructing gravity flow sanitary sewers, including appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring, dewatering; lay, align and join pipe installation of appurtenances; bedding and backfilling; surface restoration and other related work. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION The pipe and appurtenances shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 4 Oct-09 The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become 4 damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe and appurtenances shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on } skidways must not be skidded or rolled against pipe already on the ground. The pipe and appurtenances shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. _ 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and appurtenances may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. _ 3.7 CLEANING AND INSPECTING Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. At the time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE Sanitary sewer pipe shall be installed in accordance with the manufacture's recommendations for installing the type of pipe used, unless otherwise shown on the Plans or as directed by the Water Utilities Department. 063126003 SEWER WORKS PIPING AND APPURTENANCES Oct-09 02666 - 5 Proper equipment, implements, tools and facilities shall be provided and used by the Contractor for safe and convenient installation of the type of pipe being installed. A. RESPONSIBILITY FOR MATERIAL The Contractor shall be responsible for all materials intended for the Work that are delivered to the construction site and accepted by him. Payment shall not be made for materials found to be defective or damaged in handling after delivery and acceptance. Defective or damaged materials shall be removed and replaced with acceptable materials at the Contractor's expense. The Contractor shall be responsible for the safe and proper storage of such materials, until incorporated into the Work. B. HANDLING Pipe and accessories furnished by the Contracting Agency shall be unloaded and distributed at the site by the Contractor. Each pipe shall be unloaded adjacent to or near the intended laying location. Pipe, fittings, specials, valves and appurtenances shall be unloaded and stored in a manner that precludes shock or damage. Such materials shall not be dropped. Pipe shall be handled so as to prevent damage to the pipe ends or to any coating or lining. Pipe shall not be skidded or rolled against adjacent pipe. Damaged coatings or linings shall be repaired by the Contractor, at his expense in accordance with the recommendations of the manufacturer, and in a manner satisfactory to the City's Inspector. C. LAYING PIPE The pipe and pipe coatings shall be inspected for damage or defects before being placed in the trench. Damaged or defective pipe shall not be installed. Damage to the coatings, linings, or pipe shall be repaired in accordance with pipe manufacturer's recommendations. After the trench has been properly fine graded, the pipe shall be laid in accordance with the following specifications. Each length of pipe shall be inspected for defects and shall be thoroughly cleaned before being lowered into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction of flow. All pipe shall be laid true to the lines and grades as established by the Engineer, batter boards or laser beam shall be used and each length of pipe set to grade. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, then open ends of the pipe shall be properly plugged. No pipe shall be laid in water, or when trench conditions or weather is unsuitable for such work. If the pipe is disturbed from line and grade after being laid, the pipe shall be removed from trench, the joints cleaned and the pipe relaid. 11 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 6 LJi Oct-09 L ? The Water Utilities Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 3.9 TRENCH EXCAVATION The Contractor shall excavate as necessary to attain the lines and grades at the locations shown on the Plans or as staked in the field. All trench excavations shall be open cut, unless otherwise shown on the Plans or approved by the City's Inspector. There will be no classification of materials excavated. The Contractor shall protect adjoining private and public property and facilities, including underground and overhead utilities, curbs, sidewalks, driveways, structures and fences. Disturbed or damaged facilities or property shall be suitably restored or replaced at the Contractor's expense. Excavated materials unsuitable for backfill or not required for backfill shall be disposed of by the Contractor. The Contractor shall prevent surface water from flowing into excavations. Water shall not be permitted to rise in trenches that have not been backfilled. Any pipe having its alignment or grade changed as a result of a flooded trench shall be re-laid at the Contractor's expense. Repose of excavation and use of shoring, sheathing, or trenching boxes shall conform to current OSHA regulations and all state and local safety requirements. 3.10 DEWATERING All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. Water shall be disposed of in a manner that does not inconvenience the public or result in a menace to public health. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 3.11 BACKFILLING AROUND PIPE The backfill shall be in accordance with these specifications and the details as shown in the plans. The backfill around the pipe and to a point 12" above the top of the pipe shall be carefully placed and shall be loose top soil or finely divided caliche free of organic matter, rocks or hard clods larger than two inches. The remainder of the backfill that is above twelve inches (12") higher than the top of the pipe at all locations, except under highway crossings and railroad crossings, shall be backfilled with loose excavated material in 12" maximum layers and compacted by forcing water into the backfill at the level of the top of pipe until the water level rises to within eighteen inches of the natural ground surface. The water shall be forced into the backfill at locations not more than ten feet apart. 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 7 Oct-09 In areas to be capped with concrete, the remainder of the backfill that is above twelve inches (12") higher than the top of the pipe shall be backfilled with select excavated material in 6 inch to 12 inch layers and compacted to 95% standard proctor density. The moisture content shall be attained by prewetting and thoroughly mixing before applying appropriate layers to accomplish desired compaction. All surplus material shall be loaded and wasted at the Contractor's expense, at locations approved by the Engineer. Following the completion of the backfilling the Contractor shall maintain the street and trench surfaces, in a satisfactory manner until final completion and acceptance of the work. The maintenance to include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. The Contractor shall maintain and be responsible for all paving cuts until such time as City Forces shall repair cuts with asphalt. 3.12 SURFACE RESTORATION All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be resurfaced in kind or as shown on the Plans. 3.13 CLEAN UP All rubbish, unused materials and other non-native materials shall be removed from the jobsite. All excess excavation shall be disposed of as specified by the City's Inspector, and the right-of- way shall be left in a state of order and cleanliness. 3.14 MANHOLE CONSTRUCTION A. STANDARDS The latest published revision of: ASTM C 891: Installation of Underground Precast Concrete Utility Structures shall apply- B. MATERIALS The Contractor shall install manholes of the dimensions shown on the Plans. C. MANHOLE BASE Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than the outside diameter of the manhole riser section. Concrete shall be minimum 3000 psi. Concrete placement shall conform to ACI and good construction practices. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 8 Oct-09 Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. D. MANHOLES BARRELS Manhole barrels shall be assembled of precast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. Changes in direction of flow shall be made with a smooth curve of as large radius as the size of the manhole will permit. Changes in size and grade of the channels shall be made gradually and evenly. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. T he floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. Free drop inside the manhole shall not exceed 30" measured from the invert of the inlet pipe to the invert of the outlet pipe. Where the drop exceeds 30", drop manholes shall be constructed as detailed on the Plans or as shown in the Standard Details. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section methods. Preformed flexible plastic sealing compounds similar or equal to "Ramnek" or "Kent Seal" are also acceptable, provided acceptable watertightness is achieved. E. TOP OR CONE SECTIONS Flat top sections may be used on shallow lines where standard cone sections will not conform to specified elevations. Cone shaped top section shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. Adjusting rings may be used for adjusting the top elevation, except that the total height of the I-F adjusting rings shall not exceed 12 inches at any manhole. Each manhole shall have a minimum of 6 inches of grade adjustment. Rings shall be set to the elevations shown on the Plans or established by the City's Inspector. Concrete shall be placed around and under the ring to provide a seal and properly seat the ring at the required elevation. Concrete shall be rounded -off in accordance with the Standard Details. F. WATERTIGHTNESS 063126003 SEWER WORKS PIPING AND APPURTENANCES Oct-09 3.15 The finished manhole is expected to be as watertight as the pipe system it is incorporated into. Infiltration or exfiltration shall not exceed the limits established in Subsection 602-3.14. All connections between riser sections, bases and tops shall be sealed with preformed flexible plastic joint sealing compound. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. Grade of materials, quantity of materials and application temperatures recommended by the manufacturer shall govern. Sealing compound similar or equal to "Ramnek" or "Kent Seal" shall be used. G. BACKFILLING Backfilling around manholes shall conform to the requirements as specified for backfilling. Bedding material shall be placed up to a point equal to that required for the adjacent pipe. H. SURFACE RESTORATION Surface restoration shall conform to the requirements of Subsection 602-3.8. I. QUALITY CONTROL Inspection, testing, approval and acceptance shall conform to the requirements of Subsection 3.13. Materials not inspected by the City's Inspector or damaged by an action of the Contractor may be subsequently rejected and replaced at the Contractor's expense. J. CLEAN UP All rubbish, unused materials and other non-native materials shall be removed from the jobsite. All excess excavation shall be disposed of as specified, and the right-of-way shall be left in a state of order and cleanliness. INTERIOR MANHOLE COATING A. GENERAL: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. B. MATERIALS: i. The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 10 Oct-09 ii. The specialty cement -based manufactured by Quadex, Inc v _t Materials. coating material shall be either Quadex QM -Is as or Reliner MSP as manufactured by Standard Cement iii. The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Standard Long Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi iv. Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: i. Protective coating shall not be installed until the structure is complete and in place. ii. Preliminary Repairs: �y a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all loose material. iii. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 11 Oct-09 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 3.16 CONNECTION TO CITY SEWERAGE SYSTEM Flow of any kind into the existing sewerage system shall not be allowed until the sewer has been satisfactorily completed and accepted for use by the Water Utilities Department. 3.17 INSPECTION, TESTING, APPROVAL AND ACCEPTANCE OF GRAVITY FLOW SANITARY SEWERS A. STANDARDS The latest published revision of the Quality Standards in effect at the time of bid shall apply. ASTM C 969: Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C 828: Low Pressure Air Test of Sewer Lines. UNI B 6: Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe. (Published by Uni-Bell Plastic Pipe Association) B. MATERIALS Water used for exfiltration tests shall be potable or as otherwise approved by the City's Inspector. Equipment necessary for any of the tests shall be of the type, quality and capacity to perform the operations required and to execute the tests specified, and shall be furnished by the Contractor along with all labor and materials including water. 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 12 Oct-09 C. INSPECTION The City's Inspector shall inspect and approve all work accomplished. Deflection testing shall be performed at the discretion of the City's Inspector. D. CLEANING Prior to testing any section of sewer, the Contractor shall remove all foreign matter from the interior of the system. Flushing a cleaning ball, pressure jetting or other appropriate cleaning method approved by the City's Inspector may be used. Watertight plugs or other methods approved by the City's Inspector shall then be used to prevent dirt or debris from entering the system. E. TESTING Testing shall be conducted by the Contractor and at this own expense All testing shall be accomplished in the presence of the City's Inspector or his authorized representative. The City's Inspector shall be notified 24 hours in advance of the testing. Testing shall not commence on any portion of the pipeline, until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. The Contractor shall have the option of conducting a water exfiltration test, a low-pressure air test, or an infiltration test if the pipeline is continuously subjected to an exterior hydrostatic head. The sewer line being tested may be filled with water for a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. i. Exfiltration Test Each section of the pipeline shall be tested between successive manholes or other structures. The lower end of the section shall be closed with a watertight device. The inlet end of the section to be tested shall be filled with water to a point 4 feet above the pipe invert at the centerline of the upper manhole or structure. If the ground water level is above the pipe invert, the water level in the upper manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the City's Inspector. The allowable leakage by exfiltration shall not exceed 200 gallons/inch diameter/mile/day. The leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. The Contractor shall repair obvious or concentrated leaks and whatever repairs are necessary to reduce exfiltration leakage to an acceptable rate. The Contractor shall repeat the 4 hour exfiltration test after repairs until an acceptable leakage rate is attained. All repairs required shall be at the Contractor's expense. 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 13 Oct-09 3.18 Portions of the' work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of City Inspector. INSPECTION, TESTING, APPROVAL AND ACCEPTANCE OF MANHOLES A. SCOPE The work covered by this Specification consists of the inspection, testing, approval and acceptance of manholes. The work may include leakage testing. B. STANDARDS UNI- B-6: Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe (Published by Uni-Bell Plastic Pipe Association) ASTM C 969: Infiltration and Exfiltration Acceptance Testing of Installed Concrete Pipe Manholes. C. MATERIALS Water used for exfiltration tests shall be potable or as otherwise approved by the City's Inspector. Equipment necessary for any of the tests shall be of the type, quality and capacity to perform the operations required to execute the tests specified, and shall be furnished by the Contractor along with all labor and materials including water. D. INSPECTION The City's Inspector shall inspect and approve all work accomplished. E. CLEANING Prior to testing any manhole, the Contractor shall remove all foreign matter from the interior of the manhole. Chunks of concrete, mortar, or other debris (including dirt that may have intruded into the interior of the manholes) shall be removed by mechanical means. Small gravel or grit may be removed by flushing, pressure jetting or other appropriate cleaning methods approved by the City's Inspector. After cleaning, the manhole cover shall be positioned to prevent dirt or debris from entering the manhole. Other means of preventing intrusion of dirt or debris may be employed if approved by the City's Inspector. F. TESTING All manholes shall be tested for leakage by an exfiltration test. Manholes may also be tested for infiltration when, in the opinion of the City's Inspector, high ground water levels indicate the possibility of excessive infiltration leakage at the manhole. 063126003 SEWER WORKS PIPING AND APPURTENANCES 02666 - 16 Oct-09 i. Exfiltration Test All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The manhole shall be filled with water to a point 4 feet above the outlet pipe invert, measured at the centerline of the manhole. If the ground water level is above the pipe invert, the test level shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the City's Inspector. The allowable leakage shall not exceed 0.1 gallon/foot diameter/foot of head during a 4 hour test. The manhole may be allowed to remain saturated to allow absorption into the 4 ! manhole wall for 4 to 72 hours prior to testing. The Contractor shall repeat the 4 hour exfiltration test after repairs until an acceptable leakage rate is attained. All repairs required shall be at the Contractor's expense. ii. Infiltration Test Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the procedures set forth in Section 8 of UNI-13-6. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City's Inspector. The test shall be conducted after the manhole has been subjected to the maximum ground water level for at least 4 hours to thoroughly saturate the manhole wall. The allowable infiltration shall not exceed 0.1 gallon/foot of diameter/foot of head during a 4 hour test. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. All repairs required shall be at the Contractor's expense. G. ACCEPTANCE 063126003 a Oct-09 Portions of the work completed may be placed in operation after cleaning, testing and inspection requirements have been fulfilled. Such partial use of partial acceptance shall be subject to approval of City Inspector. END OF SECTION 02666 SEWER WORKS PIPING AND APPURTENANCES 02666 - 17 SECTION 02741 HOT -MIX ASPHALT PAVING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to this work of section. 1.2 SUMMARY A. This Section includes the following: 1. Hot -mix asphalt paving. 2. Hot -mix asphalt patching. 3. Asphalt surface treatments. 4. Pavement -marking paint. 5. Cold milling of existing hot -mix asphalt pavement. 1.3 RELATED SECTIONS A. Section 01400 - Quality Requirements. B. Section 02300 - Earthwork. C. Section 02764 - Pavement Joint Sealants. 1.4 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. TxDOT: Texas Department of Transportation "Standard Specifications for Construction z and Maintenance of Highways, Streets, and Bridges" 2004. 1.5 REFERENCES AASHTO T 102 Spot Test of Asphaltic Materials AASHTO T 245 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus } -- AASHTO M 248 Standard Specification for Ready -Mixed White and Yellow Traffic Paints Al MS-2 (1994) Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types AIMS-22 Construction of Hot Mix Asphalt Pavements ASTM C 29/C 29M (1991; Rev. A) Unit Weight and Voids in Aggregate 063126003 HOT -MIX ASPHALT PAVING 02741 - 1 t Oct-09 PART 2-PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate a. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications 2. Fine Aggregate a. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications 3. Mineral Filler a. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications B. Asphalt 1. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications C. Prime and Tack Coat 1. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications D. Joint Sealant 1. ASTM D 3405 or AASHTO M 301, hot -applied, single -component, polymer -modified bituminous sealant. E. Emulsified Asphalt Sealer I . Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications F. Release Agents 1. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications F. Mix Design 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and complying with the following requirements: a. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course a. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications 3. Surface Course a. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications, 063126003 HOT -MIX ASPHALT PAVING 02741 - 6 Oct-09 i PART 3 EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application 1. Immediately following the surface preparation, apply the prime coat by means of the bituminous distributor. Apply the bituminous material at a pressure range of 25 to 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated with slight puddling on the surface. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each application, so that flow from the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Immediately after the application, remove the building paper and apply bituminous material to spots missed by the distributor. B. Curing 1. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours, or longer as may be necessary, to attain penetration into the foundation course and evaporation of the volatiles from the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. C. Temperature 1. Maintain application temperature between 68 ° F and 149 ° F. D. Protection 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. i 3.3 TACK COAT A. Application 1. Apply the tack coat when the surface to be treated is dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of the bituminous distributor, within the limits of temperature specified herein and at a rate of J not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material. Following the application of bituminous material, allow the surface to cure without being disturbed for period of 063126003 HOT -MIX ASPHALT PAVING 02741 - 7 Oct-09 If the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft radius or less. 3.3 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. I . Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. I. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than I inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Curb and Gutter I . Place 3/4" pre -molded expansion joints at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. 2. Locate construction joints of at least 3/4" depth at 10 foot intervals. E. Sidewalk 06 23 11 6003 PORTLAND CEMENT CONCRETE PAVEMENT 4--'c-t-09 02751 - 8 1. Place'/4" expansion joint material where new construction abuts an existing structure, sidewalk, etc. 2. Place expansion joints at 36 ft. spacing (max). 3. Place weakened plane joints at 5 ft. spacing (max). They shall be'/4" wide by %" deep. F. Driveways and Pavements 1. Install dowel bars and support assemblies at joints. Dowel bar spacing and size as directed by Engineer. Lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 2. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Radius: 1/4 inch. b. Bottom Width: 3/8 inch. C. Top Width: 3/4 inch. d. Depth: 1 5/8 inch. s.` 3.5 CONCRETE DELIVERY A. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 inches. Segregated concrete is subject to rejection. Place agitated concrete within 60 minutes after batching. Place non -agitated concrete within 45 minutes after batching. In hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. 3.6 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Where hand spreading is necessary, distribute concrete using shovels do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. 063126003 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 9 Oct-09 G. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. H. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. I. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. J. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected to fall below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. K. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and s follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. L. Date Imprinting: Imprint dates in the fresh concrete indicating the date of the concrete placement. Make impressions approximately 1 foot from the outside longitudinal construction joint or edge of pavement and approximately I foot from the transverse construction joint at the beginning of the placement day. Orient the impressions to be read from the outside shoulder in the direction of final traffic. Impress date in DD-MM-YY format. Imprinting of the Contractor name or logo in similar size characters to the date is allowed. M. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications. 3.7 CONCRETE FINISHING A. General: Wetting of concrete surfaces with water during screeding, initial floating, or finishing operations is prohibited. However, Contractor should prevent surface drying of the pavement before application of the curing system. Accomplish this by fog applications of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shut down of pavement operations. 063126003 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 10 Oct-09 B. Finished Surface: Perform sufficient checks with long -handled 1Oft. and 15-ft. straightedges parallel and perpendicular to centerline on the plastic concrete to ensure that the final surface has no variation greater than 1/8-in between any 2 contacts. Diamond grinding or other approved methods will be required to correct the ride quality should this tolerance be exceeded. C. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Burlap Finish: For sidewalks, drag a seamless strip of damp burlap across float -finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2. Medium -to -Fine -Textured Broom Finish: For curb and gutter, draw a soft bristle broom across float -finished concrete surface perpendicular to line of traffic to provide a uniform, fine -line texture. 3. Medium -to -Coarse -Textured Broom Finish: For fillets, driveways and alleys, provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. 4. Tined Finish: for concrete pavement, perform surface texturing using a combination of a carpet drag and metal tining. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory ._ 7 coarsely textured surface. A metal -tine texture finish is required unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 inch deep, with a minimum depth of 1/8 inch, and approximate-ly 1/12 inch wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on other irregular sections of pavements. Repair damage to the edge of the slab and joint immediately after texturing. D. Small or Irregular Placements: Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. E. Emergency Procedures: Use hand -operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 3.8 CONCRETE PROTECTION AND CURING A. Curing: Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days unless specified otherwise. A curing day is defined as a 24-hr period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. 063126003 Oct-09 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 11 1 __ 3.9 B. Protect freshly placed concrete from excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. D. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: l . Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft. per gallon. Apply the first coat within 10 minutes after completing texturing operations. Apply the second coat within 30 minutes after completing texturing operati ons. Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. 4. Curing Class E Concrete: For all Class HES concrete pavement, provide membrane curing in accordance with Section 360.4.I.1, "Membrane Curing," followed promptly by moisture curing until opening strength is achieved but not less than 24 hours. SAWING JOINTS A. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hour of curing. 063126003 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 12 Oct-09 3.10 PROTECTION OF PAVEMENT AND OPENING TO TRAFFIC A. Testing for early opening is the responsibility of the Contractor regardless of job -control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement: Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway w ith overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to All Traffic: Pavement that is 7 days old may be opened to all traffic. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. 3. Opening Pavement to Construction Equipment: Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hour old and opening strength has been demonstrated in accordance with Section 360.4.K.4, "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at least 2 feet from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 foot from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4. Early Opening to All Traffic: Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 2,800 psi, except that pavement using Class HES concrete may be opened after 24 hour if the specified strength is achieved. a. Strength Testing: Test concrete specimens cured under the same conditions as the portion of the pavement involved. 5. Emergency Opening to Traffic: Under emergency conditions, when the pavement is at least 72 hour old, open the pavement to traffic when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. 3.11 PAVEMENT THICKNESS A. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform I thickness test consisting of I reading at approximately the center of each lane every 500 feet or fraction thereof. Core where directed in accordance with Tex-424-A to verify deficiencies of more than 0.2 inches from plan thickness and to determine the limits of deficiencies of more than 0.75 inches from 063126003 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 13 Oct-09 plan thickness. Fill core holes using a concrete mixture and method approved by the Engineer. 1. Thickness Deficiencies Greater than 0.2 inches: When any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 inches from the plan thickness, take one 4-inch diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 inches but not by more than 0.75 inches from the plan thickness, take 2 additional cores from the unit (as defined in Section 3.11.A.3, "Pavement Units for Payment Adjustment") at intervals of a least 150 feet and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the av-erage thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 inches will be considered as the specified thickness plus 0.2 inches. 2. Thickness Deficiencies Greater than 0.75 inches: If a core is deficient by more than 0.75, take additional cores at 10 foot intervals in each direction parallel to the centerline to determine the boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 inches but not more than 1 inch. As directed, remove and replace the deficient areas without additional compensation or retain deficient areas without compensation. Remove and replace any area of pavement found deficient in thickness by more than 1 inch without additional compensation. 3. Pavement Units for Payment Adjustment: Limits for applying a payment adjustment for deficient pavement thickness from 0.20 inch to not more than 0.75 inch are 500 foot of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. For greater than 0.75 inch deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 inch deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10 foot interval investigation as deter -mined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 feet wide or wider will be considered as lanes. Shoulders less than 6 feet wide will be considered part of the adjacent lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 feet in length. Ares less than 500 feet in length will be individually evaluated for payment adjustment based on the plan area. r1 063126003 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 14 ; Oct-09 LJI ` 4. Deficient Thickness Adjustment: Where the average thickness of pavement is deficient in thickness by more than 0.2 inches but not more than 0.75 inches, payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 3.11.A.3, "Pavement Units for Payment Adjustment". Table 2 Deficient Thickness Price Adjustment Factor Deficiency in Thickness Determined by Cores in. Proportional Part of Contract Price Allowed adjustment factor Not deficient 1.00 Over 0.00 through 0.20 1.00 Over 0.20 through 0.30 0.80 Over 0.30 through 0.40 0.72 Over 0.40 through 0.50 0.68 Over 0.50 through 0.75 0.57 3.12 PAVEMENT MARKINGS A. Permanent pavement markings shall be reflectorized multipolymer (Modified Urethane) applied in accordance with manufacturer's recommendations including surface preparation. B. Materials and installation for surface markings shall be in accordance with TxDOT Specifications. 3.13 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Compressive -Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd.. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 3. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 4. Slump: ASTM C 143; one test at point of placement for each compressive -strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 5. Air Content: ASTM C 231, pressure method; one test for each compressive -strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 6. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive -strength specimens. 063126003 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 15 _ Oct-09 7. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. C. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the sits in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F to 80 degrees F, and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single 063126003 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 16 Oct-09 core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 3.14 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Engineer when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material from construction traffic. Sweep concrete pavement not more than two days before date scheduled for opening section to public traffic. END OF SECTION 02751 063126003 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 17 Oct-09 SECTION 02764 PAVEMENT JOINT SEALANTS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division l - General Requirements apply to work of this section. II6�Yf]OITG,IMA A. This Section includes the following: 1. Expansion and contraction joints within portland cement concrete pavement. 2. Joints between portland cement concrete and asphalt pavement. 1.3 RELATED DOCUMENTS A. Section 02751 — Portland Cement Concrete Pavement. B. Section 02741 — Hot -Mix Asphalt Paving. 1.4 REFERENCES A. ASTM C 1 193 — Use of Joint Sealants B. ASTM D 5249 — Backer Material for Use With Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints C. ASTM D 1751 — Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) D. ASTM D 3405 — Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements E. ASTM D 3406 — Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements F. ASTM C 920 — Elastomeric Joint Sealants G. DMS — TxDOT Departmental Material Specification. H. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications 1.5 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint -sealant samples in 1/2-inch-wide joints formed between two 6-inch-long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: l . Materials forming joint substrates and joint -sealant backer materials have been tested for compatibility and adhesion with joint sealants. 063126003 PAVEMENT JOINT SEALANTS 02764 - 1 Oct-09 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. l . Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 063126003 PAVEMENT JOINT SEALANTS 02764 - 2 Oct-09 PART 2 -PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751. C. Joint sealant shall be in accordance with DMS - 6300. 1. For joints between portland cement concrete and asphalt concrete provide class 3,4or5. 2. For joints in Portland cement concrete pavement. Provide Class 5 or 8. D. Mix material in accordance with manufacturer recommendations. 2.2 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold -and Hot -Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold -and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. 063126003 PAVEMENT JOINT SEALANTS 02764 - 3 Oct-09 B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling ofNonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 063126003 PAVEMENT JOINT SEALANTS 02764 - 4 Oct-09 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. 063126003 Oct-09 END OF SECTION 02764 PAVEMENT JOINT SEALANTS 02764 - 5 SECTION 02920 LAWNS AND GRASSES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This section refers to establishment of grasses for developed and undeveloped areas damaged or removed by construction activities. All developed areas are to be sodded using approved methods and materials. All undeveloped areas are to be seeded using approved methods and materials. Where seeding is required the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.3 RELATED DOCUMENTS A. Related Sections include the following: 1. Section 02300 -Earthwork 2. Section 02317 -Excavation and Backfill for Structures 1.4 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Developed Areas: Area disturbed by construction activities adjacent to homes apartments or businesses along the roadway. For the purposes of meeting the re -vegetation requirements required under this project, developed areas shall be defined as land with any type of improvement such as a home apartment building, storage building, fence, or any type of business. F. Undeveloped Areas: Area disturbed by construction activities where the land is not developed. For the purposes of meeting the re -vegetation requirements for this project, undeveloped areas shall be defined as land without improvements. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and 063126003 LAWNS AND GRASSES 02920 - 1 Oct-09 X61 1.7 1.8 variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass, identifying source, including name and telephone number of supplier. 2. Certification that any trees, sod or seed are from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any developed or undeveloped area, submit video or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Seeding: February - May 2. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re -seed or re -sod areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. 1.9 UNDEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than 40 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. 063126003 LAWNS AND GRASSES 02920 - 2 Oct-09 C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water seed at a minimum rate of 1 inch per week. — D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: J I. Mow ass 4 inches to 6 inches high. �' g E. Seeding/Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is Fv_ dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to seeded area. 1.10 DEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than the following periods: 1. Sodded Lawns: 30 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist to a depth of 4 inches. I . Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1/2 inch to 2 inches high. E. Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. 063126003 LAWNS AND GRASSES 02920 - 3 Oct-09 PART 2 -PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Use Bermuda grass seed for disturbed undeveloped areas. Choose a variety such as Sahara Bermuda or Yuma Bermuda and submit to the Engineer 60 days prior to planting for approval. 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Bermuda grass (Cynodon dactylon tiffway cultivar) 2.3 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. 063126003 LAWNS AND GRASSES 02920 - 4 Oct-09 r_ B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge -- of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Remove weeds before seeding by applying selective herbicides as required do not use pre -emergence herbicides. D. Limit subgrade preparation to areas to be planted. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any ^- dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 1-7 2. Reduce elevation of planting soil to allow for soil thickness of sod. E. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: i 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. J 2. Remove stones larger than one inch in any * dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property- F. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas - that can be planted in the immediate future. G. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. H. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.3 DRILLED SEEDING A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 2 lb. of pure live seed (pis) per 1000 sf. C. Roll lightly, and water with fine spray. 3.4 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. 063126003 LAWNS AND GRASSES 02920 - 5 Oct-09 3.5 SODDING A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.6 RENOVATION OF LAWNS A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. I . Reestablish lawn where settlement or washouts occur or where minor regrading is required. 2. Contractor shall replace damaged grass or plants with grass or plants that are identical to those present in the existing lawn or landscaping. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.7 SATISFACTORY GRASS ESTABLISHMENT A. Satisfactory Seeded Area: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded Area: At end of maintenance period, a healthy, well -rooted, even -colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 063126003 LAWNS AND GRASSES 02920 - 6 Oct-09 3.8 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. 063126003 Oct-09 END OF SECTION 02920 LAWNS AND GRASSES 02920 - 7 DIVISION 3 — CONCRETE 063126003 DIVISION 3 — CONCRETE Oct-09 No Text SECTION 03300 CAST -IN -PLACE CONCRETE PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division l -General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes, but is not limited to cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Cast -in -place concrete includes but is not limited to the following: 1. Concrete Rip -rap. 2. Sign anchors. 3. ADA ramps. 4. Illumination pole foundations. 5. Headwalls, wingwalls, and aprons. 6. Utility encasements. 7. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. C. Concrete for pavement, sidewalk, curb and gutter, driveways, alleys, and cast -in -place culverts shall meet the requirements of Section 02751 -Portland Cement Concrete Pavement. 1.3 SUBMITTALS A. Submit product data in accordance with Section 01330 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete mix. D. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering of formwork are Contractor's responsibility. G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing reshoring. 063126003 Oct-09 CAST -IN -PLACE CONCRETE 03300 - 1 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." l . Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART 2 -PRODUCTS 2.1 FORM MATERIALS A. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications 2.2 REINFORCING MATERIALS A. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications 2.3 CONCRETE MATERIALS A. Portland Cement: Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications B. Water: Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications. 063126003 CAST -IN -PLACE CONCRETE 03300 - 2 Oct-09 E. Admixtures, General: Provide concrete admixtures that contain not more than 0.1 percent chloride ions. F. Air -Entraining Admixture: Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications G. Water -Reducing Admixture: Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications H. High -Range Water -Reducing Admixture: Refer to City of Lubbock Public Works 1 Engineering — Standard Paving Specifications I. Water -Reducing, Accelerating Admixture: Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications J. Water -Reducing, Retarding Admixture: Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications FT K. Water Proofing Admixture: Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications 2.4 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.5 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. C. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -forming curing compound complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 lb/sq.yd. when applied at 200 sq. ft./gal. D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.6 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 1. 3000 psi, 28-day compressive strength. 2. Type I cement. 063126003 Oct-09 CAST -IN -PLACE CONCRETE 03300 - 3 3. Fly Ash: Allow up to 30% of cementitious material. 4. Minimum Slump: 4 inches. 5. Maximum Slump: 6 inches. 6. Maximum Water Cementitious Water Ratio:.55. 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. D. Water related structures mix design: Provide normal weight concrete with the following properties: 1. 4500 psi, 28-day compressive strength. 2. Type I cement 3. Fly Ash: 30% of total cementitious weight. 4. Minimum slump: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio:.40 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. 8. Water proofing admixture. E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 2.7 ADMIXTURES A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg Fahrenheit. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 2.9 FLOWABLE FILL Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2 sacks per cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. 063126003 CAST -IN -PLACE CONCRETE 03300 - 4 160911� PART 3 -EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. 063126003 CAST -IN -PLACE CONCRETE 03300 - 5 Oct-09 l . Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS DIA. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads designed and accepted for this purpose may be used for slabs. C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. D. Ends of storm sewer pipe to be embedded in cast -in -place walls shall be in place prior to setting formwork and reinforcement, floor slab inclusive. 063126003 CAST -IN -PLACE CONCRETE 03300 - 6 Oct-09 i_y^. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form -coating compound before placing reinforcement. B. Do not allow excess form -coating material to accumulate in forms or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not acceptable. 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. L' E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly PF worked around reinforcement, other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or t' 1- darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. v_ F. Cold -Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 063126003 CAST -IN -PLACE CONCRETE 03300 - 7 .__ Oct-09 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. 4. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. 1. Water may be added to the concrete at the project site, subject to the following conditions: I . Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. 3. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to mix. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form -facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 063126003 CAST -IN -PLACE CONCRETE 03300 - 8 Oct-09 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until - ready for floating. Begin floating, using float blades or float shoes only, when surface .,. water has disappeared, or when concrete has stiffened sufficiently to permit operation of power -driven floats, or both. Consolidate surface with power -driven floats or by hand -floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut down high spots and fill lows spots. Uniformly g p p U ormly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove with a mild detergent or a mild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin film -finish coating system. 1. After floating, begin first trowel -finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, '�. and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with - — fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing. 063126003 CAST -IN -PLACE CONCRETE 03300 - 9 Oct-09 D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 1 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray. Recoat areas subjected to rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -coating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to Engineer. B. Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalis, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete. 063126003 CAST -IN -PLACE CONCRETE 03300 - 10 Oct-09 D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for F L_ smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other " objectionable conditions. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 s days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 4. Repair defective areas, except random cracks and single holes not exceeding I inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas r with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and single holes indicate weeping and leakage under adjacent hydrostatic -- head, seal with Avanti International Scotch Seal 5600 urethane, water -activated grout prior to dry packing. F. Perform structural repairs with prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. 1' G. Repair methods not specified above may be used, subject to acceptance of Engineer. 3.15 HYDRAULIC LEAKAGE REPAIR A. Joints, embedments and penetrations that exhibit leakage or weeping when under adjacent hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 water -activated urethane grout. Procedures and surface finish over urethane grout shall be as approved by the Engineer. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed by Contractor as follows: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed. One test for each set of compressive strength cylinders cast. 063126003 Oct-09 CAST -IN -PLACE CONCRETE 03300 - 11 b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of air -entrained concrete. c. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressive -strength specimens. One test for each set of compressive strength cylinders cast. d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for each compressive -strength test, unless otherwise directed. Mold and store cylinders for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day tests and 28-day tests. C. Additional Tests: The Contractor will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or c. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 063126003 CAST -IN -PLACE CONCRETE 03300 - 12 Oct-09 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests '^ a. Three representative cores shall be taken from each member or area of concrete for each test cc__sdered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be " replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. c. Questionable concrete will be considered structurally acceptable if the average of i the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION 03300 063126003 CAST -IN -PLACE CONCRETE 03300 - 13 - Oct-09 1__ APPENDIX A NOTICE TO CONTRACTOR The following contains Specifications taken directly from the Texas Department of Transportation's Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, adopted by TxDOT on June 1, 2004; provided for ease of reference and selected as being applicable to this project. In some cases, the provided TxDOT specifications may reference other TxDOT specifications that are not provided here. In the event that the TxDOT specifications provided here contain a reference to TxDOT specifications not provided here, the Contractor should utilize the 2004 version of the Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. 063126003 APPENDIX A APPENDIX A - I Oct-09 APPENDIX B TxDOT Standard and Special Specifications for Roadway Improvements The following are the governing specification for the roadway design along Indiana Avenue and FM 1585 in Lubbock, Texas. All specifications applicable to roadway construction for this project are identified as follows: TxDOT Standard Specifications: Adopted by the Texas Department of Transportation June 1, 2004. Standard specifications are incorporated into the contract by reference. Item 100 Preparation of Right of Way Item 300 Asphalts, Oils, and Emulsions Item 302 Aggregates for Surface Treatments Item 316 Surface Treatments (300)(302) Item 462 Concrete Box Culverts and Storm Drains(420)(421)(440)(464) Item 464 Reinforced Concrete Pipe Item 466 Headwalls and Wingwalls(420)(421)(440) Item 467 Safety End Treatment(420)(421)(432)(440)(442)(445)(460)(464) Item 512 Portable Concrete Traffic Barrier(420)(440)(442) Item 545 Crash Cushion Attenuators(421) TxDOT Special Provisions Item 100 SP 100-002 Item 464 SP464-003 Item 512 SP512-002 063126003 APPENDIX B --= Oct-09 APPENDIX B - I APPENDIX C TxDOT Standard and Special Specifications for Intersection Improvements The following are the governing specification for the signal designs for the intersections along Indiana Avenue at 108' Street, 114' Street and FM 1585 in Lubbock, Texas. All specifications applicable to traffic signal equipment and construction for this project are identified as follows: TxDOT Standard Specifications: Adopted by the Texas Department of Transportation June 1, 2004. Standard specifications are incorporated into the contract by reference. Item 104 Removing Concrete Item 416 Drilled Shaft Foundations (421)(440)(448) Item 500 Mobilization Item 502 Barricades, Signs, and Traffic Handling Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Item 618 Conduit Item 620 Electrical Conductors Item 624 Ground Boxes Item 628 Electrical Services (441)(445)(449)(618)(620)(656) Item 636 Aluminum Signs Item 644 Small Roadside Sign Supports and Assemblies(421)(440)(441)(442)(445)(634)(636)(643)(656) Item 666 Reflectorized Pavement Markings Item 678 Pavement Surface Preparation for Markings Item 680 Installation of Highway Traffic Signals (610)(636)(656)(6266) Item 682 Vehicle and Pedestrian Signal Heads Item 684 Traffic Signal Cables Item 686 Traffic Signal Pole Assemblies (Steel) (421)(441)(442)(445)(449) Item 687 Pedestal Pole Assemblies (445)(449)(656) Item 688 Pedestrian Detectors and Vehicle Loop Detectors (618)(624)(682)(684) TxDOT Special Provisions Item 500 SP500-005 Item 502 SP502-033 Item 506 SP506-010 Item 620 SP620-001 Item 636 SP636-014 Item 643 SP643-001 Item 682 SP682-001 Item 6266 SP6266-017 TxDOT Special Specifications Item 6266 Video Imaging Vehicle Detection System 063126003 Oct-09 APPENDIX C APPENDIX C - I APPENDIX D ILLUMINATION SPECIAL SPECIFICATION SS -ES 170909 LUB, Electrical Service This Specification governs for the materials, composition, and quality of electrical services furnished for this project. Bidders' and Suppliers' Requirements To be accepted on bids, materials must have approved product codes or designations and be from prequalified producers. The Traffic Operations Division (TRF) of the Texas Department of Transportation (TxDOT) maintains the material producers list of approved producer product codes or designations. Use the following link to view this list: ftp://ftp.dot.state.tx.us/pub/txdot-nfo/cmd/mpl/riaes.pdf. Provide evidence of UL certification to produce electrical services and to build service entrance enclosures. Material Requirements for Service Enclosures General Use new materials. Comply with the applicable provisions of the National Electrical Code (NEC) and National Electrical Manufacturers Association (NEMA) standards. Provide Underwriters Laboratories (UL) listed components. Size electrical service entrance conduit and conductors; disconnect, lighting contactor, circuit breaker panel, and branch circuit breakers, in accordance with the electrical service data on the plans. Faulty fabrication or poor workmanship in materials, equipment, or installation will be justification for rejection. Provide manufacturer's warranties or guarantees when manufacturers offer such warranties or guarantees as a customary trade practice. Provide padlocks keyed with Master #2195 for lockable electrical enclosures and safety switch. The utility company may install their locks upon acceptance of the project work. Provide circuit directories filled out to match plans. Label breakers and components using red plastic labels with 3/8 in. white letters. Use stainless -steel nuts, screws, bolts, and miscellaneous hardware. Use electrical conductors and components rated for 75°C. Provide a minimum size of #6 American Wire Gauge (AWG) for service entrance conductors. Refer to the electrical service data for additional information. 063126003 APPENDIX D APPENDIX D - I Oct-09 Provide a UL listed, heavy-duty, 600-V, unfused, NEMA type 3R enclosure safety switch equipped with a solid neutral (s/n) assembly if required by the serving utility. Fabricate enclosure from stainless steel unless the serving utility approves aluminum enclosures. Aluminum enclosures shall be fabricated from aluminum sheeting. Powder -coat paint the inside and outside of the steel enclosure. Paint enclosures gray, beige, white, or light green as directed by the serving utility. Provide the ability to padlock switch in the ON position. Provide electrical service type A services as schematically detailed on the Electrical Detail sheets. Provide other electrical service types when shown on the plans. Provide electrical service support types SP (U) as detailed on the Electrical Detail sheets. Provide other electrical service support type when shown on the plans. Provide thermal -magnetic branch circuit breakers with a minimum interrupting capacity of 10,000 amps and a voltage rating compatible with their use. Size branch circuit breakers in accordance with the electrical service data. Permanently and clearly mark branch circuit breakers identifying the circuit or device attached. Ensure circuit breakers meet the requirements of UL 489. Provide enclosures that meet NEMA Type 3R classification. Provide for conduit entering through the bottom. Do not allow conduit to enter through the equipment mounting back plate. Ensure service assemblies and enclosures are UL listed for the intended purpose. Use a UL listed industrial control panel shop to build or assemble Type A electrical service enclosures when a lighting contactor, photocell, and 3-position control station is required; and all auxiliary equipment enclosures mounted with service equipment and paid for as part of Item 628, "Electrical Services." Place a permanent sticker on the enclosure that has a unique serial numbered UL Label with the words "LISTED ENCLOSED INDUSTRIAL CONTROL PANEL." On the same label or on a different label, show the name, location, and phone number of the shop; the UL file number of the shop; the shop order or drawing number, the date of manufacture or assembly; and the line voltage. Label the electrical service enclosure "SUITABLE ONLY FOR USE AS SERVICE EQUIPMENT." Permanently label all electrical service enclosure doors "DANGER HIGH VOLTAGE" and provide other labels as required by UL or NEC. Provide self -sticking labels suitable for outdoor use. Meet OSHA lettering style and color requirements. Use I- to I-1/2-in.-tall letters. Smaller letters are permitted if the I- to 1-1/2-in.-tall letters will not physically fit on the smaller enclosures. Place labels on auxiliary enclosures. It is not necessary to place OSHA label on separate or auxiliary lighting enclosures when they are mounted in the same viewing plane as the electrical service enclosure door. 063126003 APPENDIX D APPENDIX D - 2 Oct-09 F419 Q Dial)" STEEL CASING IN OPEN -CUT TRENCH 063126003 APPENDIX E APPENDIX E - I Oct-09 APPENDIX F �Po CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS 063126003 APPENDIX F APPENDIX F - I -. Oct-09 CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS 44 i October 1, 2009 CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS TABLE OF CONTENTS SECTION PAGE NUMBER 1.1 GENERAL 5 1.2 Specifications 5 1.3 Warranty and Acceptance 6 `- 1.4 Testing and Inspection 6 1.5 Cleanup and Site Restoration 6 1.6 Notification of Property Owners 7 1.7 Protection of Utilities and Irrigation Systems 7 �A s 1.8 Water for Construction 7 2.1 CONCRETE 8 2.2 Classification 9 2.3 Mix Design 9 2.4 Strength Requirements 10 2.5 Cement 10 2.6 Aggregate 11 2.7 Flowable Fill 12 2.8 Water 12 2.9 Admixtures 12 2.10 Reinforcing Materials 12 2.11 Joints 13 2.12 Joint Sealing Materials 14 2.13 Curing Compounds 14 2.14 Forms for Concrete 14 2.15 Placing and Finishing Concrete 15 3.1 SUBGRADE 16 4.1 FLEXIBLE BASE (CALICHE) 17 4.2 Materials Tests 17 4.3 Flexible Base Construction 18 2 5.1 ASPHALT STABLIZED BASE (ASB) 18 5.2 ASB Mix design 19 5.3 Placing ASB 20 5.4 ASB Compaction 20 6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAC) 20 6.2 Thickness of HMAC Surface 21 6.3 Mix Design 22 6.4 Coarse Aggregate 23 6.5 Fine Aggregate 24 6.6 Asphalt 24 6.7 Production and Placement of HMAC 24 6.8 Compaction 26 6.9 Prime and Tack Coats 27 6.10 Emulsified Asphalt Sealer 27 6.11 Release agents 27 6.12 Sampling of HMAC 28 7.1 STORM SEWER 28 7.2 Reinforced Concrete Pipe 28 7.3 Mortar 28 7.4 Preformed Bituminous Gasket Joints 29 7.5 Manholes 29 7.6 Manhole Frames and Covers 30 7.7 Construction Methods 30 7.8 Excavation 31 7.9 Pipe Installation 32 7.10 Backfilling 33 7.11 Trench Protection 34 8.1 FENCES 35 9.1 SALVAGE OF ASPHALT PAVING 35 10.1 BARRICADES 35 11.1 PROSECUTION OF THE WORK AND WORKING DAYS 36 11.2 Working Days Definition 36 11.3 Work Between November 1 and January 2 37 3 12.1 MEASUREMENT AND PAYMENT 37 12.2 Curb and Gutter 38 12.3 Concrete Flat Slabs 38 12.4 Curb Ramps 38 12.5 Concrete Drainage Channel 35 12.6 Retaining Wall or Curb on Drain Channel or Curb Ramp 39 12.7 Concrete Median 39 12.8 Concrete Street Paving 39 12.9 Sawing and Sealing Joints 39 12.10 Storm Sewer Inlet Boxes and Manholes 40 12.11 Headwalls 40 12.12 Storm Sewer Pipe 40 12.13 Extra Vertical Feet of Manhole 40 12.14 Curb and Gutter Removal 40 12.15 Concrete Slab Removal 41 12.16 2 Sack Flowable Fill 41 12.17 Asphalt Paving 41 12.18 Asphalt Paving Repair 41 12.19 Excavation and Grading 42 12.20 Ditch Grading and Unpaved Street Surface Grading 42 13.1 STANDARD DETAILS 43 Street Crown Elevations Typical Asphalt Street Cross -sections Typical 24 inch Curb and Gutter Typical 30 inch Curb and Gutter Concrete Valley Gutter Alley Return and Alley Paving Tee Alley Typical Handicap Ramp Driveway with 4 Foot Property Line Sidewalk Driveway with 5 Foot (residential) or 6 Foot (thoroughfare) Curb Back Sidewalk 4 CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS 1.1 GENERAL The construction and materials for any City of Lubbock Public Works Engineering project shall conform to the following specifications and associated plan sheets. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's expense. No consideration will be given to requests for reduced payments, except as specified or extended warranties for construction or materials not in conformance with these specifications or the plan sheets. The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. Material Safety Data Sheets (MSDS) shall be required on all materials. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer The term Engineer used in these specifications may refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 1.2 SPECIFICATIONS Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. When information indicated on plan sheets is different from these specifications, the information on the plans shall govern. t t 2.7 FLOWABLE FILL Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1 /2 sacks per cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. Utility ditches in existing paved streets shall be backfilled with flowable fill from the bottom of the ditch to the - €" paving surface. Use of concrete in place of flowable fill is not acceptable, and if used in i place of flowable fill shall be removed by the contractor at his expense. is 2.8 WATER Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. j} 2.9 ADMIXTURES Admixtures may be applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C 494. Chemical admixtures shall not be used as a substitute for Cement. f Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with - { ASTM C 618 may be used with Types I, II, and III, Portland Cement. _ yl , When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash". Fly ash may constitute a maximum of 30% by weight of the cement. L.2 2.10 REINFORCING MATERIALS GENERAL - All concrete, including curb and gutter, shall incorporate wire mesh or fiber reinforcement, and/or other reinforcement as indicated on plan sheets. Metal reinforcement shall be grade 40 (40KSI) unless indicated otherwise on plan sheets.. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. STEEL - Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10 gauge welded wire fabric, or size as indicated on plan sheets. Reinforcing bars shall be open- hearth basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM i" } 12 F A 615 and ASTM A 305. Steel reinforcing materials stored at any location shall be protected from accumulations of grease, mud or other foreign matter, and rust producing materials. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Sleeves or wrapping shall be as indicated on plan sheets. Chairs shall be used to support the reinforcing, steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. FIBER - Fiber reinforcement may be used in place of wire mesh only if approved by the City Engineer. Fiber reinforcement shall be either 100% virgin polypropylene, collated, Fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to Novocon Xorex. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. The minimum physical characteristics on the fiber shall be as follows: Specific Gravity Tensile Strength Length 2.11 JOINTS 0.91 70,000 psi to 110,000 psi 3/4" Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. The 40 foot intervals may be omitted for machine placed curb and gutter. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. Tooled contraction joints, cut at least one quarter the concrete depth, shall be placed at 10 foot intervals. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint. Tooled contraction joints, cut 3/4 inch wide 1-5/8 inch deep, shall be placed at 13 foot intervals. Alley paving contraction joints shall be sealed with an asphaltic sealer. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. Joints shall be saw cut within 12 hours of placement of the concrete paving. The joints shall be sealed with an elastomeric system as specified in section 2.12. 13 Valley gutters and fillets shall be constructed with tooled construction joints. The joints shall be sealed with an elastomeric system as indicated in section 2.12. 2.12 JOINT SEALING MATERIALS Bituminous premolded expansion joint material shall conform to ASTM D 1751, and shall be placed as indicated on plan sheets or elsewhere in these specifications. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as required by plan sheets. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D 3405. Hot poured joint sealant for all other joints in Portland cement concrete pavement, shall conform to ASTM D 3406. Cold poured joint sealant shall conform to ASTM C 920. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. Compression of the backer rod material shall be approximately 25% shrinkage at 8 psi applied stress. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 2.13 CURING COMPOUNDS All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound and the application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 2.14 FORMS FOR CONCRETE Forms for concrete construction shall be set to the lines and grades established by the Engineer after subgrade has been prepared. The forms shall be held together and in place in such a manner that they will not move during the placing and working of the concrete. The forms shall be cleaned and oiled prior to placing concrete. 14 Face forms and construction joints (removable metal plates) shall be set to hold the concrete in place until it is to be finished. Forms that are warped or damaged in any manner so as to make them unacceptable to the Engineer shall not be used. Forms for radii shall be set in the same manner as straight forms, and shall be set to produce curves true to the plans. Face forms will not be required for curb and gutter on radii if a true section can be obtained by other methods acceptable to the Engineer. 2.15 PLACING AND FINISHING CONCRETE Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. Concrete shall be placed as close to its proper location as practical. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. The concrete shall be floated and troweled to the approximate section. No water shall be added during placement or finishing of any concrete, unless specifically authorized by the Engineer. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. For curb and gutter removal of face forms and finishing shall be started after a partial set occurs. For all concrete construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. Concrete shall not be placed when the ambient temperature is below 40 degrees F or if sustained winds are 25mph or higher as determined by the National Weather Service continuous broadcast, 748-1071 selection 2. If, while pouring concrete, the sustained winds exceed the 25mph all placement operations will cease immediately. Concrete shall not be placed on frozen subgrade. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. The surface of concrete street paving shall incorporate a tined finish. All other concrete surfaces shall be completed with a light broom finish. When forms are used for concrete paving the forms must stay in place for 3 days or until the concrete reaches 2400 psi. Wreck sets will be made by the City of Lubbock inspectors. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. Prior to acceptance, the contractor shall apply sufficient water to all concrete and paving to determine locations of ponding. Ponded areas shall be removed and replaced. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's expense. 15 4.3 FLEXIBLE BASE CONSTRUCTION Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction of 100% minimum of Standard Proctor Density with a moisture content of 1 % above to 2% below optimum. Densities will be taken by The City of Lubbock inspection staff. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. Windrow caliche shall not be removed until the base has passed finish inspection. Base which becomes wet, or other wise altered, may be subject to retesting and reprocessing as determined by the Engineer. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. 5.1 ASPHALT STABILIZED BASE (ASB) Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate (caliche is not an acceptable aggregate for ASB) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these specifications. In place compaction control is required for all ASB. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. The contractor shall replace the pavement removed from core holes at no cost to the City. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as directed by the Engineer. 18 5.2 ASB MIX DESIGN ASB shall be designed in accordance to TXDOT 340 specifications Type B (fine base) using the Texas gyratory compaction method (TX206-F).The contractor shall provide a current mix design, less than one year old, using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Sieve Size 1" 3/4" 3/8 #4 #8 #30 #50 #200 VMA % Passing by Weight: 0 98-100 60-80 40-60 29-43 13-28 6-20 2-7 12% plant Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. Optimum asphalt shall be determined in accordance with design method TX204-F, with a target density of 96.5% lab molded density. Asphalt content tolerances will be plus or minus .3%. Outside these parameters corrective action must be taken immediately, over .5% shall require immediate cease of production. No more than 20% RAP will be allowed in ASB designs. The percent asphaltic material shall be determined in accordance with Test Method Tex.-236F. Asphalt for the mixture shall meet the requirments of TxDOT Item "Asphalt, Oils, and Emulsions", and must be a performance graded (PG) 70-28 or better. The grade of asphalt and source must be approved by the Engineer prior to use. The contractor shall submit the mix design prepared by a qualified lab for approval by the Engineer. The Engineer will approve the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used. The asphalt content of the Job- Mix Formula during production shall not vary from the design more than 0.3% dry weight based on total mixture. 19 5.3 PLACING ASB Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. Prior to placing ASB, the subgrade shall be prepared as previously specified. The cross- section shall be constructed to form the specified crown on the HMAC surface at the centerline of the street, or as indicated on the plans. ASB shall not be placed when the air temperature, as reported by the National Weather Service 748-1071 selection 2, less than 50 degrees F ambient or 60 degrees surface temperature. During June, July, and August ASB shall be placed at a temperature between 255 and 285 degrees F. During other months ASB shall be placed at a temperature between 275 and 325 degrees F. Any ASB material that is above, or below the specified temperature range may be rejected by the engineer. No payment will be made for any rejected material. Any ASB material that is rejected shall be disposed of at a location observed and approved by the engineer's representative. The ASB material shall be laid on the approved prepared surface using an approved laydown machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. 5.4 ASB COMPACTION The ASB shall be compacted thoroughly and uniformly with approved rollers to a density consistently between 92% and 95% (but must be between 90% and 97%) of the theoretical maximum gravity with a lab molded target of 96.5% plus or minus 1%. All results will be calculated using the maximum theoretical Rice gravity. Lab molding will take place in accordance to the asphalt manufacturer's recommended temperature. Rolling patterns shall be set by using a thin lift nuclear gauge in order to ensure maximum compaction. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. 6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAC) Hot mix asphalt concrete surface shall consist of a minimum of one and one half inch thick compacted mixture of coarse aggregate, fine aggregate, mineral filler and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 Dense Graded Hot Mix Asphalt Method. 20 Mix designs will be in accordance with TX204-F with a lab molded density of 96.0% using the Texas gyratory compaction method. With a target VMA (voids in mineral aggregate) to be determined according to type of HMAC utilized. New designs shall be submitted annually, or when material properties change. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface consistently in compliance with these specifications. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. The combined mineral aggregate , after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in — accordance with Test Method Tex 203-F. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime in accordance with DMS-6350, or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TXDOT Item "Asphalt Anti -stripping Agents", and shall be added at the manufacturer's recommended dosage and temperature range. Core locations will be marked and cored at random locations by the City of Lubbock personnel. Cores must be at least 1- 1/4" prior to being trimmed. A minimum of 2 cores/600' block will be taken to determine compaction, thickness, and density. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. HMAC surface found to be deficient shall be corrected at the contractor's expense as directed by the Engineer. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 6.2 THICKNESS OF HMAC SURFACE The thickness of HMAC surface shall be a minimum of one and one half (1-1/2) inches, unless otherwise indicated on plans. If only one core measures zero to 1/4 inch less than required thickness no corrective action shall be required. If two or more cores measure at least 1/4 inch less than the specified thickness, the HMAC surface shall be considered deficient with respect to thickness. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. The paving surface shall not have variations exceeding 1 /8 inch between any two contact points on a 10 foot straightedge. Defects shall be remedied as directed by the engineer using methods specified in TXDOT Item 585 Ride Quality for Pavement Surfaces, Type A. 21 6.3 YM DESIGN The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex 204f. The aggregate mixture shall conform to the following master gradation: Tvne "C" (Coarse Graded Surface Course - Streets greater than 36 feet wide Percent passing 3/4" 95-100 Percent passing 3/8" 70-85 Percent passing No. 4 43-63 Percent passing No.8 32-44 Percent passing No. 30 14-28 Percent passing No. 50 7-21 Percent passing No. 200 2-7 VMA Design Minimum 14% Plant Produced Minimum 13% Tvne "D" ( Fine Graded Surface Course - Streets 36 feet or less wide Percent passing 1/2" 98-100 Percent passing 3/8" 85-100 Percent passing No. 4 50-70 Percent passing No. 8 35-46 Percent passing No.30 15-29 Percent passing No. 50 7-20 Percent passing No. 200 2-7 VMA Design Minimum 15% Plant Produced Minimum 14% Lab molded density will be plus or minus 1.0% of design before corrective action is required. Plus or minus 1.5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. Asphalt content will be plus or minus 0.3% before corrective action is required. Plus or minus 0.5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 22 1i' ' ^ Plasticity Index shall not exceed 15 t Linear Shrinkage shall not exceed 5 The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. 6.4 COARSE AGGREGATE Only coarse aggregate approved for usage must be on the TXDOT source rating catalog. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed faces for both Type "C" HMAC, and Type "D" HMAC, when tested in accordance with Test Method Tex -460-A Part I "Determination of Crushed Face Count". Decantation will be a maximum of 1.5%. Deleterious will be a maximum of 1.5%. Coarse aggregate shall have a maximum loss of 20% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. When subjected to the Los Angeles Abrasion Test, the coarse aggregate shall not have a loss greater than 40 percent by weight. 6.5 FINE AGGREGATE The fine aggregate is defined as that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. A maximum of 15% of the total virgin aggregate 23 may be field sand or other crushed fine aggregate. Screenings shall be of the same or similar material as specified for coarse aggregate. Linear shrinkage shall be a maximum of 3% Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent passing on No. 30 Sieve 95-100 Percent passing on No. 80 Sieve 75 minimum Percent passing on No. 200 Sieve 55 minimum 6.6 ASPHALT Asphalt shall be a Performance graded (PG) 70-28 or better, unless otherwise shown on plans. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. Optimum asphalt content will be determined by Test Method TEX 204-F. The contractor may select a JMF asphalt content which yields 96% compaction provided it is within 0.3% of the design. Asphalt content will be plus or minus 0.3% of design during production. When asphalt content falls outside these parameters immediate action is required. If at anytime the asphalt content falls to .5% immediate cease in production will take place until which time the contractor has provided sufficient evidence of the problem being corrected. 6.7 PRODUCTION AND PLACEMENT OF HMAC Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design they want to run on that project. The JMF will be held to tolerances as outlined. Description Differenc e from JMF Differenc a from city Individual percent retained for #10 sieve and larger ±5.0% ±5.0% Individual percent retained from #104200 ±3.0% f3.0% Percent passing #200 ±2.0% ± 1.6% Asphalt content percentage ±.3% ±.3% Laboratory molded density percentage + 1.0% f 1.0% HMAC surface constructed compacted thickness: Type D 1.5 inches minimum 2.5 inches maximum Type C 2.0 inches minimum 3.5 inches maximum. 24 The pavement shall be constructed on the previously approved base. Placing of HMAC - shall not start until 30 minutes after sunrise, and must stop and all equipment off the right g of way 30 minutes prior to sunset. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. Air temperature requirements for placing HMAC shall be as follows: November 1 to April 1 HMAC shall not be placed when the air temperature is below 55 degrees F and falling. HMAC may be placed when the air temperature is above 50 degrees F and rising. April 1 to November 1 HMAC shall not be placed when the air temperature is below 50 degrees F and falling. HMAC may be placed when the air temperature is above 45 degrees and rising. Air temperature shall be determined by the National Weather Service hourly report, 748-1071 selection 2. If the temperature of any HMAC, measured while passing through the lay down machine, is plus or minus 25 degrees F from the mixing temperature, the load shall be rejected. No payment will be made for rejected material. Any HMAC material that is rejected shall be disposed of at a location observed and approved by the engineer's representative. When weather is producing high winds, contractor must provide a water truck in order to keep the blowing dust down. If the sustained winds reach 25 mph, all concrete and hotmix operations will cease production immediately. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. Wings of the laydown machine may not be dumped unless they are dumped after every load. A level up course, 1/2 inch or more in thickness shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1 /4 inch above the curb or flush structure. 25 All joints shall present the same texture, density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. 6.8 COMPACTION HMAC surface compaction shall be consistently be between 92% and 95%, but must be between 90% to 97%, of the theoretical maximum gravity (Rice gravity). Using appropriate rollers approved by the Engineer, the pavement shall be compacted thoroughly and uniformly. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. 26 The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. When tested with a 10 foot straight edge placed parallel to ^_ the centerline of the roadway, or other means acceptable to the Engineer, the maximum deviation shall be not exceed 1/8 inch in 10 feet. An acceptable 10 foot straight edge �- shall be provided by the contractor. Any point in the surface not meeting this --, requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8 inch maximum deviation requirement may be waived by the Engineer. 6.9 PRIME AND TACK COATS Prior to placing HMAC on flexible base, the surface shall be primed, and cured 72 hours, using an application of 0.20 gallons of asphalt per square yard of surface. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned to the satisfaction of the Engineer. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. Prime coat will not be used as a tack coat. The tack coat shall be applied as directed by the Engineer with an approved sprayer. Where the pavement mixture will adhere, as determined by the Engineer, to the surfaces on which it is to be placed without the use of a tack coat, the Engineer may waive the requirement for the tack coat. All contact surfaces of curbs, structures, and joints shall be painted with a thin uniform tack coat. The prime coat should be MC 30 or AEP, the tack coat shall be asphalt materials such as PG, AC-10, or a similar product as approved by the engineer. 6.10 EMULSIFIED ASPHALT SEALER All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-114, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. 6.11 RELEASE AGENTS Diesel shall not be used as a release agent. Only approved agents (such as Black Magic 17 or equivalent) will be used. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 27 6.12 SAMPLING OF E MAC When sampling of mix for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). A "Referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. If the contractor results differ from the city's results by more than the amount outlined in section 6.7 then the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 7.1 STORM SEWER Storm sewer shall include installation of pipe, manholes, inlet structures and outlet structures. Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. Grade and horizontal alignment shall be maintained using a laser or batter boards. 7.2 REINFORCED CONCRETE PIPE Storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. The pipe shall conform to the requirements of AASHTO M-170 or ASTM C-76. Pipe shall be Class III unless otherwise noted on plan sheets. 7.3 MORTAR Mortar shall be used for caulking and filling between pipe and drainage structures. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. The Portland cement shall conform to the requirements of ASTM C-150, Type I. The sand shall conform to the requirements of ASTM C-144. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C-6. Mortar which has not been used after 45 minutes of having water added shall be discarded. Mortar may not be retempered by having water added. 28 „~ 7.4 PREFORMED BITUMINUS GASKET JOINTS Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements of Fed. Spec. SS-S=00210 (GSA-FSS), and shall be Ram-Nek or approved equal. Gaskets shall be installed in accordance with manufacturer's recommendations and shall form a water -tight joint. 7.5 MANHOLES Manhole barrel, cone and extension sections shall be constructed of precast concrete. A plant inspection may be required for production facility inspection and to review record - keeping for material certification. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications. Aggregates ASTM C-33 Cement ASTM C-150 Sampling Specimens ASTM C-39 Reinforcing ASTM C-185 Sand and Mortar ASTM C-144 Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. All joints shall be effectively jointed to prevent leakage and infiltration. All connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. This sealant will be provided by supplier and will be considered an essential part of each shipment. All cones and adjusting rings shall maintain a clear 24” opening. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C-478 specifications. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall of manhole. Manhole barrels shall be assembled of precast riser section. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. 29 Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. Changes in size and grade of the channels shall be made gradually and evenly. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. Adjusting rings may be used for adjusting the top elevation, except that the total height of the adjusting rings shall not exceed 12 inches at any manhole. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. Each manhole shall have a minimum of 6 inches of grade adjustment. 7.6 MANHOLE FRAMES AND COVERS Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear opening of not less than 22 inches. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 275 pounds. The manhole ring and cover shall be Western Iron Works #40 or approved equal. 7.7 CONSTRUCTION METHODS All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. 7.8 EXCAVATION 30 The Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. The bottom of the trench shall be excavated to a horizontal section as far as practicable. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by A,ASHTO T-180. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. The maximum allowable width of the trench shall not exceed the widths shown below unless otherwise approved by the Engineer. NOMINAL PIPE MINIMUM TRENCH MAXIMUM TRENCH SIZE WIDTH AT SPRINGLINE WIDTH AT TOP OF PIPE Less than 18" Pipe O.D. + 12" Pipe pe O.D. + 18" 18" thru 36" Pipe O.D. + 18" Pipe O.D. + 24" 37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30" The width of the trench above the top of the pipe may be as wide as necessary for !r shoring, bracing or proper installation of the pipe. Excavation in paved areas shall be confined to a minimum practical width. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. The excavation for manholes shall be essentially the same as that for the piping. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and 31 protect the excavation as required for safety and conformance to applicable laws and regulations. The bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. Surface water shall be prevented from entering the excavation. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. 7.9 PIPE INSTALLATION The Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. The Contractor's facilities for lowering precast pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all precast pipe before it is placed. Any section that is damaged by handling or is defective to a degree which in the opinion of the Engineer will materially affect the function and service of the pipe shall be rejected and removed from the job site. Installing the precast pipe in the finished trench shall be started at the lowest point and is laid upgrade. For tongue and groove precast pipe, the grooved end shall be laid upgrade. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing and until the concrete, in cast -in -place pipe, or the mortar, in the joints of precast or cast in place pipe, has thoroughly set. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. Pipe shall not be laid or installed on frozen ground. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -installed without extra compensation. Mortar shall be used for caulking and filling between the pipe and the drainage structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. Pipe joints for precast concrete pipe shall be of the tongue and groove type. The joints shall be of a watertight joint. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as recommended by the pipe manufacturer. Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than the outside diameter of the manhole riser section. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. Concrete placement shall 32 conform to ACI and good construction practices. Concrete shall be consolidated and z - struck -off to a horizontal surface within the forms or pouring rings. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. The manhole shall be constructed to ASTM C-891 standards. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. 7.10 BACKFILLING All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. The material shall be moistened or dried, if necessary, to be compacted by the method in use. Backfill material shall be approved by the Engineer. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. Backfilling shall be done in a manner as outlined in 3.1 and 4.3 and to avoid injurious top or side pressures on the pipe and manhole. Backfill shall be compacted to 95% (min.) Standard Proctor Density. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 1-1/2 inches below the asphalt surface. The pipe shall be restrained so that during the pour the pipe shall not be displaced. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. Any damaged construction shall be removed and replaced at the expense of the Contractor. 33 7.11 TRENCH PROTECTION Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. The contractor shall provide detailed drawings for proposed trench safety systems. The drawings shall identify where each system is proposed for use and type of system to be used. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. Aluminum — Type 6061-T6, thickness as required. Wood in Contact with Earth — Pressure treated woods. Wood not in Contact with Earth — Soft or hardwood as required. 34 8.1 FENCES Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. The contractor shall remove existing fence and either store for reuse or legally dispose of the fence materials, whichever is appropriate. New fence construction shall be in accordance with specifications and details included on plan sheets. 9.1 SALVAGE OF ASPHALT PAVING All salvage asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 10.1 BARRICADES Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD) and the 1993 National Cooperative Highway Research Program Report 350 (NCHRP 350). The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. The contractor shall provide additional devices as determined to be necessary during the project. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory conditions. The contractor shall maintain ingress and egress to private property at all times. All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. All hazards shall be clearly marked and adequately protected. If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD. No separate payment will be made for traffic control. The required plan and devices shall be considered to be subsidiary to pay items. 35 11.1 PROSECUTION OF THE WORK AND WORING DAYS During the period the contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. The base course shall be maintained until the wearing surface is placed thereon. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley's shall remain closed not more than 4 days. No work will be performed after dark or before daylight. 11.2 WORKING DAYS DEFINITION City contracted paving projects will be based on working days allowed. No requests for extensions of time will be considered. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer (see item 11.3). For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time when conditions will permit at least 7 hours of work as described above. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond his control as determined by the Engineer. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. 36 ~ The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown on that period's time statement, and future consideration of that time statement will not be permitted. 11.3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2, AND ON OTHER HOLIDAYS If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. The City of Lubbock observes specific holidays, and City staff is not required to work those days. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. If City personnel are available, the Engineer may approve the request. 12.1 MEASUREMENT AND PAYMENT The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. All of the items covered by these standard specifications may not be included in a particular project. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 37 12.2 CURB AND GUTTER Measurement will be made of the linear feet of separate curb and gutter actually constructed. Separate curb and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, forming, finishing, and all incidentals necessary to complete the work. 12.3 CONCRETE FLAT SLABS - SIDEWALK, DRIVEWAY, ALLEY RETURN, ALLEY PAVING, AND VALLEY GUTTER Measurement will be made of the area, in square feet, of flat slab actually constructed. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. Curb on driveways, alley returns, and valley gutter fillets shall be included in the area measured for the slab and will not be paid as separate item curb and gutter. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 12.4 CURB RAMPS (HANDICAP RAMPS) Measurement will be made of the area, in square feet, of curb ramp actually constructed, excluding top surface area of any retaining wall. Curb ramps will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation and filling within two feet of the ramp, back filling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. The sidewalk and landing adjacent to the actual ramp section with slope less than 1:20 is not included as part of the ramp, and will be paid for as sidewalk under section 12.3. 12.5 CONCRETE DRAINAGE CHANNEL Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any retaining wall or curb. Drainage channel will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation and filling within two feet of the channel, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 38 12.6 RETAINING WALL OR CURB ON DRAINAGE CHANNELS AND CURB RAMPS Measurement will be made of the height from bottom of footing or slab to top of wall, and linear feet of wall or curb actually constructed. Retaining wall or curb will be paid for at the unit price bid per cubic foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 12.7 CONCRETE MEDIAN Measurement will be made of the area, in square feet, of median actually constructed. Median will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 12.8 CONCRETE STREET PAVING Measurement will be made of the area, in square yards, of concrete street paving actually constructed. Concrete street paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. Sawing and sealing of joints shall not be included and will be paid for as a separate bid item. 12.9 SAWING AND SEALING OF JOINTS IN CONCRETE STREET PAVING Measurement will be made of the linear feet of sawed and sealed joints actually constructed. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, equipment, sawing, cleaning, seal components, and all incidentals necessary to complete the work. 39 12.10 STORM SEWER INLET BOX AND NL4NHOLES Storm sewer inlet boxes and manholes will be paid for at the unit price bid per each. The unit price bid shall include furnishing and installing all materials, excavation, filling (except flowable fill), floor, connection to pipes, reinforcement, forming, finishing, manhole rings and covers, and all incidentals necessary to complete the work. 12.11 HEADWALLS Storm sewer headwalls will be paid for at the unit price bid per each. The unit price bid shall include furnishing and installing all materials, excavation, filling, reinforcement, forming, finishing, grates, and all incidentals necessary to complete the work. 12.12 STORM SEWER PITE Measurement along the centerline of the pipe will be made of the actual length of pipe constructed, from face of structure to face of structure or to centerline of manhole, and will be paid for at the unit price bid per linear foot for Storm Sewer. Depth of cut shall be considered to be from the top of the adjacent grade stake to the flowline of the pipe. The unit price bid shall include furnishing and installing all materials, pavement removal, excavation, filling, backfilling with compacted soil where applicable, and all incidentals necessary to complete the work. Flowable fill will be paid for as a separate pay item. 12.13 EXTRA VERTICAL FEET OF MANHOLE The actual constructed manhole will be measured from the top of the base to the top of the ring and cover. Any depth of manhole exceeding 6 feet in depth will be paid for at the unit price bid for extra vertical feet of manhole. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 12.14 CURB AND GUTTER REMOVAL Measurement will be made of the linear feet of curb and gutter actually removed. Payment will be made at the unit price bid per linear foot of curb and gutter removed. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. The unit price bid shall include sawing, hauling, labor and equipment, and legal disposal for removal of the curb and gutter. 12.15 CONCRETE SLAB REMOVAL 40 Measurement will be made of the area ins sq uare are feet of concrete slab actually removed. Payment will be made at the unit price bid per square foot of concrete slab removed. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. If concrete slab is removed without measurement by the -- Engineer, no payment will be made for that removal. The unit price bid s6all include sawing, breaking, hauling, labor and equipment, and legal disposal for removal of the concrete slab. 12.16 1-1/2 SACK FLOWABLE FILL Quantities of 1-1/2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack flowable fill. The unit price bid shall include furnishing and placing the material and all incidentals necessary to complete the work. 12.17 ASPHALT PAVING Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work. 12.18 ASPHALT PAVING REPAIR Measurement will be made of the area, in square yards, of in place asphalt paving repair. Payment will be made at the unit price bid per square yard of paving repair. The unit price bid shall include furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, flowable fill if required, tack and prime coats, compaction, and all incidentals necessary to complete the work. 41 12.19 EXCAVATION AND GRADING (OUTSIDE LEMTS OF, CONSTRUCTION) Volume of excavation or fill, in cubic yards, will be determined by average end area method. Payment -will be made at the unit price bid per cubic yard of completed excavation or fill. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. No separate payment will be made for disposing of excess material. 12.20 DITCH GRADING AND UNPAVED STREET SURFACE GRADING The volume of ditch grading, in cubic yards, will be determined by average end area method. Measurement will be made of the area, in square yards, of completed surface grading of unpaved streets. Payment will be made at the unit price bid per cubic yard of completed ditch grading per cubic yard, or surface grading per square yard. The unit price bid shall include all labor, equipment, and incidentals necessary to grade ditches or surface grade unpaved streets to the grades established by the Engineer. No separate payment will be made for disposing of excess material. 42 13.1 STANDARD DETAILS Construction shall be in accordance with the following standard details unless otherwise indicated on plans, or directed by the Engineer. The 24 inch curb and gutter details shall be considered to be standard. 30 inch curb and gutter details shall apply only if specifically indicated on plans or bid documents. STREET CROWN ELEVATIONS PAVEMENT WIDTH FINISHED PAVING SURFACE CURB FACE TO CURB FACE ABOVE GUTTER 22 feet 0.32 feet 24 feet 0.35 feet 26 feet 0.37 feet 28 feet 0.40 feet 30 feet 0.42 feet 32 feet 0.45 feet 36 feet 0.50 feet 42 feet 0.57 feet 46 feet 0.62 feet 52 feet 0.69 feet 64 feet 0.85 feet 66 feet 0.86 feet 86 feet 1.14 feet 88 feet 1.15 feet All street paving shall incorporate a centerline crown at the listed elevation unless otherwise indicated on plans, or as directed by the Engineer. The widths listed above refer to the total proposed future full width of street. 43