Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2007-R0153 - Contract - Utiity Contractors Of America Ltd.- Utility Relocations - 04_12_2007
Resolution No. 2007-RO153 April 12, 2007 Item No. 5.17 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL, OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a public works Contract by and between the City of Lubbock and Utility Contractors of America, Ltd., of Wolfforth, Texas, for utility relocations ahead of freeway construction per RFB #07-710-BM, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 12th day of April , 2007. DAVID A. ILLER, MAYOR ATTEST: Re ecca Garza, City Secretary APPROV 01 C TENT: omas L. Adams Deputy City Manager/Water Utilities Director APPROVED AS TO, FORM: D n Vandiver, Attorney of Coun DDres/1 JCAutilityrclocation07Conkes April 2, 2007 Resolution No. 2007—RO153 City of Lubbock, TX Water Engineering Bid Tabulation Analysis April 6, 2007 RFP 07-710-BM Utility Line Relocations Ahead of Freeway Item Descri tionlVendor Location Total Amount Total Base Utility Contractors of America Ltd. Wolfforth, TX $ 1,066,389 Proposal, Items #1432 with cost reduction. Total Additive Utility Contractors of America, Ltd. Wolfforth, TX 84,450 Option, Items # 1- #12 Total Base Utility Contractors of America, Ltd. Wolfforth, TX 1,175,839 Proposal and Additive Option t 412/2007Fina1 Tab Sheet No Text RFP# 07-710-BM, Addendum # I City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13 ... STREET LUBBOCK, TEXAS 79401 PH:(806)775-2163 FAX:(806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # I RFP # 07-710-BM Utility Line Relocations Ahead of Freeway March 21, 2007 March 27, 2007 @ 1:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Successful Offeror MUST submit the REVISED UNIT PRICE PROPOSAL SUBMITTAL FORM, attached. 2. Offeror's attention is invited the REVISIONS TO SPECIFICATIONS attached. 3. Drawings are provided for the following reasons: A. Sheets seven and 15 have been revised, B. Sheet six now shows hatching for CSB C. Sheets one through five, eight through 14 and 16 have only been darkened for easier viewing. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to bmacnair zmylubbock.us. THANK YOU, CITY OF LUBBOCK � swe MC*res Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the City of Lubbock Interim Public Works Contracting Officer if any languaee requirements etc or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Interim Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. P# 07-710-BMAdi *** REVISED ***PROPOSAL SUBMITTAL UNIT PRICE PROPOSAL CONTRACT DATE: RFP# 07-710-BM, Addendum # l PROJECT NUMBER: # 07-710-BM — UTILITY LINE RELOCATIONS AHEAD OF FREEWAY Proposal of (hereinafter called Proposer) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Invitation to Bid for the construction of a UTILITY LINE RELOCATIONS AHEAD OF FREEWAY having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Estimated Item Quantity No. & Unit Description of Item Total Amount BASE PROPOSAL Sewer and water line relocations ahead of Marsha Sharp Freeway 583 Feet Furnish, deliver, and install twelve (12) inch diameter SDR-35 approved sewer pipe in open cut (12-14 feet) trench, backfilled to 95% compaction, and tested as herein specified, including paving cuts and disposal, all equipment, tools, and labor. TOTAL ITEM # 1: $ /FT( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 1,413 Feet Furnish, deliver, and install ten (10) inch diameter SDR-35 approved sewer pipe in open cut (12-14 feet) trench, backfilled to 95% compaction, and tested as herein specified, including paving cuts and disposal, all equipment, tools, and labor. TOTAL ITEM #2: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 153 Feet Furnish, deliver, and install eight (8) inch diameter SDR-35 approved sewer pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including paving cuts and disposal, all equipment, tools, and labor. TOTAL ITEM #3: $ /FT( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 1 Each Furnish, deliver, and install 60-inch diameter, eccentric cone, four (4) feet deep drop manhole with fourteen (14) extra vertical foot depth as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 4: $ /EA( _) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror's Initials P# 07-710-13MAd1 2 1_ r RFP# 07-710-13M, Addendum # I Estimated Item Quantity No. & Unit Description of Item Total Amount 5. 3 Each Furnish, deliver, and install 48-inch diameter, eccentric cone, four (4) feet deep standard manhole with twenty-four (24) extra vertical foot depth as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 5: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 5 Each Furnish, deliver, and install 48-inch diameter, concentric cone, four (4) feet deep standard manhole as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 6: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 64 Each Furnish, deliver and install extra vertical foot depth for standard 48-inch diameter manhole as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 7: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 3 Each Make connections to existing City sewer mains at various locations as directed by the Owner. These connections shall include all equipment, tools, and labor. TOTAL ITEM # 8: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 9. 3 Each Plug connections to existing City sewer mains at various locations as directed by the Owner. These connections shall include all equipment, tools, and labor. TOTAL ITEM # 9: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 10. 3,600 SF Repair paving cut with asphalt as per City of Lubbock Street Department specifications, including all equipment, tools, and labor. TOTAL ITEM # 10: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 500 SF Repair sidewalk with concrete as per City of Lubbock Street Department specifications, including all equipment, tools, and labor. TOTAL ITEM # 11: $ /SF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 1 Each Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into existing storm water systems and playa lakes. This item shall include design and implementation of a Storm Pollution Retention Plan, EPA, and TCEQ Submittals, log, maintenance, fees, required documents, and labor. TOTAL ITEM # 12: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Offeror's Initials P# 07-710-BMAdi RFP# 07-710-13M, Addendum # 1 Estimated Item Quantity No. & Unit Description of Item Total Amount 13. 1 Each Provide and maintain a Trench Safety System as per OSHA Regulations, include all equipment, tools and labor. TOTAL ITEM # 13: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 1 Each Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic Engineering Department prior to implementation. This plan shall include all lights, signs, barricades, cones and other assorted equipment and tools. TOTAL ITEM # 14: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 15. 1 Each Equipment mobilization. Provide all equipment and tools to complete project. TOTAL ITEM # 15: $_ _ _ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 16. 1 Each Supply all fencing barricades necessary around the construction site to secure the area and protect from unauthorized access. TOTAL ITEM # 16: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 1 Each Furnish a survey of installed water and sewer mains using TxDOT coordinate system (XYZ coordinates) before backfill as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 17: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 18. 1,685 Feet Furnish, deliver, and install 8-inch diameter C-900 class 150 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, and labor and removal of paving in trench area. TOTAL ITEM # 18: $ /FT( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 19. 100 Feet Furnish, deliver, and install 8-inch diameter C-900 class 150 approved water pipe in cased bore with 16" steel casing, with casing spacers including all equipment, tools, and labor. TOTAL ITEM # 19: $ /FT( ) (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 20. 5 Each Furnish, deliver, and install 8-inch by 6-inch FE by MJ Tee as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 20: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror's Initials P# 07-710-BMAdi RFP# 07-710-13M, Addendum # I Estimated Item Quantity No. & Unit Description of Item Total Amount 21. 5 Each Furnish, deliver, and install 6-inch FE gate valve and valve box as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 21: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 22. 1 Each Furnish, deliver, and install standard MJ fire hydrant for 6-inch main construction as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 22: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 23. 5 Each Furnish, deliver, and install standard FE fire hydrant for 6-inch main construction as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 23: 1$ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 24. 5 Each Furnish, deliver, and install 8-inch MJ gate valve and valve box as herein specified, including all equipment, tools and labor. TOTAL ITEM # 24: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 25. 1 Each Furnish, deliver, and install 8-inch by 6-inch MJ by MJ Tee as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 25: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 26. 1 Each Furnish, deliver, and install 6-inch MJ gate valve and valve box as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 26: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 27. 4 Feet Furnish, deliver, and install 6-inch diameter C-900 class 150 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 27: $ /FT( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 28. 2 Each Remove standard fire hydrant from original location and dispose of as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 28: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror's Initials P# 07-710-BMAdi 5 RFP# 07-710-13M, Addendum # I - i Estimated Item Quantity No. & Unit Description of Item Total Amount 29. 1 Each Furnish, deliver, and install 8-inch diameter MJ 90 degree bend as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 29: $ /EA( } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 30. 2 Each Make connections to existing City water mains at various locations as directed by the Owner. These connections shall include all equipment, tools, and labor. TOTAL ITEM # 30: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) - 31. 1,460 FT Saw -cut existing paving and sidewalk for water main installation as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 31: $ /FT( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 32. 1,460 FT Dispose of sidewalk and pavement debris resulting from saw cutting for water main installation as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 32: $ /FT( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL BASE PROPOSAL, ITEMS #1 - #32: MA LABOR: $ TOTAL PROPOSAL ITEMS #1 - # 32: $ (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ADDITIVE OPTION Marsha Sharp Freeway and 34thStreet Water Main Relocation I . 100 Feet Remove existing water main that crosses 34`h Street as herein specified, including all equipment, tools, and labor and removal of paving in trench area. TOTAL ITEM # 1: $ /FT( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 100 FT Furnish, deliver, and install 4-inch diameter C-900 class 150 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, and labor. t TOTAL ITEM # 2: $ /FT( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror's Initials P# 07-710-13MAd1 6 t RFP# 07-710-13M, Addendum # I Estimated Item Quantity No. & Unit Description of Item Total Amount 3. 2 Each Furnish, deliver, and install 4-inch MJ gate valve and valve box as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 3: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 4 Each Furnish, deliver, and install standard 4-inch MJ 45' bend for 4-inch main construction as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 4: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 5. 1 Each Furnish, deliver, and install 4-inch by 3-inch MJ reducer as herein specified, including all equipment, tools and labor. TOTAL ITEM # 5: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 2 Each Make connections to existing City water mains at various locations as directed by the Owner. These connections shall include all equipment, tools, and labor. TOTAL ITEM # 6: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 1 Each Provide and maintain a Trench Safety System as per OSHA regulations, include all equipment, tools, and labor. TOTAL ITEM # 7: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 1 Each Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic Engineering Department prior to implementation. This plan shall include all lights, signs, barricades, cones and other assorted equipment and tools. TOTAL ITEM # 8: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 1 Each Equipment mobilization. Provide all equipment and tools to complete project. TOTAL ITEM # 9: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 400 SF Repair paving cut with asphalt as per City of Lubbock Street Department specifications, including all equipment, tools, and labor. TOTAL ITEM # 10: $ /SF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror's Initials P# 07-710-BMAdi RFP# 07-710-BM, Addendum # g_. Estimated Item Quantity No. & Unit Description of Item Total Amount 11. 1 Each Supply all fencing barricades necessary around the construction site to secure the area and protect from unauthorized access. TOTAL ITEM # 11: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 1 Each Furnish a survey of installed main (XYZ) coordinates using TxDOT coordinate system before backfill as herein specified, including all equipment, tools, and labor. TOTAL ITEM #12: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL ADDITIVE OPTION, ITEMS #1 - #12: MATERIALS: TOTAL ADDITIVE OPTION ITEMS #1 - # 12: (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL BASE PROPOSAL AND ADDITIVE OPTION: MA TOTAL BASE PROPOSAL AND ADDITIVE OPTION: (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within ( )# Days Completed by Contractor ( ) Written Days Completed by Contractor consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. Offeror's Initials P# 07-710-BMAdl 8 1 i c_ RFP# 07-710-BM, Addendum # I The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid/Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date _. M/WBE Firm: P# 07-710-BMAd1 E Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Revisions to Specifications Section 1140 — Work Restrictions o Paragraph 1.5.A — Revise wording from: ■ Working Hours: Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: ■ TO: ■ Working Hours: Regular working hours shall be within a thirteen (13) hour period between 7:00 a.m. and 8:00 p.m., Monday through Friday. Work on �- Saturdays and Sundays must be authorized by the Engineer as noted in paragraph 1.5.B. The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: Section 1140 — Work Restrictions o Paragraph 1.53 — Revise wording from: ■ Work outside Regular Hours: Work outside regular working hours requires Owner's approval. Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. ■ TO: ■ Work outside Regular Hours: Work outside regular working hours requires the Engineer's approval. Make application three (3) calendar days prior to such work to allow arrangements to be made by the Engineer for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number, project title, and state that the Contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. Based on the justification provided, the Engineer _ may approve work outside regular hours. During periods of darkness, the f different parts of the work shall be lighted in a manner approved by the Engineer. Lighting shall be such that it does not cause nuisance conditions. • Section 1410 — Testing Laboratory Services o Paragraph 1.5.E — Delete the first sentence worded as follows: ■ The cost associated with compliance testing shall be paid by the Owner. 1 1 Section 1500 — Temporary Facilities and Controls o Paragraph 1.6.A — Revise wording from: ■ Provide, maintain, and pay for telephone service to field office or field superintendent at time of project mobilization. ■ TO: ■ Provide, maintain, and pay for telephone service to field superintendent at time of project mobilization. Section 1500 — Temporary Facilities and Controls o Paragraph 1.9.13 — Revise wording from: ■ Provide six (6) foot high fence around immediate construction site, equip with vehicular and/or pedestrian gates with locks. ■ TO: ■ Provide six (6) foot high temporary fence around immediate construction site defined as the open trench for construction or as defined below, equip with vehicular and/or pedestrian gates with locks. Section 1500 — Temporary Facilities and Controls o Paragraph 1.13.A — Revise wording from: ■ Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. ■ TO: ■ The Contractor is responsible for security and facilities to protect Work from unauthorized entry, vandalism, or theft. • Section 2317 — Excavation and Backfill for Utilities o Paragraphs 2.3.A — 2.3.13 — Revise wording from: ■ Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; as follows: ■ Continuously coated ten (10) gauge locating wire. See Plans for specific location. • Red — Electric • Yellow — Gas, oil, steam, and dangerous materials. • Orange — Telephone and other communications. • Blue — Water systems. • Green — Sewer systems. TO: Warning Tape: Install twenty-four (24) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; as follows: • Red — Electric • Yellow — Gas, oil, steam, and dangerous materials. • Orange — Telephone and other communications. • Blue — Water systems. • Green — Sewer systems. Install continuously coated ten (10) gauge locating wire on top of the pipe. Section 2317 — Excavation and Backfill for Utilities o Paragraph 3.9.C.a.i. — Revise wording from: ■ Place in depths as shown on plans. ■ TO: ■ Place in depths as shown on plans on sheet 6 of 16. The cement stabilized backfill should be placed around the sewer pipe at water line crossings and stationing noted in the profile on the sheets 4 and 5 of 16. Section 2317 — Excavation and Backfill for Utilities o Paragraph 3.9.C.c.i. — Revise wording from: ■ Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. ■ TO: ■ Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding six (6) inches. Section 2317 — Excavation and Backfill for Utilities o Paragraph 3.9.C.d.i. — Revise wording from: ■ Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. ■ TO: ■ Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding six (6) inches. Section 2317 — Excavation and Backfill for Utilities o Paragraph 3.9.E.a. — Revise wording from: ■ A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. ■ TO: ■ A minimum of one test for every 500 linear feet of compacted trench zone backfill material for each compacted layer. Section 2317 — Excavation and Backfill for Utilities o Paragraph 3.9.E.e. — Revise wording from: ■ Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. ■ TO: ■ Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria (two tests will be performed for each failing test). Placement will be rejected unless both _ verification tests show acceptable results. a_ • Section 2320 — Utility Backfill Materials o Paragraph 2.1.D.b. —Revise wording from: ■ Provide gravel embedment that meets the following gradation requirements: Sieve Percent Passing 3/8" 0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 ■ TO: ■ Provide gravel embedment that meets the following gradation requirements for water or sewer pipe embedment: Sieve Percent Passing 1" 100 7/8" 98 to 100 3/4" 65 to 85 5/8" 0 to 45 3/8" 0 to 5 No. 10 0 to I • As an alternate, gravel embedment that meets the following gradation requirements may be used for water pipe embedment: Sieve Percent Passing No. 4 85 to 95 No. 10 10 to 50 No. 40 0 to 10 • Section 2320 — Utility Backfill Materials o Paragraph 3.3.13 — Revise wording from: ■ Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. ■ TO: ■ Quality Control Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. • Section 2530 — Sanitary Sewer Piping o Paragraph 3.5.F — Delete this sentence that is worded as follows: ■ Install manhole inserts in frame and immediately below cover. Section 2665 — Water Works Piping, Valves, and Fittings o Paragraph 2.6.A. — Revise wording from: ■ Steel casing shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A252 Grade 2. The exterior of the casing pipe shall have a bituminous coating. Casing wall thickness for installation shall be in accordance with the following: Location Diameter Min. Wall Thickness Highway and Street Crossings 24" and smaller 0.2500" 26" or larger 0.3125" Railroad Crossings 18" and smaller 0.2500" 20" thru 26" 0.3750" 28" and larger 0.5000" ■ TO: ■ Steel casing shall be new welded steel pipe with a minimum yield strength of 35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating. Casing wall thickness for installation shall be in accordance with the following: Location Diameter Min. Wall Thickness Highway and Street Crossings 24" and smaller 0.2500" 26" or larger 0.3125" Railroad Crossings 18" and smaller 0.2500" 20" thru 26" 0.3750" 28" and larger 0.5000" Section 2665 — Water Works Piping, Valves, and Fittings o Paragraph 2.6.E. — Revise wording from: ■ Manufacturer: Projection type spacers shall be Raci type spacers along with wrap around end seal made of 1/8" think rubber with stainless steel bands, or approved equal by the Engineer. ■ TO: ■ Manufacturer: Projection type spacers shall be Raci type spacers, or approved equal by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. PROJECT LOCATION Design Dravving - LUBBOCK WATER UTILITIES UTILITY LINE RELOCATIONS AHEAD OF MARSHA SHARP FREEWAY From 34th Street and Slide Road to Bangor Avenue From Belmont Avenue past City Bank Parkway MAYOR DAVID MILLER CITY COUNCIL LINDA DeLEON, FLOYD PRICE, GARY BOREN, PHYLLIS S.JONES.JOHN LEONARD,JIM GILBREATH CITY MANAGER LEE ANN DUMBAULD n—r—Pno OF PUBLIC WORKS TOM ADAMS CHIEF ENGINEER WOOD FRANKLIN, P.E. February 2007 General Notes Prior to the commencement of construction, the Contractor shollexamine the contract documents and specifications, the plan, including ollnotes and any other opplcable standards and specifications relevant to the proper completion of the work specified. Failure on the port of the Contractor to examine ollstandards or specifications pertaining to this work shollin no way relieve the Contractor of the responsibility of performing the work in accordance with allsuch applicable standards and specifications. The Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction and any safety precaution programs relating in any way to the conditions of the premises. The information shown on these drawings concerning type, information, and the location of underground and other utiNties is not guaranteed to be accurate or comprehensive. The determinations as to the type and locations of aliunderground utilities and other utilities as may be necessary to avoid damages, shollbe the responsibility of the .Contractor. The Contractor shalrepair any damages to existing utilities immediately and at no odditionolcost to the City of Lubbock. Plans shollbe the responsibility of the Contractor with no addWonalcompensotion. The Contractor shollbe responsible for notifying utility companies having property in the area of construction o minimum of 48 hours prior to any excavation, It shollbe the responsibiity of the Contractor to locate and protect allpublic utilities in the construction of this project. Allstorm sewer inlets, manholes, cleanouts, valve boxes, meter boxes, fire hydrants, gas mains, electric and telephone conduit banks, etc. must be adjusted to the proper line and grade by the Contractor prior to and after the replacing of permanent poving where necessary. Existing improvements, including, but not limited to; fences, gates, ground surfaces, landscaping, utility pipelines, and drainage structures which ore removed or altered to permit installation of the work, shollbe repaired or replaced by the Contractor at the Contractor's expense, in the some location and in condition equal to or better than found. The Contractor shollbe responsible for maintaining trench safety requirements in accordance with the City of Lubbock standards, Texas State Low, and O.S.H.A. standards for ollexcovotions. At all times that work is progressing, the Contractor shollhove a designated competent person on -site who shollbe responsible for supervising the work and whose duty it will be to perform required safety inspections and to direct ollrequired construction safety activities. Allconstruction shollbe in accordance with the latest City of Lubbock standard design requirements and specifications. Whenever new sewer main construction is in the vicinity of new water main construction, the piping shaNbe installed in accordance with T.C.E.O. rules and regulations for public water systems, Chapter 290 subchapter D. The Contractor shollbe responsible for locating the proposed line as shown on the plan and verifying the depths as shown on the plan. Prior to any construction different from this plan, callOovid Ockermon at 548-4152 for authorization. The Contractor shollinstall tracer wire to indicate the location of the pipe. The Contractor is to follow the best management practices (BAIPs) to comply with the EPA's storm water pollution prevention plan requirements. The TxOOT right-of-way shown is for the future construction of Highway US 62. The current back of curb locations for 34th Street and Bangor Drive have been shown as annotated. The TOOT US 82 proposed design has also been shown and w0be constructed after the sewer line has been relocated. TxDOT is to stoke the right-of-way and future bock -of -curb locations prior to the construction of the proposed sewer line. Agn 2123/200711:55:05 Construction Notes Manhole Coordinate Locations Coordinates ore based on TxDOT monument at East side of 291h Drive - Sheet 1 MH-V N - 7,280,570.27 E 653,507.27 MH-2: N - 7.280.579.64 E 653,268.00 MH-3: N - 7,280,405.03 E - 652,971.75 MH-4: N - 7.280,138,04 E - 652,611.67 MH-5: N - 7,280,160.53 E 652.108.06 MH-6: N - 7,279,960.99 E - 652,099.14 MH-7: N - 7,279,850.04 E 652,094.19 MH-8: N - 7,279,724.35 E 652,013.13 MH-9: N - 7,279,954.16, E 652,252.01 S - 1: 12" SDR-35 @ 0.2% Station 0.00: Place a new drop manhole in the location of the existing manhole according to the section shown on this sheet. The existing 8" vcr sewer line to the Southwest wil/be plugged and abandoned in place. This station coincides with TxDOT's US 82 construction station 233.07. S - 2: 10" SDR-35 @ 0.5% Station 19.96: Place a new manhole in the existingl0" SDR sewer line and plug and abandon the line to the Northeast. An existing manhole is located approximately 247 feet to the Southwest. This station coincides with TxDOT's US 82 construction station 215.00. S - 3: 8" SDR-35 0 0.5% Station 1.53: Place a new manhole in the existing 8" SDR sewer line and plug and abandoned the line to the South. An existing manhole is located approximately 12 feet to the South. This station coincides with TxDOT's US 82 construction station 219.27. J.O. 107001 .W.O. 9754.9242 ATE: 2/23/2007 CRES DISTURBED:LESS THAN 1 ESIGNER: SJ RAWN BY: SJ EVIEWED BY: SKS IONS ON DONE BY 1-B-934 Sheet 1 of 16 €11 E L a L - 0 e� V 8 � Sta"H 0.00 � US 82/62 (future construction schematic) a AW, 3256.0 TxDOT NS: 3236.0 .. m ^' water main n 235-00 -- S a ions ' .. ., ' --------— — Plug and abandon — — — — — — -- — — — — — _ Construction per TC£0 , _ --'---- - --. ..., „ this sewer line requirements of water 41 line crossing- - Existing 15" �. MH-2 Station A39 MH 3 S - 1 Station 5.83 S 2 Proposed 10" :: SE a 0 t/. ., RlM� 3256.E Proposed 12" p Rl,1 : J258.3 SDR-35 0 0.5/. All SW: 3245.5 SDR-35 0 0.21 SW., 3246.3 .... i Al `. ��a ; E 3245.4 NE; 3246.2 ''... I I ... ... . .. - ��------f---------------- - ---- -� I 36" Proposed water main - _ _ - -_.. - --_� --- ------ - ------ r SBC a8" Future TxDOT See detaa TxDOT I co duct book Storm Sewer System on Feet 7 ROW _ v 16 26 25 1 23 21 27 28 3 ( a y . I V� 20 t _ o ao zoo scaWl- - 100' WATER UTILITIES J.O. 107001 W.W.O. 9754.9242 DATE:2/23/2007 ACRES DISTURBED:LESS THAN 1 DESIGNER: SJ DRAWN BY: SJ REVIEWED BY: SKS UP ON DONE BY 1—B-934 Sheet 2 of 16 192 191 190 189 188 187 186 185 184 Sewer.dgn 2/23/200711:55:47 AM TxDOT Monument Located at East side of 29th Drive and Brownfield Hwy. N - 7,281,003.50 E 654,582.93 ml 0 N US 82/62 (future construction schematic) L Stations V TxDOT'— -- 275 00 g and abandon —225.00 220.00 these sewer lines MH-8 / \ ......._ ... _ ......:_... Station 19.96 TxDOT RIMS 3265.7 .. _...,. __ MH-9 ... \• S - 2 SW: J253.7 Sound Wall Future TxDOT\ Proposed 10" Storm Sewer S - 2 RhW.'Station I3.3 A - SDR-J5 0 0.5Y. NE: J253.6 Proposed 10" RW+ 253. J System N+ 3153.E SDR-35 0 0.51 C. ._._ ar .�- � E� ling 10" water main _. . • •_---_--'_------- SIR— - -•_ _• ---»-•-•------- P 5 r �, �r,1f1�Qr rl�e SD Q 025% — t ``.� '•. r fxistin 8" � _ ' �' • 4 3 42 9 , E tng bock I J6" Proposed ^ - _. ,.;,` �. •.,� SDR o 0.J/. .�62MH-7 38 main �' 7.. Station 18.47 37 ♦ ` 18 j 44 R1M+ J26a.4 41 40 39 TxDOT MH-4>� 19 �� S 3 SW: 3252.9 I . Proposed 8" Station 10.NE: 3252.8 ROW 2 See detal \ : SOR-35 O O.SY RMt+ 3260. . 2 on sheet 7 �N. ,. 1 a�0 W: 3248.E `s,� ; .._� ' 63 46 45 .r I NE: 3248.5 Construction per TCEO , • 64 r 5 requirements at water y MH-8 32 31 30 29 28 �. line crossing �• Station 17.35 lS-1 33 a ��% ��'• 47 Station 0.00 fS-2 201 mxonhofe iY , �.�' RN, 3264./ .. - NS+ J252.2 C , 31 ��•. 4� E+ 3252.7 34 a. - .. Existing 4" 48 - (� water main ' •. Belmont Street Power pole �•.���• . ft 'toll •.�'`• 35 The northern boundary of Lot 64 has a wooden fence 0 24 parallel to the proposed sewer line that must be protected - 22 1 72 MH-5 ,'� or repaired. The driveway for said lot is located in the some 1 81 180 Station 15•J6 ''��Y 36 location and wiflhave to be repaired after installation, The 179 1 73 sidewalk al this location must also be replaced after installation. QJ R1M�' J263.4 o >no goo ,Q� E� 325L1 `Cj.R1 I 178 174 Stele 1" - ]00' 177 & Pavement cut LUBBOCK WATER UTILITIES and repair J.O. 107001 along Bangor Drive OF %TLTTIEE TxDOT Monument 176 b*ZE 's °DATE 2%23�2072O 175 A w ».e i�ACRES DISTURBED:LESS THAN 1 Located at East DESIGNER SJ side of 29th Drive NSDONDRAWN BY: SJ and Brownfield Hwy. 8M IREVIEWED BY: SKS N - 654, 82.93 REVISIONS0�2� DATE ESCRION DONE BY 1- B - 9 3 4 E - 654,582.9J Al. N Sheet 3 of 16 Design Drawing - Sewer.dgn 2121200711:56:22 AM 7' O 7-7:1 L Proffie View of S - 1, S-2 -TxDOT Proposed Grade Proposed 12" SDR-35 @ O.r/b Existing Grade Proposed 10" SDR-35 @ 0.5% Future 42" Vertical Scale l" - 5- TxDOT Lateral 3255 Station 11-01 Future 24" TxDOT Station 222.68 Future 24" TxDOT Lateral Flow Line 0 J253-J0 TxDOT Lateral Station 7-98 TxDOT Station 225-72 Station 1-50 TxDOT Station 2JI-58 Flow Line 0 3253.05 3260 Flow Line a J249.22 o Remove 3255 Future 24" c. 17 TxDOT Lateral Station 2-81 TxDOT Station 230.92 Flow Line 0 3250.15 d 10" Propose .................................. 30" 5. ... .... T.0 3250 �S water Gin S ft-35 0 0-5"' Proposed proposed 12" SDR-35 0.51 MH-4 Pro a- ca See water hhe Station 10-J2 crossing detofl 7777. sDR-35 0 0.2;' RIM; J260.2 3245 SDR-35 a 0.2% r TxDO r: J2.5 i 1.00 MGD W., J248.6 61 1.03 MGD V 2.84 ft/S V SDR 0 0.12 2.03 ft1sr station 5;8_1 RM: 125 TDOT: 325i.5 3240 Station 2.39 Sw., 3246.3 NE: 3246.2 MH-1 SBC 48" Duct Bank Station 0-00 Station 0-82 RIM., 3256.0 rap of Concrete 6 3244.0 TxDOT., 3254.2 W: 3244.9 32J5 NS: 3238.0 Station 0-00 Station 1-00 Station 2.00 Station 3.00 Station 4.00 Station 5.00 Station 6.00 Station 7-00 Station B-00 station 9.00 Station 10.00 Station 11-00 Station 12-00 Station 13.00 LUBBOCK WATER UTILITIES J.O. 107001 T W.W.O. 9754.9242 r. DATE: 2/23/2007 0 100 200 ACRES DISTURBED:LESS THAN 1 DESIGNER SJ J S-1.: I" - 100' 11WA-.- DRAWN BY: SJ REVIEWED BY! SKS DATE REVISIONS -13-934 DESCRIPTION 1 0-7 Sheet 4 of 16 Design Drawing - Sewer.dgn 3/1 r2M7 10:13:48 Profile view of S -1, S-2 Proposed 12`° SDR 35 @ 0.2% Proposed 10" SDR 35 @ 0.5% TXDOT Proposed Grade - - - - Existing Grade 2000 feet of 12' - 14' cut 3265 I 4" water main. m ' 3260 0 t�� Po; rP 10,. n,. __....3255 See water fine Proposed used v MH-8 crossing detail osed 10" Station 19.96 Prop SDR 35 0 0.5% Rill+ 3165.7 SpR-Sb o.0.S7. SW: 3253:7. SDR-35 0 0.57. NE 3253.E 3250 CO Station 19.57 •' F 1,00 MGD ' Insto#SDR-26 sewer qMH .__.;.. .. _,._., ._,. _... '3245 Nine according to Woler I Station 15•J6 2.84 ft/s MH-7 Line Crossing detodon w RIM+ 3263.4 Sheet 6 for two f?! joints S: 3251.2 Station I8.47 of pipe• Center the two (2) E: 3251./ RIM+ 3264.4 joints of sewer line at v ' MH-6 S- 3252.9 Station 19.57. This is to C Station 17•JS (S-1 NE+ 3?52.8 protect the sewer Gne at •a .Station 0.00 (S-2 _ _., '-. . - 3240 the TxOot soundwo#crossing, o - RAW J264. I NS: 3252.1 c I E: 3252.7 3235 IStation 14.00 Station 15.00 Station 16.00 Station 17.00 Station 18.00 Station 19.00 Station 20•00 rf Design Draw ng - Sewer.dgn 3/1 f2007 Profile View of S - 2 Proposed 8" SDR-35 @ 0.5% - - - - Existing Grade Vertical Scale: 1" - 5' 3265 3260 3255 _ t 8' n .._.. v%...... 0^.5% __....,._.MGD r '3245 70-00(S-2) ft/s Statio-D Stati-21RStation 0.00 Station h00 N E: 3252.7 Existing 8" SDR O 0.3% MH-9 Station 1.53 RIM: 3263.3 N: 3253.6 W.' 3253.5 a Wo 200 Scale: I" • tar J.O. 107001 W.W.O. 9754.9242 DATE:2/23/2007 ACRES DISTURBED:LESS THAN 1 �1^ nr LOL-- t' DATE DESCRIPTION DONE BY 1- B - 9 3 4 c1 Sheet 5 of 16 m T- m Use manhole risers to adjust manhole height to existing elevation — — — _Existing Grade _ Cone shollbe oriented so that it is on some side as drop or 90' to it Loy pipe to undisturbed soil without intermediate joints. Minimize excavation space. Manholerisers willbe used to adjust height !o TxDOT t proposed elevation. 4'tolleccentric cone "-�Use section for top of monhole 24" inside diameter access Riser section (tongue and groove) Inside diameter of manhole is 60" Fillexcovated space outside Bottom section of manhole & under pipe (tongue and groove) with 3-sock sand mix Typical Section mat 1�1[a thole 1 1V` e .S. Existing water line Use manhole risers to adjust manhole height to existing elevation Adjust top of eccentric manhole to be beta. TxDOT proposed elevation. Manhote risers wMbe used to adjust height to TxDOT proposed elevation. 24" inside diameter access 1D" SOR-35 10".SDR-26 10" SDR-35 .�,�, IIII — — - — — D 4 Cement stabilized sand in accordance with TCEO requirements Water Line Crossing Non -pressure Sanitary Sewer N.T.S. - Sewer.dgn 2/23/200711:58:03 AM • Ensure that the monhofe is rotated as shown with reference to the TxDOT future bock of curb location i. 3'-4.". ♦ .�''8".i — —rr— — o -- — — Existing Grade TxDOT Pro?oged Grade Use 4'tolleccentric cone section for top of manhole Riser section (tongue and groove) Inside diameter of --j manhole is 48" Bottom section !tongue and groove! Typical Section at Mnhole B N.T.S. Manholes 3 and 4 wiNrequire risers to reach TxDOT elevation. • Manholes 5, 6, 7, 8, and 9 willbe concentric manholes having a 24" diameter access and a 48" inside diameter. J.O. 107001 W.W.O. 9754.9242 DATE:2/23/2007 ACRES DISTURBED:LESS THAN 1 1-B-934 Sheet 6 of 16 �8 V a v/ 4-e ` \ 2.0, Future curb location \6X0iik Inlet L 11 GF (TxDOT reference) 0 1Ce- y� d Detail View at Inlet ]L11 (TxDCVI) Scale: V = 20' • Paving rpoir wNbe required of (hit location (aWaxxnotNy 1250 squore feet) J.1' Design Drawing - Sewar.dgn 3/15/2007 9:50:28 AM Oroded Co v e ' as specified k' SPR/NCLMIE Par. 602-2.11. P. 602-1 COL Design Si ands Existing back of curb location h!H-3 _ TxDOT future back_A curb location t Detail View at Manhole 3 Scale: 1ll = 10' Trench ass -Section &owing_lerminology— le!• .S. Trench Backfd'+ TM boOfiVaraund the ppe and to a point 12" above the top of the pipe shalbe carefuly placed by hand The moterialshdbe loose graded -gravel as shown in the above detaiand shalbe hp011y compoclad with mechonicdor hand tows to midpowit o%f the pipe. No bockfgmateridsholbe dropped dFectly onto the exposed ppe. The rerrwv'der of the bockfigthat is above 12" higher than the tap of the ppppae aI allocations, except under highway crossings, "be bockfAed with loose excavated moterldiv 6" moxknun 01s. The Contractor shalerrploy an excavator mounted trench rater or other compaction equomml to provide backfildensdies at least equivalent to the surround* g unaisturbed moteridor 951 standard proctor density (which ever is greater). -Surface fboafng or water jettrg is not allowed as a conpoctbn method. Density tests "be performed once every 500 feel for each kft and sufuritted to the City of Lubbock Water Utigties Engineering department for retard J.O. 107001 W.W.O. 9754.9242 DATE:2/23/2007 ACRES DISTURBED:LESS THAN 1 DESIGNER: SJ DRAWN BY: SJ REVIEWED BY: SKS SIONS UPTON DONE BY 1 - B - 9 3 4 )n to 6" kfts SAJ Sheet 7 of 16 'V Station 0.00 Proposed 8" C-Iain Tie fo ..ab g D& I8 water m wafer man Fvf" t.b ba.fion m �+ pr/ �r� _�G�1 jj��.j.� .�r1 �m US 82/62 (Brownfield �WaY) Station 1.60 End Pia, deft ct— ' Exixtkv a" Pvc .air mah Powe. Poi. Eaxtwp Votw Im — 0 — ONE ' —______ _ _... _.. ONE OHS 7 LICE — -- _ of R.O.w. R01 Sol R.fnO.�w.af !.6'no+M.v+f ill EMcAxMBo, aI R.D.Y. W E+irfirq � . I/ydraM I0 R °a General Notes Prior to tM c«miwrcwnnt Of toper fia% fM Caatroafor ,Me.+omiie tM contract A'aarofrutlion sWbe h aewd ca with fM Meet f lr of tWeod stmaWd oe,gn docmrent, and tpeti/i:orioM, fM pbr. hat fq d'nofq and anY a q�DlCoell rep —t, aN speti/kolimr. f-dords aed Ip.tifkolfom reMrOnf to the p!aPr emryrNfbn of fM .ark ,peci/wo Foie. « the Prf of the C«fr«fw to e+mme oINOMmos a'Ficrohpv s.w+rver ss. sear mpF amisfr«lion b h 6n .:a+ifY of rrw .af« ma+ perfaniry fo flrT wdk Mroen ro way refer fM Carw«far of Me re,port,bi'f/y• oI pr/omwrp IM .art h «ewdox. w'M a/,kM aPpfeao4 .folydrde a+d ap.rfkotiom MeH«loon, rhr pprp Ma.h. ietaard h accpdaa. with T.C.E.Q ra" and repubfaq /« PuW'e wmr ,Y.te— L'ewur 2k0 saemraafr O. TM COMracfp a solNyr.spmuae /p fM meo»,. mrIlradt, f.ah+pre,, seWn+cv,. and y ,alely p.c0orior pa¢mre r.Mip in wry WY to of —Jlioq rM C_f a,(p aWb. r.pavibl. for b.OV P. popq.d A- as Mawr on Me Pbn. � eMof Th. hformati n Macao oo fnN. b' to«r/irrp type, irfamaM/ ma the bcorion of urdr¢aua orr0 oMr unYfir, m not pq'mteed to M --of. w empre/wafre. ZM to y a�tf/w6w 6fl«.M from flit pk r coOD—d Ockerman Pf 3e6.4W far mfhorWaan TIe oaferrKrofroe q to fM type and bcafaru of asua rgrmwd uti'W ood o"W uliffq q may b, I. eft f. ovoid damoy.s, Mraeh. rM rgpagtift• of fM and TM Cant/«tar Maligfdlr«w can to w6cofo fM bemixr of Ore Pee. Carrfr«far. 7M Canfr«f« ,Mrrep> ory mxnopes fo .d lip VflTfiq wvae. * of no add'ematao,f to Me Cif, 01 tteeaat PMf tnelfre rM-4--Bgfy of rM /M CMb«far i, fe lab. tM h fl mvapuMnf p«tkea lBAfpal to eonply wM RN Conn«for tiM - adWA.W mrperrafbn Me Cantr«for Math. —P.,. 1. /p EPAS slam water PofbMn p.v.ntan pbn repraawnh. nolifynq WAty ca+pmi., A�por�vg poprty h fM rq al.—tractk. o mio— of TM rgh•w f•oley Math. gtobOhof a+a mrkon .d tM TROT 9—d by Ip 0.C«Ir«tor 48 t,— pfar la y e—Ofi— it ,batov the r.spoMrDi y of ne C«Ir«fa 10 bcof* and pafear otPadfa WA(W it fM aa-t—h. of Hi. pof.cl. Aaform t.wr *,N mmwokl, dranauN, rolw T,DOr W—k on fM ¢oua fM toafMrn gtwd o/ fM car- 1. i*f b— .o tam, m.f« acwrc Fw nyranb, pq mates, .l-b* oha I.k0— —1" bs ", .tc. that tMY m.Y b. avoi0.a Dy eh. C«fr«fp. mu« h. adpef.d a fM paPw k're o'r0 ¢a* by fie Confroafor pion to and olfr fie repAakq o1 pwnrtn.rrt porhp .ew. ^/ces,arY• or hot— MW H. Air io. h,fobfh+ i. J to . !qt sauM of fM fabfip iprovMenh, hMroi'q. h.f not knife. roe Nacq. Qafq. ¢amN su'f«q, brrgc lily and b'orraP. rfr«frq ,ricA r. r.mov.d ar eared l0 prm+r`°ww.%eronan o:wk. Math. r.pa.w or rpua.d ey rn. Ca+tr«ter of rM krlef b.—tt 1M Cane,actp is r.Roogibl. Ip recmrecfirq waiving weir mef«r. Conti«for! .rpmq, h 7M sam. bcafion mid w condition .pwlfo r h.ffr Mmr faun, TM C.W aafp Mpltowaut fM mivewoys as the par" reo for:vtabtan ana IMn r.Pai de cut .ith a�W.". r,DOr wiee recap(,«thp the trrr.way Waachq. iM Conrr«rp Math. r span de fa, nrpntanrp h.«n ,o1«y reeui.menfs h «e«aane. wrM eh. Citr of Ltabod' ,fararde, Teeq slat. ta.. mM OsxA Tie COnlr«tor Mrdremow U..MrBav ,d.wasr Ip M. wofr moil ketcfonmr Speadab..anmdl be later to «eve rbf ae%oaent Povip « etra, m. not Mrr rd stoneras for ar.xcavolans. .fib reme.vrp fM s4waa mwMid. At of fines Thal wWk y po¢g.rp, fM Conf/«fwwln,gndna..the ' d sipnof.d ca+to.f.nr O.'r fmonP«/arm eR%.d Mlfy %aMefarr, to 6.et d.0ar.a caru�rvefiw d AH4 TM C«tract« ~k+if fM c« trwia n — to the War right-ol-.q a+d t gNlfY OmriaoM pm.M fM w«k m.o w q ,Mwr on h6vipdpemr wl.fy «firlff s. The Cont—tor .:oNy be obwd to keg ere(t) er tro &ivq of a fire cloud bra to—tr:b.. B.fare fie —1 aewtvt and iefobfan fakq Place. I" pq..oi'q d•i_y rrtrlf h. P._d fr Ha/Fc Design Drawing - Water.dgn Z23/2007 12:24:15 PM My BankHorizontal Notes Vot 93e6. P. 280 0.00 e" gate valve (W) Class 150 D.I. Tie to existing 8" C-900 water m.I. A fire hydrant tap is located approximately 7.6'to the Southwest. Begin with a pipe deflection of 0.76• per joint to the Sant for 160'(e. joints) (Approximately Station 2oa-oo for TxDOT US 82Ye2 eonxtruction) 1.60 End of deflected pip. joint. Vertical Notes — -1 At Station 0.00 begin with a maximum pipe deflection of 0.76• per joint down In elevation to achleve a cover depth of 81. Maintain the 6'cover depth for the remainder of the water main Indall.tion. If a pip. deflection up In alavatloa Is required to tie to the existing we ter main at Ste Lion 17.85, locate In the field a point to begin a rip In elevation with a maximum pip. deflection of 0.75. par joint. 0 20 .0 Scale: 1" • 20' ,UBBOCK WATER UTILITIES 1.0, 107001 T •� W.W.O. 9754.9242 SCALE: 1"•20' DATE:1/10/2007 ACRES DISTURBED:LESS THAN 1 B-158�% Sheet 8 of 18 j. m ( US 82/62 (Brownfield Highway) i ".t— LY.t Bar Fufur. cure bcofiorr Emtrq r PVC .of.r nia:r £utun 1xDOT Storm Seer 3ystam Fof�� L+Vfs .itl..oa Station 4.00 e. fw. r.. rrl. V.W o ... _.. wyaasf I Futy. rnwf Bur - '— --- ..._ Cwr.et UGB FJH . _ -t _— —._— --- Light PwI of bock --. — _ 'ORB�._— — —T_-- —' — __ "o•� -._.—_. . — _ ROW ___UGB J'nath..sr 1Y f "1 ^-1..�. I. or ao.w. vom Paw Q --�- - UGB ---- --_ ,. _ 0 a -- > - Station 3.00 .� i 7.7'—th..sr rr. Nyaonf Mfowiar // 7v.wo M l O of ko.w rrr a l Siruoa J j and tops: ;� '.--- 'r..�_��•.._ Proposed 6" C-000 city Bank r .�- DR 18 water main Vot 9.MS. P. 2M - .. the Cmhaafor .W au[ rho W11 a ft— q Station 2.70 to Station 3.25 vxh LAW City Beak a fMy v. w/f e app.arax. VW. 5757, P. 89 .ea aawa.:,wr.y pantoirf. ROWf I4.. fa US 82. 1 �s fufu-. .. Cub laea0oa UGB UGB Future TxDOT---------------------Storm Sewer System f.iatsq 8"-----------7—oats mai+ Lirif Of h/tV..ia..ale fw. ire hyd,-f pier 1 .of t ie. ROW — — — - ROW UGB—.____....- ---- _... -----_ .---- _., ._. UGB A,4—u'wfey 2.5'f,— ,on1M of praP d .o or mon to c for of fro hy&mf Fire Hydrant Detail at Stations 3+00, 6+00, and 9+00 Scale: 1" - 10' =3=712:24:46 PM Horizontal Notes 3•00 8" X 6" Tee (NJ X FBI Class 150 D.1. Northwest: 8" gate valve (FE) Class 150 D.I. with box Fire Hydrant 1FE) 4.00 8" got* valve (NJ) Class 150 D.I. with box 0 70 40 Scale: l" - 20' LUBBOCK WATER UTILITIES J.O. 107001 * ' • W.W.O. 9754.9242 SCALE: 1"-20' DATE: 1/10/2007 ACRES DISTURBED:LESS THAN 1 * DESIGNER: SJ DRAWN BY: SJ REVIEWED BY: SKS 3-B-158'� Sheet 9 of 16 ti I 0 0 US 82/62 (Brownfield Highway) Lirih of tan.-. ad...a Car 1 wt- Imo w Futura Txvor bco0on 'r storm 9awar SFstam M.. Fi. NyaYarrt o fpslg !)' PVC watt moir FtHar..Wf 6bs Fwl. sit 8os 7 — a ENcfric voaN _ Lot pol. Fut-. Cara Lxofion a — _ _ _ o a. BROW UGV W18 avatar ..in Station 8.00 Q Fir. Hyd'mt Iptebnon G't—y -t and r.POF T�.. .._ .. Chits of a t City !wk Vot 3737. P. 89 Horizontal Notes 8.00 8" X 8" TOO (YJ X Fal CI.ss 100 D.I. Northwest; 8" gate ralwa (FV CIO" 150 D.I. with box Flra HFdnnt (Fa) Design Drawing - Water.dgn Z23r"7 0 20 .0 Soala: 1" • 20' ,K WATER UTILITIES J.O. 107001 W. W.O. 9754.9242 SCALE: 1"A DATE:1/10/2007 ACRES DISTURBED:LESS THAN 1 LXATM.R l " i�J REVIEWED BY: SKS REVISNS I ATE DESCRIP ON DON BY 3 - B -15 8 21 Sheet 10 of 16 ti Future T:Dor- Storm Sewer System ' US 82/62 (Brownfield Highway) c>orrq e^ vvc .a(r ara:+ Cur.mf F,ra !' g . of ddrwaa �:', ' of i o Eh trk Vaunt Fd— Cu'b L—lio, Futwe k*t bx C q Lryr(Pall Noflr ml(K of fuNl MNf 90+ �q • Fuhrl iris _ - UGE UGE 51w.b, Horizontal Notes 9.00 5" X 5^ Tat (YJ X Ft) Class 150 D.I. Southwest: e" sate valve (YJ) Class 150 D.1, with box Northwest: 8" Sate valve (FE) Class 150 D.J. with box Fire Hydrant (FV MII Fie - --__-}-- UGX --- Station 9.00 Proposed e" C-900 Fi. HY&on( n (aa(i- DR 1e water main Dr:...oy cue f� P— POV a" Can V&- arp nd ok t o ,,« City lank Vot 5757, P. 89 0 70 40 NOW Setle:l" - 20' ;K WATER UTILITIES J.O. 107001 W.W.O. 9754.9242 SCALE: V-20' DATE: 1/10/2007 ACRES DISTURBED:LESS THAN i DESIGNER: SJ DRAWN BY: SJ REVIEWED BY: SKS ESCRIPT ON DONE a 3-B-1583 Sheet 11 of 16 L - _J L,-- - i I -y -- A mI Fut) US 82/62 (Brownfield Hi&way) Storm Sur.. ..r 7.1()TSystem E- 6 Statio LJI--QL- FW .0..* Edtj,0 PVC vat@, op Jocation LOt Pft SComm knits Water MOW Station IZ-10 ko'event �Mfttio, of skeok Ft— seat aI. - Ewb.*- V.—W, I Fww. Cr. Lo .6- '7 — — — -7 —7 Zr Water Met - end 1,pok t-t A.,kWar ont t— New DH--y M pr pov uce F.— P.Ar tinift of W— d..* Station 13-00 Fproposen! 8- C-NO I P.* DR IS avatar main "is City ftak V.4 5M. P.89 G*a, 6- the 04 Ameoon Reserve, Life rl Horizontal Not" City Bank Parkway for city 0.* Vpoy liosurance Company 11-00 Begin cased bore VOL 7-W. A 0 Use le" steel casine to protect pip. Installation Abot secefty fWXft d&V MW a0vllu b9andX701 VW &* AW10 spaM of far freach " to soxaire, Me wor* orto o6jacent to 12.00 and eased bore Ifte Aaerietn ftm LAF* Amerance Commy parent 12-05 Remove existing fire bydrant UGE UGE 12-10 am X 6" Tea (111.1 X FE) Clam 150 D.I. Future TxJ)0T — - — - — - — - — - — - — - — - — - — - -- — - — - — - — - — - — - — - — - Storm Se.*r System Southeast: ON gate valve (FE) class 150 D.I. fth box Fire Hydrant (FE) Exisov a -- — — — — — — — — — — — — — — — — — — — — — — vers, V X 6. rec 0 20 40 Proposed a- — vate, mail Liwt of f.1— 6" Vote KV- Sc.).4 I" - 20' ROW New eke hr&::!� LUBBOCK WATER UTILITIES 41- OHE 2.5'fron, OF J.O. 107001 T a W.W.O. 9754.9242 of pq ... d -1., A, A:: 1"-20' DATE: 1/10/2007 Z1. 1. —t- of r. hy~•4, ACRES ISTURBED:LESS THAN 1 DESIGNER: SJ SE91 DRAWN BY: SJ fVATMR-=TT-rrl Es' Fire Hydrant Detail at REVIEWED BY: SKS Station 12+10 oarREVISIONS I DAT DESCRIPTION DONE BY3—B-1583 Sheet 12 of 16 Drawing - WaterAgn 2121,'"7 12:26:13 PM T i w i s l FIIV Tx DOT .... - 09 Storm Sewer US 82/62 {Brownfield Highway) I i i Station 15.10 E.dafiq 8" PVC .ofw mein Edrfeq Fi. Mydo,f o I �' Fie /yboal Mfabfin Cuo ffa M remor.dl x a uFt—Location �-• I. to( Pte Limife o1 /ahrl iidl.e4 F.t— a *f a.. o C i Hy~ Elachic VaW f mv.-* Axof an a0o• _ .aY (Srranf lirila , r o �aWolor Akio, -.... _.V.... .-.- .. .... _ _ .. UGE _—_—_--_OHS-.., •� .. _ _ - a Raw Station 14.00 C✓renf *Wfe Pam PW. a� _ 8" cot. vah. Proposed 8" C-900 of aialr.oa Station 15.16 DR 18 water main Station 15.00 on. PVe a/Mct- � R0 Drl-- • Cat AWoff Povenynf 0ed Wail St t! 16.00 Nf and r.P> Amin Reserve Lift lasursaoe Company VOL 7M2. P. 93 Plop sernrpy taciq a" tie eWow. aounawyef Ow Pre (aw Savo of ffa !ranee Oe to secure ON oars sea adjacent to ae* Aswtean Man Lf* eweanCe Llsapany poro.t rut... .. —ucE Future TxDOT-------------------- Storm Sower System OMB �____ ._cam=-- OHE E—Ii,y a• --------------tor nwi, Prapoesd 8" W. ao, Lmf o1 /ufrr. sid—ok �- 5„ ibM MH ROW — ROW a" X 5" Too t.. rr. hyd—I T ti«OF 7'p�qq AvroainotM' 2.5' Irp a mo:, fa t« a1 r++. rgaaar K SOON JErv� Fire Hydrant Detail at 80291o,? Station 15+10 Scale: 1" - 10' Design Drawing - Water.dgn 2I23=712:28:42 PM a M Station 18.38 Statloa 18.58 End Peso dOWOOM e gag. P9e W/Ncooa Terry Condor VOL 996, P. 210 0 a` C*Wh,, swwfty footing At - wo kcoFea to Me wanton R►faree tfa AuuroM► CarMoay porcvffor eae OCC"iy odjacoat to me raw Candor pa cot Horizontal Notes 14„00 8" &.to valve (MJ)Class 150 D.J. with box 15.10 8" X 8" Toe (MJ X FE) Class 150 D.I. Southeast: a" got. valve (FE)Cl.ss I50 D.I. with box Fire Hydrant (FE) 15•16 Best: Begin pipe deflection of 0.75• per joint for 12W (a joints) 16.36 End pipe deflection 16•56 North: Begin pip* deflection of 0.50• par joint for 129'(to tie-in to existing water main) 0 20 40 Scale: I" • 20' 42 DATE: 1/10/2007 BEDILESS THAN 1 SKS BY3-B-1583 Sheet 13 of 16 �. L. L_.........1 :.. _..: {._.,...._ _..J i_ _ -._3 __.1 .... __:1 _..,..t ° Future TxD07 1, 01 I Storm Sewer System I US 82/62 (Brownfield Highway) cs,ra( cure oI aia.aa i . bcaMo.r $ Lga( P.* i Go.s, pew m I Jews, "a - ME -----.---_ OHS---- 1... Ed, 7 Vdr.AF,*,. Lve Lob- OHS------------ OHE ROM Aw(�w) po..ra0i I -station 17.00 cw ao0 r.0ar 3tatfon 17.76 Station 17.86 Proposed 8" C•900 DR 16 water male F`• M'�0e1 ticlp1pNp'" I _ EW PO. N n f. —kriq rwa, md+ •io S. 90• bwm Tony Condor VaL 9144. P. 26 Horizontal Notes 17.75 8" X 6" Tea (NJ) Clear ISO D.I. Nortbwo4 6- gat. v41v. (NJ) Close 150 D.I. with box 4' of 6- C•900 DRIB plea Fire Hydrant (NJ) 17.85 8" gate valve (NJ) Clans 150 D.I. Scutbasst: 8" 90• bend (NJ) Class 150 D.I. Tie to existing 8" water main Vertical Notes Al Station 0.00 begin with a maximum pipe deflection of 0.75- per Joint down in elevation to achieve a cover depth of 81. Maintain the 8'cover depth for the remainder of the water mein installation. If a pipe deflection up In elevation is required to tie to the existing water main at Station 17.85. l000te in the field a point to begin a rise in elevation with a maximum pipe deflection of 0.75• per joint Design Drawing - WaterAgn 3/1/200710:11:10 AM 1 C e e CYS ECL 84th Lgt Lsbbook TX LP 0 o VOL 9M. p. XW c .d � + A o � o 4 o CYii 6CL 34th Lubbeok TX LP VOL 999Z A 354 0 70 .0 Seale: l^ , 20' :K WATER UTILITIES J.O. 107001 W.W.O. 9754.9242 SCALE: 1"-20' DATE:1/10/2007 ACRES DISTURBED:LESS THAN 1 W 3-B-158' Sheet 14 of 16 /SIDE EIKNNATI011 ITTP, CONCRETE SNALL CONCRETE !E NEPT CLEAR Of BLOCK IrTP.I PIPE Jo1NT5 ITTP.1 ME ow ALL BEARING SURFACES SIML BE AGAINST UNDISTURBED GRMW ITTP.1 PLUG CONCRETE BLOCK 1TT►.1 CONCRETE BLOCK ITTP.1 ELM MA BEARING AREAS EACH DIRECTION OF THRUST IN SOUARE FEET �s��a:��a�t�a•�sae= i �11� �d � En•� �ar!•la-1• fU]I�iE•� ila���ai• SalM icll� iPar' E'�aa1• �cn1� ���rar>•�>;a���r=ari_>• m-m m Typical Thrust Block Installation Detail N.T.S r- i. eav 1" • r. . . \Y' 512007 9:55:43 AM M1!' m c.p.h r-o' x r.q. x r-D• .. tea. ,—.I. W.0 Fire EWrant Detail at 4ta.17+75 N.T.S TM mnor"* Noating .E tM fine hy*ent atoll be 100lur u tha aU s"wo on tb dmwlap Er-O'7Er•vur to IP=*de ing* na•e with the aN etar� swan 12"18110a. r•J' n cxr.i por.l r-0' x r-O. x r-0' ....rot. bMd ceneril� 6bcM Fire Hyd= Derail at other stations N.T.S —t...w f4Owd p.G 0—W G.wfw aP.ci/Ad it CO fi00-O, t dardS ca u...sr srar.brm Trench Cross-Secdon S cam' ,g Terminology N.T.S. T-0 8000 TT+. 6160W.•. d fht PO d ro . P.nl Ar Pb... M. feP a fM P" owb. c«Md/ Pbad b/ Amd Rw mWaldswb. bm R.Or! QQ''owe .town :r fb..bow d1W. d alydb. eorryarl.d stM m.dw*d« fmd tarps to m'N0 1 M. Pp. rb O.ctRm/Ri.rWOlb. traro.d 6. 0 onto bw -W-W Pp-. rb. r.nrdld r f fbe bbourma.G ab.w a- W'!' Iem fM Ion of M. PPqpe a dbcabe, .xqf aMr bo'r.oY awb. bodN�d .'M bw..mwl.d mf b C 01 . rb. C..h kr .b d0Si/aer fbeNiwt smd.MPrO.JeW 1Mp.1..1 Pmad f-AV ww« jItiqtrat.« p«mir1aa JAw.N• ro e•,..d a ..e.pernar mm.a r=.Wb. p l wW — w«r 200 40 k, ..M W d f. 1* 4r a Ld b. Wdw rx a. Enq —4 d1.ab.W for r.wrd. J.O. 107001 W.W.O. 9754.9242 SCALE: 1"-20' DATE:1/10/2007 ACRES DISTURBED:LESS THAN 1 DESIGNER: SJ 3-B-1583 Sheet 15 of 16 umaru Wotan Sueetand Marsha S� Rw ro fM mw«awtl el caelrKfgM1 M Cmir«f« MOI.ra:•v !M sank«f ebamwfN me gw'IMOIbN. Mc Dd't ^cNM9 ofroftl ae my eMw «ObYM! . FaM.Ir aM aHpM.fYaa rN..nf f. fM pnpr cara.fbn I as wrY .paMd w✓• an Ma esl eI IM Cmrv«far le a.mw YYf.tlr« p >� rpn Freeway Water Main Relocation Alternate Bid Ap 4S aaucMN.iw brw«p«ehm.lbaMyt bo rCvwrm .vhelca« A 1l/pawI:MMar°xoai.aNm estsY9aorralo .roerb.eNsveeaaaMn:%0a rue�.bqy�oarpewmYtwroa�rp.f+epy. .xeep e ro Nf0e ea. , «n' N/awwanmmoera.flasuuMpr1it4laaMlc'yoab.n.oP:aM.rw.a.Ntr.ebaer erMpyopwMa Iz ev rl. �\ wwr bea+e«a:r.�.swaaymr«pu w Me ear pcaNlr«M. o n.:lYm o/ •\♦ 172 a .M.M Mr r.pa:•b•'1Y el fM texr«w ro hc.ra ab px«I ape4 elirw \ 22 iwa;..l�`r e.au w`•. 9« s'w. wYe�k w✓ l e emnOM1Y., efe. Proposed 4" CDR•18 to n w .�. i f s aapM ro In. p«p`4. aw pao er Mr Cw+IKKIp por ro ane xlp . \♦\• eero M2"a .00• da. xPtx.t aapm«af ee•iv .np. ep...eu. tr. f.efiq !9.e•arnanfw i.4rpta Ow,.bf Nilq Ip� �. «row vaa�..p/«.w 4e ♦ arp p«'e9a strut elivn a. rN > efara. fa • : r \ \ff� .�•\ aaa pwrnt isNblen .I 1M wr1� M aH N c� `K:rnb air Wflp 1M) Z 51.Non /o1e6 / + •\♦ T.-----.nt ror Cwrroclp aM.M ramfr.be fp wv9 sobfl rpeiwm+rfa e f•a (Wr NDeter+ •ra`Nsl w.'.wY Hxo to.. ea asau • i : , \'.• slefm 0.50 t...1M x Eeol �fetlstli Nr at.amroNwe. oaap�tNp 47 i • r / , �\ .• \♦\ tt afbn 0 3s ab `Me.nlotl IM, epee. wens osenonNfwp pe:s M and Meae! d`xii ''.��" ♦ ♦ ♦`y r-bw JO" N ),IitAOl30 b pp% M radial aeNb Nnreetmu eM b 6vcf acbYq caeMucfian / \ ♦ '1 .alp main .xxr «riw'fir. 50R-JS • 0. / ; ; r 64 M .� mMaM«X« .eplbo N x<p4r.o pin Ur Ma.l fJW x Lett«. rlawa0 dpP: 46 ,\ raianwvN aw a.plMalbs. / Sloth" 0• W , , `• �� mare ewN«lion O h m• wepYY o/ rY...ew moN / . • ewe naw ' ,� ` .: �, ti . .xp ma'II° „� °°"i � .x�`p rips, aaoar 29o°`cerctirsn:erM� sea. rw...e r �f ♦ wi, 6! I •.. �, �\ IM Ncolhn a/ slxba D•s0 n a shrof. cep. m Ma warenae bcaM+ oI fYo r /• r' / .xp rood «sfxion OMO. IM fa:b«br Mparmra Mx fM oYrorbe • T/ : \ � y` � f5!«bn 0.501 MOI«e✓ fs fM IbM e/ IM n.. N1ilr-W rJM+mn .oNr r ♦ r / CaohceU« ea rao \., ,�, \ 7xDOT m"Nrae 4fetbr fe«ppr..n`�oi r101 io IMiarin o / ba.� pro x wt1 •\ .. �, � ♦ ROR a apt bc.fbn. r \ r 62 / \ * ,`�•••, prMatre«Ne ooraaeefbo Wbrpl M1ae Mn pa MD.Ma OCYarnren x ss-ant 1M C«Ir«rp .nlMfw(ranr wa b ilt[aN Mr Mc.lion e/ fM pew AS' //: , ♦\ i ) 9 1 R •\� • ,� rn. oaMr«ror b MY rob. ror Mx maroe.aanr p«r a. rewx to ooro 17 \ \ '1�: ..._. N.. M" pep mM CP4Y shoo ..w owfiw p««mon pp na+anwa•. '1 r �� .. �.y •_ _ IM Cenh«fp n fo epi/Y tout puy rU ufxfy IM (Relw p Sa.pl peaaoi J4a ♦ _ � Shsf x (M pmoW bceleo e/ Me1. H mp. Mar N pN .r a'wpn J.M Slrwf �+ Pnten TxDOT11—ft-tal Net.. haw ey b p ro Mpi M. fnti.« /p Nll.r min:.11ona. �, storm sa..r sT.eom •\ Remor..xNtlai C- m.ln fr..Sntlen 0.00 en Stetien 1.00 .n0 Ie.Nll n., f- C-i00 DRIB mNa n ea opoclNM bole.: / 9Wit- 0.00: R.mer. oxi.tie9 r.lro —d le.t•Il 4• iet. r.iro .W.. 150 D.I..uh Wx US 82 /62 /L_�_� cons�on tic) steuon 0•sa 4" 4a• bona ales 100 D.i. Ofi/ t/L. `iitltLLG / suede: 0•a6: 4" 45• Woe eNs 150 D.t. Th. bottom o1 W. Pip. N 10 bo pl.cod .t .n .lo.ti— e1 395.7.00' Wood on in. TXOOT sfarien 1.00 aordleot. q.t.m. PUten 9' x 9' 45. omd St.tlon 0.05: 4. 45• bond chon 160 O.J. SleNon 0•s0 TX007 Wt.nl ." 9eN axro St.tlen PM 4" 45• bond 4 — 250 D.1. Sfo! 0.00 is• eorw Sfxbn 0•)l 4' a J• r.mep 4• i.lo —I .ties 150 D.7..1th tex 4. 9ef• nano - - - - - RxLtlni Cr•M Eb. tLa • JtSalr ho M o+UfMt 4" X s" '".aor M. 160 D.1. aa 71. to oxlntlei s" ..tor We --- ---------------- -' .. 0 100 200 ..... .. . sfmi« o.5s .. .... ... a�• e.ne Scale: I" 100' M=ow »»LUBBOCK WATER UTILITIES rK.. .«Ft, J.O. 107022 +' ' ® W.W.O. 9754.9242 32J0.00• '}* �: b ' DATE: 2/23/2007 slxtew o•ao sear« a•n stun'« o•so sleMrr o•n smt« adoN� ACRES DISTURBED:LESS THAN 1 sfefhno•w ,k __ * DESIGNER SJ '"sec .•ar mom "• °"" `tea DRAWN HY SJ N as anatrDeuan �-.1-.-v ?a ' REVIEWED BY SKS sf10o 0•.10 )me/PO..JIN.M' ��,�� xw-w•«�Mw ��� REVISIONS Scala 1"=20'-Horizoatat DATE DESCRIPTION DONE HY3-B-1585 I" = 10' - Vertical 3 ell Sheet 16 of 16 - SewerAgn 2/23/20071 CITY OF LUBBOCK REQUEST FOR PROPOSALS • TITLE: UTILITY LINE RELOCATIONS AHEAD OF FREEWAY ADDRESS: LUBBOCK, TEXAS RFP NUMBER: 07-710-BM PROJECT NUMBER: 9754.9242.30000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 07-710-BM Before submitting your proposal, please ensure you have completed the following: Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. .Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. C omp lete 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. 3. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid / Proposal. 4. � Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm Is FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 5. �r Carefully read the BASIS OF PROPOSALS and EVALUATION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. Evaluations cannot commence until all items are available to the evaluation committee. 6. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 7. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety: Failure to provide a bid/proposal surety WILL result in automatic rejection of your proposal. 8. Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL .SUBMITTAL. Company Name City of Lubbock Public Works Contracting Office In an effort to better serve our suppliers, the City of Lubbock Public Works Contracting Office is conducting the following survey. We appreciate the time and effort expended to submit your offer. Please take an additional moment to complete the information below. If you have any questions or need more information, please call (806)775-2163. City of Lubbock RFP # 07-710-BM HOW DID YOU RECEIVE NOTICE OF THIS REQUEST FOR BID OR PROPOSAL? Lubbock Avalanche Journal? % Yes / No The Daily Commercial Record?. / Yes _� No From Plan Room or other type of; service? Yes J No Did you access the City of Lubbock website to search for bids? Yes J No Facsimile or email from RFP Dpot.com? Yes No Did you download from your hone computer? Yes J No Did you download from your company computer? Yes No Requested a copy from Lubbock Public Works Contracting Office? I Yes No Are you a member of RFP Depot? _/ Yes No Other: VI e,a . Company Name 1. 2. 3. 4. 5. 6. 7. _1 8. 9. 10. NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS LOCAL GOVERNMENT CODE § 271.116 PROPOSAL SUBMITTAL - PROPOSAL FOR UNIT PRICE CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS NOTICE TO OFFERORS NOTICE TO OFFERORS RFP # 07-710-BM Sealed proposals addressed to Bruce MacNair, Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th Street, Suite 102, Lubbock, Texas, 79401, until 1:00 P.M. on March 27, 2007, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "UTILITY LINE RELOCATIONS AHEAD OF FREEWAY" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 1:00 P.M. on March 27, 2007, and the City of Lubbock City Council will consider the proposals on April 12, 2007, 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 proposals and waive any formalities. The successful proposer 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 proposer 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 B or superior. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer 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 PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer'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 proposal submitted. There will be a non -mandatory pre - proposal conference on March 14, 2007 at 9:00 A.M., in Municipal Building Training Conference Center TCLOl, 1625131h Street, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405, or on-line at http//or.thereproductioncom M.com/. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, http:Hpr.thereproductioncompany.com/, Phone: (806) 763- 7770. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer 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 Public Works Contracting Officer of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK 66" MWO& . BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE 2 The City of Lubbock is seeking written and sealed competitive proposals to furnish UTILITY LINE RELOCATIONS AHEAD OF FREEWAY per the attached specifications and contract documents. Sealed proposals will be received no later than 1 :00 P.M. CST March 27 2007 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP# 07-710-BM, UTILITY LINE RELOCATIONS AHEAD OF FREEWAY" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: = Bruce MacNair, Public Works Contracting Officer City of Lubbock 1625 13th Street, Suite 102 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. _j 1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT - ACCEPT FAX PROPOSALS. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory nre-nronosal meeting will be held at 9:00 A.M., March 14. 2007 in the Municipal Building_ Training_ Conference Center, TCLO1, 1625 131h Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 3 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at http://www.RFPdepot.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 up blic libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdepot.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the proposal closing date. 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 Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of ^` these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all -= provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Public Works Contracting Officer and a clarification obtained before the proposals are received, and if no such notice is received by the Public Works Contracting Officer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Public Works Contracting Officer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP 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 proposal shall be paid by the proposer. 6 TRADE SECRETS. CONFIDENTIAL INFORMATION AND THE TEXASPUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 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 proposal 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 proposal that you have marked as being confidential information, _3 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 proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. _ 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the _ proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES _ . Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer 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 proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described _ in the General Conditions. y f 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge or forfeiture of deposit. The contract documents may be _> examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER City of Lubbock Public Works Contracting Office 1625 13`h Street, Suite 102 Lubbock, Texas 79401 Fax: 806-775-3326 or 806-767-2275 Email: bmacnairAinylubbock.us RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within SEVENTY (70) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 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 under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. _.., 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. _._ 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has - knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a _.s direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 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 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. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this _s project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the _ schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the `- price written in words and the price written in figures, the price written in words shall govern. r 7 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the r{' proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or - others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for (description of the project). 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer'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. _u (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. 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. 3 31 QUALIFICATIONS OF OFFERORS The proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer 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 proposer. (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. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: 32.1 40% Price. :_. 32.2 10% Resume and references of proposed job superintendent. City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 10% List of potential items from proposer that could reduce the cost of work, but result in the same -° end product. List shall include suggestions of materials/assemblies, etc. 32.4 5% Insurance claims and litigation during the last three years. 32.5 25% Construction time. 32.6 5% List of subcontractors — DUE WITHIN TWO BUSINESS DAYS AFTER OPENING. 32.7 5% Contractor phasing options which may shorten construction time or minimize disruptions to 1_4 City operations without increasing proposal amount The estimated budget for the construction phase of this project is $ 950,000. Proposals shall be made using the enclosed Proposal Form. ..m 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 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 REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " TEXAS LOCAL GOVERNMENT CODE § 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS § 271.116. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS. (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL RFP# 07-710-13M, Addendum # 1 *** REVISED ***PROPOSAL SUBMITTAL UNIT PRICE PROPOSAL CONTRACT DATE: 3 —s2 7 - 677 PROJECT NUMBER: # 07-710-13M — UTILITY AINE RELOCATIONS AHEAD OF FREEWAY Proposal of Ii ��,,,f,%>�f/tGl`f 5 �/h'� ��%✓ (hereinafter called Proposer) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Invitation to Bid for the construction of a UTILITY LINE RELOCATIONS AHEAD OF FREEWAY having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Estimated Item Quantity No. & Unit Description of Item Total Amount BASE PROPOSAL Sewer and water line relocations ahead of Marsha Sharp Freeway 1. 583 Feet Furnish, deliver, and install twelve (12) inch diameter SDR-35 approved sewer pipe in open cut (12-14 feet) trench, backfilled to 95% compaction, and tested as herein specified, including paving cuts and disposal, all equipment, tools, and labor. TOTAL ITEM #1:40-/ir1,f147.461 I 6,, � �yG 6//,�-s (Unit Price Amounts shall be shown in 16oth words and numerals. In case of discrepancy, the amount shown in ords shall govem.) 2. 1,413 Feet Furnish, deliver, and install ten (10) inch diameter SDR-35 approved sewer pipe in open cut (12-14 feet) trench, backfilled to 95% compaction, and tested as herein specified, including paving cuts and disposal, all equipment, tools, and labor. TOTAL ITEM #2:04C 1144,4-e,0 hue,,w ha- e- 46/IA'a S $ IYS da /FTu24 9951, ,(J-e) (Unit Price Amounts shall be shown in words and numerals. In case of discrepancy, the amount shown in w ds shall 1 govem.) 3. 153 Feet Furnish, deliver, and install eight (8) inch diameter SDR-35 approved sewer pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including paving cuts and disposal, all equipment, tools, and labor. TOTAL ITEM lil�l L o $, f /FT Py (Unit Price Amounts shall be shown in bo words and numerals. In case of discrepancy, the amount shown in o�govem.) 4. 1 Each Furnish, deliver, and install 60-inch diameter, eccentric cone, four (4) feet deep drop manhole with fourteen (14) extra vertical foot depth as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 4: ell/ $ I&av ( (Unit Price Amounts shall be shown in both words and numerals. In case of discre panty, the amount shown in words shall govem.) P �Offeror'S Initials # 07-710-BMAd1 2 RFP# 07-710-13M, Addendum # I -= Estimated Item Quantity No. & Unit Description of Item Total Amount 5. 3 Each Furnish, deliver, and install 48-inch diameter, eccentric cone, four (4) feet deep standard manhole with twenty-four (24) extra vertical foot depth as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 5: 71 W1,94 5 $ /EA (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in shall govern.) 6. 5 Each Furnish, deliver, and install 48-inch diameter, concentric cone, four (4) feet deep standard ` /m-anho`l'e as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 6: t" /" -10 $ S yam, 00 /EA(-MMO �p ) (unit Price A ounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in Ards govern.) 7. 64 Each Furnish, deliver and install extra vertical foot depth for standard 48-inch diameter manhole f�-- as herein specified, including all equipment, tools, and labor. TOTAL ITEM # $ J j D42/EA(. Xo V e" a ) (Unit Price Amounts shall be shown in both wordland numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 3 Each Make connections to existing City sewer mains at various locations as directed by the 0�99r. The connections shall include all equipment, tools, and labor. TOTAL ITEM # 8: G $ 3GYiO, ILEA( - M,�PO ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 3 Each Plug connections to existing City sewer mains at various locations as directed by the Owner. These connections shall include all equipment, tools, and labor. TOTAL ITEM # 9: e Aall 5 0 OV,&/EA( (Unit Price Amoun shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 3,600 SF Repair paving cut with asphalt as per City of Lubbock Street Department specifications, including all equipment, tools, and labor. TOTAL ITEM # 10: f S $,2ai'V /SF(L�&A daOF ) (Unit Price AmountsAl be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 500 SF Repair sidewalk with concrete as per City of Lubbock Street Department specifications, including all equipment, tools, and labor. TOTAL ITEM # 11: (Unit Price Amounts 140 be shown in both words and numerals. In case of discrepancy, the amount shown in ords shall govern.) 12. 1 Each Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into existing storm water systems and playa lakes. This item shall include design and implementation of a Storm Pollution Retention Plan, EPA, and TCEQ Submittals, log, maintenance, fees, required documents. and labor. TOTAL ITEM # 12: 11!.c/ (Unit Price Amounts shall be shown in both words and numerals. In case of P# 07-710-BMAdi 3 �A/- ad /EA( !Q"q©ra as ) the amount shown in words shall govern.) Offeror's Initials RFP# 07-710-13M, Addendum # 1 Estimated Item Quantity No. & Unit Description of Item Total Amount 13. 1 Each Provide and maintain a Trench Safety System as per OSHA Regulations, include all equipment, TOTAL ITEM # 13: %4'tIA &"e' i�5 $d G&.. IEA( (Unit Price A�shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 1 Each Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic Engineering Department prior to implementation. This plan shall include all lights, signs, barricades, cones an other assorted equipment and tools. TOTAL ITEM # 14: l ► liu� v� p $ �? /EA 5'1�? ) (Unit Price Amo u shall be shown in both words and numerals. In case of discrepancy, tKe amount shown in words shall govern.) 15. 1 Each Equipment mobilization. Provide all equipment and tools to complete project. TOTAL ITEM # 15: ��� ��to //��v 0 I�/O�, S $ ' ' ,G (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, de amount shown in words shall govern.) 16. 1 Each Supply all fencing barricades necessary around the construction site to secure the area and awtect from unauthorized access. TOTAL ITEM # 16: if / l-J ram/ $ J,0 RV ffiAA ZLW, %/G' (Unit Price Amo is shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 1 Each Furnish a survey of installed water and sewer mains using TxDOT coordinate system (XYZ coordinates) before backfill as herein specified, including all equipment, tools, and labor. -f TOTAL ITEM # 17: Lve, �v11 J $ }3`AV o"IEA( f%� ) (Unit Price Amou4 shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 18. 1,685 Feet Furnish, deliver, and install 8-inch diameter C-900 class 150 approved water pipe in open - cut trench, backfilled to 95% compaction, and tested as herein specified, including all equipment, "tools, and labor and removal of paving in trench area. TOTAL ITEM # 18: Fl !/y L $ AW /FT A,3 o7�5-'AU ) (Unit Price Amounts 1hall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 19. 100 Feet Furnish, deliver, and install 8-inch diameter C-900 class 150 approved water pipe in cased bore with 16" steel casing, with casing spacers including all equipment, tools, and � la'bor. �� ,� TOTAL ITEM # 19: r©�' %/l��i�%r,� �C/?,&$ �Wyl% /FT( �4W,,rlO ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 5 Each Furnish, deliver, and install 8-inch by 6-inch FE by MJ Tee as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 20: 15ey Wit/ ia//w s $ 7,W I7 /EA( 3,5-W OU ) (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, panty, the amount shown in words shall govern.) Offeror's Initials P# 07-710-BMAd I RFP# 07-710-13M, Addendum # I Estimated _ Item Quantity No. & Unit Description of Item Total Amount 21. 5 Each Furnish, deliver, and install 6-inch FE gate valve and valve box as herein specified, including fall equipment, tools, and labor. TOTAL ITEM # $ /EA( (Unit Price Amounts shall be shown in bo words and numerals. In case of discrepancy, the amount shown in ords�4 shall govern.) 22. 1 Each Furnish, deliver, and install standard MJ fire hydrant for 6-inch main construction as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 22: M1,141 /f kle,11fQS $ ` ' ,tom /EA(—��—J�',Dd ) (Unit Price Amoun ° shall be shown in both words and numerals. In case of discrepancy, the amount shown in ords s�4 hall govem.) 23. 5 Each Furnish, deliver, and install standard FE fire hydrant for 6-inch main construction as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 23: $_ C XU,, /EA/EA e�W®,OD ) (Unit Price Amoun shall be shown in both words and numerals. In case of discrepancy, le amount unt shown in Zords shall govem.) 24. 5 Each Furnish, deliver, and install 8-inch MJ gate valve and valve box as herein specified, including all equipment, tools and TOTAL ITEM # 24: labor. /7/ii` /EA (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in Words shall govem.) 25. 1 Each Furnish, deliver, and install 8-inch by 6-inch MJ by MJ Tee as herein specified, including equipment, tools,, TOTAL ITEM # 25: -and --labor. sY , �s s% J t l�-'��i`ti y Aa L $ 0,0 /EA( six- (Unit Price Amounts shall be shown in both w ds and numerals. In case of discrepancy, the amount shown in words shall govern.) 26. 1 Each Furnish, deliver, and install 6-inch MJ gate valve and valve box as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 26: �^ �` ✓� < $ X.j11, /EA( (Unit Price A ousts shall be shown in both w ds and numerals. In case of discrepancy, the amount shown in words shall govern.) 27. 4 Feet Furnish, deliver, and install 6-inch diameter C-900 class 150 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 27: 6'v- ' "�/yw >�r/& I $ 71©62 /FT(, 0;4`,aa ) (Unit Price Amounts shai be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 28. 2 Each Remove standard fire hydrant from original location and dispose of as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 28:4 (Unit Price P# 07-710-BMAdI shall be shown in both words and numerals. In case of discrepancy, the amount shown id words shall govern.) Offeror's Initials 5 RFP# 07-710-13M, Addendum # I Estimated Item Quantity No. & Unit Description of Item Total Amount 29. 1 Each Furnish, deliver, and install 8-inch diameter MJ 90 degree bend as herein specified, including all equipment, tools, and labor. j TOTAL ITEM # 29:51$�Z,4a' /EA( 0,5,AU ) (Unit Price Amounts shall be shown in both ords and numerals. In case of discrepancy, the amount shown in words shall govern.) 30. 2 Each Make connections to existing City water mains at various locations as directed by the `Owner. These connections shall include all equipmentt,* tools, and labor. TOTAL ITEM # 30: 6,Xf r (Unit Price Amounts shall be shown in both words and numerals. In case of discrepanc/the amount shown in w(rds shall govern.) 31. 1,460 FT Saw -cut existing paving and sidewalk for water main installation as herein specified, including all equipment, tools, and labor. 7 TOTAL ITEM # 31: ��GyG�1i' yDo/% 3 $ 1: --�Pd /FT(, (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 32. 1,460 FT Dispose of sidewalk and pavement debris resulting from saw cutting for water main installation as herein specified, including all equipment, tools, and labor. -' TOTAL ITEM # 32: 1-4-1 61< kA&J!�— �2 $1:),g / (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in Words shall govern.) TOTAL BASE PROPOSAL, ITEMS #1-�#-32: MATERIALS: LABOR: � �f/, v�i�%Sevry/.s / � �^��S2c� ilZx t�O Gt e o/%S $ 973 0 9- TOTAL PROPOSAL ITEMS #1 - # 32:0ye A%%�--1y,��T� D/�//l� �i t-;c� ili,Q'1�✓i� $��� (Am unts shall be shown in words and numerals. In case of discrepancy, the amo t shown in words s gall govem.) k111W -45 Ale ADDITIVE OPTION Marsha Sharp Freeway and 34thStreet Water Main Relocation 1. 100 Feet Remove existing water main that crosses 34"' Street as herein specified, including all equipment, tools, and labor and removal of paving in trench area. TOTAL ITEM # 1: 00111-4 1'4 ir,4- _I&I' i e, I $ //Bdv /FT(II AW,C7v (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in fvords shall govern.) 2. 100 FT Furnish, deliver, and install 4-inch diameter C-900 class 150 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 2: fJ/L,% 4-Aa,,1e1J 4' (Unit Price Amounts shall be shown P# 07-710-BMAd1 6 L and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror's Initials RFP# 07-710-13M, Addendum # 1 Estimated Item Quantity No. & Unit Description of Item Total Amount 3. 2 Each Furnish, deliver, and install 4-inch MJ gate valve and valve box as herein specified, including all equipment, tool's', and/labor. TOTAL ITEM # 3:A 11G�rl� �4�'6.r'�.� t✓� itJpl��f' $ �o��d /EA( C2a ) -- (unit Price Amounts shall be shown in both Avords and numerals. In case of discrepancy, the amount shown in 4ords shall govern.) 4. 4 Each Furnish, deliver, and install standard 4-inch MJ 450 bend for 4-inch main construction as herein specified, including all equipment, tools, and labor. TOTAL ITEM # 4: l ,' t �%i,* /J /-,f/! 00114 AS $ 67,5A Pa /EA(9�. o� /-o a (Unit Price Amounts shall be shown in bo words and numerals. In case of discrepancy, the amount shown in w6rds shall govern.) 5. 1 Each Furnish, deliver, and install 4-inch by 3-inch MJ reducer as herein specified, including all equipment, tools and labor. TOTAL ITEM # 5: LG i%iy"e 4, �oii,9,e, $ 600 0y /EA( UV, J 1 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 2 Each Make connections to existing City water mains at various locations as directed by the Owner. These connections shall include all equipment, tools, and labor. TOTAL ITEM # 6: L-'-$ 5� aO /E� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in Words shall 7. l Each Provide and maintain a Trench Safety System as per OSHA regulations, include all equipment, tools, /an/ d labor. n TOTAL ITEM # 7: fit t�_!f✓,Ax� �C�. 16< 5-- $ : 25&0<OP /EA( `oZ, 90 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 1 Each Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic Engineering Department prior to implementation. This plan shall include all lights, signs, barricades, cooes and other assorted equipment and tools. TOTAL ITEM # 8: & d/vG //f®u_S,®ir'� 4&/WSJ $16pvv.yv/EA /Y (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wcdds shall govern.) 9. 1 Each Equipment mobilization. Provide all equipment and tools to complete project. TOTAL ITEM # 9: i . $ r50e,90 /EA rJG' —�7 (Unit Price A o shall be shown in both words and numerals. Incase of discrepancy, the amount shown in N<ords shall govern.) 10. 400 SF Repair paving cut with asphalt as per City of Lubbock Street Department specifications, including all equipment, tools, and labor. TOTAL ITEM # 10: Yie �Ji -5 /SF(Xf�/Or% ) (Unit Price Amounts s all be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror's Initials P# 07-710-BMAdl 7 RFP# 07-710-13M, Addendum # I Estimated Item Quantity No. & Unit Description of Item Total Amount 11. 1 Each Supply all fencing barricades necessary around the construction site to secure the area and protect from unauthorized access. TOTAL ITEM # 11: %9u±Orc,0 $ f Ma 0. /EA(,"1 V O ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 12. 1 Each Furnish a survey of installed main (XYZ) coordinates using TxDOT coordinate system before b�aacckfill as herein specified, including all equipment, tools, and labor. TOTAL ITEM #12: Y., (Unit Price Am�be shown in both words and numerals. In case of discrepancy, the amount shown in 4rds shall govern.) TOTAL ADDITIVE OPTION, ITEMS #1- #12: TOTAL ADDITIVE OPTION ITEMS #1 - # 12: &,9A to Ll /-&,t -z:k1 1 �1 YSd OU be shown in both words and numerals. In case of discrepanof, the amount shown in words shall govem.) TOTAL BASEPR PO�SAL AND AD�ITIVfE_�PTION: MATERIALS: ry /f v�s<% Dy A I » 35 M 00 LABOR: 4-:5- $ 9y0. G OO 7' TOTAL BASE PROPOSAL AND Ow- ADDITIVE OPTION: A AWJ ,I1' #4, in&oj 7111 J'� $ 117J` 00 (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sluill govern) Offeror hereby agrees to commence the work on the above project on or before a date to be specified in a written 'Notice to Proceed" of the Owner and to substantially complete the project within (12a )# Days Completed by ._3 Contractor (ONB h1kA,&,ed „) Written Days Completed by Contractor consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. Offeror's Initials P# 07-710-BMAdI RFP# 07-710-BM, Addendum # 1 The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (50/6) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check _orG --Certified Check for Dollars ($ ) or$id/Pro oosal Bon in the sum of 7fo/ Dollars ($ ), which it is agreed sha--Tl be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. �� Date Addenda No. Date - Addenda No. Date Addenda No. Date -fly P# 07-710-BMAdl Date: O f rAU960n,Wd Signature 4we— (Print6d or Tvaed Name) , .4 kft e City-- County 3 State 1p Code Telephone: - �a— Fax: �C�— .� ea FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Li CITY OF. LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent And Attached to Proposal Submittal . I, the undersigned Offeror, - certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. tra or ( igna e) Contra for (Print) -i C 1 NTRACTOR'S FIRM NAME: (Prin or Type) CONTRACTOR'S FIRM Name Agent/Broker:_ Agent / Bro er (Signature) Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone Number: (Za) Date:2 , NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Officer for the City of Lubbock at (806) 775-2163. PROPOSAL # 07-710-BM — UTILITY LINE RELOCATIONS AHEAD OF FREEWAY 10 1], I SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) 'The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the BIDDERS in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. 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. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state .or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, .administrative orders. draft orders, final - orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the 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, partnershi or institution, received citations for violations of OSHA within the past three (3) years`' YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock. \\ ith its big' submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final dispositiont ` of offense. if any. and pernal assessed. y ,lam S�dtl� �vd k X/9,MA'`L C/IivO — Bidders Initials �V13 /��D� ; �'ld�P✓.�j£� ��>;.!��'ifl J?IJiO+.'" v�'G� 9J N�!;r� Kj�r�r QIESTION TWO 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 environmental protection laws or -. regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement. suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints. indictments, or convictions. administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the 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: 1 Date of offense or occurrence, location where offense occurred, type of offense. final disposition of offense. if am. 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, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my -° statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. JM '-� - Sig Vate Title 14 SUSPENSION AND DEBARMENT CERTIFICATION Federal Lavv (A-102 Common Rule and OMB Circular A-I10) prohibits non -Federal entities from contracting with or malting sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of S25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25.000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1 I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. s. COMPANY NAME:i FEDERAL TAX ID or SOCIAL SEC '�y No. � f'5 �/ -a i Signature of Company Official:_ Printed name of company official m Date Signed:�� above: 1S PERFORMANCE BOND '� C• � BOND NO. 6431860 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) UTILITY CONTRACTORS OF KNOW ALL MEN BY THESE PRESENTS, thatACRICA',' 12D:.(hereinafter called the Principal(s), as Principal(s), and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety(sl- as Sure%y s , are held and fit-ml bound unto the City of Lubbock (hereinafter called the ONE MILLTO) SIXTY SIX THOUSAND Obligee), in the amount of,141zrr,EiGHNTNE1$811ars ($ 1, 066 , 389 .)30awful money of the United States for the payment whereof, the said Principal an 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 the12THday of APRIL 20Q77,to PROPOSAL #07-710-BM UTILITY LINE RELOCATIONS AHEAD OF FREEWAYS and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 17TH day of APRIL , 2007 . SAFECO INSUANCE COMB4Y OF AMERICA Surety * By: ( e) HOWARD COWAN ATTORNEY -IN -FACT UTILITY CONTRACTORS OF AMERICA, (Company Name) LTD. (Title) BOND NO. 6431860 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 UTILITY CONTRACTORS OF (hereinafter called the Principal(s), AMERICA, LTD. as Principal(s), and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety6gEakMlg s)S 1'Y"lg&dAANbuAI%W the City of Lubbock (hereinafter called the ollars $ 1, 066 389 .)Dlhwful money of the Obligee), in the amount of urrnmg-p FIC-14TY NINE AND NO 10-0-- ( � y ti 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 the12TH APRIL ,20 07 ,to PROPOSAL #07-710-BM UTILITY LINE RELOCATIONS AHEAD OF FREEWAYS 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 same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 17TH day of APRIL 2007 UTILITY CONTRACTORS OF SAFECO INSURANCE COMPAU OF AMERICA AMERICA, LTD. Surety /f (Company Name) *By: HOWARD COWAN ATTORNEY -IN -FACT (Title) n� No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered 1 and on whom service of process may be had in matters arising out of such suretyship. SAFECO INSURANCE COMPANY OF Surety AMERI C l_' * By: (T1 le) HOWARD COWAN ATTORNEY -IN -FACT Approved as to form: City of Lubbock -'-, By: ity Attmey * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. SAFECO" State of Texas Surety Bond Claim Notice In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 www.SAFECO.com S A F E C O" POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 11561 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint COWAN; MARLA HILL; Lubbock, Texas***m***z***msr*s*ass***mxsm**m*mm***x***x*****c*a* its true and lawful attomey(s)-in fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. 7 IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 2nd R.A. PIERSON, SECRETARY CERTIFICATE day of March U� 49OU4"� W. RANDALL STODDARD, PRESIDENT Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 2000 "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or —, undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and _ (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I' 1, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effecL IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation SEAL .1 ail I953 0� Fof w�stn S-09741SAEF 7/98 this 17TH day of CORPORATE SEAL x 14 APRIL R.A. PIERSON, SECRETARY 2007 ® Registered trademark of SAFECO Corporation. 3P2/00 PDF CERTIFICATE OF INSURANCE ACORD �a I I LIABILITY INSURANCE DATE(MWDDNYYY) 4/17/2007 PRODUCER (972)771-4071 FAX (972)771-4695 K & S Insurance Agency g y 701 Justin Road 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 Am. LTD 927 Hwy. 62 Wolfforth TX 79382 INSURER A- Continental Casualty 20443 INSURER B: Valley Forge Insurance 20508 INSURER C: U . S . Fire Ins. Co. INSURER D: Travelers Lloyd Ins. Co. INSURERE: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR NSRD TYPE OF INSURANCE POLICY NUMBER PDAIE (MWDD/YY) CTIVE PDATE (MIWDD/YYN LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE aOCCUR 2090553748 9/5/2006 9/5/2007 DAMAGE ENTED R TO occurrence) I PREMSES (Ea $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL& ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 2,000,000 POUCY X JECOT 0 LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ B ALLOWNEDAUTOS SCHEDULED AUTOS 2090553751 9/5/2006 9/5/2007 X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO E AUTOONLY: AGG $ EXCESS/UMBRELLALIABILITY X1 OCCUR CLAIMS MADE EACH OCCURRENCE $ 1,000,000 AGGREGATE $ $ C DEDUCTIBLE 553089096-9 9/5/2006 9/5/2007 $ RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE X O STOTH- TRY LIMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 OFFICERIMEMBEREXCLUDED? If yes, describe under SPECIAL PROVISIONS below 2090553765 9/5/2006 9/5/2007 E.L. DISEASE- POUCY LIMIT 1 000 000 Is , , D OTHER Equipment Floater QT6605376B228 9/5/2006 9/5/2007 $4,226,685 w/$1000 Deductible Installation Floater QT6605376B228 9/5/2006 9/5/2007 $300,000 w/$1000 Deductible Rented/Leased Eq. IQT6605376B228 1 9/2/2006 1 9/5/2007 $200,000 Max.Limit DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS City of Lubbock, its officers, agents and employees should be known as Additional Insured on a Primary basis with a Waiver of Subrogation.*Except 10 days notice for non-payment of premium. This includes a Builders Risk/Installation Floater policy in the amount of $2,255,400 with a $2500 Deductible and effective dates of January 3, 2007-08 and the company being America First. City of Lubbock P. O. Box 2000, Suite 102 Lubbock, TX 79457 ACORD 25 (2001/08) 11 lucnoa,,,,,,e, Alec SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 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 R Daiker-1/CHERYL X AAP AAnnn CM,nin im mnrniW_rFd © ACORD CORPORATION 1988 Pn 1 M� CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS 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 reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (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 Utility Contractors of America, Ltd. Cost Reduction Suggestions Cost Reduction Suggestions: Eliminate Embedment Requirements for Waterline Backfill with soil from Trench Excavation Eliminate Density Testing on trenches deeper than 5 feet and have Lab Technician Establish Rolling (re -compaction) Pattern with Visual Approval by Resident Project Representative (RPR) Eliminate Interior Coating of Manholes -$25,000000� 41, Total Reduction Suggestions : $50,000.00 CONTRACT #7577 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 121h day of April, 2007 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and UTILITY CONTRACTORS OF AMERICA, LTD. of the City of Wolfforth, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and 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: PROPOSAL # 07-710-BM UTILITY LINE RELOCATIONS AHEAD OF FREEWAYS - $1,066,389.00 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 Condition of Agreement. Utility Contractors of America, Ltd.'s proposal dated March 27, 2007 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, _.. Texas in the year and day first above written. .••\_ =1 i• By: _ 1k, PRIM N /u.y� TITLE: COMPLETE ADDRESS: Company i� 7F/ I Address City, State, Zi-0 ATTEST: Corporate Secretary C. MAY011, ATTEST: CQ6 City Acretary FMA W-00 rNIME kiNINVAS ME vffil-,� - 'W - GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit UTILITY CONTRACTORS OF AMERICA, LTD. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative WOOD FRANKLINCHIEF WATER UTILITIES ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative 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 _-; will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative 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 _J work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) _.; calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any 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. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution __. and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously 4 accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the.work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, -< alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. 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 will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these 6 -= contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall -- comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. 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 Aggregate Contractual Liability Personal Injury & Advertising Injury Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and 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. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total material costs (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) I The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to «' provide services on the project. "Services" include, without limitation, providing, hauling, or _ delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage - vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and __- payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and -' for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 10 G. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (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; 11 (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and _. any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 80013 72- 7713 or 5121804-4000 (littp://www twcc.state.tx.us/twcccontacts.html) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 12 j (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 proj ect; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION __. The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the 13 Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 (FIVE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount 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. 14 - IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; 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 _.a the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, r area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. hi the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing 15 their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 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. '; 16 Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION _. Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. 17 When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials _. and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. 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 18 (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 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. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS j 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 19 Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in 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 V $ construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. 20 In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 21 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.00 Air Conditioner Installer -Helper 7.50 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 Bricklayer -Helper 7.00 Carpenter 11.00 _ Carpenter -Helper 7.00 Cement Finisher 9.00 Drywall Hanger 11.00 Electrician 15.00 Electrician -Helper 8.00 Equipment Operator -Heavy 10.00 Equipment Operator -Light 9.00 Fire Sprinkler Fitter -Journey 18.00 Fire Sprinkler Fitter -Apprentice 10.00 Floor Installer 9.50 - Glazier 10.50 Insulator-Piping/Boiler 10.50 Insulator -Helper 7.00 Iron Worker 11.00 Laborer -General 6.00 Mortar Mixer 6.00 __. Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 r ' Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 ,- 1 EXHIBIT B Paving and Highway Construction - Prevailing Wage Rates Craft Hourly Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 -= Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 t Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS UTILITY LINE RELOCATIONS AHEAD OF MARSHA SHARP FREEWAY From 341e Street and Slide Road to Bangor Avenue From Belmont Avenue past City Bank Parkway TECHNICAL SPECIFICATIONS FEBRUARY 2007 City of Lubbock Water Engineering Utility Line Relocations Ahead of Marsha Sharp Freeway I Technical Specifications: Seal: OF * * i KOOK SOON 0 9 80291 4•'�'�� A4 w3 .0 TABLE OF CONTENTS UTILITY LINE RELOCATIONS AHEAD OF MARSHA SHARP FREEWAY DIVISION 1— GENERAL REQUIREMENTS 01010 Summary of Work....................................................................5 01019 Contract Considerations..............................................................1 01028 Change Order Procedures...........................................................3 01039 Coordination of Meetings...........................................................3 01140 Work Restrictions....................................................................3 01300 Submittal Procedures.................................................................4 01310 Progress Schedules..................................................................2 01322 Photographic Documentation......................................................2 01356 Storm Water Pollution Prevention Plan...........................................3 01400 Quality Requirements................................................................4 01410 Testing Laboratory Services........................................................3 01500 Temporary Facilities and Controls................................................3 01555 Barricades, Signs, and Traffic Handling..........................................1 01576 Waste Material Disposal............................................................2 01700 Contract Closeout.....................................................................3 DIVISION 2 — SITE WORK 02082 Pre -Cast Concrete Manholes........................................................5, 02084 Frames, Grates, Rings, and Covers................................................2 02200 Demolition, Removal, and Salvaging of Existing Materials....................1 02221 Removing Existing Pavements......................................................2 02240 Dewatering.............................................................................3 02260 Excavation Support and Protection.................................................3 02317 Excavation and Backfill for Utilities...............................................10 02320 Utility Backfill Materials..............................................................4 02530 Sanitary Sewer Piping.................................................................6 02533 Acceptance Testing for Sewers......................................................4 02665 Water Works Piping, Valves, and Fittings.........................................13 DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete...............................................................13 DIVISIONS 4 THROUGH 16 (NOT USED) APPENDIX A Unit Price Bid Proposal for Sewer Line Installation APPENDIX B Unit Price Bid Proposal for Belmont Avenue Water Main Relocation APPENDIX C Unit Price Bid Proposal for 34`h Street Water Main Relocation SECTION 01010 SUMMARY OF WORK PART 1— GENERAL 1.1 SUMMARY A. The OWNER is the City of Lubbock B. The Owner's representative is: a. L. Wood Franklin, P.E. Chief Water Utilities Engineer City of Lubbock (806) 745 — 2343 C. Section includes: a. Project description b. Permits and licenses c. Access to site d. Contractor's us of the premises e. Coordination requirements f. Coordination drawings g. Preconstruction meeting h. Warranty 1.2 PROJECT DESCRIPTION A. Description: This is a unit price contract that consists of furnishing and installing 583 feet of twelve (12) inch gravity flow sanity sewer, 1,413 feet of ten (10) inch gravity flow sanitary sewer pipe, and 153 feet of eight (8) inch gravity flow sanitary sewer pipe. The project begins at the intersection of Slide Road and 34 h Street and continues southwest along 34'h Street to Bangor Drive. It then continues south along Bangor Drive and ties to an existing ten (10) inch sanitary sewer line at a point approximately 1,250 feet northeast of intersection of Bangor Drive and Chicago Avenue. The sewer lines are designated as S-1, S-2, and S-3 on the project drawings. Major components of the project include: a. Sewer Pipe: Furnish and install approximately 583 feet of approved twelve (12) inch diameter SDR-35 sewer pipe material. The depth of the installation will range from 12 to 14 feet deep. b. Sewer Pipe: Furnish and install approximately 1,413 feet of approved ten (10) inch diameter SDR-35 sewer pipe material. The depth of the installation will range from 12 to 14 feet deep. c. Sewer Pipe: Furnish and install approximately 153 feet of approved eight (8) inch diameter SDR-35 sewer pipe material. The depth of the installation will range from 12 to 14 feet deep. d. Manholes Installed for New Sewer Line: i. Furnish and install one (1) concrete, sixty (60) inch diameter, eccentric cone, four (4) feet deep drop manhole with fourteen (14) extra vertical foot depth. Utility Line Relocations Ahead 01010-1 February 2007 of Marsha Sharp Freeway ii. Furnish and install a total of three (3) concrete, forty-eight (48) inch diameter, eccentric cone, four (4) feet deep standard manholes with twenty-four (24) extra vertical foot depth. iii. Furnish and install a total of five (5) concrete, forty-eight (48) inch diameter, concentric cone, four (4) feet deep standard manholes with forty (40) extra vertical foot depth. e. Tie-in the existing fifteen (15) inch VCT sewer line to the new drop manhole at one location. f. Tie-in the existing eight (8) inch PVC sewer line into a new manhole at one location. g. Tie-in the existing ten (10) inch PVC sewer line into a new manhole at one location. h. Cut and plug in place the existing eight (8) inch VCT sewer line at one location. i. Cut and plug in -place the existing eight (8) inch PVC sewer line at one location. j. Cut and plug in -place the existing ten (10) inch PVC sewer line at one location. j. Develop, implement, and maintain a Storm Water Pollution Prevention Plan (SWP3) for the project. Plan shall include implementing best management practices while under construction and all related paperwork. k. Provide and maintain a Trench Safety System as per OSHA regulations. 1. Provide and maintain a Traffic Control Plan approved by the City of Lubbock Traffic Engineering Department and the Texas Department of Transportation. in. Mobilization n. Provide and maintain security barricades around construction site o. Furnish and install 2,000 square feet of asphalt paving repair. p. Furnish and install 500 square feet of sidewalk replacement. q. Furnish a survey of the installed main, (XYZ) coordinates, at all manholes, at ten (10) foot intervals between stations 19+37 and 19+77, and at one hundred (100) foot intervals elsewhere along the main using TxDOT coordinate system before backfilled as herein specified. B. Description: The City of Lubbock ahead of paving construction must relocate a distribution main. This project requires the new construction of an eight (8) inch main from a location just east of Belmont Street to a location approximately 550 feet southwest of Slide Road. Major components include: a. Furnish and install approximately 1685 feet of open cut 8-inch C-900 pipe. b. Furnish and install 100 feet of cased bored 8-inch C-900 pipe in 16" steel casing. c. Furnish and install five (5) 8-inch X 6-inch FE X MJ Tee d. Furnish and install five (5) 6-inch FE gate valve with box e. Furnish and install five (5) 6-inch FE standard fire hydrant f. Furnish and install five (5) 8-inch MJ gate valve with box g. Furnish and install one (1) 8-inch X 6-inch MJ Tee Utility Line Relocations Ahead 01010-2 February 2007 of Marsha Sharp Freeway h. Furnish and install one (1) 6-inch MJ gate valve with box i. Furnish and install four (4) feet of open cut 6-inch C-900 pipe. j. Furnish and install one (1) 6-inch MJ standard fire hydrant k. Furnish and install one (1) 8-inch MJ 90 degree bend 1. Remove and dispose of two (2) existing fire hydrant assemblies. in. Furnish and install two (2) connections to existing water mains at various locations k. Develop and implement a Storm Water Pollution Prevention Plan (SWP3) for the project. Plan shall include implementing best management practices while under construction and all related paperwork. n. Provide and maintain a Trench Safety System as per OSHA regulations o. Provide and maintain a Traffic Control Plan approved by the City of Lubbock Traffic Engineering Department p. Mobilization q. Provide and maintain security barricades around construction site r. Furnish and install 1,600 square feet of asphalt paving repair s. Furnish a survey of the installed main, (XYZ) coordinates at one hundred (100) foot intervals and at the location of water main tie-ins, using TxDOT coordinate system before backfill as herein specified. C. Description: This is a unit price contract that consists of furnishing and installing 100 feet of four (4) inch C-900 DR18 water main at an alley that crosses 341` Street east of Bangor Drive. a. Remove existing water main that crosses 34 h Street as shown on Drawings. b. Furnish and install (2) four (4) inch ductile iron gate valve with box. c. Furnish and install (4) four (4) inch 90° bends. d. Furnish and install (1) four (4) inch by three (3) inch reducer. e. Tie to existing water mains in two (2) locations. f. Furnish a survey of the installed main, (XYZ) coordinates using TxDOT coordinate system before backfilled as herein specified. g. Provide and maintain a Trench Safety System as per OSHA regulations h. Provide and maintain a Traffic Control Plan approved by the City of Lubbock Traffic Engineering Department and the Texas Department of Transportation. i. Mobilization j. Furnish and install 400 square feet of asphalt paving repair. 1.3 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. Utility Line Relocations Ahead 01010-3 February 2007 of Marsha Sharp Freeway D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. 1.4 REGULATORY REQUIREMENTS A. Submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the owner directly. 1.5 ACCESS TO THE SITE AND USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with the Owner. An additional staging area will be made available if required. B. Signs: Provide signs adequate to direct traffic. 1.6 PROJECT IDENTIFICATION A. A project sign is not required. 1.7 PROJECT SCHEDULE A. The Work summarized below shall be completed within sixty (70) calendar days from the date of the Notice to Proceed. There will be a $1,000 per day liquidated damages for each day that exceeds the sixty (60) day limit. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 SECURITY PROCEDURES A. Limit access to the site to persons involved in the work. B. Provide storage for materials for which the owner has made payments and which are stored on site. C. Secure completed work as required to prevent loss. D. Secure the site by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. The use of security personnel shall be cleared with the Owner. E. See the Supplementary Conditions. 3.2 COORDINATION A. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings Utility Line Relocations Ahead 010104 February 2007 __ of Marsha Sharp Freeway a. Inform the Owner when coordination of his work is required. B. See other requirements in other portions of the contract documents. C. Prepare the coordination drawings specified in product sections. a. Where space is limited, show plan and cross-section dimensions of space available, including structural obstructions and ceilings as applicable. b. Coordinate shop drawings prepared by separate entities. c. Show installation sequence when necessary for proper installation. 3.3 WARRANTY A. Contractor shall warrant 100 percent of the project for two (2) years after the date of final acceptance of the work. B. On the eleventh month from the date of final acceptance, an Owner's representative will schedule an annual inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. Any work that is considered defective by the Owner's representative will be repaired. C. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION Utility Line Relocations Ahead 01010-5 February 2007 of Marsha Sharp Freeway SECTION 01019 CONTRACT CONSIDERATIONS PART 1— GENERAL 1.1 SECTION INCLUDES A. Schedule of Values B. Application for Payment 1.2 SCHEDULE OF VALUES A. Submit a printed schedule on Engineer approved Contractor's form or electronic media printout. B. Submit Schedule of Values in duplicate within five (5) days after receiving the bid tabulation. C. Revise schedule to list approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit two (2) copies of each application on Engineer approved Contractor's form or electronic media printout. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: Monthly, submit application for payment on or about the 10`'' day of each month. D. Include an updated construction progress schedule, materials received, and manifest. E. Submit the following along with the application for final payment: a. The documentation for the completed project. b. Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. c. Contractor warranties for this job shall be signed and sealed by a Notary Public. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Utility Line Relocations Ahead 01019-1 February 2007 of Marsha Sharp Freeway SECTION 01028 CHANGE ORDER PROCEDURES PART 1— GENERAL 1.1 SECTION INCLUDES A. Submittals B. Documentation of change in Contract Sum/Price and Contract Time C. Change procedures D. Stipulated price change order E. Unit price change order F. Time and material change order G. Execution of change orders H. Correlation of Contractor submittals 1.2 RELATED SECTIONS A. Document — General Contract Conditions B. Section 01300 —Submittals: Work schedule C. Section 01700 — Contract Closeout 1.3 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. 1.4 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 a cost or time with sufficient data to allow evaluation of the quotation. C. On request, provide additional data to support computations: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. Utility Line Relocations Ahead 01028-1 February 2007 of Marsha Sharp Freeway d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.5 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, a change in Contract Time for executing the change. The Contractor will prepare and submit an estimate within seven (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. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in the Work. 1.7 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 the Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. Utility Line Relocations Ahead 01028-2 February 2007 of Marsha Sharp Freeway 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Change Order: The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to records 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 END OF SECTION Utility Line Relocations Ahead 01028-3 February 2007 of Marsha Sharp Freeway SECTION 01039 COORDINATION AND MEETINGS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings: General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division I — General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Coordination B. Field engineering C. Preconstruction meeting D. Progress meetings E. Preinstallation meetings F. Cutting and patching 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Control datum for survey is that shown on Drawings. C. Verify set -backs and easements, confirm drawing dimensions, and elevations. D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.5 PRECONSTRUCTION MEETING A. The Engineer will schedule a meeting after a Notice to Proceed. Utility Line Relocations Ahead 01039-1 February 2007 of Marsha Sharp Freeway B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. C. Agenda: a. Use of premises by Owner and Contractor. b. Distribution of executed Contract Documents. c. Submission of list of Subcontractors, list of products and progress schedule. d. Designation of personnel representing the parties in Contract and the Engineer. e. Owner's requirements. f. Construction facilities and controls provided by Owner. g. Survey and layout. h. Security and housekeeping procedures. i. Schedules. j. Procedures for testing. k. Procedures for maintaining record documents. 1. Inspection and acceptance of products put into service during construction period. D. Record minutes and distribute copies within five (5) days after meeting to participants and those affected by decisions made. 1.6 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda a. Review minutes of previous meetings. b. Review of Work progress. c. Field observations, problems, and decisions. d. Identification of problems which impede planned progress. e. Review of submittals schedule and status of submittals. f. Review of off -site fabrication and delivery schedules. g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned progress during succeeding work period. j. Coordination of projected progress. k. Maintenance of quality and work standards. 1. Effect of proposed changes on progress schedule and coordination. in. Other business related to Work. E. Record minutes and distribute copies within five (5) days to Engineer, participants, and those affected by decisions made. PART 2 — PRODUCTS Not used Utility Line Relocations Ahead 01039-2 February 2007 of Marsha Sharp Freeway PART 3 — EXECUTION 3.1 3.2 3.3 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: a. Structural integrity of element b. Integrity of weather -exposed or moisture -resistant elements c. Efficiency, maintenance, or safety element d. Visual qualities of sight -exposed elements e. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching, including excavation and fill, to complete Work, and to a. Fit the several parts together, to integrate with other Work b. Uncover Work to install or correct ill-timed Work c. Remove and replace defective and non -conforming Work d. Remove samples of installed Work for testing D. Execute work by methods which will avoid damage to other Work, and provide surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Refinish surfaces to match adjacent finishes. I. Identify any hazardous condition exposed during the Work to the Engineer for decision or remedy. END OF SECTION Utility Line Relocations Ahead 01039-3 February 2007 of Marsha Sharp Freeway SECTION 01140 WORK RESTRICTIONS PART 1— GENERAL 1.1 SECTION INCLUDES A. Use or premises B. Special scheduling requirements C. Working period D. Utility cutovers and interruptions E. Noise restrictions F. Occupancy requirements 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 1 Specification Sections, apply to this Section. 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. a. Limits: Confine construction operations to within the limits of the Marsh Sharp Freeway right-of-way, the Bangor Drive right-of-way, and the 34t' Street right-of-way as shown on plans for the sewer main relocation. Confine construction operations to within the limits of the Marsh Sharp Freeway right-of-way as shown on plans for the water main installation. b. 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. i. Schedule construction to minimize obstruction of driveways and entrances. ii. For all parking areas adjacent to the construction path for the eight (8) inch water main, no more than one (1) entrance shall be closed at a time during the construction process. 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 and utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. Utility Line Relocations Ahead 01140-1 February 2007 of Marsha Sharp Freeway 1.5 WORKING PERIOD A. Working Hours: Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: a. New Year's Day b. Good Friday Holiday c. Memorial Day Holiday d. Independence Day Holiday e. Labor Day Holiday f. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. g. Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work outside Regular Hours: Work outside regular working hours requires Owner's approval. Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. C. The Drawings contain specific requirements that affect certain areas of the work. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on -site a hand portable sound measurement device for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice p of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed < by hand by the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at each route building. C. The text for the advance written notice will be provided by the Owner in written form and electronic form. D. Reproduction shall be at the Contractor's expense. Utility Line Relocations Ahead 01140-2 February 2007 of Marsha Sharp Freeway E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient's attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non- trafficability). 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION Utility Line Relocations Ahead 01140-3 February 2007 of Marsha Sharp Freeway PART 1— GENERAL 1.1 1.2 1.3 SECTION 01300 SUBMITTAL PROCEDURES SECTION INCLUDES A. Submittal procedures B. Construction progress schedules C. Proposed products list D. Shop drawings E. Product data F. Samples G. Manufacturers' instructions H. Manufacturers' certificates I. Construction photographs RELATED SECTIONS A. Section 01410 —Testing Laboratory Services B. Section 01700 — Contract Closeout SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers; pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project and coordinate submission of related items. a. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. b. Submittals may be delivered to the Engineer at the following address: i. PO Box 2000 1625 1 P Street Lubbock, Texas 79457 D. Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on the Owner or Engineer's receipt of submittal. a. Allow fifteen (15) days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. b. If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (21) days. Utility Line Relocations Ahead 01300-1 February 2007 of Marsha Sharp Freeway c. Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (21) days for initial review of each submittal. d. If intermediate submittal is necessary, process it in same manner as initial submittal. e. Allow fifteen (15) days for processing each resubmittal. Each resubmittal will count toward the submittal count in a five (5) day period in paragraph 1.3.D.b above. f. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. I. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. J. Submittals not requested will not be recognized or processed. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal. PART 2 — PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. a. Number of Copies: Submit three (3) copies of each submittal, unless otherwise indicated. The three (3) copies will be retained by the Owner's representative. Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. B. Proposed Products List a. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model or catalog designation, and reference standards. b. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. a. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. Utility Line Relocations Ahead 01300-2 February 2007 of Marsha Sharp Freeway_, b. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. c. Include notation of special coordination requirements for interfacing with adjacent work. d. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 — Contract Closeout. _ D. 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. a. Include the following information, as applicable: i. Dimensions ii. Identification of products iii. Fabrication and installation drawings iv. Schedules v. Design calculations vi. Compliance with specified standards vii. Notation of coordination requirements viii. Notation of dimensions established by field measurement b. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. c. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus four (3) copies which will be retained by Architect. d. Drawing size shall be minimum of 8'/z x 11 inches and a maximum of 24 x 36 inches. e. Draw details to a minimum size of % inch equal to 1 foot. f. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 01700 — Contract Closeout. 2.2 INFORMATION SUBMITTALS A. Manufacturer's Instructions: a. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. b. Identify conflicts between manufacturers' instructions and Contract Documents. c. Indicate special procedures, conditions requiring special attention and special j environmental criteria required for application or installation. B. Manufacturer's Certificates - a. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. b. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. c. Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. [ C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity cover by Utility Line Relocations Ahead 01300-3 February 2007 of Marsha Sharp Freeway insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 — EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to the 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 the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER AND ENGINEER'S ACTION A. General: The Owner or Engineer will not review submittals that do not bear the Contractor's approval stamp and will return them without action. B. Action Submittals: The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: a. No exception taken b. Make correction noted c. Revise and resubmit d. Rejected e. The submittal stamp by the Owner or Engineer will also contain the following: i. Checking is only for 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. The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. C. Informational Submittals: The Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with the requirements. Utility Line Relocations Ahead 013004 February 2007 of Marsha Sharp Freeway SECTION 01310 PROGRESS SCHEDULES PART 1— GENERAL 1.1 SECTION INCLUDES A. Format B. Content C. Revisions to schedules D. Submittals 1.2 RELATED SECTIONS A. Section 01010 — Summary of Work B. Section 01019 — Contract Considerations C. Section 01300 — Submittal Process 1.3 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or partnering conference. E. Maintain monthly updates to schedule. 1.4 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. a. Identify each item by specification Section number. b. Provide sub -schedules to define critical portions of the entire Schedule. c. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. d. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.5 REVISIONS TO SCHEDULES a A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. Utility Line Relocations Ahead 01310-1 February 2007 _ of Marsha Sharp Freeway 1.6 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. 1.7 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Utility Line Relocations Ahead 01310-2 February 2007 of Marsha Sharp Freeway C SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1— GENERAL 1.1 SECTION INCLUDES A. This section includes administrative and procedural requirements for the following: a. Preconstruction photographs b. Periodic construction photographs B. Related Sections include the following: a. Division 1 Section "Submittal Procedures" for submitting construction photographs. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 SUBMITTALS. A. Submit three (3) complete sets of preconstruction photographs to the Engineer. The Owner and the Engineer will retain all three (3) sets. a. Identification: On back of each print provide an applied label or rubber- stamped impression with the following information: i. Name of Project ii. Name and address of photographer iii. Name of Engineer iv. Name of Contractor v. Date photograph was taken vi. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. b. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. PART 2 — PRODUCTS Not used Utility Line Relocations Ahead 01322-1 February 2007 of Marsha Sharp Freeway PART 3 — EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at the Project site, available at all times for reference. Identify photographs the same as those submitted to the Engineer. 3.2 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 the Engineer. a. Take photographs to show existing conditions adjacent to the property before starting the Work. b. 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 the Engineer. END OF SECTION Utility Line Relocations Ahead 01322-2 February 2007 of Marsha Sharp Freeway SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1— GENERAL 1.1 GENERAL A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No.TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.2 EROSION AND SEDIMENT CONTROLS A. General a. 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. B. Stabilized Ingress/Egress a. Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. b. In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. 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 a. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt ww 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. Sand/Gravel Bags a. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly Utility Line Relocations Ahead 01356-1 February 2007 of Marsha Sharp Freeway placed to effectively retain sediment immediately after completing each phase of work (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization a. The Contractor shall disturb the least amount of site area as possible. b. Stabilization measures to be implemented by the Contractor may include any of the following measures: i. Temporary or permanent seeding or sodding ii. Mulching iii. Geotextiles iv. Vegetative buffer strips v. Paving c. Stabilization measures shall be implemented in accordance with the SWP3. PART 2 — PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric a. 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 eight -five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of size (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec' AOS U.S. Std. Sieve ASTM D 4751 20 — 100 B. Silt Fence Stakes and Posts a. 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 two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. Utility Line Relocations Ahead 01356-2 Febniary 2007 of Marsha Sharp Freeway C. Identification, Storage, and Handling a. Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales a. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. PART 3 — EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. The 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 forty- eight (48) hours prior to start of construction. No work will be permitted until NOI is filed. C. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. E. The Contractor shall furnish the Owner with a copy of the NOI and NOT. END OF SECTION Utility Line Relocations Ahead 01356-3 February 2007 I__LL of Marsha Sharp Freeway SECTION 01400 QUALITY REQUIREMENTS PART 1— GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. a. 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. b. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 1 specification Sections, apply to this section. B. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complied with requirements. B. Quality Control Services: Test, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: a. Date of issue Utility Line Relocations Ahead 01400-1 February 2007 of Marsha Sharp Freeway b. Project title and number. c. Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. d. Dates and locations of samples and test e. Names of individuals making tests f. Description of the work and test method g. Identification of material, product, and specification Section. h. Complete test or inspection data i. Test results and interpretation of test results j. Ambient conditions at time of sample taking and testing. k. Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. 1. Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. in. For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. 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. Test Agency Qualifications: An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: 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 certified written report of each test and similar Quality Assurance service to the Contractor. Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality control services are indicated as Owner or Engineer's responsibility, such services may be performed by the Owner's forces or by a qualified testing agency to perform these services. a. The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. a. Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. b. The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. c. Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. Such reports shall include failing tests and retests. Utility Line Relocations Ahead 01400-2 February 2007 of Marsha Sharp Freeway d. Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. e. Where the Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance 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 the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with the Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. a. Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. b. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. c. Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. d. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept and portion of the Work. e. Do not perform any duties of the Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance or operations to permit assignment of personnel. Provide the following: a. Access to the Work. b. Incidental labor and facilities necessary to facilitate tests and inspections. c. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. d. Facilities for storage and field curing of test samples. e. Additional associated services required of the Contractor for testing access are listed in the specification Sections. f. Delivery of samples to testing agencies. g. Preliminary design mix proposed for use for material mixes that require control by testing agency. h. 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. a. Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 — PRODUCTS Not used Utility Line Relocations Ahead 01400-3 February 2007 of Marsha Sharp Freeway 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. a. 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 the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Utility Line Relocations Ahead 01400-4 February 2007 of Marsha Sharp Freeway SECTION 01410 TESTING LABORATORY SERVICES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division I — General Requirements apply to Work of this Section 1.2 SECTION INCLUDES A. Selection and payment B. Contractor submittals C. Laboratory responsibilities D. Laboratory reports E. Limits on testing laboratory authority F. Contractor responsibilities 1.3 RELATED SECTIONS A. Section 01300 — Submittals B. Section 01700 — Contract Closeout C. Individual Specification Sections: Inspection, tests, and standards for testing are required. 1.4 REFERENCES A. ANSUASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSUASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.5 SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. a. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. Utility Line Relocations Ahead 01410-1 February 2007 of Marsha Sharp Freeway b. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. E. The cost associated with compliance testing shall be paid by the Owner. Re- testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for re -testing will be paid by the Contractor. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSUASTM E329 and ANSI/ASTM D3740R. B. Laboratory Staff. Maintain a full time registered Engineer on staff to review services. C. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.7 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with the Engineer and Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Engineer and Contractor of observed irregularities or non- conformance of Work or Products. F. Perform additional inspections and tests required by the Engineer. A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Include: a. Date issued b. Project title and number c. Name of inspector d. Date and time of sampling or inspection e. Identification of product and Specification Section f. Location in the Project g. Type of inspection or test h. Date of test i. Results of tests j. Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. Utility Line Relocations Ahead 01410-2 February 2007 of Marsha Sharp Freeway 1.9 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory many not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.10 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.11 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Utility Line Relocations Ahead 01410-3 February 2007 of Marsha Sharp Freeway SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Condition of the Contract for Construction. Supplement Conditions and Division 1— General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.3 RELATED SECTIONS A. Section 01700 — Contract Closeout Requirements: Final Cleaning 1.4 TEMPORARY HEAT A. Provide and pay for heat devices and heat as required to maintain specified conditions for construction operations, as applicable. B. The Contractor will pay cost of energy used. Enclose building prior to activating temporary heat in accordance with Article 1.14 — Exterior Enclosures, in this Section, and exercise measures to conserve energy. 1.5 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 1.6 TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service to field office or field superintendent at time of project mobilization. 1.7 TEMPORARY WATER SERVICE A. Provide, maintain, and pay for suitable quality water service required for construction operations. B. Exercise measures to conserve water. Utility Line Relocations Ahead 01500-1 February 2007 of Marsha Sharp Freeway 1.8 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.9 BARRIERS A. Construction: At Contractor's option, commercial grade chain link fence or solid wood fence, painted. B. Provide six (6) foot high fence around immediate construction site, equip with vehicular and/or pedestrian gates with locks. a. For the properties owned by City Bank, including the City Bank Parkway, the fencing shall be limited to the southern right-of-way line along the Marsha Sharp Freeway. b. For the properties owned by American Reserve Life Insurance Company and Tony Condor, the southern limit shall be the northern edge of the fire lane that extends through the parking lot. C. Provide protection for plant life designated to remain. a. The only landscaping scheduled to be removed are the shrubs from Station 2+70 to 3+25 within the TxDOT right-of-way for the Marsha Sharp Freeway. Other landscaping should be protected. If conditions exist that require more landscaping to be removed, contact the Engineer. D. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.10 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.11 EXTERIOR ENCLOSURES A. Provide temporary insulated weather -tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and to prevent entry of unauthorized persons. B. Provide access doors with self -closing hardware and locks. 1.12 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Prohibit traffic through landscaped areas. Utility Line Relocations Ahead 01500-2 February 2007 of Marsha Sharp Freeway 1.13 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.14 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Existing on -site roads may be used for construction traffic. 1.15 PROGRESS CLEANING A. Maintain areas free of water materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.16 PROJECT IDENTIFICATION A. Project sign is not required. F 1.17 FIELD OFFICES AND SHEDS A. Office: Weather -tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack and drawing display table. 1.18 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS. A. Remove temporary above grade or buried utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of two (2) feet. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 — PRODUCTS Not used :3 Utility Line Relocations Ahead 01500-3 Febniary 2007 of Marsha Sharp Freeway PART 3 — EXECUTION Not used END OF SECTION Utility Line Relocations Ahead 01500-4 February 20U7 of Marsha Sharp Freeway SECTION 01555 BARRICADES, SIGNS, AND TRAFFIC HANDLING PART 1— GENERAL 1.1 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 A. Construction Methods a. All barricades, signs, and other types of devices listed above shall conform to details shown on the plans or those indicated in the latest version of 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. PART 3 — EXECUTION 3.1 GENERAL A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. 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 this project site or in the immediate area to insure compliance with the TCP. 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. END OF SECTION Utility Line Relocations Ahead 01555-1 February 2007 of Marsha Sharp Freeway SECTION 01576 WASTE MATERIAL DISPOSAL PART 1— GENERAL 1.1 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.2 RELATED SECTIONS A. Section 02221 — Removing Existing Pavements. B. Section 02317 — Excavation and Backfill for Utilities. 1.3 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. 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 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. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements of Section 02221— Removing Existing Pavements. 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 and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). a. Excess material may be disposed at the WTRDF. There will be a tipping fee of $28.50 per ton for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the WTRDF, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There will also be a fee of $15.00 per load for every truck that is not covered Utility Line Relocations Ahead 01576-1 February 2007 of Marsha Sharp Freeway properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices. 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 property owner. See Paragraph LIC above. 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. END OF SECTION Utility Line Relocations Ahead 01576-2 February 2007 of Marsha Sharp Freeway SECTION 01700 CONTRACT CLOSEOUT PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division I — 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. Operations and maintenance data F. Warranties G. Spare parts and maintenance materials. 1.3 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. a. Should the Engineer consider the work incomplete or defective: i. The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. ii. The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. iii. The Engineer will reinspect the Work. B. Provide submittals to the 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. 1.4 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. 1.5 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. Utility Line Relocations Ahead 01500-1 February 2007 of Marsha Sharp Freeway 1.6 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work a. Contract Drawings b. Specifications c. Addenda d. Change Orders and other Modifications to the Contract e. 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: a. Manufacturer's name and product model and number. b. Product substitutions or alternates utilized. c. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: a. Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. b. Field changes of dimension and detail. c. Details not on original Contract Drawings. d. Changes made by Addenda and Modifications. F. Submit final survey of installed sewer main as specified in Section 01010 — Summary of Work. G. Submit two (2) copies to the Engineer with claim for final Application for Payment. 1.7 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 — PRODUCTS Not used Utility Line Relocations Ahead 01500-2 February 2007 of Marsha Sharp Freeway PART 3 — EXECUTION Not used END OF SECTION Utility Line Relocations Ahead 01500-3 February 2007 of Marsha Sharp Freeway SECTION 02082 PRE -CAST CONCRETE MANHOLES PART 1— GENERAL 1.1 SECTION INCLUDES A. This section of the specifications pertains to pre -cast concrete manholes and related items. 1.2 RELATED SECTIONS A. Drawings and general provisions of the contract, including general and supplementary conditions and other Division 1 specifications, apply to this section. B. Section 02317 — Excavation and Backfill for Utilities. C. Section 02084 — Frames, Grates, Rings, and Covers. 1.3 REFERENCES A. ASTM A 307 — Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. B. ASTM C 443 — Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. C. ASTM C478 — Standard Specification for Pre -cast Reinforced Concrete Manhole Sections. D. ASTM C857 — Minimum Structural Design Loading for Underground Pre -cast Concrete Utility Structures. E. ASTM C858 — Underground Pre -cast Concrete Utility Structure. F. ASTM C 1107 — Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). 1.4 SUBMITTALS A. Conform to requirements of Section 01300 — Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: a. Shop drawings of manhole sections and base units and construction details, including reinforcement, jointing methods, materials, and dimensions. b. Summary of criteria used in the manhole design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that pre -cast manhole design is in full accordance with ASTM C478 and design criteria as established in Paragraph 2.1 D of this Specification. c. Materials to be used for pipe connections at manhole walls. d. Materials to be used for stubs and stub plugs, if required. Utility Line Relocations Ahead 02082-1 February 2007 of Marsha Sharp Freeway e. Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts and benches. f. Material to be sued for sealing of riser joints. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 — PRODUCTS 2.1 PRE -CAST CONCRETE MANHOLES A. Provide manhole sections and related components conforming to ASTM C 478. Provide adjustment rings which are standard components of the manufacturer of the manhole sections. Make date of manufacture and name or trademark of manufacturer on inside of barrel. B. Provide reinforced concrete risers constructed from forty-eight (48) inch diameter standard reinforced concrete manhole sections unless otherwise noted on the Drawings. Combine various lengths of manholes sections to total the correct height with the fewest joints. Wall sections shall be designed for depth and loading conditions as required in Paragraph 2.1 D, but shall not be less than four (4) inches thick. Base section shall be a minimum thickness of six (6) inches under the invert. C. Provide tops to receive cast iron frames and covers designed to support and H-20 loading, unless indicated otherwise. a. Sanitary sewer manholes shall have eccentric or concentric cone sections as shown in the Drawings. b. Frame and cover shall be designed for H-20 loading. D. Design Loading Criteria: The manholes walls, transition slabs, tops, and manhole base slab shall be designed, by the manufacturer, to the requirements of ASTM C 478 for the depth as shown on the Drawings. E. The minimum clear distance between any two wall penetrations shall be twelve (12) inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. F. For sealants used between concrete riser sections, refer to Section 02082, 2.6 B. G. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 5 psi internal pressure, with only minor weeping under 10 psi internal pressure. H. Manhole sections must withstand an intermittent internal hydrostatic pressure of 10 psi without structural failure. I. For sanitary sewer applications, the Contractor shall supply a primer coating of 5 mils thickness and a topcoat of 75 mils thickness on all interior surfaces of the manhole. The primer shall be Polibrid 670 or approved equal as manufactured Utility Line Relocations Ahead 02082-2 February 2007 of Marsha Sharp Freeway by Polibrid Coatings, Inc. The topcoat shall be Polibrid 705 or approved equal as manufactured by Polibrid Coatings, Inc. Applications of coatings shall be by spraying as recommended by the manufacturer. Coated surfaces shall be cleaned to permit visual inspection and spark testing. A minimum twelve (12) hours after application, the coating shall be spark tested with high -voltage holiday detection equipment set at minimum of 100 volts per mil of total coating thickness. All pinholes detected visually or by spark testing shall be clearly marked and then repaired in accordance with the manufacturer's recommendations. At the option of the Engineer, areas with excessive pinholes shall be re -sprayed rather than patched individually by hand. Surfaces show poor adhesion, improperly cured areas, or blisters will not be accepted and shall be removed or repaired per the manufacturer's recommendations. 2.2 CAST -IN -PLACE CONCRETE A. Conform to requirements of Section 03300 — Cast -in -Place Concrete B. Channel Inverts: Concrete for inverts not integrally formed with manhole base shall be either five (5) sack premix (bag) concrete or Class A concrete, with a minimum compressive strength of 3000 psi. C. Base for drop manhole shall be cast around existing pipe. Once installed, cut out top of existing pipe and form channel branches. 2.3 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland Cement. 2.5 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings, and Covers. 2.6 SEALANT MATERIALS A. Provide sealing materials between pre -cast concrete adjustment ring and manhole cover frame, such as ConSeal SC-202 Butyl Sealant or approved equal. B. Provide joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. C. Provide rubber gaskets for ASTM C 443 joints. 2.7 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02317 — Excavation and Backfill for Utilities. Utility Line Relocations Ahead 02082-3 February 2007 of Marsha Sharp Freeway 2.8 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 — EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to ninety-five (95) percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. 3.2 MANHOLE BASE SECTIONS AND FOUNDATIONS A. Scarify and compact base material to ninety-five (95) percent ASTM D 698 Standard Proctor Density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. B. Place twelve (12) inches of Class I gravel backfill as base for cast -in -place manhole base. 3.3 PRE -CAST MANHOLE SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Install pre -cast adjustment rings above tops of cones as required to adjust the finished elevation and to support the manhole frame. C. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. D. Do not incorporate manhole steps in manhole sections for sanitary sewers. 3.4 PIPE CONNECTIONS AT MANHOLES A. Ensure that the pipe will not pull out of manhole by using flange or corrugations as shown on plans. B. Grout all space between pipe and manhole wall with non -shrink grout and coat with an epoxy bonding agent. C. Pipe stub outs in storm sewer manholes where shown on plans shall be sealed with brick and mortar. Utility Line Relocations Ahead 020824 February 2007 of Marsha Sharp Freeway 3.5 INVERTS FOR SEWERS A. Construct invert channels to provide a smooth flow transition waterway with no disruption of flow at pipe -manhole connections. Conform to following criteria: a. Slope of invert bench: '/2 inch per foot minimum; 1 inch per foot maximum b. Depth of bench to invert shall be equal to'/2 the largest diameter pipe, entering the manhole. c. Invert slope through manhole: 0.10 foot drop across manhole with smooth transition of invert through manhole, unless otherwise indicated on the Drawings. B. Form invert channels with concrete if not integral with manhole base section. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. 3.6 MANHOLE FRAME AND ADJUSTMENT RINGS A. Combine pre -cast concrete adjustment rings so that the elevation of the installed casting cover matches the pavement surface. Seal between adjustment rings with approved sealant material. Set the cast iron frame on the adjustment ring in a bed of approved sealant. The sealant bed shall consist of two beads of sealant, each bead having minimum dimensions of/z inch thick and 3/4 inch wide. 3.7 BACKFILL A. Place and compact backfill materials in the area of excavation surrounding manholes in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities. Provide cement stabilized backfill material, as specified for the pipe, from manhole foundation up to an elevation twelve (12) inches over each pipe connected to the manhole. Provide trench zone backfill, as specified for the adjacent utilities, above the cement stabilized backfill. 3.8 TESTING A. Vacuum test manhole according to ASTM C 1244. Refer to Section 02533 — Acceptance Testing for Sewers. 3.9 PROTECTION A. Protect manholes from drainage until work has been finally accepted. Repair damage to manholes as no additional cost to Owner. END OF SECTION Utility Line Relocations Ahead 02082-5 February 2007 of Marsha Sharp Freeway SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART 1— GENERAL 1.1 SECTION INCLUDES A. This section of the specification covers iron castings for use as manhole frames and lids, gratings, and rings. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections, apply to this section B. Section 02082 — Pre -cast Concrete Manholes C. Section 03300 — Cast -in -Place Concrete 1.3 REFERENCES A. AASHTO — American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 — Specification for Gray Iron Castings C. ASTM A 615 — Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement D. AWS D 12.1 — Welding Reinforcing Steel 1.4 SUBMITTALS A. Submit product data in accordance with Section 01300 — Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. Include plans, elevations, sections, and connection details. Show anchorage and accessory items. Include setting drawings for location and installation of castings and anchorage devices. PART 2 — PRODUCTS 2.1 GENERAL CASTINGS A. Castings for frames, grates, rings, and covers shall conform to ASTM A 48, Class 35. Provide locking covers if indicated on Drawings. B. Castings shall be cable of withstanding the application of an AASHTO H-20 loading without permanent deformation.__ C. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Standard dimensions for manhole covers are 24 t Utility Line Relocations Ahead 02084-1 February 2007 of Marsha Sharp Freeway inches in diameter. Cast dimensions may vary by +/- 1/16 inch per foot. Weight shall not vary from published weight by more than +/- 5 percent. D. Castings shall be clean, free from blowholes and other surface imperfections. Cast holes in covers shall be clean and symmetrical, free of plugs. 2.2 FRAMES AND COVERS FOR MANHOLES A. Provide frames and covers for sanitary manholes by Western Iron Works. a. Labeled: "City of Lubbock, Texas Sanitary Sewer" b. Substitutions: Approved equal PART 3 — EXECUTION 3.1 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. Keep castings plumb, level, true, and free of rack. Measure location accurately from established lines and grades. Brace or anchor frames temporarily in formwork until permanently set. END OF SECTION Utility Line Relocations Ahead 02084-2 February 2007 of Marsha Sharp Freeway SECTION 02200 DEMOLITION, REMOVAL, AND SALVAGING OF EXISTING MATERIALS PART 1— GENERAL 1.1 GENERAL This item shall consist of demolition, removal, and salvage or disposal of certain portions of existing paving materials, including existing asphalt surfacing and base material and existing concrete sidewalk, in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established for the project. 1.2 CLASSIFICATION Materials to be removed may consist of asphaltic concrete, caliche base, and concrete paving. No consideration shall be given to differences in thickness or volume of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION 3.1 GENERAL Where applicable, all lines separating pavement to be removed from that to remain in place shall be cut neatly and in a straight line, or shall be separated at an existing expansion or construction joint. Cuts shall be made by means of sawing or other methods approved by the Owner's Representative which will produce a satisfactory edge. In no case shall the line be cut with a motor grader blade. 3.2 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL All existing materials to be removed and disposed of under this item shall be removed by the Contractor, and shall be disposed of in appropriate disposal areas off the Owner's property. Removal operations shall be accomplished in such a manner to minimize disturbance of existing underlying courses and adjacent pavement structures or improvements to remain in place. Any underlying courses disturbed during removal operations shall be reworked, recompacted, and regarded to the satisfaction of the Engineer. Any damage to adjacent pavement structures or improvements to remain in place shall be repaired to the satisfaction of the Engineer. END OF SECTION Utility Line Relocations Ahead 02200-1 February 2007 of Marsha Sharp Freeway SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1— GENERAL 1.1 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, and concrete sidewalks. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. B. Section 01576 — Waste Material Disposal C. Section 02317 — Excavation and Backfill for Utilities 1.3 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 PREPARATION A. Obtain advance approval from the Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. Stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: a. Adjacent public and private property. b. Trees, plants, and other landscape features designated to remain. c. Utilities not designated to be removed. d. Pavement and utility structures not designated to be removed. e. Benchmarks, monuments, and existing structures not designated to be removed. Utility Line Relocations Ahead 02221-1 February 2007 E _ of Marsha Sharp Freeway 3.3 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. D. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing construction or expansion joints, break out to existing joint. 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. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities as applicable to the specific portion of the work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION Utility Line Relocations Ahead 02221-2 February 2007 of Marsha Sharp Freeway SECTION 02240 DEWATERING PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. This Section includes construction dewatering. B. A geotechnical survey has not been performed at the site. This Section shall be applicable only if ground water begins to enter the trench. C. Related Sections include the following: a. Division 1 Section "Temporary Facilities and Controls" for temporary utilities and support facilities. b. Division 2 Section "Excavation Support and Protection'. 1.3 PERFORMANCE REQUIREMENTS A. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. a. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. b. Prevent surface water from entering excavations by grading, dikes, and other means. c. Remove dewater system if no longer needed. 1.4 SUBMITTALS _ 3 A. Shop Drawings for Information: For dewatering system. Show arrangements, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. a. Include layouts of piezometers and flow -measuring devices for monitoring performance of dewatering system. b. Include written report outlining control procedures to be adopted if dewatering problems arise. B. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. C. Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. a. Note locations and capping depth of wells and well points. Utility Line Relocations Ahead 02240-1 February 2007 of Marsha Sharp Freeway D. Field Test Reports: Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitting in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: A geotechnical report has not been prepared for the Project area. a. The Contractor, at own expense, may make test borings and conduct other exploratory operations necessary for dewatering. C. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. a. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. a. Prevent surface water and subsurface or ground water from entering excavations, ponding on prepared subgrades, and from flooding site and surrounding area. b. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. a. 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 authorities having jurisdiction. Utility Line Relocations Ahead 02240-2 February 2007 of Marsha Sharp Freeway 3.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavating below ground water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. C. Provide and adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. a. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope stability. D. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. a. Maintain piezometric water level a minimum of sixty (60) inches below surface of excavation. E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. F. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. a. Remove dewatering system from Project Site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation well risers to demonstrate that observation wells are functioning properly. a. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Utility Line Relocations Ahead 02240-3 February 2007 of Marsha Sharp Freeway SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. This Section includes temporary excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. a. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. b. Prevent surface water from entering excavations by grading, dikes, or other means. c. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 SUBMITTALS A. Shop Drawings for Information: Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. a. Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification Data: For installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.5 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. Utility Line Relocations Ahead 02260-1 February 2007 of Marsha Sharp Freeway a. During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify the Engineer if changes in elevations or positions occur, of if cracks, sags, or other damage is evident in adjacent construction. PART 2 — PRODUCTS 2.1 MATERIALS A. General: Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. PART 3 — EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. a. 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. a. 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 authorities having jurisdiction. C. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. 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 that excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. Limit vertical offset of adjacent sheet piling to sixty (60) inches. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. Cut tops of sheet piling to uniform elevation at top of excavation. Utility Line Relocations Ahead 02260-2 February 2007 of Marsha Sharp Freeway 3.3 TRENCH BOXES A. Provide Engineer approved trench boxes sufficient for depth and width of open - cut trench. All exposed trench shall be protected. 3.4 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 three (3) 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 (3) 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 (20) feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Utility Line Relocations Ahead 02260-3 February 2007 of Marsha Sharp Freeway SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 1— GENERAL 1.1 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 01300 — Submittal Procedures. C. Section 01400 — Quality Requirements. D. Section 01500 — Temporary Facilities and Controls. E. Section 01555 — Barricades, Signs, and Traffic Handling. F. Section 02082 — Pre -Cast Concrete Manholes. G. Section 02200 — Demolition, Removal, and Salvaging of Existing Materials. H. Section 02221 — Removing Existing Pavements. 1. Section 02260 — Excavation Support and Protection. J. Section 02320 — Utility Backfill Materials. K. Section 02530 — Sanitary Sewer Piping. 1.3 DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over - excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial BackjIll — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. Utility Line Relocations Ahead 02317-1 February 2007 of Marsha Sharp Freeway G. Backfill — Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems — Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 — Dewatering. 1. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. a. 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. b. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. i. 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. ii. 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. c. 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. L. 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. 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 Utility Line Relocations Ahead 02317-2 February 2007 of Marsha Sharp Freeway 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. 1.4 REFENCES A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil - Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.5 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. 1.6 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: a. Sequence of work and coordination of activities. b. Selected trench widths. c. Procedures for foundation and embedment placement, and compaction. d. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to the TxDOT coordinate system. Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. Utility Line Relocations Ahead 02317-3 February 2007 of Marsha Sharp Freeway 1.7 TESTS A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 200 linear feet of trench and each compacted layer. 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 twelve (12) inches is obtained over pipes, conduits, and ducts. Do not use heave compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or 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 — Utility Backfill Materials. 2.3 ACCESSORIES A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; colored as follows: B. Continuously coated ten (10) gauge locating wire. See Plans for specific location. a. Red — Electric b. Yellow — Gas, oil, steam, and dangerous materials. c. Orange — Telephone and other communications. d. Blue — Water systems. e. Green — Sewer systems. PART 3 — EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. Utility Line Relocations Ahead 023174 February 2007 of Marsha Sharp Freeway B. Install rigid pipe to conform with the trench details shown in the drawings. 3.2 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 Engineer 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 02220 — Demolition, Removal, and Salvaging of Existing Material. E. Maintain permanent benchmarks, monumentation and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take 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 not additional cost to the Owner. E. 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. F. The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. Coordinate vertical separation requirements with utility owners and any other special construction considerations. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. G. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. Utility Line Relocations Ahead 02317-5 February 2007 of Marsha Sharp Freeway B. Determine trench excavation widths based on the requirements shown on the plans. C. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or impractical to pump from the surface elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. D. 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. E. Shoring of Trench Walls. a. 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. b. 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 behind the trench wall support. c. 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, walers, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. d. 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. e. 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 one (1) inch thick steel plate. Fill voids left on removal of supports with compacted backfill material. f. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. F. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: a. Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. b. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. c. 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 walls and foundation. d. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. e. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.1 LB Utility Line Relocations Ahead 02317-6 February 2007 _, of Marsha Sharp Freeway 3.5 HANDLING EXCAVATION MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 — Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. 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. 3.6 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 the pipe. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7 GROUND WATER CONTROL A. Should ground water become and issue, refer to Section 02240 — Dewatering. Provide a stable trench to allow installation in accordance with the Specifications. 3.8 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fall from heights greater than twenty-four (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. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. Utility Line Relocations Ahead 02317-7 February 2007 of Marsha Sharp Freeway F. 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. G. 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 the next lift. Water tamping and water jetting are not allowed. H. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. I. Install specified location tape and wire as shown on the drawings and per Section 02317 — Excavation and Backfill for Utilities 2.3.A and 2.3.B. 3.9 TRENCH ZONE BACKFILL, PLACEMENT, AND COMPACTION A. Place backfill for pipe or conduits and restore as soon as practicable. Leave only the minimum length of trench open as necessary for construction. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. B. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. Cut off sheeting two (2) feet or move above the crown of the pipe. Remove trench supports within five (5) feet from the ground surface. C. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. a. Cement Stabilized Backfill/Lean Concrete Backfill i. Place in depths as shown on plans. ii. Use vibratory equipment to ensure placement under the haunches of the pipe. iii. Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square inch needle. This equates to a penetration resistance of approximately 300 pounds per square inch. This is not a strength requirement of the cement -stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square inch needle. The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. Such readings shall be taken prior to commencing backfill operations. b. Gravel Embedment i. Place in depths as shown on plans ii. Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. Utility Line Relocations Ahead 02317-8 February 2007 of Marsha Sharp Freeway Native Material/Borrow Material (Pipe Installation) i. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. ii. Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. iii. Moisture content within two (2) percent of optimum determined according to ASTM D 698. d. Topsoil i. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. ii. Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. iii. Moisture content within two (2) percent of optimum determined according to ASTM D 698. e. Bedding Material i. Sand bedding shall be loosely placed in trench as shown on the Drawings. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. C. Tests will be performed by the Contractor on a minimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex- 110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. The Contractor shall perform in -place density tests of compacted pipe foundation, embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. Utility Line Relocations Ahead 02317-9 February 2007 of Marsha Sharp Freeway a. A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. b. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. c. The number of tests will be increased if compacting effort is variable and not considered sufficient to attain uniform density, as specified. d. 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. e. Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. f. 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 by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION -, Utility Line Relocations Ahead 02317-10 February 2007 of Marsha Sharp Freeway SECTION 02320 UTILITY BACKFILL MATERIALS PART 1— GENERAL 1.1 SECTION INCLUDES A. This Section of the specification covers materials related to the backfill of utilities. Included are the following: a. "Concrete" sand (for use as pipe bedding). b. Native soil materials. c. Topsoil. d. Crushed stone. e. Cement stabilized backfill. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 01300 — Submittal Procedures C. Section 01400 — Quality Requirements D. Section 02317 — Excavation and Backfill for Utilities. 1.3 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.4 REFENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. Utility Line Relocations Ahead 02320-1 February 2007 of Marsha Sharp Freeway 1.5 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. SUBMITTALS A. Conform to Section 01300 — Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.6 TESTS A. Perform tests of sources for off -site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner's expense; however, failing tests will be charged to the Contractor. PART 2 — PRODUCTS 2.1 MATERIAL DESCIRPTIONS A. "Concrete" Sand a. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C 33. b. Gradation shall conform to ASTM C 136 and the following limits. 1:3 C. 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 Native Soil Material for Backfill a. Provide backfill material that is free of stones greater than six (6) inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or other contamination. Topsoil a. Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or other contamination. Utility Line Relocations Ahead of Marsha Sharp Freeway 02320-2 Febniary 2007 b. Surface should be made clear of rock and other debris before planting. c. Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. D. Gravel Embedment a. Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non -gravel matter. b. Provide gravel embedment that meets the following gradation requirements: Sieve Percent Passing 3/8" 0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 c. A minimum of four inches of gravel embedment will be placed under the pipe. This material will be used for backfill to the top of the pipe. This material MUST be shovel sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe. E. Cement Stabilized Backfill a. Cement Content — 2 sack mix per cubic yard. b. Water/Cement Ratio — 0.60. c. Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. d. Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. 2.2 MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: a. 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. b. Plasticity of material passing the No. 40 sieve. c. Clay lumps. d. Lightweight pieces. e. 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. Utility Line Relocations Ahead 02320-3 February 2007 of Marsha Sharp Freeway D. Native material requires testing only when questionable material is encountered. PART 3 — EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top two (2) feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use so that the Engineer may obtain samples fro 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 as practical for material handling and control. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control a. The Engineer may sample and test backfill at: i. Sources including borrow pits, production plants, and Contractor's designated off -site stockpiles. ii. On -site stockpiles. iii. Materials placed in the Work. b. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. END OF SECTION Utility Line Relocations Ahead 023204 February 2007 of Marsha Sharp Freeway r- i SECTION 02530 SANITARY SEWER PIPING PART 1— GENERAL 1.1 SUMMARY A. This section of the specifications covers all sanitary sewer piping and manholes required for the sanitary sewer improvements in this Project. The term piping as used herein shall include all piping, fittings, and accessories as shown on the plans and/or as specified herein. 1.2 DEFINITIONS A. PVC — Polyvinyl chloride plastic. 1.3 SUBMITTALS A. Submittals, in accordance with Section 01300 — Submittals, are required from the Contractor for the following materials and products. Submittals shall be reviewed and approved by the Engineer prior to the incorporation of any materials and products into the project. a. PVC pipe and fittings, ASTM D 3034 and ASTM F 679. b. Manholes, frames, covers, joint sealant, and joint primer. c. Laboratory analysis of rock embedment including sieve analysis. d. Trench safety system. e. Membrane curing compound. f. Manhole Vacuum Test or Leakage Test Procedure or Method. 1.4 DELIVERY, STORAGE, AND HANDLING A. Protect pipe, pipe fittings, and seals from dirt and damage. B. Handle manholes according to manufacturer's written rigging instructions. 1.5 PROJECT CONDITIONS A. Interruption of Existing Sanitary Sewer Service: Do not interrupt service to facilities occupied by the Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: a. Notify the Engineer no fewer than five (5) days in advance of proposed interruption of service. b. Do not proceed with interruption of service without the Engineer's written permission. c. The Contractor shall prepare a proposal to maintain sewer flow during construction of the new line. Utility Line Relocations Ahead 02530-1 February 2007 of Marsha Sharp Freeway PART 2 — PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. b. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 PIPING MATERIALS A. Acceptable materials a. PVC Sewer Pipe (Type PSM, SDR 35, or SDR 26) i. Components shall conform to ASTM D 1784 ii. Materials shall conform to ASTM D 3034 iii. Must meet dimensional, chemical, and physical requirements outlined in ASTM D 3034 and F 679. iv. Shall be installed according to ASTM D 2321. v. Each joint of pipe shall be marked with the following information: 1. Manufacturer's name. 2. Nominal pipe size. 3. PVC cell classification. 4. SDR. 5. ASTM D 3034 or F 679. 2.3 NON -PRESSURE TYPE PIPE COUPLINGS A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, for joining underground non -pressure piping. Include ends of same sizes as piping to be joined and corrosion -resistant -metal tension band and tightening mechanism on each end. B. Sleeve Materials: a. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. b. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. 2.4 MANHOLES A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced concrete, of depth indicated, as specified in Section 02082 — Pre -cast Concrete Manholes, with provision for sealant joints. a. Diameter — forty-eight (48) inches minimum, unless otherwise indicated. b. Base Section — six (6) inch minimum thickness for floor slab and four (4) inch minimum thickness for walls and base riser section, and having separate base slab or base section with integral floor. c. Rise Sections — four (4) inch minimum thickness, and of length to provide depth indicated. Utility Line Relocations Ahead 02530-2 February 2007 of Marsha Sharp Freeway d. Top Section — Eccentric or Concentric cone top as indicated on the Drawings. e. Joint Sealant — ASTM C 990, bitumen or butyl rubber. f. Resilient Pipe Connectors — ASTM C 923, cast or fitted into manhole walls, for each pipe connection. g. Steps — Omit steps in sanitary sewer manholes. h. Grade Rings — Reinforced concrete rings, 6 to 9 inch total thickness, to match diameter of manhole frame and cover. i. Protective Coating — Refer to Section 02082 — Pre -Cast Concrete Manholes, 2.1.1. j. Manhole Frames and Covers — Ferrous, Refer to Section 02084 — Frames, Grates, Rings, and Covers. Manhole Cover Inserts: Manufactured, plastic form, of size to fit between manhole frame and cover and designed to prevent stormwater inflow. Include handle for removal and gasket for gastight sealing. a. Manufacturers: i. FRW Industries: a Syneco Systems, Inc. Company ii. Knutson Enterprises iii. L.F. Manufacturing, Inc. iv. Parson Environmental Products, Inc. b. Type: With drainage and vent holes. 2.5 CONCRETE A. General: Cast -in -place concrete according to Section 03300, ACI 318, ACI 350R, and the following: a. Cement: ASTM C 150, Type I1. b. Fine Aggregate: ASTM C 33, sand. c. Coarse Aggregate: ASTM C 33, crushed gravel. d. Water: Potable. B. Portland Cement Design Mix: 4000 psi minimum, with 0.45 maximum water/cementitious materials ratio. a. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. b. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. C. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement design mix, 4000 psi minimum, with 0.45 water/cementitious materials ratio. Include channels and benches in manholes. a. Channels: Concrete invert, formed to same width as connected piping, with height of vertical sides to three -fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. i. Inver Slope: one (1) percent through manhole b. Benches: Concrete, sloped to drain into channel. i. Slope: four (4) percent D. Ballast and Pipe Supports: Portland cement design mix, 3000 psi minimum, with 0.58 maximum water/cementitious materials ratio. a. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. b. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. Utility Line Relocations Ahead 02530-3 February 2007 of Marsha Sharp Freeway 11 2.6 MISCELLANEOUS MATERIALS A. Paint: SSPC —Paint 16. B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other equivalent, imperious material. PART 3 — EXECUTION 3.1 EARTHWORK A. Excavating, trenching, and backfilling are specified in Division 2 Section 02317 — Excavation and Backfill for Utilities. 3.2 PIPING INSTALLATION A. General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of under sanitary sewer piping. Location and arrangement of piping layout take design considerations into account. Install piping as indicated, to extent practical. Where specific installation is not indicated, follow piping manufacturer's written instructions. B. Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for using lubricants, cements, and other installation requirements. C. Install manholes for changes in direction, unless fittings are indicated. Use fittings for branch connections, unless direct tap into existing sewer is indicated. D. Install proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited. E. Tunneling or Boring: In areas that cannot be disturbed by open trench installation, or if the Contractor elects, approved pipe may be installed by tunneling or boring. F. Clear interior or piping and manholes of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed. Place plug in end of incomplete piping at end of day and when work stops. 3.3 SEWER LINE CROSSING WATER LINE A. Where a new sewer line crosses a waterline, the wastewater line shall be embedded in cement -stabilized sand for the total length of one (1) pipe segment plus twelve (12) inches beyond the joint on each end as shown on the drawings. 3.4 PIPE JOINT CONSTRUCTION A. Join gravity -flow, non -pressure, drainage piping according to the following: a. Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-seal joints or ASTM D 3034 for elastomeric-gasket joints. Utility Line Relocations Ahead 025304 February 20U7 of Marsha Sharp Freeway 3.5 MANHOLE INSTALLATION A. General: Install manholes complete with appurtenances and accessories indicated. B. Install pre -cast concrete manhole sections with sealants according to ASTM C 891. C. Install PE sheeting on earth where cast -in -place concrete manholes are to be built. D. Form continuous concrete channels and benches between inlets and outlet. E. Set tops of frames and covers flush with finished surface of manholes that occur in pavements. Set tops three (3) inches above finished surface elsewhere, unless otherwise indicated. F. Install manhole cover inserts in frame and immediately below cover. 3.6 CONCRETE PLACEMENT A. Place cast -in -place concrete according to Section 03300 — Cast -in -Place Concrete. 3.7 CLOSING ABANDONED SANITARY SEWER SYSTEMS A. Plug and abandon in place existing sewer line as shown on plans. 3.8 IDENTIFICATION A. Materials and their installation are specified in Division 2 Section — Earthwork. Arrange for installation of green warning tapes directly over piping and at outside edges of underground manholes. a. Use detectable warning tape over nonferrous piping and over edges of underground manholes. 3.9 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. a. Submit separate report for each system inspection. b. Defects requiring correction include the following: i. Alignment: Less than full diameter of inside of pipe is visible between structures. ii. Deflection: Pipe deflection exceeding 5% shall be replaced by the Contractor. iii. Crushed, broken, cracked, or otherwise damaged piping. iv. Infiltration: Water leakage into pipe. v. Exfiltration: Water leakage from or around piping. c. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. d. Reinspect and repeat procedure until results are satisfactory. B. Test new piping systems and manholes in accordance with Section 02533 — Acceptance Testing for Sewers. Utility Line Relocations Ahead 02530-5 February 2007 of Marsha Sharp Freeway a. Do not enclose, cover, or put into service before inspection and approval. b. Test completed piping systems according to requirements of authorities having jurisdiction. c. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours advance notice. d. Submit separate report for each test. e. Manholes: Perform hydraulic test according to ASTM C 969. C. Leaks and loss in test pressure constitute defects that must be repaired. D. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 3.10 CLEANING A. Clean interior of piping of dirt and superfluous material. END OF SECTION Utility Line Relocations Ahead 02530-6 February 2007 of Marsha Sharp Freeway SECTION 02533 ACCEPTANCE TESTING FOR SEWERS PART 1— GENERAL 1.1 SECTION INCLUDES A. Acceptance testing of sewers (sanitary) including: a. Visual inspection of sewer pipes. b. Leakage testing of sewer pipes. c. Leakage testing of manholes. d. Deflection testing. 1.2 REFERENCES A. ASTM C 828 — Low -Pressure Air Test of Sewer Lines. B. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. C. ASTM F 1417 — Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air. D. UNI B 6 — Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe. 1.3 PERFORMANCE REQUIREMENTS A. Perform air testing in accordance with requirements of this section and the referenced standards in paragraph 1.2. 1.4 SUBMITTALS A. Conform to requirements of Section 01300 — Submittal Procedures. B. Test Plan: Before testing begins and in adequate time to obtain approval through the submittal process, prepare and submit a test plan for approval by the Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for deviations from the Drawings and Specifications. C. Test Reports: Submit test reports for each test on each segment of sewer. 1.5 GRAVITY SEWER QUALITY ASSURANCE A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified requirements when tested. 1.6 SEQUENCING AND SCHEDULING A. Perform testing after installation is complete. B. Coordinate testing schedules with the Engineer. Perform testing under observation of the Engineer. Utility Line Relocations Ahead 02533-1 February 2007 of Marsha Sharp Freeway PART 2 — PRODUCTS 2.1 LOW PRESSURE AIR TEST A. Minimum Requirement for Equipment: a. Control panel. b. Low-pressure air supply connected to control panel. c. Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable of withstanding internal test pressure without leaking or requiring external bracing. d. Air hoses from control panel to: i. Air supply ii. Pneumatic plugs iii. Sealed line for pressurizing iv. Sealed line for monitoring internal pressure. B. Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe on the ground. Pressurize plugs to 25 psig; then pressurize sealed pipe to 5 psig. Plugs are acceptable if they remain in place against the test pressure without external aids. 2.2 GROUND WATER DETERMINATION A. Equipment: Pipe probe or small diameter casing for ground water elevation determination. 2.3 DEFLECTION TESTING A. Go — No Go Device (mandrel) 1.5 pipe diameter in length per the City of Lubbock specifications. PART 3 — EXECUTION 3.1 PREPARATION A. Notify the Owner's Representative a minimum of 24 hours prior to conducting any testing. B. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters, pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection. C. The selection of test methods and pressures for storm sewers shall be determined based on ground water elevation. Determine ground water elevation using equipment and procedures conforming to Section 02240 — Dewatering. If no ground water control is required for pipe installation, then ground water will not be considered a factor. D. Components to be tested will be thoroughly cleaned to remove debris, gravel, grit, dirt or other foreign material prior to performing any tests. E. The Engineer will approve equipment used for testing. The Contractor at no expense to the Owner will replace testing equipment rejected by the Engineer. F. The Contractor is responsible for all costs associated with testing. Utility Line Relocations Ahead 02533-2 February 2007 of Marsha Sharp Freeway 3.2 LEAKAGE TESTING FOR GRAVITY SEWERS A. Test Options: a. Test gravity sewer pipes for leakage by low pressure air testing. b. Test new manholes with water or low pressure air. Manholes tested with low pressure air shall undergo a physical inspection prior to testing. c. Leakage testing shall be performed after backfilling of a line segment. d. If no installed piezometers or monitoring well is within 2,000 feet of the sewer segment, the Contractor shall provide a temporary piezometers or monitoring well for this purpose. If no groundwater is encountered during pipe installation, then this requirement will be waived. B. Compensating for Ground Water Pressure: a. Where ground water exists, install a pipe nipple at the same time sewer line is placed. Use a'/z inch capped pipe nipple approximately ten (10) inches long. Make the installation through manhole wall on top of the sewer line where line enters manhole. b. Immediately before performing line acceptance test, remove cap, clear pipe nipple with air pressure, and connect a clear plastic tube to nipple. Support tube vertically and allow water to rise in the tube. After water stops rising, measure height in feet of water over invert of the pipe. Divide this height by 2.31 feet/psi to determine the ground water pressure to be used in line testing. C. Low Air Pressure Test: When using this test conform to ASTM C 924, ASTM C 1103, or ASTM F 1417, as applicable. a. For ten (10) inch and eight (8) inch diameter pipe: i. Determine ground water level. ii. Plug both ends of pipe. iii. Pressurize pipe to 4.0 psig. Increase pressure 1.0 psi for each 2.31 feet of ground water over highest point in system. Allow pressure to stabilize for two (2) to four (4) minutes. Adjust pressure to start at 3.5 psig (plus adjustment for ground water level). iv. To determine air loss, measure the time interval for pressure to drop to 2.5 psig. The time must exceed that calculated in Section 3.3.A.a. D . The test may be stopped at the discretion of the Engineer and considered successful if zero pressure loss is observed in the first 25 percent of the calculated total test time. E. Retest: Any section of pipe which fails to meet requirements shall be repaired and retested. 3.3 TEST CRITERIA A. Low Pressure Air Test: a. Time Allowed for Pressure Loss From 3.5 psig to 2.5 psig, at the end of this Section, are based on the equation: T = 0.0850(D)(K)/(Q) where: T = time for pressure to drop 1.0 pounds per square inch gauge in seconds K = 0.000419 DL, but not less than 1.0 D = average inside diameter in inches Utility Line Relocations Ahead 02533-3 February 2007 _; of Marsha Sharp Freeway i L = length of line of same pipe size in feet Q = rate of loss, 0.0015 ft3/minute/square foot internal surface 3.4 DELFECTION TESTING A. Test each pipe segment for maximum deflection in accordance with the requirements of the TCEQ Chapter 317 .2(a)( 4)(C) by passing a manually pulled mandrel through the pipe segment. B. Test pipe after it has been installed and completely backfilled to finished grade for a minimum of 30 days. C. Test will be considered successful if the mandrel passes the through the pipe segment unhindered. D. The Contractor must repair any pipe segment that does not pass the mandrel test as necessary such that it will pass the mandrel test. Any expense for such repairs are at the sole expense of the Contractor. E. Use a mandrel that has a diameter on no less than ninety-five (95) percent of the inside diameter of the pipe. F. Mandrel will be provided by the Contractor and will be design to withstand a pressure of 200 psi without being deformed. G. The mandrel will have an odd number of legs and have at least nine legs. The barrel section of the mandrel will have a length of at least seventy-five (75) percent of the inside diameter of the pipe. 3.5 LEAKAGE TESTING FOR MANHOLES A. Test each manhole independently of the pipe using a negative pressure test in accordance with the latest version of ASTM C 924. A negative pressure of ten (10) inches of mercury (Hg) will be applied to the manhole. B. Test will be considered successful if there is less than one (1) inch of mercury (Hg) vacuum loss over the specified test time period. C. The testing period is five (5) seconds for each two (2) feet of manhole depth for forty-eight (48) inch diameter manholes. 3.6 ADJUSTMENT AND CLEANING A. Contractor will return areas disturbed by the Work to the conditions existing prior to commencement of the work. a. Contractor will grade disturbed areas to the preexisting grade. b. The Engineer will determine if adequate adjustments and cleaning have been performed. c. The Contractor will leave the construction site clean, neat, and free of construction debris. d. Areas that have established turf will have sod placed in the excavated areas. e. Paved areas will have pavement replaced in accordance with the City of Lubbock Street Engineering Standard Paving Specifications. END OF SECTION Utility Line Relocations Ahead 025334 February 2007 of Marsha Sharp Freeway SECTION 02665 WATER WORKS PIPING, VALVES, AND FITTINGS PART 1— GENERAL 1.1 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. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 01300 — Submittal Procedures C. Section 01400 — Quality Requirements D. Section 01500 — Temporary Facilities and Controls E. Section 01555 —Barricades, Signs, and Traffic Handling F. Section 02221 — Removing Existing Pavements G. Section 02317 — Excavation and Backfill for Utilities H. Section 02320 — Utility Backfill Materials 1.3 MATERIAL SCHEDULE A. 8-inch and 6-inch water line shall be polyvinyl chloride (PVC) AWWA C-900 Class 150 (DR 18) pipe except as noted below. B. Ductile Iron Fittings (AWWA C 153) C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) 1.4 SUBMITTALS A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.5 REFERENCES A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. Utility Line Relocations Ahead 02665-1 February 2007 of Marsha Sharp Freeway B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C I I I — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. D. AWWA C 104 — Rubber Seated Butterfly Valves. E. AWWA 509 — Resilient Seated Gate Valves for Water Supply. F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger -Shop Applied L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144" N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water Pipelines and Fittings T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings V. AWWA M-11 Steel Pipe - A guide for Design and Installation W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -Temperature Service. X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot - Dipped, Zinc Coated Welded and Seamless Y. ASTM E 165 Method for Liquid Penetrant Examination Z. ASTM E 709 Guide for Magnetic Particle Examination AA. ASME Section V Nondestructive Testing Examination BB. ASME Section IX Welding and Brazing Qualification. CC. AWS B2.1 Standard for Welding Procedure and Welding Qualifications. Utility Line Relocations Ahead 02665-2 February 2007 of Marsha Sharp Freeway PART 2 — PRODUCTS 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. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12 inches and smaller shall be AWWA C 900, Class 150 (DR 18). B. PVC pipe shall be formed with an integral ball and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint length shall be twenty (20) feet. C. AWWA C 900 pipe shall be marked as prescribed by AWWA standards including nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water. D. Pipe shall meet all additional test requirements as described in AWWA C 900. E. 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 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 cement lined in accordance with AWWA C 104. B. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. a. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B 16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. C. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C 153 110. 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. a. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the specifications for coating and lining the pipe. b. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for ductile iron pipe. Utility Line Relocations Ahead 02665-3 February 2007 of Marsha Sharp Freeway D. Fabricated Cast Iron Tapping Sleeves for use on four (4) inch through twelve (12) inch pipe. a. 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. b. Service: The tapping sleeves will be installed on the following types of pipe with an operating pressure of 150 psi: i. Cast Iron ii. Ductile Iron iii. Asbestos Cement iv. C 900 PVC c. 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. d. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and creep. 2.8 FIRE HYDRANTS A. Hydrants shall be: a. Clow Medallion. b. American Darling Model B-84-B. c. Dresser 129-09 d. Mueller Centurion e. Approved equal. B. Hydrants shall meet AWWA C-502 C. Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. D. Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2- 1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. E. The hydrant shall be for a 6-inch main. 2.9 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. The polyethylene material shall have a minimum thickness of eight (8) mils. The wrap shall be secured by two (2) inch duct tape. 2.10 JOINT RESTRAINTS (8-INCH AND 6-INCH PIPING) A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer's recommendations. 2.11 CONCRETE A. 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. Utility Line Relocations Ahead 02665-6 February 2007 of Marsha Sharp Freeway PART 3 — EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by the Engineer or the Owner's representative, and the Contractor shall remove such defective material from the site of the Work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the Work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. C. 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 shown on the Drawings. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to k prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. Utility Line Relocations Ahead 02665-7 February 2007 of Marsha Sharp Freeway 3.7 M-11 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. LAYING AND JOINTING PVC PIPE A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and not trench water shall be permitted to enter the pipe. D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. F. Defective joints shall be repaired as directed by the Engineer. G. Flanged joints shall be used where shown on the plans. Mechanical joints, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. H. Mechanical Joint Piping: The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. 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. a. 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 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. b. Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. Utility Line Relocations Ahead 02665-8 February 2007 of Marsha Sharp Freeway I. Flanged Joints: Flanged joints were 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, 1/8 inch thick, of a brand and quality approved by the Engineer. a. 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. J. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. K. 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. L. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. M. Install components in accordance with the City of Lubbock Construction Standards and the Manufacturer's Instructions. The Contractor will bring any conflict between these two methods to the Owner's attention. a. The City of Lubbock Construction Standards can be found on the internet at the following address: http://water.ci.lubbock.tx.us/designspees.html. b. A hardcopy of the City of Lubbock Construction Standards is available upon request through the City of Lubbock Purchasing Department. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. 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 FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS, AND FITTINGS A. 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 for operation prior to Utility Line Relocations Ahead 02665-9 February 2007 of Marsha Sharp Freeway 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: Fire hydrants shall be located at the points shown on the Drawings. All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. a. The hydrants shall be supported as shown on the Drawings in such a manner as not to cause a strain on the fire hydrant lead or branch. The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. b. Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. c. The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. d. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. e. Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12 CONCRETE THRUST BLOCKING A. Anchorage or 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 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. 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. 3.13 EXCAVATION, TRENCHING, AND BACKFILLING A. Refer to Section 02317 — Excavation and Backfill for Utilities. 3.14 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines Utility Line Relocations Ahead of Marsha Sharp Freeway 02665-10 2007 February 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 percent, but not greater than 120 percent of the pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. c. Allowable Leakage — The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): PVC: L = ND P "2 7,400 where: Ductile Iron: L = SDP "2 133,200 L = allowable leakage in gallons per hour N = number of joints in length of pipe tested S = length of pipe D = nominal diameter of the pipe in inches P = average of the maximum and minimum pressures within the test section in psi d. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.15 DISINFECTION OF 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 C 651, 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: a. Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. b. The City of Lubbock laboratory will be used for bacteriological testing. D. Chemicals: a. Acceptable disinfectants are liquid and solid forms of hypochlorites. Liquid chlorine gas is not acceptable. b. Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. c. 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 Utility Line Relocations Ahead 02665-11 February 2007 of Marsha Sharp Freeway chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. E. Temporary Facilities: a. Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. b. 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. c. No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. F. Final Flushing: a. Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. b. Flush water in a location and manner approved by the Engineer. c. Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. G. Sampling and Analysis: a. 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. b. 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. c. 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: a. 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. b. 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. 3.15 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. B. The boring shall proceed from a pit provided for the boring equipment and workers. Excavation and location of the pit shall be approved by the Engineer and the Railroad or County as appropriate. Boring without the concurrent installation of the casing pipe will not be permitted. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. Jetting will not be permitted. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the installation. All casing pipe joints shall be welded. Care shall be taken to keep the pipe sleeve on the proper line and grade. Utility Line Relocations Ahead 02665-12 February 2007 of Marsha Sharp Freeway C. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. Casing spacers shall be attached to each joint of pipe. Casing spacers shall be of sufficient dimensions to allow the bell of the pipe to clear the casing pipe by at least one-half (1/2) inch. A minimum of three (3) casing spacers shall be secured to the pipe. 3.16 PIPE IDENTIFIERS A. Marking Tape: Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. B. See Section 02317 — Excavation and Backfill for Utilities, paragraph 2.3, for more information. 3.16 CLEANUP A. The Contractor will return areas disturbed by the work to the conditions existing prior to commencement of the Work. a. Contractor will grade disturbed areas to the pre-existing grade. b. Owner's Representative will determine if adequate adjustments and cleaning have been performed. c. Contractor will leave the construction site clean, neat, and free of construction debris. d. Areas that have established turf will have sod placed in the excavated areas. e. Paved areas will have pavement replaced in accordance with the City of Lubbock Pavement Cut Repair Standard Specifications provided with the project drawings. B. 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 areas in a presentable condition. END OF SECTION Utility Line Relocations Ahead 02665-13 February 2007 of Marsha Sharp Freeway SECTION 03300 CAST -IN -PLACE CONCRETE PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 1 Specification Sections, apply to 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: a. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. b. Sidewalks 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. a. Indicate amounts of mix water to be withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement prepared according to ACI 315, "Details, and Detailing of Concrete Reinforcement". Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. Include special reinforcement required for openings through concrete structures. D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering formwork are Contractor's responsibility. E. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal, and installing and removing reshoring. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and Utility Line Relocations Ahead 03300-1 February 2007 of Marsha Sharp Freeway whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. a. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. a. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: a. ACI 301 — Specification for Structural Concrete b. ACI 117 —Specifications for Tolerances for Concrete Construction and Materials. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. PART 2 — PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. a. Plywood, metal, or other approved panel material. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Chamfer Strips: Wood, metal, PVC, or rubber strips, % by % inch, minimum. D. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. a. Formulate form -release agent with rust inhibitor for steel form -facing materials. E. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber - reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. a. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. b. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. Utility Line Relocations Ahead 03300-2 February 2007 of Marsha Sharp Freeway c. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: a. For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless - steel bar supports. b. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. c. Wood, concrete, or clay blocks are not permissible. B. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. a. Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: a. Class: Moderate weathering region, but not less than 3M. C. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior— Sure Film J-74. 2.6 CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. E Utility Line Relocations Ahead 03300-3 February 2007 r of Marsha Sharp Freeway 2.7 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. a. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. b. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. c. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. d. Compressive Strength: Not less than 4000 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: a. Proportion normal -weight concrete according to ACI 211.1 and ACI 301. b. Proportion lightweight structural concrete according to ACI 211.2 and ACI 301. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: a. Compressive Strength (28 days): 3000 psi b. Type I cement c. Fly Ash: Allow up to 25% of cementitious material d. Minimum Slump: 4 inches e. Maximum Slump: 6 inches f. Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. g. Maximum Water/Cementitious Materials Ratio: 0.50 h. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. D. Water related structures mix design. Provide normal weight concrete with the following properties: a. Compressive Strength (28 days): 3000 psi b. Type I cement c. Fly Ash: Allow up to 25% of cementitious material d. Minimum Slump: 6 inches e. Maximum Slump: 8 inches f. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. g. Water proofing admixture h. Floor hardener admixture Utility Line Relocations Ahead 033004 February 2007 of Marsha Sharp Freeway M PA E. Cementitious Materials: For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. F. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: a. Fly Ash: 20 percent G. Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. H. Admixtures with chloride ions are prohibited. I. Admixtures: Use admixtures according to manufacturer's written instructions. a. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. b. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. c. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. a. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. PART 3 — EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. a. Do not use rust -stained steel form -facing material. Utility Line Relocations Ahead 03300-5 February 2007 of Marsha Sharp Freeway F. Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. General: Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form - removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports weight of concrete un place until concrete has achieved the following: a. At least 70 percent of 28-day design compressive strength. b. Determine compressive strength of in -place concrete by testing representative field or laboratory cured test specimens according to ACI 301. C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in AC1347R for design, installation, and removal of shoring and reshoring. Utility Line Relocations Ahead 03300-6 February 2007 of Marsha Sharp Freeway B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSI's Manual of Standard Practice for placing reinforcement. a. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. D. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. General: Construction joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1 /2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: a. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day's concrete pour. A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. Joints in the new concrete pavement Utility Line Relocations Ahead 03300-7 February 2007 of Marsha Sharp Freeway shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. E. Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. F. Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. G. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. a. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. b. Water may not be added beyond the limit of water withheld from the plant. D. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. E. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. a. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. b. Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. F. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. Utility Line Relocations Ahead 03300-8 February 2007 of Marsha Sharp Freeway b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. G. 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. a. When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. H. Hot Weather Placement: Place concrete according to recommendations in ACI 35OR and as follows, when hot weather conditions exist: a. Cool ingredients before mixing to maintain concrete temperature below 90 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. c. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding ACI 347R limits for class of surface specified. B. Smooth -Foamed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch in height. a. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. C. Rubbed Finish: Apply the following to smooth -formed finished concrete: a. Smooth -Rubbed Finish: Not later than one day after form removal, 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. Utility Line Relocations Ahead 03300-9 February 2007 of Marsha Sharp Freeway D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.9 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraighting, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull -floated or darbied. Use stiff brushes, brooms, or rakes. a. Apply scratch finish to surfaces indicated and to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, Portland cement terrazzo, and other bonded cementitious floor finishes. C. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraighting until surface is left with a uniform, smooth, granular texture. . a. Apply float finish to surfaced indicated, to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with fluid -applied or sheet waterproofing, built-up or membrane roofing, or sand -bed terrazzo. D. Trowel Finish: After applying float finish, apply first trowel finish, and consolidate concrete by hand or power -driven trowel. Continue troweling passes and Restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. a. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film -finish coating system. b. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: i. 1/16 inch E. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated, and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin -set method. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. Utility Line Relocations Ahead 03300-10 February 200'7 of Marsha Sharp Freeway 3.11 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive i. cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. i B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. a. Leave forms in place for a minim of 3 days. b. Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: a. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. b. No work will be permitted on the slab during wet curing. c. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. d. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. D. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.12 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by the Engineer. Remove and replace concrete that cannot be repaired and patched to the Engineer's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part Portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins, and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. a. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white Portland cement and standard Portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. Utility Line Relocations Ahead 03300-11 2007 of Marsha Sharp Freeway February c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by the Engineer. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; used sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. e. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas. to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. f. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent fmished concrete. Cure in same manner as adjacent concrete. g. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to the Engineer's approval. 3.13 FIELD QUALITY CONTROL A. Testing Agency: The Contractor will hire a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Section. B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: Utility Line Relocations Ahead 03300-12 February 2007 of Marsha Sharp Freeway a. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 cubic yards, but less than 25 cubic yards, plus one set for each additional 50 cubic yards or fraction thereof. i. When frequency of testing will provide fewer than five compressive - strength test for each concrete mix, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. b. Slump: ASTM C 143, one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. c. Air Content: ASTM C 231, pressure method, for normal -weight concrete; ASTM C 173, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. d. Concrete Temperature: ASTM C 1064, one test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and one test for each composite sample. e. Compression Test Specimens: ASTM C 31, cast and laboratory cure one set of four standard cylinder specimens for each composite sample. f. Compressive -Strength Test: ASTM C39, test one laboratory -cured specimen at 7 days and two at 28 days. Hold one test specimen in reserve. C. Strength of each concrete mix will be satisfactory if every average of any three (3) consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. D. Test results shall be reported in writing to the Engineer, concrete manufacturer, and the Contractor within 48 hours of testing. Reports of compressive -strength test shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in the Work, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7 and 28 day test. E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by the Engineer but will not be used as sole basis for approval or rejection of concrete. F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by the Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42 or by other methods as directed by the Engineer. Utility Line Relocations Ahead of Marsha Sharp Freeway END OF SECTION 03300-13 February 2007