Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2012-R0327 - Contract - L Howard Construction Inc.- Lift Station Rehab - 09_13_2012 (3)
gResolution NO. 2012-RO327 ItgmeWber0.�l4, 2012 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10673 for Berl Huffman Park lift station rehabilitation project, by and between the City of Lubbock and L. Howard Construction, Inc. of Abernathy, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on September 13, 2012 r � ` VEN . ROB TSON, MAYOR ATTEST: i� 44V4, �I.6., e- ode e- -eo�K7- Rebe ca Garza, City Secrcta }- APPROVED AS TO CONTENT: -ffa'.�p hJ. Marsha Reed, P.E., Chief Operating Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-L. Howard Construction, Inc. August 20, 2012 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: September 13, 2012 CITY OF LUBBOCK SPECIFICATIONS FOR Berl Huffinan Park Lift Station Rehabilitation Project I TB 12-10673-MA CONTRACT 10673 PROJECT NUMBER: 90346 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.Lhereproductionco=M.co Phone: (806) 763-7770 2U _ p 327 city of Lubbock TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE I I PAGE INTENTIONALLY LEFT BLANK ADDENDUM(S) PAGE INTENTIONALLY •LEFT BLANK I city of bock TEXAS ADDENDUM O ITB 12-10673-MA Berl Huffman Park Lift Station Rehabilitation Project DATE ISSUED: August 2, 2012 CLOSE DATE & TLM: August 15, 2012 @ 4:00 p.m. The following items take precedence over specifications for the above named Invitation to BID. Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: Engineers' Addendum No. 1 is attached. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez(@mylubbock.us THANK YOU, Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Bidders responsibility to advise the City of Lubbock Director of Purchasing &Contract Management if anv lanQuaee, requirements. etc., or any combinations Wereo£ inadvertently restricts or limits the Lgguirements stated in this 1TB to a sinpJe source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. PAGE INTENTIONALLY LEFT BLANK I Environmental, Inc. ADDENDUM NO. 1 TO: All Prospective Bidders FROM: Steve Bennett, P.E. PROJECT: City of Lubbock Lift Station Rehabilitation — Berl Huffman Park PROJECT NO: 90346 DATE: August 2, 2012 Firm # F-11957 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated June 2012 as noted below: A. PRE -BID CONFERENCE QUESTIONS 1. Q: Is it necessary for manufacturer of manual transfer switch be located within 50 miles per Section 16610, Item 1.8A of the specifications? A: No. There should be no distance requirement for manual switch manufacturer. 2. Q: Where is downstream manhole for by-pass? A: It is the intent of the engineer that by-pass pumping to the downstream manhole not be required. The intent is to (1) build the new manhole over the existing sewer line, (2) when time to divert the flow, break out the sewer pipe and temporarily plug existing exit line to force flow to the new lift station, and (3) finish construction of manhole bench to permanently send flow to the new lift station. B. CHANGES TO PLANS Not used. C. CHANGES TO SPECIFICATIONS 1. Section 16610, Item 1.8A. Delete reference to distance limit for manufacturer. END OF ADDENDUM NO. 1 Receipt of this addendum shall be acknowledged by the Bidder below and on the Bid Proposal. This entire addendum, or copy thereof, shall be attached to the Bid Proposal submitted ACKNOWLEDGED BY: y "Partnering the Environment with Life" 5225 S. Loop 289, Suite 220 Lubbock Texas 79424 "' Office: 806-930,0033 Fax: 866-899-7063 fubbock 1fIA1 ADDENDUM #2 ITB 12-10673-MA Berl Huffman Park Lift Station Rehabilitation Project DATE ISSUED: August 13, 2012 CLOSE DATE & TLM: August 15, 2012 @ 4:00 p.m. The following items take precedence over specifications for the above named Invitation to BID. Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: Engineers' Addendum No. 2 is attached. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta. Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 . Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez(a,mylubbock.us Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Bidders responsibility to advise the City of Lubbock Director of Purchasing —& Contract Management if any language, requirements, etc., or any combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a singe source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. Environmental, Inc. ADDENDUM NO.2 TO: All Prospective Bidders FROM: Steve Bennett, P.E. PROJECT: City of Lubbock Lift Station Rehabilitation — Berl Huffman Park PROJECT NO: 90346 DATE: August 10, 2012 Firm # F-11957 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated June 2012 as noted below: A. QUESTIONS from prospective bidders/ plan holders 1. Q: Is the MDS 9810 radio part of the Flygt panel, or is it to be supplied separately? A: The MDS 9810 is to be ordered as part of the Flygt panel. 2. Q: If included in the Flygt panel, is Flygt also supplying the antenna tower and accessories? A: No. Contractor to supply the antenna tower and accessories. 3. Q: Who is responsible for integrating the unit intp the Lubbock SCADA system? A: The City of Lubbock Water utilities 4. Q: What is the size of the service requested? A: 100 amps 5. Q: What is required for panelboard for power distribution? A: Nothing required. The panel has a single connection point and power is distributed through the panel. 6. Q: What is contact information for LP&L? A: Terry Sweat, Electrical Engineering Project Coordinator, T: (806) 775-2562 B. CHANGES TO PLANS Not used. C. CHANGES TO SPECIFICATIONS Not Used END OF ADDENDUM NO.2 Receipt of this addendum shall be acknowledged by the Bidder below and on the Bid Proposal. This entire addendum, or copy thereof, shall be attached to lite Bid Proposal submitted ACKNOWLEDGED BY: "Partnering the Environment with Life" 5225 S. Loop 289, Suite 220 Office: 806-939-0033 Lubbock Texas 79424 Fax: 866-899-7063 PAGE INTENTIONALLY LEFT BLANK 1 1 Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound copy of every item listed. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."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. z\ . 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4.Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All `YES responses must be \ explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITYnumber. 8. Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) I PAGE INTENTIONALLY LEFT BLANK INDEX lo' 1. 2. 1 3. P' 4. 5. 6. 7 t 8. 9. _., 10. 11. 12. f NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL — (must be submitted by published due date & time). 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK t NOTICE TO BIDDERS ITB 12-10673-MA Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 4:00 p.m. CST on 15th August 2012; 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: Berl Huffinan Park Lift Station Rehabilitation Project After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 4:00 p.m. on 15th August, 2012, and the City of Lubbock City Council will consider the bids on 13th September 2012, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. Engineers Estimated: $250,000 It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non - mandatory pre -bid conference on July 31, 2012 at 10:00 a.m., in CM Project Room, 2nd Floor, City Hall, 1615 13th Street Lubbock Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thergproductioncompany.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this ' advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. PJ1 The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK PURCHASING AND CONTRACT MANAGEMENT OFFICE ,L r,. GENERAL INSTRUCTIONS TO BIDDERS a 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Berl Huffman Park Lift IJ Station Rehabilitation Project per the attached specifications and contract documents. Sealed bids will be received no later than 4:00 p.m. CST, on 15'h August, 2012 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB 12-10673-MA, Berl Huffman Park Lift Station Rehabilitation Project " and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: ' Marta Alvarez, Director of Purchasing & Contract Management ... City of Lubbock j 1625 13th Street, Room 204 Lubbock, Texas 79401 i 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission, THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will r z Street, Lubbock. Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS t 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty- eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original M. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock J shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of 4 5 6 7 this ITB with any individuals, employees, or representatives of the City and any information that may have ._ been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. f 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this rrB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES J Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. ' 9 CONFLICT OF INTEREST f. 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the QQ General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. y 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER RQU-HUES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. FOR TO AYS; Marta Alvarez City of Lubbock Purchasing and Contract Management Office 1625 13t' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 120 Calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 14 15 16 17 18 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 j 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. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID a 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. MATERIALS AND WORKMANSHIP 1 t 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. 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. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be famished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, E 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, machine equipment, tools a apparatus, accessories, facilities, and all means of construction, and an and all arts of machinery,� pP Y P the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City V- issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. ' (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. - ' 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. ..i 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, finnish 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 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 f - 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 25 9.1 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED TO ON AUTO/GENERAL LIABILITY ON A PRIMARYAND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT- COMP/OP 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall 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 Sunday 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 Sunday 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 shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic ..; employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. ., 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given ' and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for 12-10673-MA, Berl Huffman Park Lift Station Rehabilitation Project " Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall. be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). 3, (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, the are to be considered P �Y P Y Y � Y incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS w The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 32 (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 14_plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine - possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. r] 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County:., http://www.wdol.gov/dba.as]2x 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. BED SUBMITTAL FORM PAGE INTENTIONALLY LEFT BLANK BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: U^ 15— I Z PROJECT NUMBER: 90346 - Berl Huffman Park Lift Station Rehabilitation Project Bid of L • ihkl PC CD C OK1 51: (10—n�_�C.x (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Berl Huffman Park Lift Station Rehabilitation Project , having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID: ITEM DESCRIPTION UNIT ESTIMATE UNIT PRICE EXTENDED NO. D AMOUNT 1 Mobilization. LS 1 13, Iq U.p6 13, Iqcg. 05 " Reinforced Portland cement concrete , City of SF 250 Lubbock Class B concrete, used in fillets, valley gutters, and alley returns including all subgrade reparation, curbing, reinforcement, jointing and Baling, doweling, and all necessary incidentals to 6115 complete the work, furnished and installed, complete d in place, per square feet. 10' high galvanized cyclone fencing on 6" wide x 6" SF 1000 high concrete curbing , foundations for poles, two (2) seven foot swing gates with locking hasp, and one (1) three (3) foot pedestrian gate with lock, and PVT ('� . O I'� DOD oo inserts for 2" chain link (green) in color, complete in lace including all materials, equipment and labor per square foot. " PVC sanitary sewer pipe complete in place per LF 15 linear foot including all trenching and backfilling. Z 3 , 5 O �352 , 5 o " PVC sanitary sewer force main pipe complete in lace per linear foot including all fittings, trenching LF 55 and backfillin . Concrete manhole with locking cover, 8-10', complete in place per each. EA ITEM DESCRIPTION UNIT ESTIMATE UNIT PRICE EXTENDED NO. D AMOUNT QUANTITY ift Station with wet well and dry well complete in LS Lump Sum lace including: 2- 6.5 horsepower submersible amps, Pump controls, indicator lights, alarm ystem, radio, radio cable, radio antenna, antenna le and brackets, antenna tower, and all other lectric equipment enclosed in stainless steel control 82� • 00 ants adjacent to the lift station, all piping, vents, vent blower, and valving underneath or above the concrete pad, and locking access covers on the valve ymilt and the wet wt-11 Emergency power by-pass switch in a service panel LS Lump Sum mounted beside the controller cabinet inside the fenced area of the lift station with 4" conduit and wiring from panel to controller cabinet and 1 g�2 •—'� I connections on panel to City portable emergency i enerator. Security lighting and power service on new LP&L LS Lump Sum power pole located inside the fenced area of the lift station including meter, service panel, grounding ystem, and conduit and wiring from service panel to Emergency Switch. 10 Driveway paving- 3" millings, 6" compacted base Sy 220 arse, 12"compacted.subgrade, clearing including furnishing all materials, equipment and labor complete in place per square yard: 11 1 ''/:" crushed rock- +/- K" within fenced area 6" CY 30 hick complete in place per cubic yard including all J-J , Cj 5 aterials, equipment and labor. 12 ternove and salvage existing lift station including LS Lump Sum ackfilling and compacting hole with dirt from new _V5 Op , 00 —1 500 1 p3 ift station excavation. 13 31lug and abandon existing sanitary sewer manhole EA 1 er City of Lubbock standard detail, complete in lace per each including furnishing all fill, materials, �, pc7 O. O J xluipment and labor. 14 reparation, installation, maintenance and removal of LS Lump Sum tormwater pollution prevention plan (SWPPP) (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) Bidder's Initials Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 120 (ONE HUNDRED AND TWENTY) CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Final completion shall be 30 days after substantial completion. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $190.00 for each working day in excess of the time set forth herein above for substantial and $50.00 for each working day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SIXTY (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid, as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him Enclosed with this bid is a Cashier's Check Certified Check for Dollars ($ ) or a Bid Bond in the sum of � $ 1al ), which it is agreed shall be collected and retained by the Owner as liquidated in ve bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: mu SecVetary Bidder acknowledges receipt of the following addenda: Addenda No. Date �j'2-- 2- Addenda No. �� Date Addenda No. Date i Signature (Printed or Typed Name) L�, W wPc{U� Q\odc. Company 3 �)C) f'—M Address county city, , ``111311 State Zip Code Telephone: 16 ap - 'jam— _ Fax: La - 2 — (O 1 FEDERAL TAX ID or SOCIAL SECURITY No. -15- zsCrFt!;�J7) EMAIL: —es "� ' i�Ved,v� • ►t!L tkowavw(co�st�va r► .c0v►� Addenda No. Date 11 MI"E Ffim Woman Black American Native American Hispanic American I I Asian Pacific American Other S THE AMERICAN INSTITUTE OF ARCHITECTS 0 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we L. Howard Construction, Inc. as Principal, hereinafter called the Principal, and Texas Bonding Company a corporation duly organized under the laws of the State of California as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock- Purchasing & Contract MGMT. as Obligee, hereinafter called the Obligee, in the sum of Five (5%) percent of the total amount bid Dollars ($ 5% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, The Principal has submitted a bid for Lift Station Rehabilitation at Berl Huffman Park Capital Project # 90346 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, If the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15th day of august (Witness) PFA 2012 L. Howard Construction, Inc. %j 01rincipai) I) (Title) Texas Bonding Company (Surety) (Seal) David S. Ballew, isle) Attorney -In -Fact AIA DOCUMENT A310 . BID BOND. AIA 0. FEBRUARY 1970 ED . THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 POWER OF ATTORNEY (, AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY l UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL, -MEN BY THESE PRESENTS: That American Contractors:' Indemnity Company, a California corporation; Texas Bonding Company, an assumed name of'American Contractors Indemnity Company, United -States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: f-1 David S. Ballew or William Kim Wade of Austin, Texas its true and lawful Attotney(s)-in-fact, each in their.st+parate capacity if mbre.than-one is't arned.above, with full power and authority hereby conferred in its name, place -and stead, to execute, acknowledge and ,deliver'anyand all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *******Ten Million******* Dollars ($ **10,000,000.00** ), This Power of Attorney shall expire without further action on March 18, 2015. This Power. of Attorney is granted under and by authority o�f the following resolutions adopted by the Boards, of Directors of the Companit* Be 1t ResolWA that the President, any Vice-Pj4iipi any.,4 dslim Vice -President, any Secretary or any Ass"tstaw Secretary shall be and is hereby vested with full power and authority'to appoint any one or I„Ort suitable persotrs a3 Altoritey(s)-in-Fact to repceserit and act' for and On behalf of the Company subject to the following provisions: :,Lgtr Altorne)-In-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including -any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Aaomey-irt_Fact shall be binding upon the Compagy as of signed by the President and seel4d and effected by the Corporate.Secretary.:f : j; ° 7 ` 1�p t W "i t � t ,, � ; Be U Resolved, that the signature of an autho ' -officer -se' Qf the Company B� Y �!? pony heretofdre�o �tt8reafte4 atl#x. any -power of attorney or any cer}ifi 4 relenng J L thereto by facsimile; and any power of attornyy_gr celiifrcate beenngt`acsimile signature or faesq rrle'$esl Anil bc,66a'and binding upon the COmpariq Witf►lespecf to === any bond or undertaking to which it is attached: - IN WITNESS WHEREOF, The Companies have instrument be be hereto caused this to signed and their corporate seals to affixed, this 3rd day of October, 2011. AMERICAN CONI'RACItO IIi!tULMNtTY COMPANY ATEJ $dlVp y : QMPANY r}. _ UNITEII., TAT1 S S[1REilTY OMPANY U.S. SPEC_ IALTY jNSURANCE COMPANY Corporate Seal§ `SEAL '� r Daniel P. Aguilar, Vice Pres�c ent State of California ;J4 spa: -c r; Etch. r., �r - •d'_ Vfi?s - -{k 5.' �,'i i•':i I' t" - _ r3:-. T' _ -- 5:•:.: County of Los Angeles SS:': On this 3'd day of October, 2011, before me, Deborah Reese, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is -subscribed to the within instrument and- acknowledged to me that he executed the same in his authorized capacity,'. and that :by:; his signature on the instrument the erson g p (s), or the entity upon behalf of. Whiefi the persons) acted, executed the instmmen). I certify under PENALTY OF PERJIfRY+'under the laws of the State of California'that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ..,,...,.... WCWVESOM Isrrst: am+rakaoo # tttzao+a Signature d ,f:4.* (Seal) t+otur -cwow �t I, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, Texas' Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the scals of said Companies at Los Angeles, Cal ifomia this 1 5th day of August ,.2Q.12 �V�totr f�INo OSEAL Corporate Seals SLIM " d+ AAM U Bond No. Bid Bond •O` Jeannie Lee, Vsistant Secretary Agency No. 17029 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid Li I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. _5 L.W. l owky'p Co for (Original Signaturb-r Contractor (Print) CONTRACTOR'S BUSINESS NAME: L ti 1-('U Y ky.-D W Ki J-Tr6A-&W0-Q .' MC (Print or Type) CONTRACTOR'S FIRM ADDRESS: SsO t� " NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2S72. BID 12-10673-MA - Berl Huffman Park Lift Station Rehabilitation Project I "'� SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof; The City may consider any incidents 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 from 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, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO___7��_ If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Bidder's Initials UESTION 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 — If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from 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 shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signe ?per I MUIT Title SUSPENSION AND DEBARMENT CERTIFICATION 1A, Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal. entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 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 $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: L_, "bNACI-D C©AtS[YA-A,C.; (-3-g ;-J C. FEDERAL TAX ID or SOCIAL SECURITY No. Signature of Company Official: Printed name of company official signing above:_ L.N. HVVVAV-0 Date Signed: 6 -1FJ- 12 LIST OF SUB -CONTRACTORS PAGE INTENTIONALLY LEFT BLANK 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. BID 12-10673-MA - Berl Huffman Park Lift Station Rehabilitation Project LIST OF SUB CONTRACTORS Company Name Location Services Provided Company city, Coun 1` A5 , 'ig31 State Zip Code Telephone: 60(a -A Fax: �2� - le Minority Owned Yes No ❑ or—� ❑ &--- ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO N I PAGE INTENTIONALLY LEFT BLANK I LIST OF SUB -CONTRACTORS 1 PAGE INTENTIONALLY LEFT BLANK LIST OF FINAL SUB -CONTRACTORS 1. 2. 3. 4. 5. 6. 7. 81 9. .10. 11. 12. 13. 14. 15. 16. BID 12-10673-MA, - Berl Huffman. Park Lift Station Rehabilitation Project Company Name Cbmpany FINAL LIST OIF SUB CONTRACTORS Services Provided .. !, Addms 960 aHwIr 6+ 'A�kotjk —6 :5*!+AU.DW Al X Coupty State Zip Code Telepog: 60fa- FaK-: THIS FORM SHAI CLOSING. IF NO 1Viinoriv Owned Yes No o ❑ fl 0 0 L-"OOC.)L -7496-3 - ND RETURNED VVITHIN7 DAYS OF BID WILT; BE USED PLEASE INDICATE SO. PAYMENT BOND I PAGE INTENTIONALLY LEFT BLANK STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) Bond No. 1000929767 KNOW ALL MEN BY THESE PRESENTS, that L. Howard Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and Texas Bonding Company (hereinafter called the Surety(s), as Surc%s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Hundred Seventeen and 80i100 Thousand One Dollars ($ 277,117.80 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 13th day of September , 2012, to Citv of Lubbock for Bid #12-10673-MA - Berl Huffman Park Lift Station Rehabilitation Project 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 Articic to the samc cxtcnt as if it wcrc copicd at lcngth hcrcin. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 19th day of September 2012. Texas Bonding Company Surety *By; (Title) David S. Ballew, Attorney -In -Fact L. Howard Construction, Inc. (Company Name) By: �' . �) l"!z 1 (Printed Name) ( ture) P,--;EsIC)�E (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates David S. Ballew an agent resident in Austin, Texas to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Texas Bonding Company Surety * By: < b (Title) David S. Ballew, Attorney -in -Fact Approved as to form: City of By: �\ City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 6 Allen ney in-h77et maybe givbn ft111 polder attd authority tbr:and in the i a<tte`Qf dtfd On behalf.Qf the, Company,=to` xecstte; aekttotyledge apd deliver, any:Od ,aI!' recognizances;;'contracta; agieemerits or, lndemmty.aFtd other cond[tionai or obligetofy uittlprtalti»gs; inoitiding any and aQ consents for the release d€-re percentages and/or final estimates,on erigineenng and �onstruction contracts and $tiy and ail=notices and d urr Mitts canceling ori,t8tit5ittatittg'the C6mpanys-0 thereunder, and and such_ ►nstil4wtits �o executed --an such -Fact shall bC buiciPtlg upon the Companyias if signed by the President and *eale.�i_and e trytTi€�orporategeereiary _ - '_ i ,F ,, .. B" Resn Wil tl Wf the Mgnatumg_ of any au orraed iicr snit ca f e company heretofore or hereafter affixed f�i any power of a#otttey o e c theref� by facs�mite and any powec`of attor ceae, bea€�ng iacsimle,ignature o;facsimile sear sha11=be,yalid and-bindio$ upon the L-MManyes� atty,bond or undertakiii$ to which Jf is attached IN`WITNESS'WHIR�4)i,. X'he Companies have. caused this itYstrument to be st>;ned.and their corporate seals to be:hereto.affixec O.n, this P day of_October, 2011, before rite-, pebotA Reese, a notary public, personally appmed Daniel P ,Aguilar, Vice-Presidei American Contractors tiidentnity. Company, Texas bonding Company, United States :Surety Company and U.S; Specialty Insur; Company A +ho proved_to ne on thp;basts,of satisfactoryevidence to' be thp;pprson whose naive is subscribed to the within instrtb I, -emie Ixe, Assistant SecretaryWi n` moo rs.Indemnity.CpntPaiiy, TOX --as�Bonding Company; Uri uIX Company and U S: Specialty, lnsu rutice Company, do hereby certify that the above and tangoing is a true aft corroct copy of a Pow ofAttarriev, executed by said Coinatiies; which is still in frill foraand,effect-. furthermore. the resolutions ofthe:Boards of Directo 77, Boud Ito to ©9 7 6 7 .'..- ' > »» �a� J � 9 � iotgne AencyTlo 11i29 - _ :�-i }� tr Kan't Kopy'K Security Paper • Hidden Pantograph • Color Match • Artificial Watermark Anti -Copy Coin Rub Erasure Protection Security Features Box • Microprint Protection • Acid Free ---- - --- --- Kan't Kopy" K1 Security Paper Hidden Pantograph • Color Match Artificial Wa€�ernnark Anti -Copy Copt Rub Erasure Protection Security FEratUreS BOX microorint Protection • Acid Free Kan't Kcpy'K1 Security Paper Hidden Pantograph • color Match • Ae iificial Watermark Anti -Copy Coin Rub Erasure Protection Security Features Box • Microprint Protection Acid Free Kan't Kopy' KI Security Paper • Hidden Pantograph Color Mitch • Artificial Watermark • Anti -Copy Coin Rub • Frisurc Protection • Security Fe itures Box • Microprint Protection • Acid Free Texas Bonding Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION To obtain information, make a complaint or assert a claim, or if you have a dispute concerning your premium, you should call the Surety's toll free telephone number for information at: 1-800-486-6695. You may also write to the Surety at: Texas Bonding Company 601 S. Figueroa St., Suite 1600 Los Angeles, CA 90017 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at P.O. Box 149104 Austin, Tx 78714-9104 Fax No. 512-475-1771 Important Notice Regarding Terrorism Risk Exclusions Notwithstanding anything to the contrary in the Construction Contract and Bond, the Bond to which this Rider is attached does not provide coverage for, and the Surety thereon shall not be liable for, acts of terrorism, riot, civil insurrection, acts of war or armed hostilities or other national or international calamity, directly or indirectly frustrating performance of, or directly or indirectly causing any loss or damage under, the Construction Contract for which this Bond was issued. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards Notwithstanding anything to the contrary in the Construction Contract and Bond, the Bond to which this Rider is attached does not provide coverage for, and the Surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. unne'7'7eeA04A1n [-'11- . .11e STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) } OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Principal(s), as Principal(s), and (hereinafter called the (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED SEVENTY-SEVEN THOUSAND ONE HUNDRED SEVENTEEN DOLLARS AND EIGHTY CENTS ($277,117.80) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 13th day of September. 2012, to i and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2012. Surety (Company Name) *By: (Title) (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 6 PERFORMANCE BOND PAGE INTENTIONALLY LEFT BLANK STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Bond No.1000929767 L. Howard Construction, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Texas Bonding Company (hereinafter called the Surety s), as Surel(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Hun°d�ed Seventeen anSeven 801100 s usand One Dollars ($ 277,117.80 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 13th day of September , 2012, to City of Lubbock for Bid #12-10673-MA - Berl Huffman Park Lift Station Rehabilitation 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 19th day of September P 2012. Texas Bonding Company Surety By``�� (Title) David S. Ballew, Attorney -In -Fact L. Howard Construction, Inc. (Company Name) By: L. Lam_ (Printed Name) (Sig tore) (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates David S. Ballew an agent resident in Austin, Texas to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Texas Bonding Company Surety *By: (Title) David S. Ballew, Attorney -In -Fact Approved as to Form City of ck By:il City Attorney * Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 3 No Text jtjjl p STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) .... KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED SEVENTY-SEVEN THOUSAND ONE HUNDRED SEVENTEEN DOLLARS AND EIGHTY CENTS ($277,117.80) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 13th day of September, 2012, to f. 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. a 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 Sure s have signed and sealed this instrument this r day of , 2012. Surety (Company Name) By. By. (Title) (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By-.�' (Title) Approved as to Form City of Lubbock By: �. City Attorney * Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing IJ 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. i 3 LHOWA-1 OP 1D• TT CERTIFICATE OF LIABILITY INSURANCE °" O';�12'"Y' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsemen s . PRODUCER 806-296-551 Independent Insurance Agents 806-296-$922 Of Plainview E: NE PAX 716 Broadway Plainview, TX 79072 Rose Owen NSUR $ AFFORDING COVERAGE NAIC/ INSURERA:United Fire Lloyds 10234 INSURED L Howard Constructlon, Inc. 380 FM 54 Abemathy, TX 79311 INSURER a:Texas Mutual Insurance Company INSURERC: INSURER D INSURER E INSURERF; COVERAGES CERTIFICATE NLUMER: REVISION NUL4EIER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER Y EFF ! POLICY EXP MIWD LIMITS A GENERALLIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR 86316170 04/30112 04/30M 3 EACH OCCURRENCE $ 1,000,0001 _ 'To RENTED PREMISES occurrence) $ 100,00 MED EXP one raven) $ 6,00 PERSONAL & ADV INJURY $ 11000100 GENERAL AGGREGATE $ 2,000,0011 GERL AGGREGATE LIMIT APPLIES PER. X POLICY PRO- LOG PRODUCTS -COMPIOPAGG $ 2,000,00 $ A AUTOMOBILE LIABILITY X ANY AUTO ALLOWNED SCHEDULED AUTOS AUTOS HIRED AUT03 NON -OWNED AUTOS 86316170 04130/12 04130/13 CONIBNED SINGLE LIMIT Ea dent) S--__11000,00 ----- - BODILY INJURY {Par person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE e $ s • X UMBRELLA LIAR EXCESSLIAB X OCCUR CLAIMS -MADE 85316170 04130M2 04/30/13 EACH OCCURRENCE $ 2,000,00 AGGREGATE s 2,000,00 DED I X I RETENTION$ 10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIFRECUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory in NH) Ivyes gieacrlbe gNldet DESGtRIPTIONOF PERAT(ONSbelow N I A TSF-000108297920111027 10/27/11 10/27/12 X I WCSTATU- I OTH- RYLIMITS EB......__�_ ..,._ E.L. EACH ACCIDENT s 1,000,00 E.L. DISEASE -EA EMPLOYEE $ 1,000,00 E.L. DISEASE -POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, AddlUamal Remarks Schedule, it more space Is required) The general liability policy includes a blanket additional insured and blanket waiver of subrogation endorsement [CG7152 06-11] that provides these features only when there is a written contract between the named insured and the certificate holder that requires them. CERTIFICATE HOLDER CANCELLATION CITYOFL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EVRATION DATE THEREOF, NOTICE WILL BE! DELIVERED IN ACCORDANCE MTN THE POLICY PROVISIONS. City of Lubbock PO Box 2000 Lubbock, TX 79457 AUTH TAIWE Ross eA C> fie. 01M.2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010M) The ACORD name and logo are registered marks of ACORD NOTEPAD. HOL ZRCODE CITYOFL LHOWA-1 PA(m 2 IMWRWS NAME L. Howard Construction, Inc. OP ID: TT DATE 09117/12 Th general liablitty olic c ntalnq a sp lal endorsement [CG709611-03] wit�i Primary and N nco itriiutory word Ing. icy includes a bla1� kket a dit'onal insured and blanket waiver �n endorsement [GA71� 0 -061 that provid(a these eatures are is a written contract between the named insured and the rider that requires them. cor�pensation iic inciud s a blank taut a "c waiver of en orsement°C42Y03 04 A that prov des t s eature only s a wr tten coR1 ractt between he named Insured and the rider at requires it. ave Issued an Indust s andard AM certificate of insurance for our ers. A law pasued y t e T xas eag�_�stature effective Januanry/ 1, ena>e Bill 4?,5 o tilts us in adtiingspecial wordingto tiie logate that w luldd a a ter, amend or xtend overage or tems and ons provided bX a insurlanc� p�r�icy; or�(2) provide fa_I�e gr adinq mformatioh concern ng the insurance policy; or ii�3 re er to a or In urance requirement contained in a contract. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COVERAGE INDEX CA 71 09 0106 Descrlptlo n Page TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE 1 BROAD FORM INSURED 1 EMPLOYEES AS INSUREDS 2 ADDITIONAL INSURED STATUS BY CONTRACT, AGREEMENT OR PERMIT 2 AMENDED FELLOW EMPLOYEE EXCLUSION 2 TOWING AND LABOR 2 PHYSICAL DAMAGE ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 3 EXTRA EXPENSE - THEFT 3 RENTAL REIMBURSEMENT AND ADDITIONAL TRANSPORTATION EXPENSE 3 PERSONAL EFFECTS COVERAGE 4 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 4 AIRBAG ACCIDENTAL DISCHARGE 4 AUTO LOANILEASE TOTAL LOSS PROTECTION ENDORSEMENT 4 GLASS REPAIR — DEDUCTIBLE AMENDMENT 5 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 5 WAIVER OF SUBROGATION REQUIRED BY CONTRACT 5 UNINTENTIONAL FAILURE TO DISCLOSE 5 HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE 5 EXTENDED CANCELLATION CONDITION 6 The COVERAGE INDEX set forth above is Informational only and grants no coverage. Terms set forth in (Bold 011cs) are likewise for information only and by themselves shall be deemed to grant no coverage. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I — COVERED AUTOS, paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos is amended by adding the following at the end of the existing language: If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction. B. BROADENED LIABILITY COVERAGES SECTION II — LIABILITY COVERAGE in Paragraph A. Coverage at 1. Who Is An Insured is amended to Include the following: (Broad Form Insured) d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that Is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of Its Limit of Insurance. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 6 e. Any organization that is acquired or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1) That Is a joint venture or partnership, (2) That is an "insured" under any other policy, (3) That has exhausted its Limit of Insurance under any other policy, or (4) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. (Employee as Insureds) f. Any employee of yours while acting in the course of your business or your personal affairs while using a covered "auto" you do not own, hire or borrow. (Additional Insured Status by Contract, Agreement or Permit) g. Any person or organization whom you are required to add as an additional insured on this policy under a written contract or agreement; but the written contract or agreement must be: (1) Currently in effect or becoming effective during the term of this policy; and (2) Executed prior to the "bodily injury" or "property damage". The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of the ownership, maintenance or use of the covered "autos" at the location(s) designated, if any. Coverage provided by this endorsement will not exceed the limits of liability required by the written contract or written agreement even if the limits of lability stated in the policy exceed those limits. This endorsement shall not increase the limits stated in Section It. C. Limits of Insurance. For any covered "auto" you own this Coverage Form provides primary coverage. CA 71 09 0106 C. AMENDED FELLOW EMPLOYEE EXCLUSION Only with respect to your "employees" who occupy positions which are supervisory in nature, SECTION It. LIABILITY B. Exclusion 5. Fellow Employee is replaced by: S. Fellow Employee "Bodily injury": (a) To you, or your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (b) To your "executive officers" and directors (if you are an organization other than a partnership, joint venture, or limited liability company) but only with respect to performance of their duties as your officers or directors; (c) For which there Is an obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph a and b above; or (d) Arising out of his or her providing or falling to provide professional health care services. For purposes of this endorsement, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, transfer, direct, discipline or discharge. D. BROADENED PHYSICAL DAMAGE COVERAGES SECTION iII — PHYSICAL DAMAGE COVERAGE Coverage is amended as follows: (TOWING AND LABOR) 2. Towing and Labor We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: (a) For private passenger type vehicles or "light trucks" we will pay up to $75 per disablement. "Light trucks" have a gross vehicle weight (GVW) of 10,000 pounds or less. CA 7109 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 6 (b) For "medium trucks" we will pay up to $150 per disablement. "Medium trucks" have a gross vehicle weight (GVW) of 10,001 lbs. to 20,000 pounds. However, the labor must be performed at the place of disablement. (PHYSICAL DAMAGE ADDITIONAL TRANSPORTATION EXPENSE COVERAGE) 4. Coverage Extensions a. Transportation Expense is amended to provide the following limits: We will pay up to $50 per day to a maximum of $1,000. All other terms and provisions of this section remain applicable. (EXTRA EXPENSE - THEFT) The following language is added to 4. Coverage Extensions: c. Theft Recovery Expense If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay the expense of returning that stolen auto to you. The limit for this coverage extension is $5,000. (RENTAL REIMBURSEMENT AND ADDITIONAL TRANSPORTATION EXPENSE) d. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense overage only for those Physical Damage coverages for which a premium is shown in the Declarations or schedule pages. Coverage applies only to a covered "auto" of the private passenger or light truck (10,000 lbs. or less gross vehicle weight) type for which Physical Damage overages apply- (1) We will pay for auto rental expense and the expense incurred by you because of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto." Payment applies In addition to the otherwise applicable coverage you have on a covered "auto." No deductible applies to this coverage. CA 7109 0106 (2) We wig pay only for expenses Incurred during the policy period and beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto." If "loss" Is caused by theft, this number of days is added to the number of days it takes to Date the covered "auto" and return it to you, or (b) 30 days. (3) Our payment is limited to the lesser of the following amounts: (a) Necessary and actual expenses incurred; or (b) $35 per day. (c) This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (d) If "loss" results from the total theft of a covered "auto' of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under the SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. (PERSONAL EFFECTS COVERAGE) e. Personal Effects If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for Personal Effects stolen with the "auto". The Insurance provided under this provision is excess over any other collectible insurance. For this overage extension, Personal Effects means tangible property that is worn or carried by an "insured". Personal Effects does not include tools, jewelry, guns, musical Instruments, money, or securitles. CA 7109 0106 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 6 (AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE) (Deletion of Audio Visual Equipment Exclusion) f. Audio, Visual and Data Electronic Equipment Coverage. We will pay for "loss" to any electronic equipment that receives or transmits audio, visual or data signals and that is not designed solely for the reproduction of sound. This coverage applies only if the equipment Is permanently installed in a covered "auto" at the time of the "loss" or the equipment is removable from a housing urdt which is permanently Installed in a covered "auto" at the time of the "loss", and such equipment is designed to be solely operated by use of the power from the "autoW electrical system, in or upon the covered "auto." (1) We will pay with respect to a covered "auto" for "loss" to any accessories used with the electronic equipment described above. However, this does not include tapes, records or discs. (2) In addition to the exclusions that apply to Physical Damage Coverage with exception of the exclusion relating to audio, visual and data electronic equipment, the following exclusions also apply: (3) We will not pay for any electronic equipment or accessories used with such electronic equipment that are: (a) Necessary for the normal operation of the covered "auto" for the monitoring of the covered "auto's" operating system; or (b) Both: An integral part of the same unit housing any sound reproducing equipment designed solely for the reproducing of sound if the sound reproducing equipment is permanently installed in the covered "auto"; and Permanently Installed in the opening of the dash or console normally used by the manufacturer for the installation of a radio. CA 7109 01 OS (4) With respect to this coverage, the most we will pay for all "loss" of audio, visual or data electronic equipment and any accessories used with this equipment as a result of any one "accident" is the lesser of. (a) The actual cash value of the damaged or stolen property as of the time of the "loss"; (b) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality; or $1,000; minus a deductible of $100, An adjustment for depreciation and physical condition will be made in determining actual cash value at the time of loss. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. If there is other coverage provided for audio, visual and data electronic equipment, the coverage provided herein is excess over any other collectible insurance. (AIRBAG ACCIDENTAL DISCHARGE) D. SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended as follows: The following language is added to Exclusion 3.: If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion does not apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage applies only to a covered auto you own and is excess of any other collectible insurance or warranty. No deductible applies to this coverage. E. AUTO LOANILEASE TOTAL LOSS PROTECTION SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance is amended by adding the following language: 4. In the event of a total "loss" to a covered "auto" shown in the Schedule pages, subject at the time of the "loss" to a loan or lease, we will pay any unpaid amount due on the lease or loan for a covered "auto" less: CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, inc., with its permission. Page 4 of 6 a. She amount paid under the Physical Damage Coverage Section of the policy; and b. Any: (1) Overdue lease ! loan payments at the time of the 'loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous bans or leases. (GLASS REPAIR -- DEDUCTIBLE AMENDMENT) Under D., Deductible Is amended by adding the following: Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, rather than replaced. F. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS, Subsection A., Loss Conditions, the following is added to paragraph 2. Duties In The Event of Accident, Suit or Loss: d. Knowledge of any "accident," "claim," "suit" or "loss" will be deemed knowledge by you when notice of such "accident," "claim," "suit" or "loss" has been received by: (1) You, if you are an individual; CA 71 09 01 06 (4) Your members, managers or insurance manager, if you are a limited liability company; or (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization. G. WAIVER OF SUBROGATION REQUIRED BY CONTRACT Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer of Rights of Recovery Against Others to Us the following language Is added: However, we waive any rights of recovery we may have against the person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide Insurance such as is afforded under the policy to which this endorsement is attached. This provision does not apply unless the written contract or written agreement has been executed, or -permit has been issued, prior to the 'bodily injury" or "property damage." H. UNINTENTIONAL FAILURE TO DISCLOSE Under SECTION IV — BUSINESS AUTO CONDITIONS, Subsection B. General Conditions, the following is added to 2. Concealment, Misrepresentation Or Fraud: Your unintentional error in disclosing, or failing to disclose, any material fact existing at the effective date of this Coverage Form, or during the policy period In connection with any additional hazards, will not prejudice your rights under this Coverage Form. I. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE Under SECTION IV — BUSINESS AUTO CONDITIONS B. General Conditions 5. Other Insurance Paragraph 5.b. is replaced by the following: (2) Any partner or insurance manager If you are b. (1) For "Comprehensive" and "Collision" Auto a partnership; Physical Damage provided by this endorsement, the following are deemed to be covered "autos" (3) An executive officer or insurance manager, you own: If you are a corporation; (a) Any Covered "auto" you lease, hire, rent or borrow; and CA 71 09 0106 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 6 (b) Any Covered "auto" hired or rented by your "employee" under a contract in that Individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" (2) Limit of Insurance For This Section The most we will pay for any one "loss" Is the lesser of the following: (a) $60,000 per accident, or (b) actual cash value at the time of loss, or (c) cost of repair. minus a $500 deductible. An adjustment for depreciation and physical condition will be made In determining actual cash value In the event of a total 'loss. No deductible applies to "loss" caused by fire or lightning. CA 7109 0106 (3) This Hired Auto Physical Damage coverage is excess over any other collectible insurance. (4) Definitions For This Section (a) Comprehensive Coverage: from any cause except the covered "auto's" collision with another object or the covered "auto's" overturn. We will pay glass breakage, "loss" caused by hitting a bird or animal and, "loss" caused by failing objects or missiles. (b) Collision Coverage: caused by the covered "auto's" collision with another object or by the covered "autos" overturn. J. EXTENDED CANCELLATION CONDITION A. Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason CA 7109 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 6 CG 71 52 03 11 ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage Is provided by this summary. * Coverage for non -owned watercraft is extended to 51 feet in length * Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate ' Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate - $500 Deductible * Product Recall Expenses $25,000 Each Recall Limit with a $50,000 Aggregate - $1,000 Deductible ' Water Damage Legal Liability - $25,000 * Increase in Supplementary Payments: Bail Bonds to $1,000 and Loss of Earnings to $500 * For newly formed or acquired organizations - extend the reporting requirement to 180 days ' Automatic Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You ' Automatic Additional Insured - Vendors * Automatic Additional Insured - Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You * Automatic Additional Insured - Managers or Lessor of Premises ' Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured ' Additional Insured - Employee injury to Another Employee ' Primary Additional Insured ' Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage * Automatically Included - Aggregate Limits of Insurance (per location) ' Automatically included -Aggregate Limits of Insurance (per project) ' Knowledge of occurrence - Knowledge of an "occurrence", "claim" or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee ' Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancelation or non -renewal. ' Liberalization Condition ' Mobile equipment to include snow renewal, road maintenance and street cleaning equipment less than 1,000 Ibs GVW * Blanket Waiver of Subrogation ' Property Damage - Borrowed Equipment ' Property Damage Liability - Elevators ' Bodily Injury Redefined ' Extended Properly Damage Damage to Media Legal Liability - $50,000 REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 15 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 71 52 03 11 includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 15 CG 71 52 03 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ULTRA LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION 1 - COVERAGES COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY The Following changes are made to 2. Exclusions: Extended Property Damage Exclusion 2.a., Expected or Intended Injury is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the Insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Extended Watercraft Coverage Exclusion g.(2) is deleted and replaced by the following: g.(2) A watercraft you do not own that is: (a) Less than 51 feet long; (b) Not being used to carry persons or property for a charge; Property Damage Liability - Borrowed Equipment The following Is added to Exclusion J.: Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. Property Damage Liability - Elevators The following is added to Exclusion J.: Under paragraph 2. Exclusions of Coverage A. "Bodily Injury" and "Property Damage" Liability Paragraphs 3, 4 & 6 of this exclusion do not apply to "property damage" resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. CO 71 52 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 15 CG 71 52 03 11 The last paragraph of Item 2. Exclusions is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of this owner. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. THE FOLLOWING COVERAGES ARE ADDED: Voluntary Property Damage Coverage The insurance provided under Coverage A (Section 1) is amended to include "property damage" to property of others caused by the insured: a. While in your possession; or b. Arising out of "your work". Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: 1. Exclusion 1. Damage to Property under Coverage A (Section 1) is deleted and replaced by the following: 1. Damage to Property "Property damage" to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft" or "aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. Care, Custody and Control Property Damage Coverage For the purpose of this Care. Custody and Control Property Damage Coverage only: 1. Item (4) of Exclusion 1. of Coverage A (Section 1) does not apply. COVERAGE M. DAMAGE TO MEDIA LEGAL LIABILITY 1. Insuring Agreement a. We will pay those sums that the Insured becomes legally obligated to pay as damages because of damage to "electronic data" to which this insurance applies. We will have the right and duty to defend the insured against any "suit° seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for "electronic data" to which this insurance does not apply. We may, at our discretion, investigate any "occurrence" and settle any claim or "suit' that may result. But: CG 71 52 0311 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 15 CG 7152 03 11 (1) The amount we will pay for damages is limited to $50,000. (2) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements under this coverage or any other applicable coverage or medical expenses under Coverage C. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments. b. This insurance applies to damages to "electronic data" only if: (1) The damage to "electronic data" is caused by an "occurrence" that takes place in the "coverage territory"; (2) The damage to "electronic data" occurs during the policy period; and (3) Prior to the policy period, no insured listed under Paragraph 1. of Section II - Who Is An Insured and no "employee" authorized by you to give or receive notice of an "occurrence" or claim, knew that the damage to "electronic data" had occurred, in whole or in part. If such a listed insured or authorized "employee" knew, prior to the policy period, that the damage to "electronic data" occurred, then any continuation, change or resumption of such damage to "electronic data" during or after the policy period will deemed to have been known prior to the policy period. c. Damage to "electronic data" which occurs during the policy period and was not, prior to the policy period, known to have occurred by any Insured Usted under Paragraph 1. of Section II - Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occurrence" or claim, includes any continuation, change or resumption of that damage to "electronic data" after the end of the policy period. d. Damage to "electronic data" will be deemed to have been known to have occurred at the earliest time when any insured listed under Paragraph 1 of Section Ii - Who Is An Insured or any "employee" authorized by you to give or receive notice of an 'occurrence" or claim: (1) Reports all, or any part, of the damage to "electronic data" to us or any other insurer; (2) Receives a written or verbal demand or claim for damages because of the damage to "electronic data"; or (3) Becomes aware by any other means that damage to "electronic data" has occurred or has begun to occur. 2. Exclusions This Insurance does not apply to: a. Expected Or Intended Injury Damage to "electronic data" expected or intended from the standpoint of the insured. b. Contractual Liability Damage to "electronic data" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the Insured would have in the absence of the contract or agreement. CG 71 52 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 15 CG 7152 0311 c. Pollution Damage to "electronic data" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants". d. Aircraft, Auto, Watercraft or Mobile Equipment Damage to "electronic data" arising out of: (1) The transportation of "mobile equipment" by an "auto" owned or operated by or rented or loaned to any Insured; or (2) The use of "mobile equipment" in, or while in practice for, or while being prepared for, any prearranged racing, speed, demolition or stunting activity. e. War Damage to "electronic data" however caused, arising directly or indirectly, out of. (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power or action taken by governmental authority in hindering or defending against any of these. f. Damage To Property Damage to "electronic data" that is: (1) Property you own, rent or occupy, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Property loaned to you; (3) Personal property in the care, custody or control of the insured; (4) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, If the "property damage" arises out of those operations; or (5) That particular part of any property that must be restored, repaired or replaced because "your worm' was incorrectly performed on it. g. Damage To Your Product Damage to "electronic data" in "your product" or arising out of it or any part of it. h. Damage To Your Work Damage to "electronic data" in "your work" arising out of it or any part of it and included in the "products - completed operations hazard". CG 71 52 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 15 CG 71 52 03 11 1. Damage To Impaired Property Or Property Not Physically Injured Damage to "electronic data" In "impaired property" or property that has not been physically Injured, arising out of: (1) A defect, deficiency, inadequacy or dangerous condition in "your product" or "your work"; or (2) A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. J. Recall Of Products, Work Or Impaired Property Damages claimed for any loss, cost or expense incurred by you or others for the toss of use, withdrawal, recall, inspection, repair, replacement, adjustment, removal or disposal of: (1) "Your product"; (2) "Your work"; or (3) "Impaired property'; if such product, work or property is withdrawn or recalled from the market or from use by any person or organization bbcause of a known or suspected defect, deficiency, inadequacy or dangerous condition in it. k. Personal And Advertising Injury Damage to "electronic data" arising out of "personal and advertising Injury". COVERAGE R. PRODUCT RECALL EXPENSE 1. Insuring Agreement a. We will pay 90% of "product recall expense" you incur as a result of a "product recall" you initiate during the coverage period. b. We will only pay for "product recall expense" arising out of "your products" which have been physically relinquished to others. The amount we wig pay is limited as described below in SECTION III - LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to "product recall expense" arising out of: a. Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall". b. Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of "your product". c. The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. CG 71 52 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 15 CG 71 52 03 11 d. Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. e. Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. f. "Bodily injury" or "property damage". g. Failure of "your product« to accomplish its Intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. h. Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. I. Legal fees or expenses. J. Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of 'your product". It. "Product recall expense" arising from the "product recall' of any of 'your products" for which coverage is excluded by endorsement. COVERAGE W -WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage W (Section 1) applies to "property damage" arising out of water damage to premises that are both rented to and occupied by you. ' The Limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. SECTION I - SUPPLEMENTARY PAYMENTS - COVERAGES A AND B Is amended to read SUPPLEMENTARY PAYMENTS; and Items 1.b. and 1 A are amended as follows: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II - BROAD FORM NAMED INSURED 1. Section II — Who Is An Insured is amended to include as an insured any legally Incorporated entity of which you own more than 50 percent of the voting stock during the policy period. 2. For the purpose of the coverage provided by this provision only, the following is added to Condition 4.b. Excess Insurance, under Section IV - Commercial General Liability Conditions: This insurance Is excess over any of the other insurance, whether primary, excess, contingent or on any other basis, that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock. 3. This provision does not apply to a policy written to apply specifically in excess of this policy. CG 71 62 03 11 Includes copyrighted material of Insurance Services Office, Inc., with Its permission. Page 7 of 15 CG 71 52 03 11 Item 4.a. is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. The following are added: 5. Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to your liability which may be imputed to that person or organization directly arising out of your ongoing operations performed for that person or organization. A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed. b. With respect to the insurance afforded these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage", or "personal and advertising injury" arising out of the rendering of, or the failurb to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, Inspection, architectural or engineering activities. 6. Additional Insured - Vendors Any person or organization (referred to below as vendor), but only with respect to "bodily injury" or "property damage" arising out of "your products", which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: a. The insurance afforded the vendor does not apply to: (1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change In the product made intentionally by the vendor; (4) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under Instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, In connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; CG 7152 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 15 CG 71 52 03 11 (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. b. This insurance does not apply to any Insured person or organization, from whom you have acquired such products, or any ingredient, part of container, entering into, accompanying or containing such products. 7. Additional Insured - Lessor of Leased Equipment - Automatic Status When Required In Lease Agreement With You a. Any person or organization from whom you lease equipment when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an insured, but only with respect to your liability arising out of the maintenance, operation or use of such leased equipment, which may be imputed to that person or organization as the lessor of equipment. A person's or organization's status as an insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. b. With respect to the insurance afforded these additional insureds, the following additional exclusion apply: (1) To any "occurrence" which takes place; (2) To "bodily injury" or "property damage" arising out of the sole negligence of such person or organization. 8. Additional Insured - Managers or Lessors of Premises Any person or organization, but only with respect to the liability arising out of the ownership, maintenance, or use of that part of the premises leased to you and subject to the hollowing additional exclusions: This Insurance does not apply to any: a. Any "occurrence" which takes place after you cease to be a tenant in that premises. b. Structural alterations, new construction or demolition operations performed by or on behalf of any person or organization. 9. Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured Coverage is provided only when the insured is contractually required to add the engineer, architect or surveyor. Coverage is provided with respect to your liability for "bodily injury" or "property damage" or "personal and advertising Injury" directly arising out of: a. Your acts or omissions; or b. Your acts or omissions of those acting on your behalf; In the performance of your ongoing operations for that additional insured(s). 10. Additional Insured - Employee Injury to Another Employee With respect to your "employees" who occupy positions which are supervisory in nature: Paragraph Z.a.(1) of this section is amended to read: CG 71 52 03 11 Includes copyrighted material of Insurance Services Office, inc., with Its permission. Page 9 of 15 CG 71 52 03 11 (1) "Bodily injury" or "personal and advertising Injury" a. To you, to your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); b. For which there Is any obligation to share damages with or repay someone else who must pay damages because of the Injury described in paragraph (1)(a) above; or c. Arising out of his or her providing or failing to provide professional health care services. Paragraph 3.a. is deleted. For the purpose of this Item 10 only, a position is deemed to be supervisory in nature if that person performs principal work which is substantially different from that of his or her subordinates and has authority to hire, direct, discipline or discharge. 11. Primary Additional Insured A. Commercial General Liability Conditions (Section IV), paragraph 4. (Other Insurance) is deleted and replaced by the following: 4. Other Insurance If valid and collectible "other insurance" is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when b. below applies. If this insurance Is primary, our obligations are not affected unless any of the "other insurance" is also primary. Then, we will share with all that "other insurance" by the method described in c. below. b. Excess Insurance This Insurance is excess over any of the "other insurance", whether primary, excess, contingent or on any other basis: (1) That is Fire, Extended Coverage, Builder's Risk, Installation Risk, or similar coverage for "your work"; (2) That is Fire insurance for premises rented to you or temporarily occupied by you with permission of the owner, (3 That Is Insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; or (4) If the loss arises out of the maintenance or use of aircraft, "autos", or watercraft to the extent not subject to Exclusion g. of Section I - Coverage A - Bodily Injury and Property Damage Liability; or (5) That is available to the Insured when the insured is an additional insured under any other policy, including any umbrella or excess policy. (6) That is provided to any person or organization who qualifies as an additional insured herein, except when you and that person or organization have agreed In writing that this insurance shall be primary. CG 7152 03 11 Includes copyrighted material of Insurance Services Office, inc., with its permission. Page 10 of 15 CG 71 52 03 11 When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit° if any provider of "other insurance" has a duty to defend the insured against that "sulf. If no provider of "other Insurance" defends, we will undertake to do so, but we will be entitled to the insured's ruts against all those providers of "other insurance". When this Insurance is excess over "other Insurance", we will pay only our share of the amount of the loss, if any, that exceeds the sum of. (1) The total amount that all such "other insurance" would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self -insured amounts under that "other insurance". We will share the remaining loss, If any, with any "other insurance" that is not described In this Excess Insurance provision. c. Method of Sharing If all of the "other insurance" permits contribution by equal shares, we will follow this method also. Under this approach each provider of insurance contributes equal amounts until it has paid Its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the "other insurance" does not permit contribution by equal shares, we will contribute by limits. Under this method, the share of each provider of insurance is based on the ratio of its applicable limit of Insurance to the total applicable limits of insurance of all providers of insurance. B. For the purposes of this Insurance coverage provided by this Item 11 only, the following definition Is added to DEFINITIONS (Section V): "Other Insurance": a. Means Insurance, or the funding of losses, that is provided by, through or on behalf of: (1) Another insurance company; (2) Us or any of our affiliated Insurance companies, except when the Non -cumulation of Each Occurrence Limit section of Paragraph 5 LIMITS OF INSURANCE (Section III) or the Non -cumulation of Personal and Advertising Injury limits sections of Paragraph 4 of LIMITS OF INSURANCE (Section Ill) applies; (3) Any risk retention group; (4) Any self-insurance method or program, other than any funded by you and over which the Coverage Part applies; or (5) Any similar risk transfer or risk management method. b. Does not include umbrella insurance, or excess insurance, that you bought specifically to apply in excess of the Limits of Insurance shown on the Declarations of this Coverage Part. CG 71 52 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 11 of 15 CG 71 52 03 11 SECTION III - LIMITS OF INSURANCE Items 2, 3, and 6 are deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard' c. Damages under Coverage B; and d. Damages under Coverage W. 3. The Products -Completed Operations Aggregate Limit Is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included In the "products -completed operations hazard" and Coverage R. 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, smoke resulting from such fire. explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. The following are added: 8. Subject to 5. above, $25,000 is the most we will pay for Under Coverage W for Water Damage Legal Liability. 9. Coverage R - Product Recall Expense Aggregate Limit $50,000 Each Product Recall Limit $25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls" you initiate during the endorsement period. b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall" you initiate during the endorsement period. 10. Aggregate Limits of Insurance (Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is Interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of insurance (Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. CG 71 52 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 12 of 15 CG 71 52 03 11 12. Subject to 5. above, a $5,000 "occurrence" limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for damages because of "property damage" covered under Voluntary Property Damage Coverage. 13. Subject to 5. above, a $25,000 "occurrence" limit and a $100,000 "aggregate" limit is the most we will pay under Care, Custody and Control Coverage regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". Deductible - Our obligation to pay damages on your behalf applies only to the amount of damages In excess of $500. This deductible applies to all damages because of "property damage" as the result of any one "occurrence" regardless of the number of persons or organizations who sustain damages because of that "occurrence". We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As respects this coverage "Aggregate" is the maximum amount we will pay for all covered "occurrences" during one policy period. SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS Condition 2., Items a. and b. are deleted and replaced by the following: 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. Knowledge of an "occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. To the extent possible, notice should include: (1) How, when and where the "occurrence" took place; (2) The names and addresses of any Injured persons and witnesses, and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" Is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or 'suit" as soon as practicable. Knowledge of a claim or "suit" by your agent, servant or employee shall not in itself constitute knowtedge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. Condition 2.c.(5) Is added: (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. CG 71 62 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 13 of 15 CG 71 52 03 11 Conditions 10., 11. and 12. are added: 10. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or on your behalf, done under a contract with that person or organization, 'your work", or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. 11. If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. 12. Based on our reliance on your representations as to existing hazards, If you unintentionally should fall to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. The following conditions are added in regard to Coverage R - Product Recall Expense In event of a "product recall", you must 1. See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice should include how, when and where the "product recall" took place and estimated "product recall expense". 2. Take all reasonable steps to minimize "product recall expense". This will not Increase the limits of insurance. 3. if requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. 4. Permit us to Inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. 5. Cooperate with us in the investigation or settlement of any claim. 6. Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. SECTION V -DEFINITIONS At Item 12. Mobile Equipment the wording at f.(1) is deleted and replaced by the following: f.(1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; except for such vehicles that have a gross vehicle weight less than 1000 Ibs which are not designed for highway use. CG 71 52 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 14 of 15 CG 71 52 03 11 The following definitions are added for this endorsement only: 3. Bodily Injury Redefined. Under V - Definitions, definition 3. is deleted and replaced with the following: 3. "bodily injury' means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. 23. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tape drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 24. "Product recall" means a withdrawal or removal from the market of "your product" based on the determination by you or any regulatory or governmental agency that; (1) The use or consumption of "your product" has caused or will cause actual or alleged "bodily injury" or "property damage"; and (2) Such determination requires you to recover possession or control of "your product" from any distributor, purchaser or user, to repair or replace "your product", but only if "your product" Is unfit for use or consumption, or is hazardous as a result of: (a) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of "your product"; or (b) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. 25. "Product recall expense" means reasonable and necessary expenses for: (1) Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. (2) Transporting recalled products from any purchaser, distributor or user, to locations designated by you. (3) Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or Independent contractors you hire. (4) Transportation and accommodation expense incurred by your employees. (5) Rental expense incurred for temporary locations used to store recalled products. (6) Expense incurred to properly dispose of recalled products, including packaging that cannot be reused. (7) Transportation expenses incurred to replace recalled products. (8) Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall". CG 71 52 03 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 15 of 15 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC420304A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE This endorsement changes the policy to which it is attached effective on the Inception date of the policy unless a different date is Indicated below. (The following "attaching case" need be completed only when this endorsement Is issued subsequent to preparation of the policy_) This endorsement, efrective on at 12:01 A.M. standard time, forms a part or Policy No. TSF-0001082979 20081027 of the Texas Mutual Insurance Company Issued to L HOWARD CONSTRUCTION INC Premium $ WC420304A (ED. 1-01-2000) Endoraementblo. AuthotJzedJRepresentathm BLBLACKW 12-03-2008 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY ADDITIONAL INSURED AMENDATORY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Lubbock PQ Box 2000 Lubbock, TX 79457 CG 70 96 1103 (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to your liability, which may be imputed to that person or organization directly arising out of your ongoing operations or premises owned by or rented to you. A person's or organization's status as an additional insured under this endorsement ends when your operations for that insured are completed or your occupancy of the premises terminates. B. With respect to insurance provided to the person or organization shown in the Schedule of this Endorsement, Condition 4. Other Insurance is replaced by the following: 4. Other Insurance If other valid and collectible insurance is available for a loss we cover under Coverages A and B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary and we will not seek contribution from other insurance available to the person or organization shown in the Schedule of this endorsement except when b. below applies. b. Excess Insurance This insurance is excess over: (1) Any of the other insurance, whether primary, excess, contingent or on any other basis: (a) That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (b) That is Fire insurance for premises rented to you or temporarily occupied by you with permission of the owner; (c) That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner, or (d) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I - Coverage A - Bodily Injury And Property Damage Liability. CG 70 96 1103 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 2 When this insurance is excess, we will have no duty under Coverages A or B to defend the Insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the Insured's rights against all those other insurers. When this insurance is excess over other Insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self -insured amounts under all that other insurance. CG 70 96 11 03 We will share the remaining loss, if any, with any other insurance that Is not described In this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of insurance shown in the Declarations of this Coverage Part. c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. CG 70 96 11 03 Includes copyrighted material of Insurance Services Office, Inc., with Its permission. Page 2 of 2 � N WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Insurance WC420304A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A, of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2, Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the Inception date of the policy unless a different date is Indicated below. (The following "attaching clause" need be completed only when this endorsement Is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M: standard time, forms a part of Policy No. TSF-0001082979 20111027 of the Texas Mutual Insurance Company Issued to L HOWARD CONSTRUCTION INC Premium $ WC420304A (ED. 1-01-2000) Endorsement No. Authorized Representative AXMEDINA 10-25-2011 CERTIFICATE OF INSURANCE I 1'�` I I PAGE INTENTIONALLY LEFT BLANK CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 ! LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for .,}the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. 1 TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDER SRISK 100% of the Total Contract Price $ INSTALLATIONFLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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 x 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 CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP 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 J THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE i DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. - THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. { REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see -h, 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 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the a provision of coverage of any person providing services on the project; and (IT) 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. PAGE INTENTIONALLY LEFT BLANK CONTRACT I PAGE INTENTIONALLY LEFT BLANK CONTRACT 10673 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 13'h day of September, 2012, 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 L. Howard Construction of the City of Abernathy, County of Hale and the State of Texas hereinafter termed CONTRACTOR. WPINESSETH: 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: BID # 12-10673-MA - Berl Huffman Park Lift Station Rehabilitation Project and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. L. Howard Construction's bid dated August 15th, 2012 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 bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. E 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. i CONTRACTOR: CITY OF L BOCK, TEXAS OWNER): By: ATTEST: PRINTE � AME: TITLE: RZ&c4 Garza, City Secretary COMPLETE ADDRESS: Company M1n1 Wi ntiG Address City, State, Zip 1,451 ATTEST: Co ate Secretary APPROVED AB TO CONTENT: /An Turpin, P.E of Water Utilities Engineer JE(OLAA-P,4a, &d Marsha Reed, P.E., Chief Operations Officer APP OWD AS FORM: City Attorney PAGE INTENTIONALLY LEFT BLANK t"Il GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK r GENERAL CONDITIONS OF THE AGREEMENT a 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit L. Howard Construction who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE s 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 John Turvin. P.E. Chief Water Utilities EnIineer so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7,.. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. 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 shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all , work in accordance with the Plans and Specifications. 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 shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is 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 l " encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or - Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. r_ 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. r4 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 are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. gym, 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 shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to fuunish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be ` _p 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 4 t f 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 Owners 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 J 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 finnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or 4Y.J 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. F 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 y machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 6 i. 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 Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or . contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. i. 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 fixrnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar davg in advance nf ca„oPllati.,n nr ct,a„aP 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 coverage's shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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 COPIES OF THE ENDORSEMENTS ARE REQUIRED. 7 A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury WITH HEAVY EQUIPMENT ENDORSEMENT B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. 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. persons 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& I i 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. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 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. 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 C 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 9 G. 3 (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 shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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 bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or 1 f 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: 10 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of 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' COMPENSATIONCOVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll -' amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 29 30. (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract ,who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; r. (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; r (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 m writing b certified mail or personal delivery, ( �) fY g Y� g Y P within 10 days after the person knew or should have known, of any change that �. materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such Y individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. �.., PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, w manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract 12 �.. and the 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 Offices, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice t to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $ONE HUNDRED (100) 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 ry work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 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 ° A 14 1-/ where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in {...._. which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage .. shall be paid by Owner to Contractor. 38. OUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and .. ;' agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, f...' payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. l 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS 15 On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by ^_ the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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 i 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 P shall appear within a period of one (1) year from the date of certification of final completion by Owner's 3 Representative. ' 16 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. t. 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 17 become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated -damages, as provided in paragraph 34, hereinabove set forth. j 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. 18 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to fiu-nish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by 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 bome 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 construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If _, 19 v, a the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control, 20 4, DAVIS BACON WAGE DETERMINATIONS PAGE INTENTIONALLY LEFT BLANK HEAVY & HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER d, Paving & Curb ............... $ 12.36 Structures .................. $ 13.52 LABORER Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 r Work Zone Barricade Servicer.................... $ 10.30 y POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................ $ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................ $ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 - Front End Loader, 3CY or less ........................ $ 12.28 ( LoaderBackhoe.............. $ 14.18 Mechanic .................... $ 20.14 Milling Machine ............. $ 15.54 Motor Grader, Rough $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt ............. $ 10.95 Roller, Other ............... $ 10.36 Scraper..................... $ 10.61 s Spreader Box ................ $ 12.60 (_ Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $13.50 TRUCK DRIVER EXHIBIT A d a Lowboy -Float ............... $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 , Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii))- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters, PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current t negotiated rate/collective bargaining agreement which would be111 111 July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. . _ Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B 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. Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK City.of Lubbock Lift., Station Rehabilitation Berl Huffman Park: ['' Lubb--ock.... Texas. Project # 90346 ITB # June 2012 le, Ogal appdsldngQn this d6cumeOt was auftrind by.. J"- 1,CX Hart, Jr. P. Ro 42W,, rT Alne 29, 2012 TABLE OF CONTENT DIVISION 1— GENERAL REOUI_REMENT 01100 Summary of Work 01330 Submittal Procedures 01356 Storm Water Pollution Prevention Plan (SWP3) 01500 Construction facilities 01700 Contract Closeout DIVISION 2 — SITE CONSTRUCTION 02200 Earthwork 02267 Service Paving Using Stockpiled Millings 02830 Chain -Link Fences and Gates 03300 Concrete (For Fence Work Only, see Section 8 for all other Concrete Work) 03400 Quality Requirement. Test subgrade & base at 5 locations DIVISION 15 —MECHANICAL 15000 Product Information (Lift Station) 15055 Mechanical Identification DIVISION 16- ELECTRICAL 16055 Electrical Identification 16110 Basic Electrical Materials and Methods 16160 Power Distribution 16610 Emergency Power Transfer Switch — APPENDIX City of Lubbock Standards SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION c t nl 5.2 Plan Requirements 5.3 Plan Approval 5.4 Inspection 5.5 Specifications 5.6 Materials of Construction 5.7 Methods of Construction 5.8 Pneumatic Testing for Tapping Sleeves 5.9 Hydrostatic Pressure Testing 5.10 Sterilization and Bacteriological Testing 5.11 Restoration and Clean Up SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 General 6.2 Plan Requirements 6.3 Plan Approval v.-r aaauFsvv..vaa - --- - 6.5 Specifications 6.6 Materials of Construction 6.7 Methods of Construction 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes 6.9 Lift Station 6.10 Restoration and Clean Up 6.11 Warranty and Acceptance SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.1 Introduction 7.2 Product Submittal Procedures 7.3 Evaluation Process 7.4 Approval Process 7.5 Water System 7.6 Sanitary Sewer System 7.7 Water and Sanitary Sewer Systems SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General 8.2 Design Standards 8.3 Testing and Inspection 8.4 Notification of Property Owners 8.5 Protection of Utilities and Irrigation Systems 8.6 Water for Construction 8.7 Concrete 8.8 Subgrade and Base 8.9 Hot Mix Asphalt Concrete Surface (HMAQ 8.10 Micro -Surfacing 8.11 Storm Sewer 8.12 Fences 8.13 Salvage of Asphalt paving 8.14 Traffic Control 8.15 Prosecution of the Work and Working Days 8.16 Measurement and Payment 8.17 Restoration and Clean Up 8.18 Certificate of Completion and Warranty END OF TABLE OF CONTENT c__ SECTION 01100 SUMMARY OF WORK PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.3 RELATED SECTIONS A. Section 01330— Submittal Procedures. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Lubbock, Texas. Project consists of a new Lift Station at Berl Huffman Sports Complex. 1. Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. 1.5 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION SECTION 01330 SUBMITTAL PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and - Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals and time requirements for scheduled performance of related construction activities: 1. Submit shop drawings for lift station. 2. Submit road test results 3. Submit independent testing and subgrade & base results 4. Submit chain link fencing. 5. Submit concrete mix design. 6. Submit electrical shop drawings including general by pass control and cabinets 7. Submit radio control tower C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for. review within any five-day period, the time allowed for review will be increased to 21 days. 3. Concurrent Review: Where concurrent review of submittals by Engineer's [Type text] consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward the submittal count in any five-day period in paragraph I.A.C.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Format 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will riot be accepted. 4. To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals shall be uploaded to Engineer's Info Exchange website. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. G. Additional Copies: Submit five copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final ' submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. _a H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a consecutively numbered transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor.] 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. [Type text] j . J i 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. C. Submittal number. d. Destination (To:). e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. i h. Submittal purpose and description. i. Submittal and transmittal distribution record. j. Remarks. S k. Signature of transmitter. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. J. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART 2 - PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. c. Standard color charts. d. Manufacturer's catalog cuts, e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Schedules. e. Design calculations. f. Compliance with specified standards. [Type text] g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets. at least 8-1/2 by 11 inches but no larger than 11 x 17 inches. 3. Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Section 01322 - Photographic Documentation. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval � stamp and will return them without action. [Type text] B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal review by the Engineer indicates that the Engineer checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION [Type text] SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWP3) PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings 1.2 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. The document provided in the plans is to serve as a skeleton for the Storm Water Pollution Prevention Plan and is provided only as a convenience to the Contractor. It is the Contractor's responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. C. Fines levied against the Owner by the TCEQ for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. D. Storm water must be adequately routed during construction operations in the same general direction as currently occurs. 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWP3 ? and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical and in accordance with the SWP3. _ 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perfonn necessary clean- un measuresattheendofeachworkday. C. Silt Fences/Diversion Berms LA 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill 1 erosion (e.g. clearing and grubbing, excavation, embankment, and grading). [Type text] h D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not limited to, any of the following measures: a. Temporary or permanent seeding or sodding. b. Mulching. C. Geotextiles. d. Vegetative buffer strips. e. Paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. PART 2 -PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: FILTER FABRIC 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. I Permittivity ASTM D 4491 0.2 sec AOS (U.S. Std. Sieve) ASTM D 4751 20-100 - B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard [Type text] "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 2.2 COMPOUNDS FOR STRAW BALES A. Straw Bales 1. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice or from grasses such as Byhalia, Bermuda, etc., furnished in air dry condition. The bales shall have a standard cross section of 14 inches by 18 inches. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or 3/8" rebar to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8" and a minimum length of 3 feet. PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor. Contractor must keep a copy of the SWP3 on site at all times. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the SWP3 reflects current project conditions and remains in compliance with the TPDES permit. D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. E. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION [Type text] ' SECTION 01500 - CONSTRUCTION FACILITIES 1. GENERAL 1.1. Nothing in this Section is intended to limit types and amounts of temporary work required, and no omission from this Section will be recognized as an indication by Architect that such temporary activity is not required for the successful completion of the work. 2. USE OF EXISTING FACILITIES 2.1. Electrical: Connect to existing power distribution at receptacles and distribute using extension cords. 2.2. Toilet: Contractor shall provide toilets for workers. 2.3. Water: Contractor shall utilize existing water outlets. Ensure no possibility of backfeed into Owner's water system. 2.4. The Owner reserves the right to refuse the Contractor the right to use any or all of the existing utilities mentioned above. The Owner expressly states that this right to refuse use may be exercised for any reason, and that the Owner shall in no way bear any responsibility to explain the refusal. 2.5. The Contractor shall submit to the Architect/Engineer the proposed plan for supplying the necessary services. 3. SIGNS 3.1. No signs or advertisements will be allowed to be displayed without the approval of the Owner. 3.2. A project sign is not required by the Owner. 4. ACCESS TO SITE AND PROTECTIONS 4.1. Areas of the project site which may be used by the Contractor shall be identified at the pre -construction meeting. The Contractor shall confine all activities to these areas and in no way obstruct other parts of the campus. The project site is located in an area where public parking is scarce or non-existent. Parking adjacent the work area which the Contractor may use will be identified at the pre -construction meeting. The Contractor may park vehicles and equipment used in the course of the project within these identified parking areas, but this area shall NOT be used as general parking for Contractor's or Sub -Contractor's employees. Employees may use whatever parking is available at the time of arrival. 4.1.1. Note: The Owner reserves the right to instruct the Contractor to remove all non -work vehicles from the school property. 5. CLEANING 5.1. It shall be the responsibility of the Contractor to see that the debris and trash resulting from building operations are removed from the area and property from time to time as the job progresses. All scrap from lumber, crating, paper and similar types of trash are to be removed from the building site. Trash is not to be allowed to accumulate for periods of longer than one week; in other words, there must be thorough cleanup of the surroundings every week. 5.2. Make legal disposal of trash and debris. Nothing may be burned on site as a method of disposal. [Type text] 5.3. In the event that the Owner or its representative is fined for the illegal discharge of waste materials, the Owner shall withhold from the final payment to the Contractor an amount equal to treble the total of the fines assessed, if the Owner believes that the illegal discharge(s) was due to an action or lack of action by the Contractor. END OF SECTION 01500 V [Type text] 3 SECTION 01700 CONTRACT CLOSEOUT PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 — Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. . Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. [Type text] B. Store Record Documents separate from documents used for construction. C. 1 Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer as line segment installation is completed and with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION [Type text] i SECTION 02200 : EARTH WORK PART 1- GENERAL 6. SECTION INCLUDES 6.1. Site Clearing: 6.1.1. Removal of surface debris. 6.1.2. Removal of paving and curbs. 6.1.3. Removal of trees, shrubs, and other plant life. 6.1.4. Removal of underground storage tanks. 6.1.5. Topsoil excavation. 6.2. Rough Grading: 6.2.1. Removal of topsoil and subsoil. 6.2.2. Cutting, grading, filling, rough contouring and compacting the site for site structures and/or building pads. 6.3. Excavating: 6.3.1. Excavating for building foundations as shown on drawings. 6.3.2. Excavating for slabs -on -grade, paving and landscaping. 6.3.3. Excavating for site structures. 6.4. Backfilling: 6.4.1. Building perimeter and site structure backfilling to subgrade elevations. 6.4.2. Site filling and backfilling. 6.4.3. Fill under slabs -on -grade. 6.4.4. Fill under paving. 6.4.5. Fill for over -excavation. 6.4.6. Consolidation and compaction as scheduled. 6.4.7. Sheet vapor retarder and ballast and/or earth cover in crawl space. 6.5. Trenching: 6.5.1. Excavating trenches for utilities from 5 feet (1.5 mm) outside building to terminus. 6.5.2. Compacted fill from top of utility bedding to subgrade elevations. 6.5.3. Backfilling and compaction. 7. UNIT PRICE - MEASUREMENT AND PAYMENT 7.1. Site Clearing: By the square yard. Includes clearing site, loading and removing waste materials from site, applying herbicide to designated plant life. 7.2. Rough Grading: By the cubic yard. Includes excavating existing soil, supplying soil materials, stockpiling, scarifying substrate surface, placing where required, and compacting. 7.3. Excavating Soil Materials: By the cubic yard. Includes general excavating to required elevations, loading and removing from site. 7.3.1. Over Excavating: Payment will not be made for over excavated work nor for replacement materials. 7.4. Backfilling: By the cubic yard. Includes supplying fill material, stockpiling, scarifying substrate surface, placing where required, and compacting. 7.5. Trenching: By the cubic yard. Includes general excavating to required elevations, loading and removing from site. 7.5.1. Over Excavating: Payment is not made for over excavated work nor for replacement materials. 8. REGULATORY REOUIREMENTS [Type text] �.s 9. 8.1. Conform to applicable code for environmental requirements, disposal of debris, burning debris on site, and use of herbicides. 8.2. Coordinate clearing Work with utility companies. 9.1. AASHTO T180 - Moisture -Density Relations of Soils Using a 10 lb (4.54 kg) Rammer and an 18-in. (457 mm) Drop. 9.2. ASTM C136 - Method For Sieve Analysis of Fine and Coarse Aggregates. 9.3. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb (2.49 Kg) Rammer and 12 inch (304.8 nun) Drop. 9.4. ASTM D 1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. 9.5. ASTM D 1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb (4.54 Kg) Rammer and 18 inch (457 mm) Drop. 9.6. ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. 9.7. ASTM D2419 - Test Method For Sand Equivalent Value of Soils and Fine Aggregate. 9.8. ASTM D2434 - Test Method For Permeability of Granular Soils (Constant Head). 9.9. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 9.10. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. 10. QUALITY ASSURANCE 10.1. Codes and Standards: Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. 10.2. Testing and Inspection Service: Owner will select a testing laboratory for testing and inspection service for quality control testing during earthwork operations. The testing laboratory shall comply with the requirements of ASTM D 3740, Evaluation of Agencies Engaged in Testing and/or Inspection of Soil or Rock Used in Engineering Design and Construction. The testing fee shall be paid out of Allowance, set up for this purpose. 11. SUBMITTALS 11.1. Test Reports: Submit following reports directly to Architect from the testing services, with copies to Contractor and Engineer. 11.1.1. Test reports on existing or borrow material for each type of soil encountered. 6.1.1.1. Atterberg Limits 6.1.1.2. Linear Shrinkage 6.1.1.3. Optimum moisturelmaximum dry density.curve 11.1.2. Field density test reports of subgrade and compacted fills. Reports shall indicate soil type or change of soil if any other is used. 11.1.3. Verification of each footing subgrade. 11.1.4. Report of actual unconfined compressive strength and/or results of bearing tests of each stratum tested. [Type text] i 12. JOB CONDITIONS 12.1. Site Information: 12.1.1. A subsurface soils investigation at the site has been made. Logs of borings and test data are available for Contractor's information and for his interpretation as to soil and water conditions that may be encountered at the site. 12.1.2. Data on indicated subsurface conditions are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that the Owner will not be responsible for interpretations or conclusions drawn there from by the Contractor. Data are made available for the convenience of the Contractor. 12.1.3. Additional test borings and other exploratory operations may be made by Contractor at no cost to Owner. 12.2. Existing Utilities: Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of protection during earthwork operations. 12.2.1. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. 12.2.2. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, except when permitted in writing by Architect and then only after acceptable temporary utility services have been provided. 12.2.3. Use of Explosives: The use of explosives is not permitted. 12.2.4. Protection of Persons and Property: Barricade open excavation occurring as part of this work and post with warning lights. 7.2.4.1. Operate warning lights as recommended by authorities having jurisdiction. 7.2.4.2. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement undermining, washout and other hazards created by earthwork operations. 13. PROJECT RECORD DOCUMENTS 13.1. Accurately record actual locations of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients. 14. FIELD MEASUREMENTS 14.1. Verify that survey benchmark and intended elevations for the Work areas indicated. 15. DEFINITIONS 15.1. Utility: Any buried pipe, duct, conduit, or cable. 16. COORDINATION 16.1. Verify work associated with lower elevation utilities is complete before placing higher elevation utilities. PART2-PRODUCTS 17. SOIL MATERIALS 17.1. Satisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GW, GP, GM, GC, SC, CL, SM, SW and SP. 17.2. Unsatisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups CH, ML, MH, OL, OH, and PT. [Type text] 17.3. Sub base Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, crushed slag, natural or crushed sand. 17.4. Sand Leveling Fill: Clean, sound, durable, mineral fill material free of organic matter, with a plasticity index (PI) less than 8. 17.5. Topsoil shall be fertile, natural soil of loamy character, free of clay lumps, stones and debris. 17.6. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock or gravel larger than 2" in any dimension, debris, waste, frozen materials, vegetable and other deleterious matter. Fill materials shall have a liquid limit between 4 and 30 and the plasticity index shall be between 4 and 12. PART 3 - EXECUTION 18. GENERAL PREPARATION 18.1. Verify that existing plant life designated to remain is tagged or identified. 18.2. Identify an area for placing removed materials. 18.3. Identify required lines, levels, contours, and datum. 18.4. Locate, identify, and protect utilities that remain, from damage. 18.5. Protect bench marks, survey control point, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. 19. PREPARATION FOR BACKFILL AND TRENCHING 19.1. Compact subgrade to density requirements for subsequent backfill materials. 19.2. Cut out soft areas of subgrade not capable of compaction in place. Backfill with appropriate material and compact to density equal to or greater than requirements for subsequent fill material. 19.3. Scarify and proof roll subgrade surface to a depth of 6 inch to identify soft spots; fill and compact to density equal to or greater than requirements for subsequent fill material. 20. CLEARING AND GRADING 20.1. Clear areas required for access to site and execution of Work. 20.2. Remove trees and shrubs indicated. Remove stumps, main root ball, root system to a depth of 36" inches, and surface rock. 20.3. Clear undergrowth and deadwood, without disturbing subsoil. 20.4. Apply herbicide to remaining stumps to inhibit growth. 20.5. Remove debris, rock, and extracted plant life from site. 20.6. Remove paving and curbs as indicated. Neatly saw cut edges at right angle to surface. 20.7. Excavate and remove underground storage tanks, retaining straps, associated plumbing piping, and foundation pad. 20.8. Excavate subsoil and topsoil from areas to be further excavated, re -landscaped, or re -graded without mixing with foreign materials. Do not excavate wet subsoil or topsoil. [Type text] i 20.9. Stockpile in area designated on site to depth not exceeding 8 feet (2.5 m) and protect from erosion. 21. FILLING 21.1. Fill areas to contours and elevations with unfrozen materials. 21.2. Place fill material on continuous layers and compact in accordance with ASTM D 698 (Standard Proctor). 21.3. Maintain optimum moisture content of fill materials to attain required compaction density. 21.4. Slope grade away from building minimum 2 inches in 10 ft (1.5:100), unless noted otherwise. 21.5. Make grade changes gradual. Blend slope into level areas. 21.6. Remove surplus fill materials from site. 21.7. Lifts: Lay fill in 6" lifts, maximum. 21.8. Compact all fill materials to minimum 95 percent of maximum density. 22. EXCAVATING 22.1. Underpin adjacent structures which maybe damaged by excavating work. 22.2. Excavate subsoil to accommodate building foundations, slabs -on -grade, paving, and site structures and construction operations. 22.3. Excavate to working elevations for piling work. 22.4. Compact disturbed load -bearing soil in direct contact with foundations to original bearing capacity. P P tY. Perform compaction as specified. 22.5. Slope banks with machine to angle of repose or less until shored. 22.6. Do not interfere with 45 degree bearing splay of foundations. 22.7. Grade top perimeter of excavating to prevent surface water from draining into excavation. 22.8. Dewatering: Prevent surface water and subsurface water or ground water from flowing into excavations and from flooding project site and surrounding areas. 22.9. Hand trim excavation. Remove loose matter. 22.10. Remove lumped subsoil, boulders, and rock up to 1/3 cu yd (0.25 cu m) measured by volume. Remove larger material as specified. 22.11. Notify Architect(Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. 22.12. Correct areas over excavated. - - 22.13. Remove excavated material from site. 23. BACKFILLING 23.1. Backfill areas to contours and elevations with unfrozen materials. f [Type text] 23.2. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. 23.3. Place and compact materials in equal continuous layers not exceeding 6 inches (150 mm) compacted depth. 23A. Employ a placement method that does not disturb or damage other work. 23.5. Maintain optimum moisture content of backfill materials to attain required compaction density. 23.6. Backfill against supported foundation walls. Do not backfill against unsupported foundation walls. 23.7. Backfill simultaneously on each side of unsupported foundation walls until supports are in place. 23.8. Slope grade away from building minimum 2 inches in 10 ft (50 mm in 3 m), unless noted otherwise. 23.9. Make gradual grade changes. Blend slope into level areas. 23.10. Remove surplus backfill materials from site. 23.11. Leave fill material stockpile areas free of excess fill materials. 24. TRENCHING 24.1. Excavate subsoil required for indicated utilities. 24.2. Cut trenches sufficiently wide to enable installation and allow inspection. Remove water or materials that interfere with Work. 24.3. Do not interfere with 45 degree bearing splay of foundations. 24.4. Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove loose matter. 24.5. Stockpile excavated material in area designated on site and remove excess material not being used, from site. 25. TOLERANCES 25.1. Top Surface of Subgrade: Plus or minus 1/10 foot (30 mm) from required elevation. 26. FIELD QUALITY CONTROL 26.1. When testing agency reports that subgrades, fills, or back fills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth requirement; recompact and retest until specified compaction is obtained. 26.2. Frequency of Tests: 26.2.1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2000 sq. ft. (186 sq.m.) or less of paved area or building slab, but in no case fewer than three (3) tests. 26.2.2. Foundation Wall Backfill: At each compacted backfill layer, at least one test for 100 feet (30 m) or less of wall length, but no fewer than two (2) tests. 26.2.3. Trench Backfill: At each compacted initial and final backfill layer, at least one test for each 150 feet (46 m) or less of trench length, but no fewer than two (2) tests. 27. PROTECTION OF FINISHED WORK [Type text] ` 27.1. Protect finished Work. 27.2. Reshape and re -compact fills subjected to vehicular traffic. END OF SECTION 02200 [Type text] SPECIAL SPECIFICATION 02267 Service Road Paving and Entrance Paving Using Stockpiled Millings 1. Description. Construct a pavement layer composed of a compacted, dense -graded, mixture of crushed Recycled Asphalt Pavement (RAP), compacted subgrade, and if called for flexible base. 2. Materials. Obtain materials (RAP millings) from City of Lubbock Street Department, contact Cody Blevins, Street Maintenance Supervisor at 775-2358. Material is located at 8425 N. Ave P (old Land Fill). Contractor is responsible for furnish flexible base material per SECTION 8.8. A. Trucks. Provide trucks to transport the mixture to the roadway laydown site, capable of dumping the mix directly onto the compacted subgrade or flexible base. B. Compaction Equipment. Provide double -drum flat -wheel roller(s) operating in either the static mode or the vibratory mode for the initial compaction and for final rolling to remove tire and roller marks. Provide pneumatic roller(s) for densification of the mix, following the initial compaction. Provide rollers with a minimum weight of 10 tons. Assure that all rollers are capable of operating on the specified cross -slopes to provide a dense, smooth mat compacted to the specified section. 4. Construction Methods. A. RAP/Material Transportation. Transport to site and spread over roadway a minimum of 12' width and/or the dimensions on the plans. B. Compaction. 1. Use Ordinary Compaction method. 2. Provide rollers of sufficient numbers and types to provide a flat, dense mat of the mixture, without deforming or over -compacting the mat. 3. Produce a smooth, uniform mat after compaction. 4. Following compaction, do not allow any vehicles to drive on the mix for a minimum of 72 hours. Place cones, barrels, or other approved temporary delineation devices on the compacted mix during this time. C. Subgrade Preparation and Compaction. When called for on the plans shall be constructed in accordance with SECTION 8.8. D. Flexible Base. When called for in the plans shall be constructed in accordance with SECTION 8.8. 6. Quality Assurance/Quality Control. A. Quality control testing is the contractor's responsibility. See section 3400.. B. After compacting the mix at the placement site, make depth checks of the compacted mix by hand excavating a small area down to subgrade, or by coring. Allow the engineer/inspector to witness the depth check at the time of coring. Record the core depth and location for each core. Take 2 cores. If depth deficiencies greater than 1/2 in. are discovered, take additional cores at 200 ft. intervals to determine the longitudinal limits of the deficient depths. Immediately fill the core holes with acceptable material following the depth check and compact it to produce a tight smooth surface. 7. Weather Limitations. Perform RAP paving operations only when the ambient atmospheric temperature is above 70 °F, and when the temperature of the material in the RAP stockpile is above 60 'F. Do not perform mixing or laydown operations during rainy or foggy weather, or when the forecast for the area includes a relatively high chance for rain or fog, as determined by the Engineer. [Type text] f l L 1 8. Measurement. Service Road Paving will be measured by the square yard of the completed sections for the depth and material called for on the. plans. 9. Payment. The work performed and materials furnished in accordance with this Item and measured as - provided under "Measurement" will be paid for at the unit price bid for "Service Road Paving" or "Entrance Paving". These unit prices are full compensation for surface preparation (sweeping or blading as necessary), , materials including: equipment, labor, tools, and incidentals. Penalties for deficient depth will be as follows: - Less than 1/2 in. depth deficiency, full pay - More than 1/2 in. but less than 3/4 in. deficiency, 15% reduction in pay for this item - More than 3/4 in. but less than 1 in. deficiency, 30% reduction in pay for this item. End of Section 02267 [Type text] I--- THIS PAGE INTENTIONALLY LEFT BLANK [Type text] SECTION 02830 — CHAIN -LINK FENCES AND GATES PART 1- GENERAL 28. SUMMARY: 28.1. This Section includes the following: 28.1.1. Galvanized steel chain -linked fabric. 28.1.2. Galvanized steel framework. 28.1.3. Privacy slats. 28.1.4. Barbed wire. 28.1.5. Gates. 28.2. Related Sections includes the following: 28.2.1. Division 2 Section "Earthwork" for filling and for grading work. 28.2.2. Division 3 Section "Cast -in Place Concrete". 29. SUBMITTALS: 29.1. Product Data: Material descriptions, construction details, dimensions of individual components and profiles, and finishes for the following: 29.1.1. Fence and gateposts, rails, and fittings. 29.1.2. Chain -link fabric, reinforcements, and attachments. 29.1.3. Gates and hardware. 29.1.4. Privacy slats. 29.1.5. Barbed wire. 29.2. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. 30. QUALITY ASSURANCE: 30.1. Installer Qualifications: An experienced installer who has completed chain -link fences and gates similar in material, design, and extent to those indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. 30.2. Source Limitations for Chain -Link Fences and Gates: Obtain each grade, finish, type, and variety of component for chain -link fences and gates of consistent quality in appearance and physical properties. 31. PROJECT CONDITONS: 31.1. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 31.1.1. Notify Architect not less than two days in advance of proposed utility interruptions. 31.1.2. Do not proceed with utility interruptions without Architect's written permission. 31.2. Field Measurements: Verify layout information for chain -link fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. PART 2-PRODUCTS 32. CHAIN -LINK FENCE FABRIC: 32.1. Steel Chain -Link Fence Fabric: Height indicated on Drawings. Provide fabric fabricated in one-piece widths for fencing in height of 12 feet (3.6 m) and less. Comply with CLFMI's "Product Manual" and with requirements indicated below: 32.1.1. Zinc -Coated Fabric: ASTM A 392, with zinc coating applied to steel wire before weaving according to ASTM A 817, Type II, zinc coated (galvanized) with the following minimum coating weight: 32.1.1.1. Class 1: Not less than 1.2 oz./sq. ft. (366 g/sq. m) of uncoated wire surface. 5.1.1.2. Class 2: Not less than 2 oz./sq. ft. (610 g/sq. m) of uncoated wire surface. 32.2. Selvage: Knuckled at both selvages. [Type text] x E 33. BACKSTOP NETTING 33.1. Braided turine netting, 2" x 2" square, 0.0664 inch diameter, 528 lb. breaking strength, double -knot braided webbing top and bottom support chord rope, 5 year warranty, color black, Model UDRT01 as manufactured by E: Burbank Sport Nets or approved equal. 34. FENCE AND GATE FRAMING: 34.1. Round Posts and Rail: Cold -formed, electric -resistance -welded, steel pipe or tubing, with minimum yield strength of 45,000 psi (310 MPa) and with outside dimension and minimum wall thickness and weight complying with ASTM F 761 for the following fence height and strength and stiffness requirements: 34.1.1. Fence Height: 4 feet (1.22 m) high or less. 34.1.2. Fence Height: More than 4 feet (1.22 m) high and not exceeding 6 feet (1.83 m) high. 34.1.3. Line, End, Comer, and Pull Posts and Top Rail: Per requirements for Heavy -Duty Fence. 34.2. Gate Posts, Gates and Accessories: Comply with ASTM F654 and the following: 34.2.1. Type: I, single swing. 34.2.2. Type: II, double swing. 34.2.3. Type: As indicated on Drawings. 34.2.4. Metal Pipe and Tubing: Galvanized steel. 34.2.5. Frames: Fabricate from round tubing with outside dimension and minimum wall thickness and weight according to ASTM F654. 34.2.6. Posts: Round with outside dimension and minimum wall thickness and weight according to ASTM F 654 for the following individual gate widths: 34.2.6.1. 48 inches (1.219 m) or less. 34.2.6.2. More than 48 inches (1.219 m) and not exceeding 84 inches (2.134 m). 34.2.6.3. As indicated. 35. INDUSTRIAL FENCE FRAMING: 35.1. Round Steel Pipe: Standard weight, Schedule 40, galvanized steel pipe complying with ASTM F 1083. Comply with ASTM F 1043, Material Design Group IA, external and internal coating Type A, consisting of not less than 1.8 oz./sq. ft. (0.55-kg/sq. m) zinc; and the following strength and stiffness requirements: 35.1.1. Line, End, Corner, and Pull Posts and Top Rail: Per requirements for Heavy Industrial Fence. 35.2. Round Steel Pipe: Cold -formed, electric -resistance -welded steel pipe. Comply with ASTM F 1043, Material Design Group IC, with minimum yield strength of 50,000 psi (344 MPa); and the following external and internal coatings and strength and stiffness requirements. 35.2.1. Coatings: Type B, zinc with organic overcoat, consisting of a minimum of 0.9-oz./sq. ft. (0.27 kg/sq. m) of zinc after welding, a chromate conversion coating, and a clear, verifiable polymer film. 35.2.2. Line, End, Corner, and Pull Posts and Top Rail: Per requirements for Heavy Industrial Fence. 35.3. Roll -Formed Steel Shapes: C-sections or other shape, produced from structural steel. Comply with ASTM F1043, Material Design Group II, with minimum yield strength of 45,000 psi (310 MPa); and the following coating and strength and stiffness requirements: 35.3.1. Coating: Type A, consisting of not less than minimum 2.0 oz./sq. ft. (0.61-kg/sq. m) average zinc coating per ASTM A 123/A 123M or 4.0-oz./sq. ft. (1.22-kg/sq. m) zinc coating per ASTM A 653/A 653M. 7.3.2. Line, End, Corner, and Pull Posts and Top Rail: Per requirements for Light Industrial Fence. 35.4. Roll -Formed Steel Shapes: Hot -rolled H-beams or other shape, produced from structu4al steel. Comply with ASTM F 1043, Material Design Group III, with minimum yield strength of 45,000 psi (310 MPa); Heavy Industrial Fence strength and stiffness for line posts, and external and internal coating Type A, consisting of not less than minimum 2.0-oz./sq. ft. (0.61-kg/sq. m) average zinc coating per ASTM A 123/A 123M or 4.0-oz./sq. ft. (1.22-kg/sq. m) zinc coating per ASTM A 653/A 653M. 35.5. Post Brace Rails: Match top rail for coating and strength and stiffness requirements. Provide brace rail with truss rod assembly for each gate, end, and pull post. Provide two brace rails extending in opposing directions, each with truss rod assembly, for each corner post and for pull posts. Provide rail ends and clamps for attaching rails to posts. 35.6. Top Rails: Fabricate top rail from lengths 21 feet (6.4 m) or longer, with swedged-end or fabricated for expansion -type coupling, forming a continuous rail along top of chain -link fabric. 35.7. Intermediate Rails: Match top rail for coating and strength and stiffness requirements. 7.8. Bottom Rails: Match top rail for coating and strength and stiffness requirements. 36. TENSION WIRE: [Type text] i_� 36.1. General: Provide horizontal tension wire at the following locations. 36.1.1. Location: Extended along top and bottom of fence fabric. 36.2. Metallic -Coated Steel Wire: 0.177-inch (4.5-mm) diameter, marcelled tension wire complying with ASTM A 824 and the following: 8.2.1. Coating: Type II, zinc coated (galvanized) by the hot -dip process, with the following minimum coating weight: 36.2.2. Matching chain -link fabric coating weight. 37. INDUSTRIAL SWING GATES: 37.1. General: Comply with ASTM F 900 for the following swing -gate types: 37.1.1. Single gate. 37.1.2. Double gate. 37.2. Metal Pipe and Tubing: Galvanized steel. Comply with ASTM F 1083 and ASTM F 1043 for materials and protective coatings. 9.3. Frames and Bracing: Fabricate members from round galvanized steel tubing with outside dimension and weight according to ASTM F 900 for the following gate fabric height: 9.3.1. Gate Fabric Height: 6 feet (1.83 m) or less. 9.3.2. Gate Fabric Height: More than 6 feet (1.83 m). 9.4. Frame Corner Construction: As follows: 9.4.1. Welded. 9.4.2. Assembled with corner fittings and 5/16-inch- (7.9-mm-) diameter, adjustable truss rods for panels 5 feet (1.52 m) wide or wider. 9.4.3. Welded or assembled with corner fittings and 5/16-inch- (7.9 mm-) diameter, adjustable truss rods for panels 5 feet (1.52 m) wide or wider. 9.5. Gate Posts: Fabricate members from round galvanized steel pipe with outside dimension and weight according to ASTM F 900 for the following gate fabric heights and leaf widths: 9.5.1. Gate Fabric Height by Leaf Width: 6 feet (1.83 m) or less by 4 feet (1.22 m) or less. 9.5.2. Gate Fabric Height by Leaf Width: 6 feet (1.83 m) or less by over 4 feet (1.22 m) but not over 10 feet (3.05 m). 9.5.3. Gate Fabric Height by Leaf Width: 6 feet (1.83 m) or less by over 10 feet (3.05 m) but not over 18 feet (5.49 m). 9.5.4. Gate Fabric Height by Leaf Width: Over 6 feet (1.83 m) by 6 feet (1.83 m) or less. 9.5.5. Gate Fabric Height by Leaf Width: Over 6 feet (1.83 m) by over 6 feet (1.83 m) but not over 12 feet (3.66 m). �j [Type text] 9.5.6. Gate Fabric Height by Leaf Width: Over 6 feet (1.83 m) by over 12 feet (3.66 m) but not over 18 feet 18 feet (5.49 m). 9.5.7. Gate Fabric Height by Leaf Width: Over 6 feet (1.83 m) by over 18 feet (5.49 m) but not over 24 feet (7.32 m). 9.6. Hardware: Latches permitting operation from both sides of gate, hinges, center gate stops and, for each gate leaf more than 5 feet (1.5 m) wide, keepers. Fabricate latches with integral eye openings for padlocking; padlock accessible from both sides of gate. 38. INDUSTRIAL HORIZONTAL SLIDE GATES: 38.1. General: Comply with ASTM F 1184 for the following slide -types: 38.1.1. Single gate. 38.1.2. Double gate. 38.1.3. Classification: Type II Cantilever Slide, Class 1 with external roller assemblies. 10.2. Metal Pipe and Tubing: Galvanized steel. Comply with ASTM F 1083 and ASTM F 1043 for materials and protective coatings. 10.3. Frames and Bracing: Fabricate from round galvanized steel tubing with outside dimension and weight according to ASTM F 1184 for the following gate characteristics: 10.3.1. Gate Fabric Height by Opening Width: 6 feet (1.83 m) or less by 4 feet (1.22 m) or less. 10.3.2. Gate Fabric Height by Opening Width: All fabric heights by over 4 feet (1.22 m). 10.4. Frame Corner Construction: As follows: 10.4.1. Type II Cantilever Slide Gates: Welded. 10.5. Gate Posts: Fabricate members from round galvanized steel pipe with outside dimension and minimum weight according to ASTM F 1184 for the following gate characteristics: 10.5.1. Type I Gate Opening Width by Overhead Clearance: 10 feet (3.05 m) or less by 14 feet (4.27 m) or less. 10.5.2. Type I Gate Opening Width by Overhead Clearance: Over 10 feet (3.05 m) but not over 24 feet (7.32 m) by 22 feet (6.71 m) or less. 10.5.3. Type I Gate Opening Width by Overhead Clearance: Over 24 feet (7.32 m) but not over 40 feet (12.2 m) by 22 feet (6.71 m) or less. 10.5.4. Type II Gate Opening Width: 12 feet (3.7 m) or less. 10.5.5. Type II Gate Opening Width: Over 12 feet (3.7 m) but not over 30 feet (9.1 m). 10.6. Extended Crate Posts and Frame Members: Extend gate posts and frame end members above top of chain -link fabric at both ends of gate frame 12 inches (300 mm) as required to attach barbed wire assemblies. 10.7. Guide Posts and Roller Guards: As required per ASTM F 1184 for Type 11, Class 1 gate. 10.8. Hardware: Latches permitting operation from both sides of gate, Docking devices> <hangers> <roiier assemb/ies> and stops fabricated from galvanized steel. Fabricate latches with integral eye openings for padlocking, padlock accessible from both sides of gate. 39. FITTINGS: [Type text] j i_ ' 39.1. General: Provide fittings for a complete fence installation, including special fittings for corners. Comply with ASTM F626. 39.2. Post and Line Caps: <Hot -dip galvanized pressed steel or hot -dip galvanized cast iron>. Provide weathertight closure cap for each post. 39.2.1. Provide line post caps with loop to receive tension wire or top rail. 11.3. Rail and Brace Ends: <Hot -dip galvanized pressed steel or hot -dip galvanized cast iron>. Provide rail ends or other means for attaching rails securely to each gate, corner, pull, and end post. 39.3. Rail Fittings: Provide the following: 11.3.1. Top Rail Sleeves: <Hot -dip galvanized pressed steel or round steel tubing>. Not less than 6 inches (153 mm) long. 11.3.2. Rail Clamps: Hot -dip galvanized pressed steel or hot -dip galvanized cast iron. Provide line and corner boulevard clamps for connecting intermediate and bottom rails in the fence line to line posts. 11.4. Tension and Brace Bands: Hot -dip galvanized pressed steel. 11.5. Tension Bars: Hot -dip galvanized steel, length not less than 2 inches (50 mm) shorter than full height of chain -link fabric. Provide one bar for each gate and end post, and two for each corner and pull post, unless fabric is integrally woven into post. 11.6. Barbed Wire Arms: <Hot -dip galvanized pressed steel or hot -dip galvanized cast iron>. Provide the following type, according to ASTM F 626, with clips, slots, or other means for attaching strands of barbed wire, integral with post cap; one for each post, unless otherwise indicated. Provide line posts with arms designed with opening to accommodate top rail or tension wire. Provide comer arms at fence corner posts, unless extended posts are indicated. 11.6.1. Type 1, single slanted arm. 11.7. Tie Wires, Clips, and Fasteners: Provide the following types according to ASTM F 626: 11.7.1. Standard Round Wire Ties: For attaching chain -link fabric to posts, rails, and frames, complying with the following: 11.7.1.1. Hot -Dip Galvanized Steel: 0.148-inch- (3.76-mm-) diameter wire; galvanized coating thickness matching coating thickness of chain -link fence fabric. 11.7.2. Round Wire Clips: Hot -dip galvanized steel for attaching chain -link fabric to H-beam posts. 11.7.3. Round Wire Hog Rings: Hot -dip galvanized steel or aluminum for attaching chain -link fabric to horizontal tension wires. i" [Type text] 1-i 11.8. Pipe Sleeves: For posts set into concrete, provide preset hot -dip galvanized steel pipe sleeves complying with ASTM A 53, not less than 6 inches (150 nun) long with inside dimensions not less than %: inch (13 mm) more than outside dimension of posts, and flat steel plate forming bottom closure. 12. BARBED WIRE: 12.1 Zinc -Coated Steel Barbed Wire: Comply with ASTM A 121, Standard grade for the following two -strand barbed wire: 12.1.1. Standard Size and Construction: 0.099-inch- (2.51-mm-) diameter line wire with 0.080-inch- (2.03-mm-) diameter, 2-point round barbs spaced not more than 4 inches (102 mm) o.c. PART 3 — EXECUTION 13. EXAMINATION: 13.1. Examine areas and conditions, with Installer present, for compliance with requirements for a verified survey of property lines and legal boundaries, site clearing, earthwork, pavement work, and other conditions affecting performance. 13.1.1. Do not begin installation before final grading is completed, unless otherwise permitted by Architect. 13.2. Proceed with installation only after unsatisfactory conditions have been corrected. 14. PREPARATION: 14.1. Stake locations offence lines, gates, and terminal posts. Do not exceed intervals of 500 feet (152.5 m) or line of sight between stakes. Indicate locations of utilities, lawn sprinkler system, underground structures, benchmarks, and property monuments. 15. INSTALLATION GENERAL: 15.1. General: Install chain -link fencing to comply with ASTM F 567 and more stringent requirements specified. 15.1.1. Install fencing on established boundary lines inside property line. 15.2. Post Excavation: Drill or hand -excavate holes for posts to diameters and spacings indicated, in firm, undisturbed or compacted soil. 15.3. Post Setting: Hand -excavate holes for post foundations in firm, undisturbed or compacted soil. Set terminal, line and gate posts in concrete footing. Protect portion of posts above ground from concrete splatter. Place concrete around posts and vibrate or tamp for consolidation. Using mechanical devices to set line posts per ASTM F 567 is not permitted. Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during placement and finishing operations until concrete is sufficiently cured. 15.3.1. Dimensions and Profile: As indicated on Drawings. 15.3.2. Concealed Concrete Footings: Stop footings 2 inches (50 mm) to allow covering with surface material. 16. CHAIN -LINK FENCE INSTALLATION 16.1. Terminal Posts: Locate terminal end, corner, and gate posts per ASTM F 567 and terminal pull posts at changes in horizontal or vertical alignment of 30 degrees or more. 16.2. Line Posts: Space line posts uniformly at 8 feet (2.44 m). 16.3. Post Bracing Assemblies: Install according to ASTM F 567, maintaining plumb position and alignment of fencing. Install braces at end and gateposts and at both sides of corner and pull posts. Locate horizontal braces at [Type text], I t mid -height of fabric on fences with top rail and at two-thirds fabric height on fences without top rail. Install so posts are plumb when diagonal rod is under proper tension. 16.4. Tension Wire: Install according to ASTM F 567, maintaining plumb position and alignment of fencing. Pull wire taut, without sags. Fasten fabric to tension wire with 0.120-inch- (3.05-mm-) diameter hot rings of same material and finish as fabric wire, spaced a maximum of 24 inches (609 mm) o.c. Install tension wire in locations ' indicated before stretching fabric. 16.4.L Top Tension Wire: Install tension wire through post cap loops. 16.4.2. Bottom Tension Wire: Install tension wire within 6 inches (150 mm) of bottom of fabric and tie to each post with not less than same gage and type of wire. '! 16.5. Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of fencing. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended by fencing manufacturer. 16.6. Intermediate Rails: Install in one piece at post -height center span, spanning between posts, using fittings, special offset fittings, and accessories. 16.7. Bottom Rails: Install, spanning between posts, using fittings and accessories. 16.8. Chain -Link Fabric: Apply fabric to <outside> <lnside> of enclosing framework. Leave 2 inches (50 mm) between finish grade or surface and bottom selvage, unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. 16.9. Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts with tension bands spaced not more than 15 inches (380 mm) o.c. 16.10. Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain -link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain -link fabric per - ASTM F 626. Bend ends of wire to minirnize hazard to i^.dividsals and clothing. 16,10.1. Maximum Spacing: Tie fabric to line posts 12 inches (304 mm) o.c. and to braces 24 inches (609 mm) O.C. 16.11. Fasteners: Install nuts for tension bands and carnage bolts on the side of the fence opposite the fabric side. <Peen ends of bolts or score threads to prevent removal of nuts>. 16.12. Barbed Wire: Install barbed wire uniformly spaced, angled toward security side of fence. Pull wire taut and install securely to extension arms and secure to end post or terminal arms. 16.13. Tennis Court Fencing: Construct tennis court fence according to ASTM F 969. 17. GATE INSTALLATION: 17.1. General: Install gates according to manufacturer's written instructions, level, plumb, and secure for full opening without interference. Attach fabric as for fencing. Attach hardware using tamper -resistant or concealed means. Install ground -set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. 18. ADJUSTING: 18.1. Gate: Adjust gate to operate smoothly, easily, and quietly, free from binding, warp, excessive deflection, distortion, nonalignment, misplacement, disruption, or malfunction, throughout entire operational range. Confirm that latches and locks engage accurately and securely without forcing or binding. 18.2. Lubricate hardware and other moving parts. ' [Type text] END OF SECTION 02830 i SECTION 03300 - CONCRETE WORK for Fence only PART 1- GENERAL 40. RELATED DOCUMENTS 40.1. Drawings and provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 41. SUMMARY 41.1. This Section specifies cast -in -place concrete, including reinforcement, concrete materials, mix design, placement procedures, and finishes. 41.2. Related Sections include the following: 41.2.1. Division 2 Section "Earthwork" for drainage fill under slabs -on -grade. 42. SUBMITTALS 42.1. General: In addition to the following, comply with submittal requirements in ACI 301. 42.2. Product Data: For each type of manufactured material and product indicated. 42.3. Design Mixes: For each concrete mix. 42.4. Shop Drawings: Submit shop drawing for fabrication, bending and placement of concrete reinforcement. Comply with ACI 315 "Manual Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, diagrams of bent bars, and arrangement of concrete reinforcement. Include special reinforcement required at opening through concrete structures. 43. QUALITY ASSURANCE 43.1. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. 43.2. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 43.3. Comply with ACI 301, "Specification for Structural Concrete," including the following, unless modified by the requirements of the Contract Documents. 43.3.1. General requirements, including submittals, quality assurance, acceptance of structure, and protection of in -place concrete. 43.3.2. Formwork and form accessories. 43.3.3. Steel reinforcement and supports. 43.3.4. Concrete mixtures. 43.3.5. Handling, placing, and constructing concrete. PART2-PRODUCTS 44. FORM MATERIALS 44.1. Forms for Exposed Finish Concrete: Unless otherwise shown or specified, construct all formwork for exposed concrete surfaces with plywood, metal, metal framed plywood -faced or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on the Drawings. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. Forms used for this class of concrete shall be new or "good -as -new". [Type text] i �1 i I 44.2. Use plywood complying with U.S. Product Standard PS-1 "B-B (Concrete Form) Plywood" Class I, Exterior Grade or better, mill -oiled and edge -sealed, with each piece bearing legible trademark of an approved inspection agency, unless otherwise acceptable to Architect. 44.3. Forms for Unexposed Finish Concrete: Form concrete surfaces, which will be unexposed in finished structure with plywood, lumber, metal or other acceptable material. Provide lumber dressed on at least 2 edges and one side for tight fit. 44.3.1. Earth Trench Forms: Earth trench type forming shall only be used where continuous type or square spot footings are shown on the Drawings. 45. STEEL REINFORCEMENT 45.1. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. 45.2. Plain -Steel Wire: ASTM A 82, as drawn. 45.3. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets. 45.4. Deformed -Steel Welded Wire Fabric: ASTM A 497, flat sheet. 45.5. Dowels: Plain steel bars for load transfer in floors conforming to ASTM A 675, Grade 80 or ASTM A 499. 46. CONCRETE MATERIALS 46.1. Portland Cement: ASTM C 150, Type I. 46.2. Normal -Weight Aggregate: ASTM C 33, uniformly graded, not exceeding 1-1/2-inch (38-mm) nominal size. 46.3. Lightweight Aggregate: ASTM C 330. 46.4. Water: Potable and complying with ASTM C 94. 46.5. Synthetic Fiber: Fibrillated or monofilament polypropylene fibers engineered and designed for use in concrete, complying with ASTM C 1116, Type Ili, %a to 1-1/2 inches (13 to 38 mm) long. 47. ADMIXTURE 47.1. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. Do not use admixtures containing calcium chloride. 47.2. Air -Entraining Admixture: ASTM C 260. 47.3. Water -Reducing Admixture: ASTM C 494, Type A. 48. RELATED MATERIALS 48.1. Vapor Retarder: Multi -ply reinforced polyethylene sheet, ASTM E 1745, Class C, not less than 7.8 mils (0.18 mm) thick; or polyethylene sheet, ASTM D 4397, not less than 10 mils (0.25 mm) thick. 48.2. Fine -Graded Granular Material: Clean mixture of crushed stone, crushed gravel and manufactured or natural sand; ASTM D 448, Size 10, with 100 percent passing a No. 4 (4.75-mm) sieve and 10 to 30 percent passing a No. 100 (0.15-mm) sieve; complying with deleterious substance limits of ASTM C 33 for fine aggregates. 48.3. Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber, or ASTM D 1752, cork or self - expanding cork. 49. CURING MATERIALS 49.1. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. [Type text] 49.2. Absorptive Cover: AASHTO M 182, Class 2, burlap clothe made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) dry. 49.3. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene sheet. 49.4. Water: Potable. 49.5. Clear, Solvent -Borne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. 49.6. Clear, Solvent -Borne, Membrane -Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 50. CONCRETE MIXES 50.1. Comply with ACI 301 requirements for concrete mixtures. 50.2. Prepare design mixes, proportioned according to ACI 301, for normal -weight concrete determined by either laboratory trial mix or field test data bases, as follows: 50.2.1. Compressive Strength (28 Days): 4000 psi (27.6 Mpa). 50.2.2. Compressive Strength (28 Days): 3500 psi (24.1 Mpa). 50.2.3. Compressive Strength (28 Days): 3000 psi (20.7 Mpa). ; 50.2.4. Slump Limits: Proportion and design mixes to result in concrete slump at the point of placement as follows: 50.2.4.1. Ramps and Sloping Surfaces: Not more than 3". 50.2.4.2. Reinforced Foundation Systems: Not less than 1" and not more than 3". - 50.2.4.3. Concrete containing HRWR admixture (super plasterizer): Not more than 8" after addition of HRWR to verified 2"-3" slump concrete. 50.2.4.4. All Other Concrete: Not more than 4". 50.3. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 6.0 percent within a tolerance of plus .0 or minus 1.5 percent. 50.3.1. Air content of trowel -finished interior concrete floors shall not exceed 3.0 percent. 50.4. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer's recommended rate, but not less than 1.0 lb/cu. Yd. (0.60 kg(cu. M). 51. CONCRETE MIXING 51.1. Ready -Mixed Concrete: Comply with ASTM C 94 and ASTM C 1116. 51.1.1. When air temperature is between 85 and 90 deg F (30 And 32 deg C), reduce mixing and deliverytime from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. 51.2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum -type batch machine mixer. 51.2.1. For mixer capacity of 1 cu. Yd. (0.76 cu. m) or smaller, continue mixing at least one and one-half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 51.2.2. For mixer capacity larger than 1 cu. Yd. (0.76 cu. m), increase mixing time by 15 seconds for each additional 1 cu. Yd. (0.76 cu. m). 51.2.3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. Record approximate location of final deposit in structure. 51.2.4. Control of Mixing Water: When concrete arrives at the project with slump below that suitable for placing, water may be added only if neither the maximum permissible water -cement ratio nor the maximum permissible slump is exceeded. The drum shall be turned an additional 30 revolutions, or more if necessary, until the added water is uniformly mixed into the concrete. PART 3 - EXECUTION [Type text] r 52. FORMS 52.1. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation and position. 52.2. Design formwork to be readily removable without impact, shock or damage to cast -in -place concrete surfaces and adjacent materials. 52.3. Forms shall not leak cement paste. 52.4. Fabricate forms for easy removal without hammering or prying against the concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for included surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and for easy removal. 52.5. Provide temporary openings where interior area of formwork is inaccessible for clean out, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to form to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous locations. 52.6. Chamfer exposed comers and edges as shown, using wood, metal, PVC or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. 52.7. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties, designated to prevent form deflection, and to prevent spalling concrete surfaces upon removal. 52.8. Unless otherwise shown, provide ties so portion remaining within concrete after removal is at least 1 '/Z" inside concrete. Unless otherwise shown, provide form ties which will not leave holes larger than 1" diameter in concrete surface. 52.9. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work for other trades. Determine size and location of openings, recesses and chases from trades providing such items. Accurately place and securely support items built into forms. 52.10. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. Re -tighten forms after concrete placement if required to eliminate mortar leaks. 53. VAPOR RETARDER 53.1. Install, protect, and repair vapor -retarder sheets according to ASTM E 1643; place sheets in position with longest dimension parallel with direction of pour. 53.2. Lap joints 6 inches (150 mm) and seal with manufacturer's recommended tape. 53.2.1. Cover vapor retarder with fine -graded granular material, moisten, and compact with mechanical equipment to elevation tolerances of plus 0 inch (0 mm) or minus''/< inch (19 mm). 54. STEEL REINFORCEMENT 54.1. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 54.1.1. Do no cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 55. JOINTS 55.1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 55.2. Construction Joints: Locate and install so as not to impair strength or appearance of concrete, at locations indicated or as approved by Architect. [Type text] 55.3. Isolation Joints: Install joint -filler strips at junctions with slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 55.3.1. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 55.4. Contraction (Control) 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 the concrete thickness, as follows. 55.4.1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to a radius of 1/8 inch (3 mm). Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. 55.4.2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8-inch- (3-mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. 56. CONCRETE PLACEMENT 56.1. Comply with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. 56.2. Do not add water to concrete during delivery, at Project site, or during placement. 56.3. Consolidate concrete with mechanical vibrating equipment. VI 57. FINISHING FORMED SURFACES -a 57.1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched, and fins and other projections exceeding %4 inch (6 mm) in height rubbed down or chipped off. 57.1.1. Apply to concrete surfaces not exposed to public view. 57.2. Smooth -Formed 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. Completely remove fins and other projections. 57.2.1. 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, damp proofing, veneer plaster, or painting. 57.2.2. Apply the following rubbed finish, defined in ACI 301, to smooth -formed finished concrete. 57.2.2.1. Smooth -rubbed finish. 57.3. 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. 58. FINISHING UNFORMED SURFACES 58.1. General: Comply with ACI 302AR for screeding, restraightening, and finishing operations for concrete surfaces. Do not west concrete surfaces. 58.2. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane before excess moisture or bleed water appears on the surface. 58.2.1. Do not further disturb surfaces before starting finishing operations. 58.3. Scratch Finish: Apply scratch finish to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, Portland cement terrazzo, and other bonded cementitious floor finish, unless otherwise indicated. 58.4. Float Finish: Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane roofing, or sand -bed terrazzo. [Type text] 58.5. Trowel Finish: Apply a hard 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. 58.6. 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 methods. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. 58.7. Non -slip Broom Finish: Apply a non -slip broom finish to surfaces indicated and to exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiver -bristle broom perpendicular to main traffic route. 59. TOLERANCES 59.1. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 60. CONCRETE PROTECTION AND CURING 60.1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection, and following recommendations in ACI 305R for hot - weather protection during curing. 60.2. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. in x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. 60.3. Curing Methods: Cure formed and unformed concrete for a least seven days by moisture curing, moisture - retaining -cover curing, curing compound, or a combination of these as follows: 60.3.1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: 60.3.1.1. Water. 60.3.1.2. Continuous water -fog spray. 60.3.1.3. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12 inches (300 min), and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 60.3.1.4. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. Do not apply curing compound on surfaces which are to receive coating materials applied directly to concrete, liquid floor hardeners, waterproofing, damp proofing membrane roofing, flooring, painting, and other coatings and finish materials, unless otherwise acceptable to the Architect. 61. FIELD QUALITY CONTROL 61.1. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement. Tests will be performed according to ACI 301. 61.1.1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 cu. yd. (4 cu. m), but not less than 25 cu. yd (19 cu. m), plus one set for each additional 50 cu. yd (38 cu. m) or fraction thereof. 62. REPAIRS 62.1. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION 03300 [Type text] 1 [Type text] r.. [Type text] { SECTION 03400 QUALITY REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Construction Materials Testing (CMT): CMT includes collecting of samples, performing well- defined test procedures, and reporting of such data. The Contractor will provide CMT for this project. 1. Quality -Control Services: Tests, inspections, procedures, and related actions rill, performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. B. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The Contractor will not provide CME services for this project. CME services will be performed by the Engineer. 1. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. [Type text] h 4 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. [Type text] 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in 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 Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. [Type text] 1 i_- 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least 1 day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2 -PRODUCTS Not Used PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. t [Type text] l._ B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 42 SECTION 15000 — PRODUCT (LIFT STATION) Flygt TOP Pre-engineered Fiberglass Pump Station or approved equal GENERAL The contractor shall provide all materials, equipment and labor necessary to install, test and place into service the TOP pre-engineered fiberglass pump station as shown in the plans and described in this specification. The pre-engineered pump station package, including submersible pumps, pump control, fiberglass pump station, internal piping, accessories and auxiliary equipment shall be supplied by the pump manufacturer. REQUIREMENTS The TOP pre-engineered fiberglass pump station package shall be capable of handling unscreened sewage, wastewater in accordance with the design conditions defined in Table 1 of this specification. The fiberglass pump station shall have an integral, hopper -shaped pump station bottom, which is self- cleaning by virtue of its design. The flat surface area shall be minimized to an area that is directly influenced by the pump suction and shall be free of obstacles. The bottom surface area shall have a ratio of 1:4 as it relates to the cross -sectional area of the pump station. The sloping walls of the pump station bottom shall further optimize the self-cleaning features of this station by directing all solids, trash and sludge, normally found in sewage and wastewater, to the suction of the submersible pumps to facilitate removal and effectively clean the bottom. Furnish and install 2 submersible non -clog wastewater pump(s). Each pump shall be equipped with a 6.5 HP submersible electric motor, connected for operation on a 460 volt, 3 phase, 60 hertz, three wire service, with 50 feet of submersible cable (SUBCAB), suitable for submersible pump applications. The power cable shall be sized according to NEC and ICEA standards and have P-MSHA Approval. The pump shall be supplied with a mating cast iron 3 inch discharge connection and be capable of delivering 238 GPM at 41 TDH. An additional point on the same curve shall be 150 GPM at 57 feet total head. Shut off head shall be 85 feet (minimum). Each pump shall be fitted with 25 feet of 304 stainless steel lifting chain. The working load of the lifting system shall be 50% greater than the pump unit weight. PUMPS Pump Design The pump(s) shall be automatically and firmly connected to the discharge connection, guided by no less than two stainless steel guide pipes extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet -well. Sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be acceptable. No portion of the pump shall bear directly on the sump floor. Pump Construction Major pump components shall be of grey cast iron, ASTM A-48, Class 3513, with smooth surfaces devoid of blow holes or other irregularities. All exposed nuts or bolts shall be AISI type 304 stainless steel construction. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. Sealing design shall incorporate metal -to -metal contact between machined surfaces. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber 0- rings. Fittings will be the result of controlled compression of rubber O-rings in two planes and O-ring contact of four sides without the requirement of a specific torque limit. 43 f., Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered as adequate or equal. No secondary sealing compounds, elliptical 0-rings, grease or other devices shall be used. # j' Cable Entry Seal The cable entry seal design shall preclude specific torque requirements to insure a watertight and submersible seal. The cable entry shall consist of a single cylindrical elastomer grommet, flanked by stainless steel washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter and compressed by the body containing a strain relief function, separate from the function of sealing the cable. The assembly shall provide ease of changing the cable when necessary using the same entry seal. The cable entry junction chamber and motor shall be separated by a stator lead sealing gland or terminal board, which shall isolate the inter?or from foreign material gaining access through the pump top. Epoxies, silicones, or other secondary sealing systems shall not be considered acceptable. Motor The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber. The stator windings shall be insulated with moisture resistant Class H insulation rated for 180°C (356°F). The stator shall be insulated by the trickle impregnation, , method using Class H monomer -free polyester resin resulting in a winding fill factor of at least 95%. The motor shall be inverter duty rated in accordance with NEMA MG1, Part 31.The stator shall be heat -shrink fitted into the cast iron stator housing. The use of multiple step dip and bake -type stator insulation process is not acceptable. The use of bolts, pins or other fastening devices requiring penetration of the stator housing is not acceptable. The motor shall be designed for continuous duty handling pumped media of 40°C (104°F) and capable of no less than 15 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of cast aluminum. Thermal switches set to open at 125°C (260°F) shall be embedded in the stator end coils to monitor the temperature of each phase winding. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the control panel. The junction chamber containing the terminal board, shall be hermetically sealed from the motor by an elastomer compression seal. Connection between the cable conductors and stator leads shall be made with threaded compression type binding posts permanently affixed to a terminal board. The motor and the pump shall be produced by the same manufacturer. The combined service factor (combined effect of voltage, frequency and specific gravity) shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus 10%. The motor shall be designed for operation up to 40°C (104°F) ambient and with a temperature rise not to exceed 80°C. A performance chart shall be provided upon request showing curves for torque, current, power factor, input/output kW and efficiency. This chart shall also include data on starting and no-load characteristics. The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of any splices. The outer jacket of the cable shall be oil resistant chlorinated polyethylene rubber. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet or greater. The motor horsepower shall be adequate so that the pump is non -overloading throughout the entire pump performance curve from shut-off through run -out. Motor Cooling System Motors are sufficiently convection -cooled by the surrounding environment or pumped media. Unit shall be capable of continual operation under full load with the motor exposed with no de rating allowed. Bearings The pump shaft shall rotate on two bearings. Motor bearings shall be permanently grease lubricated. The upper bearing shall be a single deep groove ball bearing. The lower bearing shall be a two row angular contact bearing to compensate for axial thrust and radial forces. Single row lower bearings are not acceptable. 44 i a Mechanical Seal Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydrodynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary and one positively driven rotating corrosion resistant, tungsten -carbide ring. The upper, secondary seal unit, located between the lubricant chamber and the motor housing, shall contain one stationary and one positively driven rotating corrosion resistant, tungsten -carbide seal ring. Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment nor depend on direction of rotation for sealing. The position of both mechanical seals shall depend on the shaft. Mounting of the lower mechanical seal on the impeller hub will not be acceptable. For unique applications, other seal face materials shall be available. The following seal types shall not be considered acceptable nor equal to the dual independent seal specified: shaft seals without positively driven rotating members, or conventional double mechanical seals containing either a common single or double spring acting between the upper and lower seal faces. No system requiring a pressure differential to offset pressure and to effect sealing shall be used. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plug, with positive anti -leak seal shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for lubrication. The motor shall be able to operate non - submerged without damage while pumping under load. Seal lubricant shall be non -toxic and FDA Approved. Pump Shaft Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. Couplings shall not be acceptable. The shaft shall be stainless steel — ASTM A479 S43100-T. The use of stainless steel sleeves will not be considered equal to stainless steel shafts as shaft sleeves only protect the shaft around the lower mechanical seal. Pump Impeller / Volute The impellers) shall be of high chrome iron, dynamically balanced, semi -open, multi -vane, back -swept, non -clog design. The impeller vane leading edges shall be mechanically self -cleaned upon each rotation as they pass across a spiral groove located on the volute suction which shall keep them clear of debris, maintaining an unobstructed leading edge. The impeller(s) vanes shall have screw -shaped leading edges. The leading edges of the cast iron impellers shall be hardened to Rc 45. The impeller shall be capable of handling solids, fibrous materials, heavy sludge and other matter found in waste water. The screw shape of the impeller inlet shall provide an inducing effect for the handling of sludge and rag -laden wastewater. Impellers shall be locked to the shaft, held by an impeller bolt and treated with a corrosion inhibitor. The pump volute shall be of A48 Class 35B gray cast iron and shall have a high chrome iron replaceable ring having spiral shaped cast groove(s) at the suction of the volute. The internal insert ring shall provide effective sealing between the pump volute and the multi -vane, semi -open impeller. The sharp spiral groove(s) shall provide the shearing edge(s) across which each impeller vane leading edge shall cross during its rotation in order to remain unobstructed. The clearance between the internal volute bottom and the impeller leading edges shall be adjustable. Sump Mixing Valve One pump unit in each TOP pump station shall be equipped with an automatically operating Flygt Mix - flush Valve mounted directly to a machined boss located on the exterior of the pump volute casting that will provide mixing action within the sump at the start of the pumping cycle. The valve shall redirect a portion of the pumped media into the sump to re -suspend solids and grease by the turbulent action of its discharge. t ?. 45 The valve shall be equipped with an adjustable, wear -resistant discharge nozzle that can be used to direct flow within the sump. The valve shall operate by differential pressure across the valve and shall not require any electric or pneumatic power source to operate. The valve shall be suitable for use in Class I, Division 1 hazardous locations. The valve shall open at the beginning of each pumping cycle and shall automatically close during the pump operation after a pre-set time. A method of adjusting the valve operating time shall be provided. Motor Protection All stators shall incorporate thermal switches in series to monitor the temperature of each phase winding. The thermal switches shall open at 1250C (260°F), stop the motor and activate an alarm. A leakage sensor shall be available as an option to detect water in the stator chamber. The Float Leakage Sensor (FLS) is a small float switch used to detect the presence of water in the stator chamber. When activated, the FLS will stop the motor and send an alarm both local and/or remote. USE OF VOLTAGE SENSITIVE SOLID STATE SENSORS AND TRIP TEMPERATURE ABOVE 125°C (260`F) SHALL NOT BE ALLOWED. The thermal switches and FLS shall be connected to a Mini CAS (Control and Status) monitoring unit. The Mini CAS monitoring unit shall be designed to be mounted in any control panel. TOP PRE-ENGINEERED FIBERGLASS PUMP STATION CONSTRUCTION The station cylinder shall be wound to the station bottom such that the assembly is of a monolithic design, which is capable of withstanding the full hydrostatic head from the exterior of the station while the station is completely empty. The cylinder shall be made of FRP using the filament winding process. A safety factor of two (2) on the minimum ultimate tensile strength of the laminate bottom shall be used in designing the basin and cylinder wall thicknesses for the station, taking into account all normally imposed loads arising from floatation, soil pressures, normal backfill, handling loads, operating loads and static loads imposed by equipment used in hoisting the pumps in and out of the station. The cylinder is a filament wound laminate constructed by saturating continuous strand glass roving in a controlled pattern over a corrosion resistant white -pigmented resin layer that is to be 8 mils minimum thickness. The roving's shall be applied uniformly throughout the entire length of the cylinder as required to provide adequate thickness for the mechanical loads of each application. The winding pattern shall be a combination of helical and hoop wraps and shall produce a dense laminate without non -reinforced resin pockets or air bridging between the rovings. The glass content of the structural laminate shall be 60% to 70% by weight. The station bottom is a 30% to 50% glass content, chop spray laminate, constructed by built-up layers of -' chop spray and chopped strand mat applied along with a catalyzed resin. Each layer shall be properly wetted out and rolled out so that it is free of air voids until the required wall thickness has been obtained. r_ All inside surfaces shall be smooth and free of cracks and crazing. The inside surface will be pigmented or gel coated to a bright white finish. All surfaces other than those made in contact with the mold surface shall be coated with air -inhibited resin or gelcoat, this includes any cut edges of laminate. The station shall be provided with one (1) anti -flotation flange located near the bottom of the station. This anti -flotation flange is an integral part of the station and is sufficient in design to withstand the forces acting upon the station due to the subsoil water pressure. Once the station is inserted into the hole, concrete ballast may be required depending on the station depth, please refer to the recommendations for concrete ballast as recommended in Fiygt's TOP Station Operations and Maintenance manual. The combination of the flange and the loading of backfiil material over the concrete shall provide adequate ballast against buoyancy under full hydrostatic head conditions. 46 1 TOP STATION COVER The TOP. station cover shall be of 1/4-inch thick Type-5086 aluminum diamond plate with an integral Safe - Hatch access cover. All bars, angles and shapes shall be type 6061-T6 aluminum. The access cover frame shall be a minimum of 4-inches deep and shall be adequately sized to allow for easy passage of the submersible pumps. The Safe -Hatch access cover shall be designed to support the weight of the pump unit plus pedestrian traffic. The access door(s) shall be equipped with a hold -open arm, held open in the 90-degree position. Cover door hinges shall be heavy-duty design and be cast 1/4-inch thick Type 316 stainless steel with 3/8-inch diameter stainless steel hinge pins. All fasteners shall be type-316 stainless steel. Each hatch shall be supplied with a type-316 stainless steel slam lock, having a key -way protected by a threaded plug. The plug shall be flush with the diamond plate cover. The hatch shall be equipped with an aluminum lift handle that shall be flush to the top of the diamond plate cover. The station lid shall have an integral four -inch diameter stub -pipe connection for the purpose of venting the pump station. The inverted J-shaped vent pipe shall be schedule 40 PVC pipe and shall end at a point at least 3-foot above the elevation of the station cover. There shall also be an option for a second vent to accommodate positive ventilation of the wet well. The access cover unit shall be equipped with a Safe -Hatch hinged safety grate to provide protection against fall -through and to control access into the confined space. Grate openings shall be sized to allow for routine maintenance inspection without having to open the safety grate. The closed safety grate shall be designed to support the weight of one pump to facilitate site pump wash -down and inspection. The hatch opening will have a 4" elevated toe board to prevent tools from being kicked into the wet well (per OSHA 1926.502 Q)). VALVE VAULT The pre-engineered pump station shall have a valve vault that is separate from the pump station vessel. The valve vault shall be fabricated in a manner identical to the pump station and shall be large enough to allow entry for routine maintenance and inspection. The valve vault shall be equipped with an integral drain and check valve to facilitate drainage from the valve vault back into the pump station. ' Piping and valves The Flygt TOP pre-engineered fiberglass pump station shall be furnished complete with discharge pipes, fittings, check valves and shut-off valves. Discharge piping shall be of Stainless Steel . The check valves shall be ValMatic flap -type. The shut-off valves shall be 1/4-turn eccentric plug -type, cast iron ANSI Class 125 flanged, with 100% port area and shall be suitable for the intended purpose. TESTING Standard Pump Factory Test Each completed and assembled pump/motor unit shall undergo the following factory tests at the manufacturer's plant prior to shipment ■ Minimum 3-point hydraulic performance test ■ No -Leak seal integrity test ■ Electrical integrity test Field Start-up After installation, a pump station start-up shall be performed by the installing contractor under the supervision of the manufacture's authorized representative. 2 days of field service shall be provided by an authorized, factory trained representative of the pump manufacturer. Services shall include, but not be limited to, inspection of the completed pump station installation to ensure that it has been performed in accordance with the manufacturer's instructions and recommendations, supervision of all field-testing and activation of the Pump Manufacturer's Warranty. The test shall demonstrate to the satisfaction of the Owner that the equipment meets all specified performance criteria, is properly installed and anchored, and operates smoothly without exceeding the full load amperage rating of the motor. The Contractor shall be responsible for coordinating the required field services with the Pump Manufacturer. 47 i r TABLE 1— TOPs STATION - PUMP PERFORMANCE DATA SHEET (see Plans) Flygtpump model........................................................................................ NP3102.095 Pump/Motor approval.........................................................................................( Standard / <FM> Class 1, Div. I ) Pumpstation type..............................................................................................( Simplex / Duplex) Primary Pump Duty Condition Primary pump capacity (Flow per pump) .................................................... 238 GPM Head....................................................................................................41.1 Feet (TDH) Minimum efficiency.....................................................................................43.9 % Secondary Pump Duty Condition Secondary pump capacity (Flow per pump)...............................................150 GPM Head....................................................................................................57 Feet (TDH) Minimumefficiency.....................................................................................60 % Pumpshutoff head.....................................................................................85 Feet E.j Motor rated horsepower.............................................................................665 hp Electric service characteristics....................................................................460 Volt 60 Hz. 3 Ph. Pumpoperating speed...............................................................................3440 RPM Minimum discharge size..............................................................................33= inches Application................................................................................................................Sewage Liquid to be pumped................................................................................... Raw Sewage Liquidtemperature.....................................................................................65 °F Liquid specific gravity @ pumping temperature .......................................... I END OF SECTION 15000 48- SECTION 15055 - MECHANICAL IDENTIFICATION PART 1- GENERAL 63. DESCRIPTION OF WORK: 63.1. Type of identification devices specified in this section include the following: Painted Identification Materials. Plastic pipe Markers. Underground -Type Plastic Line Marker. Valve Tags. Valve Schedule Frames. Engraved Plastic -Laminate Signs. Equipment/Thermostat Identification 64. QUALITY ASSURANCE: 64.1. ANSI Standards: Comply with ANSI A13.1 for lettering size, colors, and viewing angles of identification devices. 65. SUBMITTALS: 65.1. Product Data: Submit product specifications and installation instructions for each identification material and device required. 65.2. Samples: Submit samples of each color, lettering style and other graphic representation required for each identification material. 65.3. Schedules: Submit valve schedule for each piping system, type written and reproduced on 8 1/2"xll" bond paper. Tabulate valve number, piping system, system abbreviation (as shown on tag), location of valve (room or space), and variations for identification (if any). Mark valves which are intended for emergency shut-off and similar special uses, by special "flags", in margin of schedule. In addition to mounted copies, famish extra copies for Maintenance Manuals. 65.4. Maintenance Material: Furnish minimum of 5% extra stock of each mechanical identification material required, including additional numbered tags (not less than 3) for each piping system, additional piping system identification markers and additional plastic laminate engraving blanks of assorted sizes. PART 2-PRODUCTS 66. MECHANICAL IDENTIFICATION MATERIALS: 66.1. General: Provide manufacturer's standard products of categories and types required for each application as referenced in _other Division-15 sections. Where more than single type is specified for application, selection is Installer's option, but provide single selection for each product category. 66.2. Painted Identification Materials: 66.2.1. Identification Paint: Standard identification enamel of colors indicated or, if not otherwise indicated for piping system, comply with ANSI A13.1 for colors. 66.3. Plastic Pipe Markers: 66.3.1. General: Provide manufacturer's standard pre-printed, flexible or semi -rigid, permanent, color - coded, plastic -sheet pipe markers, complying with ANSI 13.1. 66.3.2. Insulation: Furnish 1" thick molded fiberglass insulation with jacket for each plastic pipe marker to be installed on uninsulated pipes subjected to fluid temperatures of 125 deg F or greater. Cut length to extend 2" beyond each end of plastic pipe marker. 66.3.3. Small Pipes: For external diameters less than 6" (including insulation, if any), provide full -band markers, extending 360 degrees around pipe at each location, fastened by either snap -on application (pre -tensioned plastic pipe marker) or strapped to pipe with manufacturer's standard stainless -steel bands. 66.3.4. Large Pipes: For external diameters of 6" and larger (including insulation, if any), provide either full -band or strip -type (not narrower than three times letter height) fastened to pipe with manufacturer's standard stainless steel band. 49 66.3.5. Lettering: Comply with piping system nomenclature as specified, schedule or shown, and abbreviate only as necessary for each application length. 66.3.6. Arrows: Print each pipe marker with arrows indicating direction of flow. 66.4. Underground -Type Plastic Line Marker: 66.4.1. General: Manufacturer's standard permanent, bright -colored, continuous -printed plastic tape, intended for direct -burial service; not less than 6" wide x 4 mils thick. Provide tape with printing which most accurately indicates type of service of buried pipe. 66.5. Valve Tags: Provide 1-1/2" diameter 19-gage polished brass valve tags with stamped -engraved piping system abbreviation (1/2" high letters) and sequenced valve numbers (1/2" high letters). Provide 5/32" diameter hole for fastener. Fill tag engraving with black enamel. 66.6. Valve Tag Fasteners: Manufacturer's standard solid brass chain or solid brass s-hooks of size required for proper attachment. 66.7. Valve Schedule Frames: Provide a glazed display frame, with screws for mounting on wall. Provide frame of finished hardwood or extruded aluminum with SSB-grade sheet glass. 66.8. Engraved Plastic -Laminate Signs: Provide 1/8" thick engraving stock melamine plastic laminate, complying with FS L-P-387, in sizes and thicknesses indicated, engraved with engraver's standard letter style of the sizes and wording indicated, punched for mechanical fastening except where adhesive mounting is necessary because of substrate. Provide self -tapping stainless steel screws for fastening except where screws cannot or should not penetrate the substrate. 67. LETTERING AND GRAPHICS 67.1. General: Coordinate names, abbreviations and other designations used in mechanical identification work, with corresponding designations shown, specified or scheduled. Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as recommended by manufacturers or as required for proper identification and operation/maintenance of mechanical systems and equipment. PART 3 - EXECUTION 68. APPLICATION AND INSTALLATION: 68.1. General Installation Requirements: Install identification materials after all painting and/or covering is completed. Install identification prior to installation of acoustical ceilings, etc. 68.2. Piping System Identification: Install pipe markers on each system to receive identification and include arrows to show normal direction of flow. Install markers as follows wherever piping is exposed to view in occupied spaces, machine rooms, accessible maintenance spaces and exterior non -concealed locations. Near each valve and control device. Near each branch, excluding short take -offs. Mark each pipe at branch where there could be any question of flow pattern. Near locations where pipes pass through floors/walls/ceilings, or enter non -accessible enclosures. At access doors, manholes and similar access points which permit view of concealed piping. Near major equipment items and other points of origination and termination. Spaced intermediately at maximum spacing of 50' along each piping run, except reduce spacing to 25' in congested areas. On piping above removable ceilings. 68.3. Underground Piping Identification: During back-filling/top-soiling of each exterior underground piping systems, install continuous underground -type plastic line marker, located directly over buried line at 6" to 8" below finished grade. Where multiple small lines are buried in common trench and do not exceed overall width of 16", install single line marker. For tile fields and similar installations, mark only edge pipe lines of field. 68.4. Valve Identification: Provide valve tag on each valve, cock and control device in each piping system; excluding check valves, valves within devices, plumbing fixture valves, hose bibbs, and shut-off valves at plumbing fixtures. List each tagged valve in valve schedule for each piping system. Mount valve schedule frames and schedules in machine rooms where indicated, or if not otherwise indicated, where directed by Engineer. Provide 3-thus mounted valve frames. 68.5. Mechanical Equipment Identification: Install engraved plastic laminate sign on or near each major item of mechanical equipment. 68.6. Equipment/Thermostat Identification: 50- F I .i 68.6.1. Equipment: With a permanent marker hand -label each piece of mechanical equipment with the designation (i.e. RTU1, EF1, etc.) shown on the drawings. Ensure labeling is legible, approximately 2" high and 68.6.2. Thermostat: With a permanent marker hand -label each thermostat with the corresponding mechanical equipment designation (RTU1, EFI, etc.). 68.6.3. Placement: Equipment labels shall be applied on the equipment housing near the electrical connection point. Thermostat labels shall be on the bottom of the thermostat or on the inside (if visibility is a problem). Coordinate exact location with Engineer prior to placement. 51 SECTION 16055 - ELECTRICAL IDENTIFICATION PART 1- GENERAL 69. DESCRIPTION OF WORK: 69.1. Types of electrical identification specified in this section include the following: Engraved Plastic Signs. 70. QUALITY ASSURANCE: 70.1. UL Compliance: Comply with applicable portions of UL safety standards pertaining to electrical marking and labeling identification systems. 70.2. NEC Compliance: Comply with NEC as applicable to installation of identifying labels and markers for wiring and equipment. 71. SUBMITTALS: 71.1. Product Data: Submit manufacturer's product specifications and installation instructions for each identification material and device required. Include data substantiating that materials comply with requirements. PART 2- PRODUCTS 72. ELECTRICAL IDENTIFICATION MATERIALS: 72.1. General: Provide manufacturer's standard products of categories and types required for each application. 72.2. Engraved Plastic -Laminate Signs: Provide engraving stock melamine plastic laminate, complying with FS L-P-387, in sizes and thicknesses indicated, engraved with engraver's standard letter style of sizes and wording indicated, black and white core (letter color) except as otherwise indicated, punched for mechanical fastening except where adhesive mounting is necessary because of substrate. 72.2.1. Thickness: 1/8", except as otherwise indicated. 72.2.2. Fasteners: Self -tapping stainless steel screws, except contact -type permanent adhesive where screws cannot or should not penetrate substrate. 72.2.3. Provide Seton Style EB or equivalent engraved plastic signs with normal Gothic style lettering. 72.2.4. Lettering: Coordinate names, abbreviations and other designations used in electrical identification work with corresponding designations shown, specified or scheduled on Electrical Drawings. PART 3-EXECUTION 73. APPLICATION AND INSTALLATION: 73.1. Install identification after completion of painting. 73.2. Install engraved platic-laminate sign on each major unit of electrical equipment in building. 73.3. Except as otherwise indicated, provide single line of text, 1/2" high lettering on 1-1/2" high sign (2" high where 2 lines are required), white lettering in black field. Provide text matching terminology and numbering of the contract documents and shop drawings. 73.4. Provide signs for each unit of the following: 73.4.L Panelboards, electrical cabinets and enclosures. 73.4.2. Disconnect switches, except equipment safety switches. 73.4.3. Motor control centers, including branch devices. 73.4.4. Fire alarm master station. 73.5. Install signs at location for best convenience of viewing without interference with operation and maintenance of equipment. Secure to substrate with fasteners, except use adhesive where fasteners should not or cannot penetrate the substrate. END OF SECTION 16055 52 SECTION 16110 - BASIC ELECTRICAL MATERIALS AND METHODS PART1-GENERAL 1. DESCRIPTION OF WORK: 1.1. Items discussed includes, but is not limited to, the following: Raceways. Conductors. Boxes and Fittings. Taps and Splices. 2. QUALITY ASSURANCE: 2.1. NEMA Compliance: Comply with applicable requirements of NEMA standards pertaining to raceways and with ANSI C 134.1 (NEMA Standards Pub No. OS 1) as applicable to sheet -steel outlet boxes, device boxes, covers and box supports. 2.2. UL Compliance and Labeling: Comply with provisions of UL safety standards pertaining to electrical raceway systems, wire, cable, connectors, boxes and fittings and provide all items UL-listed and labeled. 2.3. NEC Compliance: Comply with requirements as applicable to construction and installation of raceway systems, electrical wire, cable, connectors, boxes and fittings. 3. SUBMITTALS: 3.1. Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each device or component required. This includes raceways, conductors, connectors, boxes, etc. 3.2. Connectors: Submit manufacturer's code scheme for matching compression connector and die. 3.3 Water and gas proof sealant: Submit manufacture's data including specifications, installation instructions, M.S.D.S. for all control and/or electrical conduits between the controller cabinet and the wet well. PART2-PRODUCTS 4. METAL CONDUIT AND TUBING: 4.1. General: Provide metal conduit as indicated. 4.1.1. Rigid Steel Conduit: FS W W-C-0581 and ANSI C80.1 4.1.2. Rigid Metal Conduit Fittings: FS W-F408. 4.1.3. Electrical Metallic Tubing(EMT): FS WW-C-563 and ANSI C80.3. 4.1.4. EMT Fittings: FS W-F-408. Provide only compression -type fittings; "set -screw" fittings will not be accepted. 4.1.5. Flexible Metal Conduit: FS WW-C-566, Type 2: Zinc -coated steel. 4.1.6. Flexible Metal Conduit Fittings: FS W-F-406, Type 1, Class 1, and Style A. 4.1.7. Liquid -Tight Flexible Metal Conduit: Provide liquid -tight flexible metal conduit; construct of single strip, flexible, continuous, interlocked, and double -wrapped steel; galvanize inside and outside; coat with liquid -tight jacket of flexible polyvinyl chloride (PVC). 4.1.8. Liquid -Tight Flexible Metal Conduit Fittings: FS W-F-406, Type 1, Class 3, Style G. 5. METAL SURFACE RACEWAY: 5.1. General: Provide surface mounted raceways at locations shown. 5.1.1. Comply with Fed Spec W-C-582 and UL. 5.1.2. Provide UL listed and labeled components and devices. 5.1.3. All metal surface raceway shall be Wiremold, or approved equal. 5.2. Two -Section Surface mounted Raceway: 5.2.1. Provide Wiremold 4000 series or approved equal. Provide with adequate wire -capacity to route all the indicated circuits and still leave 25%(minimum) available for future circuits; 5.2.2. Provide with one section for communications wiring and one section for power wiring. 53 3 5.2.3. Provide with factory supplied fitting for recessed receptacles. Provide with cover plate with knock- out for telephone outlet. 5.3. One -Section Surface mounted Raceway: 5.3.1. Provide Wiremold 600 series or approved equal. 6. NONMETALLIC CONDUIT AND DUCTS: 6.1. General: Provide heavy wall rigid nonmetallic conduit as manufacturered by Carlon. Provide schedule 40,90 deg C, U14isted PVC. 6.2. Underground PVC Plastic Utilities Duct: ANSUNEMA TC 6, Type 1 for encased burial in concrete, Type II for direct burial. 6.3. PVC and ABS Plastic Utilities Duct Fittings: ANSUNEMA TC 9, match to duct type and material. 7. WIRE AND CABLE: 7.1. General: Provide wire, cable and connectors of manufacturer's standard materials, as indicated by published product information; designed and constructed as recommended by manufacturer, and as required for the installation. 7.2. Provide factory -fabricated wire of sizes, ratings, materials and types indicated for each service. UL Type: THHN. UL Type: THW. Material: Copper. Conductors: Solid (AWG 20 to AWG 8 only). Conductors: Concentric -lay -stranded (standard flexibility). Outer Covering: Thermoplastic. 8. CONNECTORS: 8.1. Provide UL-listed and labeled components and devices. 8.2. Crimp -Type Compression Connectors (all copper conductors No. 8 AWG and larger): Provide high conductivity copper crimp -type; Ilsco "CT" series for straight splices or "AH" series for tap splices, or approved equal. Comply with UL486. Provide color -coded between connector and die. 8.3. Twist -On Connectors (all copper conductors no. 18 thru no. 10 AWG): Provide twist -on wire joints at outlet box taps, Thomas & Betts series "PT" or approved equal. 8A. Heat Shrinkable Tubing: Provide heavy-duty protective covering, rated for 600 volts, 90 deg C, designed for 3:1 shrink ratio. Provide Steel City type "HS" or approved equal. 8.5. Tap Connectors: Provide factory -supplied, insulated tap conductor, NSI Industries IPLD Series or approved equal. Provide with wire entry ports on either side of the connector. Provide with removable plugs to cover the entry ports not used. No exceptions without prior approval. 9. FABRICATED BOXES: 9.1. Interior Outlet Boxes: Provide galvanized flat rolled sheet steel interior outlet wiring boxes, of types, shapes and sizes, including box depths, to suit each respective location and installation; construct with C..� stamped knockouts in back and sides, and with threaded screw holes with corrosion -resistant screws for securing box covers and wiring devices. 9.1.1. Interior Outlet Box Accessories: Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, fixture studs, cable clamps and metal straps for supporting outlet boxes, which are compatible with outlet boxes being used and fulfilling requirements of individual wiring situations. Choice of accessories is Installer's option. Iw 9.2. Junction and Pull Boxes: Provide galvanized code -gage sheet steel junction and pull boxes, with screw -on covers; of types, shapes and sizes, to suit each respective location and installation; with welded seams and equipped with stainless steel nuts, bolts, screws and washers. 9.3. Conduit Outlet Bodies and Cast Device Boxes: Provide galvanized cast -metal conduit bodies, of types, shapes and sizes, to suit respective locations and installation, construct with threaded -conduit -entrance_.., ends, removable covers, cover gaskets, and corrosion -resistant screws. Provide Appleton or approved equal. 9.4. Bushings, Knockout Closures, and Lockouts: Provide corrosion -resistant punched -steel box knockout )( closures, conduit locknuts and malleable iron conduit bushings, offset connector, of types and sizes to suit respective uses and installation. 54 10. FLOOR OUTLET BOXES (COMMUNICATION): 10.1. Multi -Outlet Box: Provide 12x6x4 junction box assembly, FMCA-2000 series as manufacturered by Mystery Electronics of Nashville, Tenn., or approved equal. Provide with factory -supplied backbox (with adjustable legs), pre -punched plates of styles necessary to accept appropriate connectors (coordinate with Sound System specifications and drawings), and hinged cover (with two cable slots). Assembly shall be adaptable for both wall and floor application and also for carpet and hard -surface floors. 10.2. Single -Outlet Box: Provide 4x4x4 junction box assembly, Model MRB, as manufacturered by Soundolier, Inc., or approved equal. Lid and cover shall be solid cast brass with satin finish and coated with clear lacquer. Lid shall require no tools to open and shall be flush with floor when closed. Provide receptacle plate punched for appropriate connector (coordinate with Sound System specification and drawings. Provide box with leveling legs and screws. NO ALTERNATES WITHOUT PRIOR APPROVAL. 11. FLOOR OUTLET BOXES (POWER): 11.1. Provide cast iron floor box complying with Fed Spec W-C-583b and UL standard 514. Provide UL- listed and labeled. Provide Hubbell #B-4333 three gang fully adjustable floor box or approved equal. 11.2. Provide so that each of the three boxes may be separated from each of the other boxes. Provide with Hubbell S-3825 brass duplex flap cover plate for the power boxes and Hubbell S-2425 plate for communication boxes. See Wiring Devices for associated receptacles. 12. JUNCTION/SPLICE BOXES: 12.1. Provide 24x24x4 code gauge boxes with galvanized steel surfaces. Provide with hinged door, lock and painted surfaces. Provide trim ring to install flush in wall. PART 3 - EXECUTION 13. INSTALLATION OF ELECTRICAL RACEWAYS: 13.1. Install electrical raceways where indicated; in accordance with manufacturer's written instructions, applicable requirements of NEC and NECA "Standard of Installation", and complying with recognized industry practices. 13.2. All conduit shall be run in a manner acceptable to the Engineer. When requested by the Owner or Engineer, a complete conduit system layout shall be submitted for approval for each floor or section under construction before permanent support or location is made. 13.3. All conduit shall be installed as a complete system without wires and shalt be continuous from outlet to outlet and from fitting to fitting. A run of conduit from between outlet and outlet or between outlet and fitting shall not contain more than the equivalent of four 90 deg bends, including those bends located immediately at the outlet or fitting. 13.4. No feeder conduit shall be longer than 80 feet between junction boxes or cabinets unless there are no direction changes and only a straight in -line pull of wire is required. In such straight -in -line runs the distance between cabinets or boxes may be increased to 100 feet. 13.5. Coat underfloor metal raceways with bitumastic type protective coating prior to placing concrete. 13.6. Complete installation of electrical raceways before starting installation of cables/wires within raceways. 13.7. Flexible Metal Conduit: Provide only above suspended ceilings and only for lighting fixture "whips". Alt other applications use liquid -tight flexible metal conduit. 13.8. Liquid -tight flexible conduit: Provide for motor connections, and for other electrical equipment connections where subject to movement and vibration. 13.9. Below -Grade Conduit: No less than Y-0" prior to penetrating floor slab, change underfloor conduit to EMT or rigid steel conduit. Provide concrete -tight fittings and coat conduit as specified in this section. 13.10. Conduit Used as "Ground" Path: This electrical installation shall consist of a complete "green -wire" ground system, i.e. each electrical device shall be grounded with a separate ground wire and shall not rely on the conduit system for ground path. This in no way release the Contractor from complying with NEC requirements to install all conduits completely grounded. 13.11. Minimum Conduit Size: The minimum conduit size acceptable on this project is 3/4" unless specifically approved by the Engineer. 55 14. SPECIAL RACEWAY SYSTEMS: 14.1. Mechanical -Related Conduits: 14.1.1. General: All HVAC control conduit shall be run in EMT conduit, unless specifically stated otherwise. No exposed wiring shall be allowed. All control devices may not be shown on both the "mechanical" and "electrical" drawings. See Section 15000, paragraph titled "Mechanical -Electrical Coordination". Review all drawings and/or specification sections for information on control requirements PRIOR TO SUBMITTING BID. 14.1.2. Special Systems: There are a number of. mechanical systems which require special electrical controls. Electrical contractor must review mechanical specifications and coordinate with mechanical contractors to determine complete requirements for each of these systems. These systems include, but are not listed to the following: Sump control: See section 15420. Domestic hot water circulating pumps: See section 15140. Evap/exhaust fan control switches, etc.: See Sections 15774 and 15830. Auto control (thermostats, sensors, etc.): See section 15901. 14.2. Roof -Mounted Conduit: 14.2.1. All roof -mounted conduit shall be rigid steel. 14.2.2. Connections to RTU's (if any): Make all conduit connections within RTU's roof curb so that no additional roof penetrations will have to be made. No exceptions without prior approval. 14.3. Telephone Conduit: 14.3.1. General: Provide all telephone conduit with pull wire. 14.3.2. Telephone Outlet Conduit: Provide 3/4" EMT conduit for indicated conduit runs. Extend from telephone outlet location (consisting of standard receptacle j-box located 15" A.F.F.) to backboard location or trunk conduit, as appropriate. Provide junction boxes and pull boxes as necessary to facilitate installation. 14.3.3. Telephone Trunk Conduit: Provide 1 1/4" trunk conduit as shown. Route from backboard location to feed all individual outlets. Provide junction boxes and pull boxes as necessary to facilitate installation. 14.3.4. Telephone Service Conduit: Provide lea - 3" conduit below -grade from backboard to a point 5'-0" outside building and cap. Provide pull wire for all telephone conduits. 14.4. Speaker Conduit: Route 3/4" EMT conduits from indicated speaker locations to electrical room and terminate in 12"xl2" junction box, located Y-0" A.F.F. 14.5. Fire Alarm Conduit: Route 1/2" EMT conduits from fire alarm devices to fire alarm control panel located in electrical room. 14.6. Computer Communication Conduits: 14.6.1. General: Provide all computer conduit with pull wire. 14.6.2. In -Wall Communications Conduit for Individual Outlet: Provide 3/4" EMT conduit from communications outlet location (consisting of standard j-box) to ceiling space or otherwise as shown. 14.6.3. In -Wall Communications Conduit Serving Two -Section Surface -Mounted Raceway (SMR): Provide 2" EMT conduit from SMR location to ceiling space or otherwise as shown. 14.6.4. In -Floor Communications Conduit: Provide 1-1/2" coated -EMT between floor outlet boxes (provide separate conduits for power, telephone and for communication. Provide pull wire in telephone and communication conduits. 14.7. Classroom Bell Conduits: Route 1/2" EMT conduit from classroom bell to electrical room. 14.8. Electrical Service Conduits: 14.8.1. Provide rigid steel conduits above -grade. 14.8.2. Attach conduit to pole using uni-strut bracket and pipe clamps. Attach bracket to pole with U-bolts adequately sized to reach around the pole. 14.8.3. Provide weatherhead 15' above finished grade. 15. INSTALLATION OF WIRE AND CABLE: J - 15.1. General: Install electrical cables, wires and connectors as indicated, in compliance with manufacturer's written instructions, applicable requirements of NEC and NECA's "Standard of Installation", and in accordance with recognized industry practices. 15.2. Coordinate cable and wire installation work with electrical raceway and equipment installation work, as necessary for proper interface. l� 56 1 ' ' 15.3. Pull conductors together where more than one is being installed in a raceway. 15.4. Use pulling compound or lubricant, where necessary; compound must not deteriorate conductor or insulation. v 15.5. Use pulling means, including fish tape, cable or rope which cannot damage raceway. 15.6. Install exposed cable, parallel and perpendicular to surfaces or exposed structural members and follow surface contours, where possible. 15.7. Keep conductor splices to minimum. C 15.8. Install splices and tapes which have mechanical strength and insulation rating equivalent -or -better than conductor. 15.9. Use splice and tap connectors which are compatible with conductor material. 15.10. Color Coding: Provide conductors with colored insulation complying with the following schedule: 120/208V System: Phase A: Black. Phase B: Red. Phase C: Blue. Neutral: White or Gray. Ground: Green. Switch Leg: Black w/ White, Red w/ White., Blue w/ White. 120/240V System: Phase A: Black. Phase B: Orange(high leg) Phase C: Blue. Neutral: White or Gray. Ground: Green. Switch Leg: Black w/ White, Blue w/ White. t 277/480V System: Phase A: Purple. Phase B: Brown. Phase C: Yellow. .. Neutral: White or Gray. Ground: Green. Switch Leg: Purple w/ White, Brown w/ White, Yellow w/ White. { 15.10.1. ALL SERVICE, FEEDER AND BRANCH CONDUCTORS ARE TO BE SO CODED. E 15.10.2. All wiring No. 8 and larger shall be black and shall be marked with color banding tape as specified. All phase conductors, neutral and equipment ground conductors shall each be marked with colored tape. This tape marking shall be applied at the breakers, mains, and in all wireway, pullbox, auxiliary gutter, junction box, motor terminal box and transformer enclosure. In wireways and auxiliary gutters longer than two feet, install tape marking every four feet of wiring in the raceway. 15.11. Wiring Sizing: No conductor smaller than #12 shall be used. In the case of #12 "home runs" over 75 feet in length resize in accordance with the following: 75 to 125 feet: #10 AWG. 125 feet+: #8 AWG. y 15.11.1. The sizing of all wire except remote control wire shall be accomplished in the case of both feeder p and branch circuits by conforming to the following provisions: 277/48OV: 1.0% at max load with 90% power factor. 120/208V: 2.0% at max load with 90% power factor. 15.12. Neutral Wires for IG Receptacles: Provide a separate neutral wire for each circuit serving IG receptacles. Do NOT combine neutrals for the various circuits. 15.13. Grounding IG Receptacles: Provide a separate ground wire from the isolated ground "pigtail" that i- comes with the receptacle to the ground terminal in the panelboard. It is acceptable for receptacles which are fed from the same circuit) to share isolated ground wires. Do NOT combine ground wires from separate circuits. 15.14. Speaker and Bell Wiring: Provide 2 ea #18 conductors to each speaker and classroom bell, or otherwise as required by the manufacturer. It is the Contractor's responsibility to coordinate on this item. 16. ADJUSTING AND CLEANING: 57 16.1. Upon completion of installation of raceways, inspect interiors of raceways; remove burrs, dirt and construction debris. 17. FIELD QUALITY CONTROL: 17. L Prior to energization, test cable and wire for continuity of circuitry, and also for short circuits. Correct malfunctions when detected. 17.2. Subsequent to wire and cable hook-ups, energize circuitry and demonstrate functioning in accordance with requirements. 18. APPLICATION: 18.1. Conduit: 18.1.1. Rigid Steel: Provide for all building service wiring, all roof -mounted conduit and/or where abuse might be expected. 18.1.2. EMT: Provide for all building feeder and branch circuits. 18.1.3. Non -Metallic Conduit: Provide for all below -grade conduit, unless noted otherwise. 18.2. Conductors: 18.2.1. THW: Provide for all feeder circuits and otherwise as required by NEC due to site conditions. 18.2.2. THHN: Provide for all branch circuitry, except where restricted by NEC. END OF SECTION 16110 9 58 [_- k SECTION 16160 - POWER DISTRIBUTION PART 1-GENERAL 19. DESCRIPTION OF WORK: 19.1. Types of power distribution components specified in this section include the following: Panelboards. Overcurrent Protective Devices. Service Entrance Equipment. Grounding Devices. 20. QUALITY ASSURANCE: 20.1. Special Use -Markings: Provide panelboards, constructed for special use, with UL marks indicating that special type usage. 20.2. UL Compliance: Comply with applicable UL safety standards pertaining to panelboards and accessories, and enclosures; provide units which have been UL-listed and labeled. 20.3. NEC Compliance: Comply with NEC as applicable to installation of panelboards, cabinets, and cutout boxes. 20.4. NEMA Compliance: Comply with NEMA Std. Pub. No. 250, "Enclosures for Electrical Equipment (1000 volt maximum)", Pub. No. 1, "Panelboards", and installation portion of Pub. No. PB 1.1, "Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less". 20.5. UL Compliance: Comply with applicable requirements of UL 489, "Molded -Case Circuit Breakers and Circuit -Breaker Enclosures". Provide overcurrent protective devices which are UL-listed and labeled. 20.6. NEMA Compliance: Comply with applicable requirements of NEMA Std Pub Nos. AB 1, AB 2 and SG 3 pertaining to molded -case and low -voltage power type circuit breakers. 20.7. NEC Compliance: Comply with NEC as applicable to construction and installation of service -entrance equipment and accessories. 20.8. NEMA Compliance: Comply with applicable requirements of NEMA standards pertaining to electrical service entrances. 20.9. UL Compliance: Comply with applicable requirements of UL standards pertaining to service entrances. Provide service- entrance equipment and accessories which are UL-listed and labeled, and equipment marked, "Suitable for use as Service Equipment". 20.10. NEC Compliance: Comply with NEC as applicable to electrical grounding and ground -fault protection systems. 21. SUBMITTALS: 21.1. Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each type of panelboard required. 21.2. Shop Drawings: Submit dimensioned drawings of panelboards and enclosures showing accurately scaled layouts of enclosures and required individual panelboard devices, including but not necessarily limited to, circuit breakers, fusible switches, fuses, ground -fault circuit interrupters, and accessories. PART2-PRODUCTS 22. CIRCUIT BREAKER PANELBOARDS: ' 22.1. General: Except as otherwise indicated, provide panelboards, enclosures and ancillary components, of types, sizes, and ratings indicated, which comply with manufacturer's standard materials, design and construction in accordance with published product information; equip with number of unit panelboard _ devices as required for complete installation. Where types, sizes, or ratings are not indicated, comply with NEC, UL and established industry standards for applications indicated. 22.2. Interiors: 22.2.1. All interiors shall be completely factory assembled. They shall be so designed that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors, so that circuits may be changed without machining, drilling or tapping. 22.2.2. Branch circuits shall be arranged using double row construction except when narrow column panels are indicated. A nameplate shall be provided listing panel type and ratings. 59 22.2.3. Unless otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. A ground bus will be included in all panels. 22.3. Boxes: 22.3.1. Boxes shall beat least 20 inches wide made from galvanized steel. Provide minimum gutter space in accordance with National Electric Code. Where feeder cables supplying the mains of a panel are carved through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided. 22.3.1.1. No "load centers" will be accepted. 22.4. Trim: 22.4.1. Switching device handles shall be accessible. Doors and panelboard trims shall not uncover any live parts. Doors shall have flush type cylinder lock and catch except doors over 48 inches in height shall have auxiliary fasteners top and bottom of door in addition to the flush type cylinder lock and catch. Panelboard switching devices with individual dead front doors shall be acceptable in lieu of standard door in trim design. 22.4.2. Panelboard trim clamps shall be of the indicating type. 22.4.3. Door hinges shall be concealed. All locks shall be keyed alike; directory frame and card having a transparent cover shall be furnished with each door. 22.4.4. The panelboard front shall provide door -and -door construction consisting of hinged inner dead - front shield and a formed door over the entire panelboard. The front shall be tamper resistant and shall not be removable with the door locked. 22.4.5. All exterior and interior steel surfaces of the trim shall be properly cleaned, primed with a rust inhibiting phosphatized coating, and finished with a gray ANSI 61 paint. After installation, trim clamps shall not be accessible when the panel door is closed and locked. 22.5. Conductors: 22.5.1. All main bus bars shall be copper or aluminum, sized in accordance with UL standards to limit the temperature rise on any current carrying part to a maximum of 50 deg. C above an ambient temperature of 40 deg. C maximum.] 22.6. Circuit Breakers: 22.6.1. Provide circuit breakers and ancillary components, of types, sizes, ratings and electrical characteristics indicated, which comply with manufacturer's standard design, materials, components, and construction in accordance with published product information, and as required for a complete installation. 22.6.2. Provide factory -assembled, molded -case circuit breakers ampere ratings as specified, 250-volts, 60 HZ. Provide breakers with permanent thermal and instantaneous magnetic trips in each pole. Construct with overcenter, trip -free, toggle type operating mechanisms with quick -make, quick -break action and positive handle trip indication. Construct breakers for mounting and operating in any physical position and in an ambient temperature of 40 deg. C. Provide breakers with mechanical screw type removable connector lugs, AL/CU rated. 22.6.3. All circuit breakers in lighting and appliance panelboards shall be "switch -rated" devices. 22.7. Lighting and Appliance Panelboards: 22.7.1. Panels where shown for use at 240 volts maximum shall be UL listed with integrated assembly rating of 22K A.I.C. and shall be Square D, type NQOD or approved equal. 22.7.2. Panels where shown for use with 480 volts maximum shall be UL listed with integrated assembly rating of 22 A.I.C. and shall be Square D NEHB or approved equal. 23. FUSED SWITCH PANELBOARDS: 23.1. General: Except as otherwise indicated, provide panelboards, enclosures and ancillary components, of types, sizes, and ratings indicated, which comply with manufacturer's standard materials, design and construction in accordance with published product information; equip with number of unit panelboard devices as required for complete installation. Where types, sizes, or ratings are not indicated, comply with NEC, UL and established industry standards for applications indicated. 23.2. Interiors: 60 ' 23.2.1. All interiors shall be completely factory assembled. They shall be so designed that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors, so that circuits may be changed without machining, drilling or tapping. 23.2.2. A nameplate shall be provided listing panel type and ratings. 23.2.3. Unless otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. A ground bus will be included in all panels.] 23.3. Boxes: 23.3.1. Provide minimum gutter space in accordance with National Electric Code. Where feeder cables a. supplying the mains of a panel are carried through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided.] 23.4. Switching Devices: 23.4.1. Provide fusible panelboard switches designed for commercial, industrial and service entrance applications to protect and switch feeder and branch circuits. Provide quick -make "de -ion" switching mechanism. Provide external operating handle with provision for pad -locking. 23.4.2. Provide "twinned" units wherever possible. 23.4.3. Provide with combination cardholder and nameplate. 23.5. Trim: 23.5.1. Panelboard switching devices shall be provided with individual dead front doors. Panelboard trim clamps shall be of the indicating type. 23.5.2. The panelboard front shall provide door -and -door construction consisting of hinged inner dead - front shield and a formed door over the entire panelboard. The front shall be tamper resistant and shall not be removable with the door locked. 23.5.3. All exterior and interior steel surfaces of the trim shall be properly cleaned, primed with a rust inhibiting phosphatized coating, and finished with a gray ANSI 61 paint. After installation, trim clamps shall not be accessible when the panel door is closed and locked.] 23.6. Conductors: 23.6.1. All main bus bars shall be copper, sized in accordance with UL standards to limit the temperature rise on any current carrying part to a maximum of 50 deg. C above an ambient temperature of 40 deg. C maximum. 23.7. Distribution Panelboards: 23.7.1. Panels where shown for use at 240 volts maximum shall be UL listed with integrated assembly rating of 22K A.I.C. and shall be Square D Type QMB or approved equal. 24. DISTRIBUTION CIRCUIT BREAKER PANELBOARDS: 24.1. General: Except as otherwise indicated, provide panelboards, enclosures and ancillary components, of types, sizes, and ratings indicated, which comply with manufacturer's standard materials, design and construction in accordance with published product information; equip with number of unit panelboard devices as required for complete installation. Where types, sizes, or ratings are not indicated, comply with NEC, UL and established industry standards for applications indicated. 24.2. Interiors: 24.2.1. All interiors shall be completely factory assembled. They shall be so designed that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors, so that circuits may be changed without machining, drilling or tapping. 24.2.2. A nameplate shall be provided listing panel type and ratings. 24.2.3. Unless otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. A ground bus will be included in all panels.] 24.3. Boxes: 24.3.1. Provide minimum gutter space in accordance with National Electric Code. Where feeder cables k supplying the mains of a panel are carried through its box to supply other electrical equipment, the box Lshall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided.] 61 24.4. Circuit Breakers: 24.4.1. Provide circuit breakers and ancillary components, of types, sizes, ratings and electrical characteristics indicated, which comply with manufacturer's standard design, materials, components, and construction in accordance with published product information, and as required for a complete installation. 24.4.2. Provide factory -assembled, molded -case circuit breakers ampere ratings as specified, 250-volts, 60 RZ. Provide breakers with permanent thermal and instantaneous magnetic trips in each pole. Construct with overcenter, trip -free, toggle type operating mechanisms with quick -make, quick -break action and positive handle trip indication. Construct breakers for mounting and operating in any physical position and in an ambient temperature of 40 deg. C. Provide breakers with mechanical screw type removable connector lugs, AL/CU rated. 24.4.3. Provide circuit breakers designed for commercial, industrial and service entrance applications to protect and switch feeder and branch circuits. Provide quick -make "de -ion" switching mechanism. Provide external operating handle with provision for pad -locking. 24.4.4. Provide "twinned" units wherever possible. 24.4.5. Provide with combination cardholder and nameplate. 24.5. Trim: 24.5.1. Panelboard switching devices shall be provided with individual dead front doors. Panelboard trim clamps shall be of the indicating type. 24.5.2. The panelboard front shall provide door -and -door construction consisting of hinged inner dead - front shield and a formed door over the entire panelboard. The front shall be tamper resistant and shall not be removable with the door locked. 24.5.3. All exterior and interior steel surfaces of the trim shall be properly cleaned, primed with a rust inhibiting phosphatized coating, and finished with a gray ANSI 61 paint. After installation, trim clamps shall not be accessible when the panel door is closed and locked.] 24.6. Conductors: 24.6.1. All main bus bars shall be copper, sized in accordance with UL standards to limit the temperature rise on any current carrying part to a maximum of 50 deg. C above an ambient temperature of 40 deg. C maximum. 24.7. Distribution Panelboards: 24.7.1. Panels where shown for use at 240 volts maximum shall be UL listed with integrated assembly rating of 22K A.I.C. and shall be Square D Type I -Line or approved equal. 25. MULTI -SECTION SWITCHGEAR: 25.1. General: Provide pad -mounted, service -entrance switchgear, enclosures and ancillary components, of types, sizes, and ratings indicated Switchgear shall comply with manufacturer's standard materials, design and construction in accordance with published product information; equip with number of unit devices as required for complete installation. f 25.2. Interiors:[ 25.2.1. All interiors shall be completely factory assembled. They shall be so designed that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors, so that circuits may be changed without machining, drilling or tapping. l 25.2.2. A nameplate shall be provided listing panel type and ratings. ' 25.2.3. Unless otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for panels ' with single pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. A ground 4 bus will be included in all panels.] 25.3. Enclosure: 25.3.1. Provide with steel framework which will permit floor or pad -mounting. Provide base channels which shall support the entire switchgear. Provide deadfront style switchboards. Provide minimum gutter space in accordance with National Electric Code. 25.3.2. Provide NEMA 3R enclosure. 25.4. Switching Devices: s 25.4.1. Provide fusible switches designed for commercial, industrial and service entrance applications to protect and switch feeder and branch circuits. Provide quick -make "de -ion" switching mechanism. Provide external operating handle with provision for pad -locking. 62' 25.4.2. Provide "twinned" units wherever possible. 25.4.3. Provide with combination cardholder and nameplate. 25.5. Ground Fault Sensing and Shutdown: Provide with factory -installed ground fault sensing device and associated shunt trip of main switch. 25.6. Trim: 25.6.1. Panelboard switching devices shall be provided with individual dead front doors. Panelboard trim clamps shall be of the indicating type. — 25.6.2. The panelboard front shall provide door -and -door construction consisting of hinged inner dead - front shield and a formed door over the entire panelboard. The front shall be tamper resistant and shall not be removable with the door locked. 25.6.3. All exterior and interior steel surfaces of the trim shall be properly cleaned, primed with a rust inhibiting phosphatized coating, and finished with a gray ANSI 61 paint. After installation, trim clamps shall not be accessible when the panel door is closed and locked.] 25.7. Conductors: 25.7.1. All main bus bars shall be copper, sized in accordance with UL standards to limit the temperature rise on any current carrying part to a maximum of 50 deg. C above an ambient temperature of 40 deg. C maximum. 25.8. Switchgear: 25.8.1. Panels where shown for use at 240 volts maximum shall be UL listed with integrated assembly rating of 22K A.I.C. and shall be Square D Type QED switchboard with main switch section and QMB l distribution section, or approved equal. 26. OVERCURRENT PROTECTIVE DEVICES: 26.1. Molded -Case Circuit Breakers: 26.1.1. General: Except as otherwise indicated, provide circuit breakers and ancillary components, of types, sizes, ratings and electrical characteristics indicated, which comply with manufacturer's standard design, materials, components, and construction in accordance with published product information, and as required for a complete installation. 26.1.2. Provide factory -assembled, molded -case circuit breakers ampere ratings as specified, 250-volts, 60 HZ. Provide breakers with permanent thermal and instantaneous magnetic trips in each pole. Construct with overcenter, trip -free, toggle type operating mechanisms with quick -make, quick -break action and positive handle trip indication. Construct breakers for mounting and operating in any physical position and in an ambient temperature of 40 deg. C. Provide breakers with mechanical screw type removable connector lugs, AUCU rated.} 26.2. Fuses: 26.2.1. General: Except as otherwise indicated, provide fuses of types, sizes, ratings, and average time/current and peak let -through current characteristics indicated, which comply with manufacturer's standard design, material, and construction in accordance with published product information, and with industry standards and configurations. 26.2.2. Class RK1 and Class J Current -Limiting Fuses: Provide UL Class RI and Class J current -limiting fuses rated 250 V, 60 Hz, 200 amperes, with 200,000 RMS symmetrical interrupting current rating. 27. SERVICE ENTRANCE EQUIPMENT: 27.1. General: Provide service -entrance equipment and accessories; of types, sizes, ratings and electrical characteristics indicated, which comply with manufacturer's standard materials, design and construction in accordance with published product information, and as required for a complete installation; and as herein specified. 27.2. Switches: Provide heavy-duty safety switches with NEMA type 3R enclosures safety switches complying with Division-16 section "Motor and Circuit Disconnects". 27.3. Raceways: Provide rigid steel conduit and fittings complying with Division-16 Basic Materials and Methods section "Raceways". 28. GROUNDING SYSTEMS: 63 28.L General: Provide each electrical grounding system indicated, with assembly of materials including, but not necessarily limited to, cablestwires, connectors, terminals (solderless legs), grounding rods/electrodes and plate needed for complete installation. 28.2. Provide electrical grounding conductors for grounding connections matching power supply wiring materials and sized according to NEC. 28.3. Ground Plates: Provide high strength, high conductivity cast copper alloy body with wrought copper compression element. Provide with 2- or 4- tapped NEMA sized holes, U1467 listed, prefilled with Penetrox compound. Provide with additional threaded connection on underside of plate for positioning in slab. Provide Bumdy Type YGF or approved equal. 28.4. Structural Steel Grounding Connector: Provide low carbon steel body with pur copper plated finish, Bumdy GSTUD-Hy or approved equal. 28.5. Heavy Duty Compression Terminal: Provide UL467 listed heavy duty compression terminal. Provide prefilled with Penetrox compound and strip sealed. Provide Burndy Hylug or approved equal. 28.6. Ground Rod Tap Connectors: Provide ULA67 listed, prefilled with Penetrox compound, Bumdy YGHR- C or approved equal. 28.7. Ground Rods: Steel with copper welded exterior, 3/4" dia. x 10'. PART 3 - EXECUTION 29. INSTALLATION OF PANELBOARDS: 29.1. General: Install panelboards and enclosures where indicated in accordance with Manufacturer's written instructions, applicable requirements of NEC and NECA's "Standard of Installation", and in compliance with recognized industry practices to ensure that products fulfill requirements. 29.2. Coordinate installation of panelboards and enclosures with cable and raceway installation work. 29.3. Anchor enclosures firmly to walls and structural surfaces, ensuring that they are permanently and mechanically secure. 29.4. Provide electrical connections within enclosures. 29.5. Fill out panelboards' circuit directory cards upori completion of installation work. Only type -written circuit directories will be accepted. 29.6. Connect circuitry within panelboard in the same order as shown on the panel schedule. 30. INSTALLATION OF SERVICE —ENTRANCE EQUIPMENT: ! 30.1. Install service -entrance equipment as indicated, in accordance with equipment manufacturer's written instructions, and with recognized industry practices, to ensure that service -entrance equipment fulfills requirements. Comply with applicable installation requirements of NEC and NEMA standards. 30.2. Coordinate with other electrical work, including utility company wiring, as necessary to interface installation of service -entrance equipment work with other work. 31. INSTALLATION OF OVERCURRENT PROTECTIVE DEVICES: 31.1. Install overcurrent protective devices as indicated, in accordance with the manufacturer's written instructions and with recognized industry practices to ensure that protective devices comply with requirements. Comply with NEC and NEMA standards for installation of overcurrent protective devices. 31.2. Coordinate with other work, including electrical wiring work, as necessary to interface installation of overcurrent protective devices with other work. 31.3. Fasten circuit breakers without mechanical stresses, twisting or misalignment being exerted by clamps, supports, or cabling. 32. GROUNDING SYSTEM INSTALLATION: 32.1. Install electrical grounding systems in accordance with manufacturer's written instructions and with , recognized industry practices. Comply with requirements of NEC, NECA and NEMA standards for j installation of grounding and ground -fault protection systems and devices. t 32.2. Install clamp -on connectors only on thoroughly cleaned metal contact surfaces, to ensure electrical conductivity and circuit integrity. 32.3. Grounding Plate: Position grounding plate (where required) flush in floor -slab, coordinate location with Architect and Engineer prior to installing. Connect to grounding cable or reinforcing steel in accordance with manufacturer's recommendations. Use only factory -supplied crimping device to ensure correct crimp. ( I� 64 t� I I ` Provide ground electrode conductor from service entrance to grounding plate and attach using heavy duty compression terminal. 32.4. Structural Steel Grounding Connector: Attach to steel surface by welding. Coordinate location with Architect and Engineer prior to installation. Provide ground electrode conductor from service entrance to grounding connector and attach using ground rod tap connector. Use only factory -supplied crimping device to ensure correct crimp. 32.5. Notify Engineer of grounding device installation no less than forty-eight hours prior to concrete pour, so that installation may be inspected. 32.6. Fasten ground -fault sensing devices without mechanical stresses, twisting or misalignment being exerted by clamps, supports, bus bars or cables. 32.7. Upon completion of installation of ground -fault protection devices and after electrical circuitry has been energized, demonstrate capability and compliance with requirements. Where possible, correct malfunctioning units at site, then retest to demonstrate compliance; otherwise, remove and replace with new units, and proceed with retesting. 32.8. Upon completion of installation of electrical grounding system, test ground resistance with ground resistance tester. Where tests show resistance -to -ground is over 20 ohms, take appropriate action to reduce resistance to 20 ohms or less by driving additional ground rods and/or by chemically treating soil encircling j: ground rods with sodium chloride, calcium chloride, copper sulphate, or magnesium. Then retest to demonstrate compliance. END OF SECTION 16160 65 SECTION 16610 TRANSFER SWITCHES` PART 1- GENERAL 1.1 REFERENCED DOCUMENTS A. Comply with Division 1 - General Requirements and Related Documents. B. Comply with all other Division 16 sections as applicable. C. Refer to other Divisions for coordination of work with other portions of work. 1.2 DESCRIPTION A. Work Included: Provide the transfer switches as indicated on the drawings. Three 1 or four pole and with voltage and continuous current ratings shall be as needed to comply with the system served. B. The complete transfer switch assembly shall be factory tested to ensure proper operation and compliance with the specification requirements. 1 1 1.3 QUALITY ASSURANCE A. All equipment supplied and installed shall meet the requirements of the National Electrical Code and all applicable local codes and regulations. B. All equipment supplied shall be Underwriter's Laboratories, Inc. listed and so labeled. Any equipment which is not so listed shall be provided with a listing acceptable to the Authority Having Jurisdiction or provided with independent agency testing and certification acceptable to the Authority Having Jurisdiction. 1.4 REFERENCED STANDARDS A. The manual transfer switches and controls shall confirm to the requirements of- t. UL 1008 - Standard for Transfer Switch Equipment. 2. - NFPA 70 - National Electrical Code. 3. NFPA 110 - Emergency and Standby Power Systems. 4. IEEE Standard 446 - IEEE Recommended Practice for Emergency and Standby Power Systems for Commercial and Industries Applications. 5. UL 508 Industrial Control Equipment. 6. CSA C22.2 No. 178 Certification. 1.5 SUBMITTALS A. Manufacturer's Data: Submit copies of the manufacturer's literature, completely describing the transfer switch and controls. B. Shop Drawings: Submit copies of shop drawings completely describing transfer 66- i L.....i switch dimensions and wiring diagrams. 1.6 PRODUCT HANDLING A. The transfer switch assembly shall be delivered to the project on the manufacturer=s shipping pallet and enclosed in a dust and moisture proof [ enclosure. B. Maintain the manufacturer=s protective enclosure until the installation location is weather resistant, clean, and dust free. 1.7 MANUFACTURER ' A. The equipment shall be provided by a manufacturer who has produced this type of equipment and capacity for a period of ten years and who maintains a service organization twenty four hours a day throughout the year. CAL, B. The equipment shall be provided by provided by a manufacturer who is ISO 9001 certified for the design, development, production and service of its complete product line. C. Acceptable manufacturers include: r 1. Kohler Power Systems. 2. Cummins Power Generation Inc. 3. Russelectric. 4. Automatic Switch Company. 2 1.8 PARTS AND SERVICE QUALIFICATIONS A. Service Facility: 1. The manufacturer shall maintain a Parts and Service Center available twenty-four hours a day throughout the year within 50 miles of the project location. The center shall stock parts as required to support the equipment provided under this specification, with sufficient inventory to supply no less than 80% of parts within 24 hours and 95% of parts withing 48 hours. B. Service Personnel: 1. The manufacturer shall maintain a local service organization that is factory trained and certified in the service of the equipment provided under this specification. The service organization shall be on call twenty-four hours a day throughout the year and shall commit to having qualified personnel on site within six hours notice at any time. A. One year Warranty. 1. The manufacturer=s standard warranty shall in no event be for a period of less than one (1) years from the date of final acceptance of the system and shall include repair parts, labor, reasonable travel expense necessary for repairs at the job site. 67 PART2-PRODUCTS 2.1 CONSTRUCTION AND PERFORMANCE A. Manual (Static) Transfer Switch: 1. The transfer switch shall be manually operated and mechanically held with double throw construction. 2. The switch shall be positively locked and unaffected by momentary outages, so that contact pressure is maintained at a constant value and contact temperature rise is minimized for maximum reliability and operating life. 3. All main contacts shall be silver composition. Switches rated 600 amperes and above shall have segmented, blow -on construction for high withstand and close -on capability and be protected by separate arcing contacts. 4. Inspection of all contacts shall be possible from the front of the switch without disassembly of operating linkages and without disconnection of power conductors. Switches rated 600 amps and higher shall have front removable and replaceable contacts. All stationary and moveable contacts shall be replaceable without removing power conductors and/or bus bars. 5. Designs utilizing component of molded -case circuit breakers, contactors, or parts thereof, which are not intended for continuous duty, repetitive switching or transfer between two active power sources, are not acceptable. 6. Where neutral conductors are to be solidly connected, a neutral conductor plate with fully rated AL-CU pressure connectors shall be provided. 68 i 7. Where neutral conductors are connected to a fourth pole switched neutral, contacts f,, a shall overlap for continuous connection to the grounded circuit conductor. 2.2 ENCLOSURE A. The Transfer Switch shall be furnished in a NEMA 4x Stainless Steel enclosure. B. All standard door mounted switches and indicating lamps shall be integrated into a flush - mounted, interface membrane or equivalent in the enclosure door. The panel shall be capable of having manual locking feature to allow the user to lockout all membrane mounted control switches to prevent unauthorized tampering. The cover shall be mounted with hinges and have a latch that may be padlocked. 2.3 CONTROLLER DISPLAY AND KEYPAD A. An LCD display and keypad shall be an integral part of the controller for viewing all available data and setting desired operational parameters. Operational parameters shall also be available for viewing and limited control through the communications interface port. The following parameters shall only be adjustable via a password protected programming on the controller (dip switches shall not be acceptable): 1. - Nominal line voltage and frequency. 2. Single or three phase sensing. 3. Operating parameter protection. 4. All instructions and controller settings shall be easily accessible, readable and accomplished without the use of codes, calculations, or instruction manuals. 2.4 VOLTAGE, FREQUENCY AND PHASE ROTATION SENSING A. Voltage (all phases) and frequency on both the normal and emergency sources shall be continuously monitored B. Repetitive accuracy of all settings shall be within + 0.5% over an operating temperature range of -20 Deg.F. to 70 Deg.C. C. An adjustable dropout time for transient voltage and frequency excursions shall be provided. The time delays shall be 0.1 to 9.9 seconds for voltage and .1 to 15 seconds for frequency. D. Voltage and frequency settings shall be field adjustable in 1% increments wither locally with the display and keypad or remotely via the communications interface port. E. The controller shall be capable of sensing the phase rotation of both the normal and emergency sources. The source shall be considered unacceptable if the phase rotation is not the preferred rotation selected (ABS or BAC). Unacceptable phase rotation shall be indicated on the LCD; the service required LED and the annunciation through communication protocol and dry contacts. In addition, the phase rotation sensing shall be capable of being defeated, if required. F. The controller shall be capable of detecting a single phasing condition of a source, even though a voltage may be regenerated by the load. This condition shall be considered a failed source. f ; G. Source status screens shall be provided for both normal & emergency to provide digital 1 readout of voltage on all 3 phases (phase to phase and phase to neutral), frequency, and phase rotation. PART 3 - EXECUTION 3.1 APPROVAL A. As a precondition for approval, the manufacturer of the transfer switches shall verify that the complete transfer switch assembly is listed by Underwriters Laboratories, Inc., standard UL-1008, for use on emergency systems, Nema standard ICS-2-447, and conform to the requirements of NFPA 70 and NFPA 110. B. The transfer switch withstand and closing values must be at least equal to the interrupting rating of the circuit breaker and/or fuse that is specified to protect the circuit. C. When coordinated with circuit breakers, the automatic transfer switch shall have the following short circuit withstand capability: 50,000 RMS amperes symmetrical. During the withstand there shall be no contact welding or damage. The tests shall be performed on identical samples without the use of current limiting fuses. Oscillograph traces across the ' main contacts shall verify that contact separation has not occurred. Test procedures shall be in accordance with UL-1008 and testing shall be certified by Underwriters Laboratories or any nationally recognized independent testing laboratory. D. When conducting temperature rise tests to UL-1008, the manufacturer shall include post -endurance temperature rise tests to verify the ability of the transfer switch to carry full rated current after completing the overload and endurance tests. 3.2 START UP AND TESTING A. Provide the services of the manufacturer's factory trained service personnel on site as required during startup and testing of the manual transfer switch to perform: 1. Verification of Contractor's installation and connection of field wiring. 3.3 OPERATION AND MAINTENANCE MANUALS A. Provide two hard copies and two compact disk copies to the Owner of all required operation and maintenance data. B. Operation and Maintenance Manuals shall include: 1. Approval submittal documents. 2. Complete instructions on the transfer switch including: a. Operation sequence b. Control panel operations c. Periodic maintenance requirement d. Preventative maintenance requirements 3. Final as -built wiring interconnect diagrams. END OF SECTION APPENDIX I PAGE INTENTIONALLY LEFT BLANK Water Specifications SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.1 General 5.1.01 All water main construction within the City of Lubbock water system or for future connections to the City of Lubbock water system shall be accomplished in accordance with the requirements of these specifications. 5.2 Plan Requirements 5.2.01 Water main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 5.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Water Distribution and shall show all information called for on the City of Lubbock Check List for Water Distribution Construction Plans. 5.3 Plan Approval 5.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 5.4 Inspection 5.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours prior to the planned construction is to commence and also before starting up when construction is interrupted for any reason. 5.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 5.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, �- by written notice, may order that portion of construction in violation of these specifications i or other approved plans, specifications and material to cease until such violation is corrected. 5.5 Specifications 5.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. �- 5.6 Materials of Construction 5.6.01 Water Pipe A. All pipe used in the City of Lubbock water distribution system shall be Cement -lined Ductile Iron, C900 PVC, C905 PVC, High Density Polyethylene (HDPE), C301 Prestressed -Concrete Water Specifications Steel Cylinder Pressure Pipe or C303 Concrete Bar -wrapped Steel Cylinder Pressure Pipe and shall conform to the Approved Materials List. B. The following are approved materials for water main construction: I. Cement -lined Ductile Iron Pipe a. Ductile iron pipe shall conform to AWWA C150 — ANSI A21.50 and AWWA C151 — ANSI A21.51. b. All ductile iron pipe shall be cement lined in accordance with AWWA C104 - ANSI A21.4 specifications. The external surface shall be coated with an asphalt base paint. c. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. d. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. e. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C111 - ANSI A21.11 or its latest revision. f. Flanged joints shall conform to AWWA C115 — ANSI A21.15 ii. PVC Pipe a. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C900 or C905 specifications and shall be minimum DR-18. b. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming to the above specification. c. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. d. Water pipe shall be blue. iii. Concrete Cylinder Pipe a. Pre -stressed Concrete Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C301. b. Concrete Bar -wrapped Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C303. c. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi longitudinally and helically. d. The joints of the pre -tensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303. e. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pre -tensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to ASTM C150 and C77. (2) Sand for the mortar shall conform to ASTM C33 for fine aggregate. f. The exterior joints on pre -tensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be 9 inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. iv. High Density Polyethylene (HDPE) a. The pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of the latest revision of AWWA C906, PE 3408, Minimum DR11, Pressure Class 160. b. Use of HDPE pipe must be preapproved by the Chief Water Utilities Engineer in writing prior to installation. 26 Water Specifications 5.6.02 Service Saddles A. Service Connections I. Service connections shall be made through an approved service saddle. a. Service saddles shall be manufactured to conform to ASTM A240 Type 304 stainless steel. b. Service saddles shall be 4-bolt, double band type. c. Service saddle shall be fusion bonded epoxy or nylon coated. d. Service saddle shall have flared copper fitting connection. 5.6.03 Tapping Sleeves A. 4-inch through 12-inch Main Line Connection L Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. ii. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. iii. Bolts and hex nuts shall be stainless steel. B. 16-inch through 24-inch Main Line Connection I. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. ii. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation A36 or A285, Grade C. iii. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D. a. Flanges shall be machined to a flat face with finish of 250 micro -inches or machined to a flat surface with a serrated finished in accordance with AWWA Standard C-207, "Steel Pipe Flanges." b. Machined face shall be recessed for tapping valves in accordance with the MSS Standard SP-60. iv. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. v. Bolts and hex nuts shall be stainless steel. C. Testing Outlet I. A 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4-inch square head pipe plug. D. Painting I. All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with a rust preventive compound. III. Bolts and nuts shall be shipped bare, no paint or protective coating. 27 i Water Specifications 5.6.04 Ductile Iron Fittings A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket for the type of pipe used. B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint. C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision. 5.6.05 Double Disc Gate Valves A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. I. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C500 standards. 5.6.06 Resilient Seat Gate Valves A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. I. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C509 standards. 5.6.07 Butterfly Valves A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long body lengths. I. Butterfly valves shall be installed in a concrete valve vault and shall be equipped with a hand wheel, a 2-inch square operating nut, a locking device and a position indicator. ii. Valve shall open by turning to the left (counter -clockwise). iii. Valves shall be designed for positive stop in the closed position. iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. v. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B. B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Water Utilities Engineering Department. 5.6.08 Pressure Regulating Valves A. The function of a pressure regulating valve is to reduce an existing high pressure to a pre - adjusted lower downstream pressure for varying rates of flow without causing shock or water hammer on the system. I. The pressure reducing valve shall be hydraulically operated with a free floating guided -{ piston having a seat diameter equal to the size of the valve. ii. A pilot valve for controlling operation of the main valve shall be a single seated, diaphragm operated and spring loaded type. 28 Water Specifications ill. Pilot valve shall be attached to the main valve with piping and isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is under pressure. iv. Needle valve shall be all bronze and included with the main valve to control the speed of piston travel. v. An indicator rod shall be furnished as an integral part of the valve to show the position of the piston within the valve body. A. The valve shall be designed to provide an access opening in the valve body for removing the piston and other internal parts without removing the main valve body from the line. B. The valve shall be fully bronze -mounted and all packing shall have either leather or rubber seals to provide tight closure and prevent metal to metal friction. I. Valves shall be ductile iron body. ii. Bronze casting or parts for internal trim shall conform to ASTM B62. C. All valves shall be furnished with flanged ends sized and drilled in accordance with ANSI B16.1, Class 125. I. Ranges and covers shall conform to ASTM A126, Class B. ii. Flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA C207. D. Maximum operating pressure shall be 150 psi. E. Body of the pressure reducing valve shall be given a hydrostatic test of 50% more than the operating pressure specified herein. A second test of check seating of the cylinder shall be made at the operating pressure. F. All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting. I. Ductile iron surfaces, except the machined face of the flange, shall be evenly coated with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with Federal Specification TT-V-51e. ii. The face of flanges shall be shop coated with a rust preventive compound. G. Pressure regulating valves shall be installed in an approved concrete valve vault. 5.6.09 2-inch Combination Air and Vacuum Release Valves is A. The function of a combination air and vacuum release valve is to allow air to escape during pipeline filling and to enter during drainage of the pipeline. Valve shall close water tight when liquid enters the valve. The valve shall also release small pockets of trapped air after the pipeline is filled and under pressure. I. Combination air and vacuum release valves shall be shop assembled and shipped as a complete unit ready for field installation. ii. The combination air valve shall be the single body type. ill. The valve body and cover shall be designed to operate under a maximum working pressure of 150 psi. ( iv. Material shall be one of the following: a. Valve body (1) Cast Iron - ASTM A48-CIass 35 (2) Cast Steel - ASTM A27 GR U60-30 (3) Ductile Iron - ASTM A536 GR 65-45-12 (4) Bosses for tapping pipe threads shall be cast integrally with each valve body and coven 29 { Water Specifications b. Float shall be stainless steel. c. All other internal parts shall be fabricated from bronze. d. Valve seat shall be fabricated from oil resistant synthetic rubber. v. The diameter of the large orifice of the combination air valve shall be 2 Inches and the small orifice diameter shall be 3/32 inch. vi. Inlet shall be 2 inches in diameter with tapered iron pipe thread conforming to AWWA C800. B. Guard Valve and Connecting Pipe I. Guard valve to be used with air valve shall be bronze ball valve with female iron pipe thread ends. it. Connections between the air valve and the guard valve shall be made using brass nipples with tapered iron pipe threads conforming to AWWA Standard C-800, C. The maximum operating pressure shall be 150 psi. D. Each shop assembled valve shall be given a hydrostatic test of 2 times the rated operating pressure. During the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. E. All surfaces of the valve shall be clean, dry and free from grease before painting. Exterior and interior surfaces except the stainless steel trim and the seating surface of the flange face shall be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal Specification TT-V51 C or Military Specification C-450-C, Type II. 5.6.10 Swing Check Valves A. Swing check valves shall be manufactured in accordance with AWWA Standard C508, "Swing - Check Valves for Ordinary Waterworks Service", with the following additional requirements or exceptions. B. All valves shall be iron body, fully bronze -mounted, metal to metal seating with a swing -type disc. i. Valves installed in vaults shall be in a horizontal position with exterior lever and adjustable spring or weight operation. it. Valves which are buried shall be installed in a horizontal position and shall be gravity operated with no external levers or weights. C. The operating pressure for all sizes shall be 150 psi. D. Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's standard, either fabricated from a low -alloy steel for corrosion resistance or electroplated with zinc or cadmium. 1. The hot -dip process in accordance with ASTM A135 is not acceptable for the threaded portions of the bolts and nuts. E. Flat gasket, either ring type or full faced type, required at the body and cap connection, shall be fabricated from compressed asbestos sheet with a rubber compound binder. i. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable. F. All check valves shall be furnished with flanged ends. The size and drilling shall be in accordance with ANSI B16.1 Class 125; flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C207. G. All surfaces of the valve shall be clean, dry,and free from grease before painting. 30 1 Water Specifications I. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT V-51e. U. Flange faces shall be shop coated with a rust preventive compound. 5.6.11 Blowoffs A. Temporary or permanent blowoffs may be fabricated from 2-inch pipe with a 2-inch gate valve. B. Valve to be iron bodied bronze mounted with 2-inch square operating nut complete with valve box. C. Valve and valve box shall be as specified in the Approved Materials List. 5.6.12 Fire Hydrants A. Fire hydrants shall be standard AWWA C502 hydrants, iron body, bronze mounted throughout .including drain seat ring, and shall be designed for a working pressure of 150 psi. B. Fire hydrants shall be the traffic model type and shall have a 5-1/4 inch valve opening, two 2- 1/2 inch hose nozzles and one 4-inch steamer nozzle, with 4 threads per inch and a crest to crest dimension of 4.995 inches. C. Hydrants shall be for 6-inch mechanical joint connection and shall be 4-1/2 foot bury unless otherwise shown on plans. D. When required, fire hydrant extension sections shall be used such that the fire hydrant is positioned at the appropriate elevation. E. Operating nuts shall be 1-1/2 inch pentagons measured to a point. F. Hydrants shall be painted orange. G. Fire hydrants that are not yet in service or have been taken out of service shall be covered completely and securely with black plastic wrap or bags. H. Hydrants shall meet the requirements as detailed in the Approved Materials List. 5.6.13 Valve Boxes, Vaults, Frames and Covers A. Valve boxes for 12-inch or smaller valves shall be as specified in the Approved Materials List. I. The boxes shall be designed to fit over a section of 6-inch PVC pipe which will be used as an extension from the top of the valve. ii. Top of valve box shall be set flush with surrounding finished grade. lit. Valve boxes set in HMAC or brick pavement shall have a 2-foot square by 6-inch thick reinforced concrete collar. iv. Valve box shall be heavy cast iron. v. Valve box shall have a heavy cast iron cover marked "Water Valve". vi. Valve box shall have a flange type base approximately 2 inches larger in diameter than the outside diameter of the barrel of the box. B. Valve vaults for butterfly valves and gate valves 16-inches and larger shall be poured concrete or pre -cast construction. I. Valve vaults shall be constructed with the dimensions as called for on the plans or as approved by the Chief Water Utilities Engineer. ii. Valve vault cover opening shall be centered over operating nut. 31 J Water Specifications i C. Manhole frames and covers shall be of good quality gray iron casting of a pattern similar to that shown on the plans and with a dear opening of not less than 30 inches. 1. Frame and cover shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. il. Cover shall be furnished with lifting ring cast into the cover in such manner as to prevent leaking through. Ill. The cover shall be marked "City of Lubbock Water". iv. Frame and cover shall be as specified in the Approved Materials List. 5.6.14 Boring Encasement Pipe A. Encasement pipe shall be smooth steel pipe conforming to the following: <16 inches 3 8 inch z16 inches 1 1 2 inch 5.6.15 Concrete A. Proportioning of the constituents of the concrete shall produce a dense and workable mixture and the designed mix shall be approved by the Engineer before any concrete is placed. I. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: I. Concrete for manhole bases, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, thrust blocking or fittings and other non -reinforced concrete shall contain not more than 9 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete aggregates shall consist of natural washed and screened sand, and washed and screened gravel or clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. I. Aggregates shall be well graded from coarse to fine and shall be free from Injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Water used In mixing concrete shall be clear, clean, free from oil, add or organic matter and free from injurious amounts of alkali, salts or other chemicals. F. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. G. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. 1. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. II. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. 32 Water Specifications H. Forms shall be of wood or metal and shall be of suffident strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. 1. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. Ill. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely dosed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been In place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. I. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). I. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 5.6.16 Bedding, Embedment and Back ill A. Water Pipe 12-inch diameter and smaller I. Bedding and embedment shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 1-inch diameter. ii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. B. Water Pipe 16-inch diameter and larger i. Bedding shall be select sand free from rocks, clods, roots or other debris larger than 1/2-inch. a. Select sand bedding shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. Ii. Embedment material shall be crushed stone with Irregular surfaces and comply with the following gradation requirements: 33 Water Specifications a. Embedment shall extend to 12 inches above top of pipe. ill. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. C. Compaction 1. Bedding, embedment and backfill shall be compacted to 95% Standard Proctor Density by approved mechanical means. a. Compaction shall be in maximum 6-inch compacted lifts. il. Water jetting will not be allowed. 5.6.17 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. 1. Utility ditches In existing paved streets shall be backfilled with flowable fill from the top of the embedment material to the paving surface, as specified in City of Lubbock Ordinance. ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their own expense. 5.7 Methods of Construction 5.7.01 Scope A. The work covered by this section consists of constructing water distribution mains and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and joining pipe; Installation of pipe, valves, valve boxes, and fittings; cradling, blocs . �y urn a'i �ch:,� age; bedding, embedment and backfilling; and other related work. 5.7.02 Quality Standards ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort AWWA C600 ANSI Installation of Ductile Iron Mains and Their Appurtenances Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C900 Fittings, 4-inch through 12-inch for Water Transmission and Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C905 I Fittings, 14-inch through 48-inch for Water Transmission and AWWA M23 Polyvinyl Chloride PVC Pipe Design and Installation ACPA Concrete Pipe Installation Manual (Published by American Concrete Pioe Association) 5.7.03 Materials A. The Contractor shall install water distribution pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. 34 c t Water Specifications B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 5.7.04 Storm Water Pollution Prevention Plan (SWPPP) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 5.7.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas L Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. iii. Asphalt Paving a. Asphalt surfaces shall be saw cut along each side of the trench ahead of the trenching machine and the paving and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. 11 iv. Concrete Paving ij a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by saw cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. IJ b. Concrete shall be saw cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of not less than 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. 35 - Water Specifications 5.7.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 5.7.07 Water for Construction A. The City will not furnish water at no charge for construction purposes. i. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. it. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. iii. The contractor must pay the current deposit for a fire hydrant meter. iv. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. v. The Contractor shall be responsible for reporting monthly water usage. B. Fire hydrants shall be .operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. C. City of Lubbock hydrant meters are provided with a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. It no case shall the Contractor remove the RPZ devise from the hydrant meter. D. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backfiow prevention device is installed. 5.7.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. A contractor shall not be allowed to disrupt water service without permission from the Water Utilities Engineering Department. 36 tl Water Specifications i. When a service disruption is planned, the Contractor shall notify the Water Utilities Engineering Department a minimum of 48 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise damaged because of carelessness on their part. 1. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 5.7.09 Excavation and Trenching A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches. B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches. L The Chief Water Utilities Engineer shall review instances where trench widths are required to be greater than the maximum allowable due to installation techniques or shoring. C. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. E. In order to obtain a true, even grade, the trench shall be fine -graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The t depth of the fine grading material shall not exceed 3 inches. ' _a ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material shall be compacted to 95% Standard Proctor Density.- iii. If the material being excavated is rock or other unyielding material, it shall be removed L to a depth of 3 inches below grade and replaced with approved bedding material to grade. F. All excavated material shall be placed in a manner that will not endanger the work or damage 111 existing structures. 5.7.10 Methods of Connection i A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. 37 L_ Water Specifications B. Service Taps i. All service taps on existing mains shall be installed by City personnel or a City - designated contractor. C. . Main Line Taps i. All taps on existing mains in service shall comply with current TCEQ requirements. ii. Persons installing mainline taps shall hold a Class "C" or higher TCEQ Water Operator's License. iii. A person holding a Class "D" TCEQ Water Operator's License may install main line taps only if they are in direct communication with a person holding a Class "C" or higher TCEQ Water Operator's License. iv. City Inspector must be present for any tap being installed on an existing main. D. Valve Operating Procedures i. Contractors shall not operate valves within the existing City of Lubbock water distribution system. ii. Operation of valves shall be done by authorized City of Lubbock personnel only. iii. Contractors shall arrange opening or closing of valves by notifying the Water Utilities Engineering Department at least 24-hours prior to needing a valve operated. 5.7.11 Pipe Installation A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the manner herein specified. B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective may be rejected. 1. If rejected, the Contractor shall remove and replace such defective material at their own expense. C. Pipe, fittings, valves, and other accessories shall be handled in accordance with manufacturer's specifications. L Before lowering into the trench the pipe, fittings, valves and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. b. Contractor shall remove and replace such defective material at their own expense. ii. All pipe, fittings, valves and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance shall pipe, valves, fittings, accessories or tools be dropped directly into the trench. D. All foreign matter shall be removed from the inside of the pipe, bells, spigots or parts of the pipe used in forming the joint before the pipe is lowered into the trench; L Pipe shall be kept clean by approved means during and after laying. ii. The open end of the pipe in the trench shall be plugged when pipe is not being laid. E. Pipe shall be laid to the alignment as established on the approved plans. 1. Where grade is being maintained as shown on the plans, the use of batter boards or b laser beam will be required to fine grade the trench. ii. Whenever 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 Water Specifications curves are required, the allowable angle of curvature shall be 80% of the manufacturer's maximum recommended curvature. iii. Deflection at each joint shall not exceed 80% of the manufacturer's maximum recommended deflection. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. I. Pipe shall be laid with bells facing in the direction of laying. a. For lines on appreciable slopes, the Engineer may specify the pipe to be installed with the bell ends facing up grade. ii. Bell, spigot and gasket of pipe to be laid shall be wiped clean prior to jointing. iii. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iv. Jointing shall be completed for all pipe laid each day. a. At the times when pipe laying is not in progress, the open ends of pipe shall be properly plugged and sealed to prevent contamination. b. No trench water shall be permitted to enter the pipe. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. 5.7.12 Trace wire for nonmetallic pipe installation A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. I. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation recommended for direct bury. ii. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. iii. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. iv. Trace wire shall be made accessible at water valve boxes, water meter boxes and fire hydrants. a. Trace wire shall not be placed inside valve box risers. b. Trace wire shall be installed such that no less than 6 inches but no more than 12 inches of wire remain accessible. 5.7.13 Detectable Marking Tape y A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. I. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "Caution: Buried Water Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 5.7.14 Setting Valves, Valve Boxes and Fittings =r A. Valves and fittings shall be set at the locations shown on the approved plans. B. Valves and fittings shall be adequately blocked for thrust with concrete or mechanically restrained. j 39 [ A Water Specifications L Refer to thrust blocking details or Appendix A — Restrained Joint Lengths. 5.7.15 Cradling, Blocking and Anchorage A. Contractor will be required to install concrete pipe cradle at all valve vaults and properly block or mechanically restrain all fittings including tees, bends and valves. B. Where concrete cradling or blocking is used, concrete shall conform to the concrete specifications. C. Before placing the concrete, all loose earth shall be removed from the trench. D. Concrete shall be placed in the trench by the use of chutes extending to within 3 feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe in such a manner as to not disturb the grade and alignment of the pipe. E. Blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on pipe and on the ground in each instance shall be that required by the Engineer. F. Blocking shall be placed so that the joints of all pipe and fittings are accessible for repair. G. Soil bearing value for thrust blocking shall be as recommended by the Engineer based on soil analysis of the site. In the absence of such recommendation, the allowable soil bearing value shall not exceed 2,500 pounds per square foot. 5.7.16 Backfilling A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street Ordinance. B. After the trench has been backfilled, the disturbed area shall be cleared of all rocks larger than 1-1/2 inches in diameter and leveled so that the surface will have the same slope and appearance as it possessed before construction. C. All surplus material shall be loaded and legally disposed of at the Contractor's expense at an approved location. D. Contractor shall compact backfill and clean up as close behind the pipe laying and backfilling as possible. E. Following completion of backfill and cleanup, the Contractor shall maintain the street and trench surfaces in a satisfactory manner until final acceptance of the work. i. Maintenance shall include blading, filling depressions caused by settlement, sprinkling to settle dust, brooming and other work required to keep the streets and disturbed areas in satisfactory condition as determined by the Chief Water Utilities Engineer. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as repairs can be completed. 5.8 Pneumatic Testing for Tapping Sleeves Section 5 5.8.01 Upon completion of tapping sleeve installation, the tapping sleeve shall be subjected to a pneumatic pressure test according to the most recent City of Lubbock requirements. 5.8.02 Pneumatic Pressure Test A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City Inspector. 1. Tapping sleeve shall be pressurized through 3/4-inch NPT port at a minimum test pressure of 50 psi. :N Water Specifications ii. Duration of the pressure test shall be a minimum of 10 minutes or as directed by the City Inspector. 5.9 Hydrostatic Pressure Testing 5.9.01 Upon completion of pipe installation, the line shall be subjected to a hydrostatic pressure test and leakage test according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. 5.9.02 Hydrostatic Pressure Test A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City Inspector. I. Minimum test pressure shall be 100 psi or 150% of static operating pressure, whichever is greater. ii. Duration of each pressure test shall be a minimum of 2 hours or as directed by the Chief Water Utilities Engineer. B. Hydrostatic Test Procedure I. Each valved section of pipe shall be slowly filled with water. ii. As the line is being filled, all air shall be expelled from the pipe. a. Taps shall be made, if necessary, at points of highest elevation. b. Taps shall be tightly plugged upon satisfactory completion of the test. III. Pressure shall be applied and maintained by means of a pump connected to the pipe in a manner satisfactory to the City Inspector. iv. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the Contractor. v. Contractor shall furnish all necessary labor for connecting the pump, meter, and gages. vi. Water for filling and making tests may be obtained at a location designated by the Water Utilities Engineering Department. a. No charge will be made for the first 2 pipe volumes of water. b. Contractor will be charged for water used in subsequent tests at the current rate of bulk usage. vii. The line shall be carefully checked at regular Intervals for breaks or leaks. All. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced at the Contractor's own expense. ix. The test shall be repeated until satisfactory results are obtained. C. Leakage Test I. For pipe of 12-inch diameter or smaller, no leakage or pressure drop shall be allowed over a two hour period at the test pressure. ii. For pipe 16-inch diameter or larger, the allowable leakage (gallons per hour) shall not be greater than: NDAP L =. 7400 L = Gallons per Hour I N = Number of Joints D = Nominal Pipe Diameter (in.) P = Test Pressure (PSI) Section 5 41 Lill E:. I Water Specifications iii. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. iv. If individual sections show leakage greater than the limits specified above, the Contractor shall locate and repair the defective portions at their own expense. 5.10 Sterilization and Bacteriological Testing 5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. A. Contractor shall furnish all labor, equipment and material necessary for the chlorination and testing of the new pipe lines which shall be sterilized before being placed into service. B. Sterilization Procedure i. Contractor shall verify that all valves adjacent to test section are closed. a. Valves shall be operated in accordance with the current City of Lubbock valve operating procedures. ii. Lines shall be sterilized by the application of an approved chlorinating agent. iii. Chlorinating agent may be liquid chlorine, liquid chlorine gas -water mixture, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution -feed device or other methods approved by the Chief Water Utilities Engineer. iv. Chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. v. Water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly. vi. Rate of application of the chlorinating agent shall be at least 50 parts per million. vii. Chlorinated water shall be retained in the pipe lines for a period of not less than 24 hours. C. Testing/Sampling Procedure I. The sampling riser shall be located at the farthest point possible from the chlorination point. a. The riser shall be above ground and equipped with a faucet for control of flow during sampling. ii. Samples shall be taken by City of Lubbock Inspectors from the line and will be tested for bacteriologic growth at a City of Lubbock certified laboratory. a. Samples will be taken twice in a 48 hour period not less than 24 hours apart. b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00 p. M. D. Chlorinated water used for sterilization shall be legally disposed of per current TCEQ or other applicable regulations. i. A temporary blow off may be required to achieve adequate flushing flow rates. ii. Under no circumstances shall chlorinated water used for sterilization be released directly into the storm drain system or a body of water. 5.11 Restoration and Clean 5.11.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems pipe or other structures or surfaces to Section 5 42 g ,3 Water Specifications s a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 5.11.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 5.11.03 Topsoil material shall be replaced to pre -construction conditions or better. 5.11.04 All rubbish, unused materials and other non-native materials shall be removed from the jobsite. 5.11.05 The right-of-way shall: be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. 5.12 Warranty and Acceptance 5.12.01 At the completion of all or designated portions of work under construction, an inspection shall be made to determine compliance with these specifications, approved plans and materials. A. Upon such determination, a Certificate of Acceptance of Utility Construction shall be issued to the Engineer. B. The Certificate of Acceptance of Utility Construction shall constitute the initiation of the warrantee period. C. The Developer shall warranty the accepted work to be free of defects in workmanship or material defects for a period of one year. 5.12.02 The determination of the necessity during the warranty period for the Contractor to repair or replace the work in whole or in part shall rest entirely with the Chief Water Utilities U_ �f Design Standards and Specifications ewer Specifications SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 General 6.1.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system or for future connections to the City of Lubbock sanitary sewerage system shall be accomplished in accordance with the requirements of these specifications. 6.2 Plan Requirements 6.2.01 Sanitary sewer main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 6.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall show all information. called for on the City of Lubbock Check List for Sanitary Sewer Construction Plans. 6.3 Plan Approval 6.3.01 Upon approval of plans, the Water Utilities Engineering Department shall issue plans stamped "Approved for Construction" to the Engineer. 6.4 Inspection 6.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 6.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 6.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 6.5 Specifications 6.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 6.6 Materials of Construction 6.6.01 Pipe for sanitary sewer main construction shall be Polyvinyl Chloride Pipe (PVC), PVC Corrugated Sewer Pipe with a Smooth Interior, High Density Polyethylene (HDPE), Ductile 44 Design Standards and Specifications Sewer Specifications Iron, Steel Reinforced Polymer Concrete or Polypropylene Corrugated Single Wall and Dual Wall Pipe and shall comply with the Approved Materials List. A. PVC Pipe - Gravity Flow I. Gravity flow PVC pipe and fittings shall conform to the requirements of ASTM F679 and D3034 for SDR 35 sewer pipe. ii. The pipe shall be jointed with an integral bell, bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. The length of joints shall be 20 feet * one inch. iv. Gravity flow PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. v. The minimum pipe stiffness factor shall be 46 psi. vi. Sewer pipe shall be green. B. PVC Pipe - Pressure Rated I. Pressure rated PVC pipe and fittings shall conform to the requirements of ASTM D2241 for SDR 26 sewer pipe. ii. The pipe shall be joined with an integral bell, bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Pressure rated PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iv. The length of joints shall be 20 feet t one inch. v. Pressure rated sewer pipe shall be green. C. PVC Pipe - Spiral Wound I. Spiral wound PVC pipe and fittings shall conform to the requirements of the latest revision of ASTM F794 for large diameter ribbed gravity sewer pipe. ii. Spiral wound PVC pipe shall be installed in accordance with the manufacture's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iii. The minimum pipe stiffness factor shall be 46 psi. D. High Density Polyethylene Pipe I. The pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of ASTM F894. ii. Rubber gaskets shall comply in all respects with the physical requirements specified in the non -pressure requirements of ASTM Specifications C443. iii. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations. E. Ductile Iron Pipe I. Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron Sewer Pipe. 45 Design Standards and Specifications Sewer Specifications a. Pipe and fittings shall have a 30-mil thickness epoxy lining on the interior. b. Pipe and fittings shall have an exterior coating of coal tar pitch conforming to requirements of Federal Specifications WW-P-421. II. Joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when otherwise shown on the plans and where connecting to flanged fittings, and shall conform to the base specifications to which the pipe Is manufactured. Ili. Fittings shall be AWWA Standard Class "D" bell and spigot type or an approved gasket joint for the particular type of pipe used and designed for the pressures of the pipe except as shown on the plans. F. Steel Reinforced Polymer Concrete Pipe I. Steel Reinforced Polymer Concrete Pipe and fittings shall conform to ASTM C76, D6783 and A615 and all other applicable standards. ii.. Steel Reinforced Polymer Concrete Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. G. Polypropylene Corrugated Dual Wall and Triple Wall Pipe I. Polypropylene Corrugated Dual Wall Pipe and fittings shall conform to ASTM F2736. ii. Polypropylene Corrugated Triple Wall Pipe and fittings shall conform to ASTM F2764. ill. Polypropylene Corrugated Dual Wall and Triple Wall Pipe shall be Installed In accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. 6.6.02 Pre -cast Reinforced Concrete Manholes A. Manhole barrel, cone, and extension sections shall be constructed of pre -cast concrete. I. Manhole products shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. ii. No grouting shall be applied to the edges or inside surfaces of manholes during the manufacturing process. Ili. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. B. Manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: C. Pre -cast Concrete Manhole Sections I. Pre -cast concrete manhole sections shall conform to ASTM C478 specifications. ii. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. iii. Aggregate shall be crushed limestone. Iv. Manholes shall be designed to withstand H-20 AASHTO loading. v. Manholes shall have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall of manhole. 46 Design Standards and Specifications Sewer Specifications D. Joints Other Than Grade Rings L Joints other than grade rings shall be tongue and groove or an equivalent male and female type joint. ii. Joints shall be effectively joined with water -tight sealant to prevent leakage and infiltration. Sealant shall comply with the Approved Materials List. E. Cones and Grade Rings L Cones and grade rings shall maintain a clear 30-inch opening. ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops and shall also meet ASTM C478 specifications. 6.6.03 Inflow Prevention Device (IPD) A. Manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. D. IPDs shall be equipped with ventilation valves or holes. i. Release of water through vent valves or holes shall not exceed 5 gallons per 24 hour period. ii. Vent valves or holes shall vent sewer gas at one p.s.i. or less. E. IPDs shall comply with the Approved Materials List. 6.6.04 Manhole Frames and Cover A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM Designation A48, having a clear opening of not less than 30 inches. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to prevent water leaking through. D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering "City of Lubbock, Texas Sanitary Sewer" and shall comply with the Approved Materials List. 6.6.05 Concrete A. Proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: i. Concrete for manholes, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. 47 Design Standards and Specifications Sewer Specifications ii. Concrete for pipe cradling, blocking of fittings, manhole inverts and other non - reinforced concrete shall contain not more than 9.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete to be used in manhole bases, sections, cones, grade rings and inverts shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete aggregates shall consist of natural washed and screened sand, and clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. L Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Sand to be used in cement mortar shall conform to ASTM C144 specifications. F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. H. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. f. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vil. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. J. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). 48 Design Standards and Specifications Sewer Specifications 1. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 6.6.06 Bedding, Embedment and Badcflll A. Sewer Pipe, All Diameters I. Bedding shall be select sand free from rocks, dods, roots or other debris larger than 1/2-inch. a. Select sand bedding shall be free from injurious amounts of day, dust, blow sand, callche or slag. it. Embedment material shall be crushed stone with Irregular surfaces and comply with the following gradation requirements: a. Embedment shall extend to 12 inches above top of pipe. iii. Backflll material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. i 6.6.07 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content j of 1-1/2 sacks per cubic yard. I. Utility ditches in existing paved streets shall be backfilled with flowable fill from the top of the embedment material to the paving surface as spedfled in the current City of Lobbock Streets Ordinance. II. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. I_ iii. Use of concrete in place of flowable fill is not acceptable, and if used in place of 1 flowable fill shall be removed by the Contractor at their own expense. 6.7 Methods of Construction 6.7.01 Scope A. The work covered by this section consists of constructing gravity flow sanitary sewers, manholes and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and jointing pipe; Installation of appurtenances; construction of pre -cast, pre -assembled or field assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or tops; installation of manhole rings, covers and grade rings; bedding, embedment and backfilling; and other related work. 49 Design Standards and Specifications Sewer Specifications 6.7.02 Quality Standards 6.7.03 Materials A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 6.7.04 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site-spedfic Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 6.7.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. Il. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. Ill. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas 1. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas I. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. ii. Wherever it is necessary to make cuts In existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. Ill. Asphalt Paving 50 Section 6 Design Standards and Specifications Sewer Specifications a. Asphalt surface shall be cut along each side of the trench ahead of the trenching machine and the surfacing and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 Inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. 6.7.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: I. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 6.7.07 Water for Construction A. The City will not furnish water at no charge for construction purposes. I. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. _ s ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. iii. The contractor must pay the current deposit for a fire hydrant meter. iv. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. 51 Design Standards and Specifications Sewer Specifications i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. 1. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 6.7.08 In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 6.7.09 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time, provided the Contractor obtains permission from the Water Utilities Engineering Department and from the owner of the premises being served by the utility. i I. When a customer outage is planned, Contractor shall notify effected customer a minimum of 24 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 52 Section 6 Design Standards and Specifications Sewer Specifications 6.7.10 Excavation and Trenching A. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: 4tru 12" Pi O.D. +12" Pipe O.D. +18" 15" thru D. +18" Pipe O.D. +24" B. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and bacifilling equipment. C. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. 1. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. D. In order to obtain a true, even grade, the trench shall be fine -graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. li. Where the trench is excavated in excess of 3 inches below grade, the material shall be compacted to 95% Standard Proctor Density or shall be replaced with approved bedding material. Ill. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. E. Excavation for manholes, structures and other appurtenances shall be sufficient to provide clearances adequate for proper backfill and compacting on all sides. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 6.7.11 Dewatering A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. B. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. C. Water shall be disposed of in accordance with current City of Lubbock Storm Water Engineering Department requirements and in a manner that does not inconvenience the public or result in a menace to public health. D. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. E. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 6.7.12 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps I. Service taps on newly constructed mains shall be installed by the utility contractor at the time of pipe Installation. Section 6 53 Design Standards and Specifications Sewer Specifications ii. Service taps on existing, in-service mains shall be installed by City personnel or a City - designated contractor. C. Main Line Connections 1. Connections on existing mains shall comply with current TCEQ requirements. ii. Connection to existing main shall be by a new manhole constructed on the existing main or connection to an existing manhole. p . ill. City Inspector must be present for any connection being installed on an existing main. 6.7.13 Pipe Installation A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Gravitysanity sewer pipe and other accessories shall be inspected, handled, laid and joined sanitary P P Pe ] in the manner herein specified. 1. Force mains shall be installed according to water pipe installation specifications and current TCEQ requirements. C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. 1. If rejected, the Contractor shall remove and replace such defective material at their own expense. D. Pipe and accessories shall be handled in accordance with manufacturer's specifications. L Before lowering into the trench, the pipe and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. ii. All pipe and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance shall pipe, accessories or tools be dropped directly into the trench. E. Pipe shall be laid to the alignment as established on the approved plans. i. Pipe shall be laid from lowest point to highest point. ii. Pipe shall be laid with spigots facing in the direction of flow. iii. Batter boards or laser beam will be required to fine grade the trench. iv. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts of the pipe used in forming the joint before the pipe is lowered into the trench; a. Pipe shall be kept clean by approved means during and after laying. b. At the times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means. v. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. i. Bell, spigot and gasket of pipe shall be wiped clean prior to joining. ii. Cutting of pipe for inserting accessories or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iii. If the pipe is disturbed from line and grade after being laid and jointed, the pipe shall be removed from trench, the joints cleaned and the pipe re-laid. Design Standards and Specifications Sewer Specifications iv. Jointing shall be completed for all pipe laid each day. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. A. No trench water shall be permitted to enter the pipe. H. The Water Utilities Engineering Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. i. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 6.7.14 Detectable Marking Tape A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled "Caution: Buried Sewer Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 6.7.15 Backfill around Pipe A. Bedding i. Bedding material shall be fine graded select sand material conforming to the Materials of Construction section of these Specifications and shall be a minimum of 3 inches thick. B. Embedment i. Embedment, including haunching under pipe and to a point 12 inches above the top of the pipe shall be carefully placed and shall be graded embedment material conforming to the Materials of Construction section of these Specifications. C. Compaction i. Bedding and embedment shall be compacted to 95% Standard Proctor Density by approved mechanical means. ii. Compaction shall be in maximum 6-inch compacted lifts. D. Backfill i. The remainder of the backfill shall conform to the current City of Lubbock Street Ordinance. ii. In unpaved streets and alleys or in agricultural or cultivated areas, backfill shall be compacted to a minimum of 90% Standard Proctor Density. iii. In paved streets, alleys or proposed paving, backfill shall be compacted to a minimum of 95% Standard Proctor Density. iv. Flowable fill may be substituted for compacted backfill. v. Special situations such as state highway or railroad crossings may be subject to more stringent requirements and shall be addressed on a case -by -case basis. A. Water jetting will not be allowed. E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the Design Standards and Specifications Sewer Specifications request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. if. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.7.16 Manhole Construction A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Manholes and other accessories shall be inspected, handled, and installed in the manner herein specified. C. Manhole components and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their own expense. D. Manhole Base I. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. if. Concrete shall be minimum 3,000 psi. ill. Concrete placement shall conform to ACI and good construction practices. iv. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. v. Field poured concrete bases shall be reinforced. vi. Pre -cast reinforced concrete bases shall be of the size and shape detailed on the Plans. E. Manhole Inverts i. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. if. Changes in direction of flow shall be made with a smooth curve of as large radius as the size of the manhole will permit. ill. Changes in size and grade of the channels shall be made gradually and evenly. iv. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. v. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot or more than two inches per foot. F. Manhole Barrels I. Manhole barrels shall be assembled of pre -cast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. H. Free drop inside the manhole shall not exceed 24 inches measured from the invert of the inlet pipe to the invert of the outlet pipe. a. Where the drop exceeds 24 inches, an approved drop manhole shall be required. ill. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets shall be cast into the riser or base section. b. Approved preformed flexible plastic sealing compounds are also acceptable, provided water tightness is achieved. G. Top or Cone Sections i. Cone shaped top sections shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. H. On shallow lines where standard cone sections will not conform to specified elevations, flat top sections may be considered with prior approval of the Chief Water Utilities Engineer. H. Grade Rings i. Grade rings shall be used for adjusting the top elevation. - a. Grade rings shall be set to the elevations shown on the Plans or established by the City's Inspector. b. Each manhole shall have a minimum of 6 inches of grade adjustment. c. Total height of the grade rings shall not exceed 18-inches at any manhole. d. Non -shrink grout shall be placed around and under the rings to provide a seal and properly seat the rings at the required elevation. I. Manhole Frame and Cover L Manhole frame and cover shall be set to the elevation shown on the plans. ii. Non -shrink grout shall be placed around! and under the frame to provide a seal and properly seat the frame at the required elevation. J. Inflow Prevention Device (IPD) i. Manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. H. IPDs shall be installed such that lifting strap is to the North. iii. IPDs shall comply with the Approved Materials List. K. Water Tightness i. Finished manholes are expected to be as watertight as the pipe system they are incorporated into. Infiltration or exfiltration shall not exceed the limits established in these specifications. ii. All connections between riser sections, bases and tops shall be seated with an approved preformed flexible plastic joint sealing compound. iii. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. iv. Grade of materials, quantity of materials and application temperatures shall conform to the manufacturer's recommendations. L. Protective Lining System i. When required for rehabilitation of an existing manhole, construction of a new 60-inch diameter manhole or construction of a manhole serving an 18-inch diameter or larger pipe, an approved protective lining or coating system shall be installed per manufacturer's instructions. Protective lining and coating systems shall conform to the Approved Materials List. M. Backfilling Around Manholes i. Backfilling around manholes shall conform to the requirements as specified for backfilling around pipe. ii. Embedment material shall be placed up to a point equal to that required for the adjacent pipe. N. Following the completion of the backfilling, the Contractor shall maintain the excavated surfaces in a satisfactory manner until final completion and acceptance of the work. Design Standards and Speciflcations Sewer Specifications a. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. b. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.7.17 Tees for Service Connections A. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility forces. B. Contractor shall place wyes and tees for service connections where required by the approved construction plans on new sewer mains. 1. Wyes and tees shall be of like material as the sewer pipe. C. Tee locations shall be marked with a piece of two-inch by four -inch lumber extended from the end of the pipe to above ground level with the above -ground portion painted green. D. Service lines shall be installed to 2 feet Inside adjacent property line. I. Watertight plugs shall be installed in each branch pipe or stub. 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes 6.8.01 Scope A. The work covered by this section consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers and manholes and other appurtenances normally installed as part of this system. The work may include inspection, cleaning, leakage testing, deflection testing and television inspection of the interior of the flnished sewer system. 6.8.02 Quality Standards A. The latest published revision of: ASTM C969 Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C828 Low Pressure Air Test of Sewer Lines UNI B 6 Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe ASTM C1214 Standard Test Method for Concrete Pipe Sewer Lines by Negative Air Pressure (Vacuum) Test Method ASTM C1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backflll 6.8.03 Materials A. Water used for exfiltration tests shall be potable or as otherwise approved by the City Inspector. B. Equipment for tests shall be of the type, quality and capacity to perform the operations required and shall be furnished by the Contractor. C. All labor and materials, including water, shall be furnished at the Contractor's expense. Design Standards and Specifications Sewer Specifications 6.8.04 Inspection A. City Inspector shall inspect and approve all work accomplished. i. Testing shall be performed at the discretion of the City Inspector. B. It shall be the responsibility of the Contractor to coordinate inspection and testing with the Water Utilities Engineering Department. 6.8.05 Cleaning A. Contractor shall remove all foreign matter from the interior of the system prior to testing any section of sewer pipe. i. Chunks of concrete, mortar or other debris including dirt, small gravel, and grit shall be removed from the interior of the newly installed system. ii. Flushing debris into the downstream system shall not be allowed. B. Watertight plugs or other methods approved by the City Inspector shall be used to prevent dirt or debris from entering the system. C. After cleaning manholes, manhole cover shall be positioned to prevent dirt or debris from entering the system. Other means of preventing intrusion of dirt or debris may be employed if approved by the City Inspector. 6.8.06 Pipe Testing A. Contractor shall have the option of conducting a hydrostatic exfiltration test or a low-pressure air test. An infiltration test may also be required if the pipeline is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Exfiltration Test i. The sewer line being tested may be filled with water for a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. ii. Each section of the pipeline shall be tested between successive manholes or other structures. The lower end of the section shall be closed with a watertight device. The inlet end of the section to be tested shall be filled with water to a point 4 feet above the pipe invert at the centerline of the upper manhole or structure. . a. If the ground water level is above the pipe invert, the water level in the upper manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. iii. Allowable exfiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. Iv. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. v. Leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. Section 6 59 Design Standards and Specifications Sewer Specifications vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce exfiltration leakage to an acceptable rate. vii. Contractor shall repeat the 4 hour exfiltration test after repairs are made until an acceptable leakage rate is attained. vial. Repairs required shall be at the Contractor's own expense. G. Low -Pressure Air Test I. Low-pressure air test shall be conducted in accordance to the provisions of UNI-13-6, "Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. if. Low pressure air shall be slowly introduced Into the sealed line until the Internal air pressure reaches 4.0 psig greater than the average backpressure of the groundwater above the pipe. III. The air supply shall be throttled to maintain that internal pressure for at least 2 minutes to permit the temperature of the entering air to equalize with the temperature of the pipe wall. iv. When temperatures have been equalized and the pressure stabilized at 4.0 psig, the air supply shall be shut off or disconnected. v. Time shall be recorded for the pressure inside the pipe to drop 4.0 psig to 3.0 psig. A. Time shall not be less than that outlined in the following table: Al. City Inspector shall witness and verify results of the test. viii. The City Inspector may stop a test if no pressure drop loss has occurred during the thirst 25% of the calculated testing time. Ix. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce leakage to an acceptable rate. x. Contractor shall repeat the low-pressure air test after repairs are made until an acceptable pressure drop for the test is attained. A Repairs required shall be at the. Contractor's expense. H. Infiltration Test I. Infiltration tests are acceptable only if the pipeline is continuously subjected to an external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at the upstream manhole or structure. if. Infiltration test shall be made by sealing the Inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates Into the section being tested. 60 Section 6 Design Standards and Specifications Sewer Specifications a. Flow measurement may be measured by collecting the discharge into a volumetric measuring container, weir or other approved method. iii. The test shall be continued over a period of at least 4 hours. Time shall be allowed to soak lines and manholes in advance of performing test. iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. v. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce the infiltration to an acceptable rate. vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an acceptable infiltration rate is attained. viii. All repairs required shall be at the Contractor's own expense. ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount, the Contractor shall be notified in writing. The Contractor may then be required to provide, at their own expense, video inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the Chief Water Utilities Engineer and shall continue to test the conduit until it is proven satisfactory. 6.8.07 Video Inspection A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera prior to final acceptance. i. Initial video inspection shall be at the Contractor's own expense. B. Video equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. L Video equipment operator shall maintain a log of all inspections and note location, type and extent of any deficiencies. ii. Video equipment operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. C. Contractor shall bear all costs incurred in correcting deficiencies found during the video inspection, including cost of additional video inspection required to verify correction of noted deficiencies. D. Video inspection conducted solely for the Contractor's benefit shall be at the Contractor's own expense. 6.8.08 Deflection Test A. Deflection tests shall be conducted in the presence of the City Inspector not less than 30 days after the pipe has been installed and backfilled. L The deflection test shall be conducted by pulling a mandrel (go no-go device) through the pipe. ii. The mandrel shall be designed and sized for each size and type of pipe and shall be at least 1.5 pipe diameters in length. iii. The mandrel shall be constructed with an odd number of runners placed parallel to the pipe centerline and equally spaced around the perimeter of the mandrel. iv. Test mandrel shall be furnished by the Contractor and approved by the City Inspector. v. Test equipment, calibration data and procedures shall be subject to the approval of the City Inspector. Section 6 61 Design Standards and Specifications Sewer Specifications B. Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed and replaced or excavated, re -bedded, backfilled and retested. C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at their own expense. D. Deflection test may be conducted concurrently with the video inspection of the pipe Interior, subject to approval by the City Inspector. 6.8.09 Manhole Testing A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines by vacuum testing, hydrostatic exflltration testing or other methods approved by the City Inspector. An infiltration test may also be required if the manhole is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours In advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Vacuum Test i. All inlet and outiet pipes in the manhole shall be plugged with an airtight device. II. All lift holes and exterior joints shall be plugged with a non -shrink grout. a. No grout shall be placed in horizontal joints prior to testing. Ili. The manhole opening shall be sealed by a method approved by the City Inspector. iv. A vacuum of 10 inches of mercury (4.91 pslg) shall be applied to the manhole and the time measured for the vacuum to drop to 9 inches of mercury (4.42 psig). v. The manhole is acceptable if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated below: vi. The Contractor shall have the option to repeat the vacuum test one time after repairs. 62 Section 6 Design Standards and Specifications Sewer Specifications vii. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test shall be performed. viii. All repairs required shall be at the Contractor's own expense. G. Exfiltration Test L All inlet and outlet pipes in the manhole shall be plugged with a watertight device. ii. The manhole being tested may be filled with water for a period long enough to allow water absorption into the manhole. The saturation period shall be a minimum of 4 hours and not more than 72 hours. iii. Test shall be conducted with the manhole filled with water to the top of the cone section. iv. Allowable leakage shall not exceed 0.025 gallon/foot diameter/foot of manhole depth/hour over a 4 hour period. v. The Contractor shall repeat the exfiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. H. Infiltration Test i. Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. (' ii. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City Inspector. iii. The test shall be conducted after the manhole has been subjected to the maximum !; a ground water level for at least 4 hours to thoroughly saturate the manhole wall. iv. The allowable infiltration shall not exceed 0.025 gallon/foot of diameter/foot of manhole depth/hour during a 4 hour test. v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. 6.8.10 Approval A. Final approval of sewer lines and manholes shall be based on an inspection covering all items in this specification and other approved plans and material. The inspection shall be done in an appropriate manner by representatives of the Chief Water Utilities Engineer. B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at their own expense. C. Final approval will be based on re -inspection of the sewer after the appropriate repairs and corrections are completed. 6.8.11 Acceptance A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until the new sewer lines and manholes has been satisfactorily completed and accepted for use by the Chief Water Utilities Engineer. B. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of the Chief Water Utilities Engineer. Section 6 63 Design Standards and Specifications Sewer Specifications 6.9 Lift Station (see Section 15000 for supplemental specification) 6.9.01 Lift station design must conform to the most recent TCEQ design criteria. 6.9.02 Site Layout A. Lift station site location shall be approved by the Chief Water Utilities Engineer. B. Site shall be chosen to provide the least negative impact to surrounding existing and future development. C. The station site shall be located so it may serve as much of the entire sewer drainage basin as possible. This may require that the station be located off -site of the development. D. The station site shall be protected from the 100-year flood plain and shall be accessible during the 25-year storm event. E. Lift station site and associated access road shall be located in a dedicated right-of-way or permanent easement. i. Access road shall be a minimum 12-foot wide all-weather surface. ii. Station grounds shall be minimum 5-inch thick, aggregate road base material. F. Lift station site shall be fully enclosed by intruder -resistant fence and include a 14-foot vehicle gate and 3-foot man gate. Vehicle gate shall be situated such that pumps and equipment are accessible by service vehicles. G. Lift station shall have bypass capability. H. Lift station site shall be illuminated by a security light system. I. Lift station shall be fitted with SCADA antennae. 6.9.03 Dry Well A. Dry well shall have separate, dedicated entrance with ladder. B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum hatch. C. Provisions shall be made for water removal from the dry well or valve vault. D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes. 6.9.04 Wet Well A. Wet wells must be enclosed by water -tight and gas -tight walls. B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List. C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated entrance. I. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum safety hatch. ii. Maintenance hatch shall be an approved, double -door, lockable, 48-inch x 72-inch pedestrian -rated aluminum hatch or as required to adequately maintain the wet well pumps and components. D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is above the level of the system's "on" setting. E. All piping within wet well shall be PVC with flanged fittings. 64 Design Standards and Specifications Sewer Specifications F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all base plates. G. Each pump shall be fitted with 25 feet of stainless steel lifting chain. H. Each pump shall be fitted with dual -rail stainless steel guide bar and upper guide bar brackets. I. Wet wells shall have a sloped bottom toward the pump intake to avoid solids deposition. ]. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe. 6.10 Restoration and Clean Up 6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor .shall be reconstructed as required by the current City of Lubbock Street Ordinance. 6.10.03 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system and in compliance with current applicable codes. 6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials shall be removed from the jobsite and legally disposed. 6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Lill Water Utilities Engineer. 6.11 Warranty and Acceptance 6.11.01 At the completion of all or designated portions of work under construction, an Inspection shall be made to determine compliance with these specifications, and other approved plans and materials. A. Upon such determination, a Certificate of Acceptance of Utility Construction shall be issued. B. The Certificate of Acceptance of Utility Construction shall constitute the initiation of the warrantee period. C. The Contractor shall warrant the accepted work to be free of defects in workmanship or material defects for a period of one year. 6.11.02 The determination of the necessity during the warranty period for the Contractor to repair or replace the work in whole or in part shall rest entirely with the Chief Water Utilities Engineer. 64 Design Standards and Specifications Approved a eria s List SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.1 Introduction 7.1.01 This section lists specific products and manufacturers that have been approved for use within the City of Lubbock water and sanitary sewer system. 7.1.02 This listing is intended to be used as -a reference source for Water Utilities employees, Engineers, developers, contractors and vendors. 7.1.03 Materials produced by manufacturers not listed herein are not acceptable for use within the City's system. 7.1.04 Manufacturers interested in submitting products for evaluation and possible approval should submit a written request in accordance with the procedures listed below. 7.2 Product Submittal Procedures 7.2.01 Written requests shall be sent to the attention of "Chief Water Utilities Engineer, City of Lubbock, PO Box 2000, Lubbock, Texas 79457". 7.2.02 Written requests shall include the following: A. A complete "Application for New Product(s)" (See Appendix A-1) B. Four (4) copies of the following documents: i. A list of all applicable standards regarding the product and certification (AWWA, ANSI, ASTM, etc.) ii. Adequate shop drawings and design information (brochures and other product information) iii. Location of the manufacturer's plant iv. Location of the nearest local distribution point and retail outlet v. A list of any special tools, fittings or methods of construction required for installation and/or maintenance vi. Spare parts and service availability information vii. A 5-year history of the product documenting its performance viii. Warranties ix. Product sample (where appropriate) x. User references, with contact person and telephone numbers (Specifically in the State of Texas) A. Life cycle costs (where appropriate) Al. A statement of why the approval of the product would be beneficial to City of Lubbock C. Applicant shall send a formal review meeting request to the Chief Water Utilities Engineer. D. All submissions shall be made at least 30 days prior to the meeting at which review is requested. 64 66 Section 7 64 Design Standards and Specifications Approved Materials List 7.3 Evaluation Process 7.3.01 Product and design review will be conducted by the Chief Water Utilities Engineer or his designee. A. Review shall include: I. Conformance with the City of Lubbock Design Standards and Specifications. ii. Comments made by contractors, engineers, developers, suppliers, etc. iii. Any other matters regarding the design, construction and implementation of the proposed product into the City of Lubbock water and sewer systems. B. Applicant may be requested to make a brief presentation regarding the product. Representatives shall be knowledgeable on product use, locations, design and reference checks. The representative shall also have the authority to approve a trial run in City of Lubbock. 7.4 Approval Process 7.4.01 The decision of the Chief Water Utilities Engineer or his designee is final. 7.4.02 For each product that has been submitted, one of the following recommendations will be made: A. Approval for Use 1. This approves a product for use throughout the City's service area. ii. The Chief Water Utilities Engineer may withdraw the Approval for Use status for violation of the City of Lubbock Design Standards and Specifications. iii. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. B. Conditional Approval for Use I. This approves a product for use throughout the City's service area; however, the product will be reviewed periodically to ensure that no unforeseen installation or maintenance problems have risen and that quality assurance/quality control meet City standards. ii. After a suitable period of field observation, this approval may be upgraded to Approval for Use status. The frequency of review and the length of field observation period will be determined by the Chief Water Utilities Engineer. iii. If, during the field observation period, problems with installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. iv. The Chief Water Utilities Engineer may withdraw the Conditional Approval for Use status for violation of the City of Lubbock Design Standards and Specifications. v. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. C. Limited Approval for Use I. This approves a product for use only in certain sites or projects within the City's service area. The Chief Water Utilities Engineer will determine where the product can be used. ii. The product will be reviewed periodically to ensure that no unforeseen installation, operation or maintenance problems have arisen. iii. After a suitable period of field observation, this approval may be upgraded to 64 Section 7 64 Conditional Approval for Use or Approval for Use status. The frequency of review and 67 Design Standards and Specifications Approved Materials List the length of the field observation period will be determined by the Chief Water Utilities Engineer. iv. If, during the field observation period, problems with the installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. v. The Chief Water Utilities Engineer may withdraw the Limited Approval for Use status for violation of the City of Lubbock Design Standards and Specifications. vi. All use of the product will be in conformance with manufacturer's specifications and good engineering practices. D. Disapproved for Use i. The product may not be used anywhere within the City's service area. ii. If a product has been given a Disapproved for Use status by the Chief Water Utilities Engineer, the product may not be resubmitted for review unless significant changes have been made to the product. ill. The Chief Water Utilities Engineer will not reconsider a product Disapproved for Use until at least twelve (12) months have passed from the date of disapproval. E. Insufficient Information 1. Not enough information was provided to evaluate the product. ii. Upon receipt of requested additional information, the Chief Water Utilities Engineer will reevaluate the product. ill. If, upon reevaluation it is determined that not enough information was provided, a Disapproved for Use status will be given. 7.4.03 Design Changes of Approved Products A. After the approval of a product, the manufacturer or his representative shall inform the Chief Water Utilities Engineer, in writing, of any modifications in design or material. Such changes may require further evaluation and approval. 7.4.04 Withdrawal of Approval A. The Chief Water Utilities Engineer may withdraw any approval as a result of a design change, field observation, testing, product failure, or other factors that, in the opinion Chief Water Utilities Engineer, warrant such withdrawal. 64 68 64 Section 7 Design Standards and Specifications Approved Materials List 7.5 Water System 7.5.01 Water Pipe A. Cement -lined Ductile Iron (DIP) - Push -On or Mechanical Joint i. AWWA C151 Minimum Thickness Class 50 ii. Manufacturers a. American Cast Iron Pipe b. Griffin Pipe Products c. McWane Pipe d. U.S. Pipe and Foundry B. Polyvinyl Chloride (PVC) 3/4-inch to 3-inch, Bell End i. ASTM D2466, Schedule 40 ii. Manufacturers a. Diamond Plastics b. JM Eagle c. North American Pipe d. Northern Pipe Products e. Pipelife Jet Stream f. VinylPlex, Inc. C. Polyvinyl Chloride (PVC) 4-inch to 24-inch i. AWWA C900 or C905 Minimum Class DR-18 ii. Manufacturers: a. Certaffeed (1) Certa-Lok b: Diamond Plastics c. JM Eagle (1) Blue Brute (2) Big Blue (3) Eagle Loc 900 d. North American Pipe e. Northern Pipe Products f. Pipelife Jetstream g. VinylPlex, Inc. D. Concrete Cylinder Pipe i. AWWA C301, Pre -stressed Concrete Steel Cylinder Pressure Pipe ii. AWWA C303, Concrete Bar -wrapped Steel Cylinder Pressure Pipe iii. Manufacturers: a. Hanson E. High Density Polyethylene (HDPE) i. AWWA: C906, PE 3408, Minimum DR11, Pressure Class 160 ii. Manufacturers a. Chevron 64 b. JM Eagle Section 7 64 69 Design Standards and Specifications Approved Materials List c. Plexco 7.5.02 Fittings: (Bends, Crosses, Tees and Grade-Lok Offset Glands), Ductile Iron Only A. AWWA: C-110 B. AWWA: C-153 Compact C. Manufacturers: 1. American Cast Iron Pipe ii. Griffin Pipe Products iii. McWane Pipe iv. Sigma Corporation v. Star Pipe Products, Inc. vi. Tyler Pipe and Foundry Utilities vii. U.S. Pipe and Foundry 7.5.03 Couplings (Transition or Straight), Non -Restrained A. Low -alloy or stainless steel bolts and nuts; outside finish - heat fused nylon coating or fusion bonded epoxy coating; standard length body. B. Manufacturers 1. Dresser ii. Ford iii. JCM Industries iv. Romac v. Smith -Blair 7.5.04 Water Valves A. Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. Body and Disk: Ductile Iron or Cast Iron 7.5.05 Resilient Seat Gate Valves, 2-inch through 12-inch A. AWWA C509 and C515 B. Manufacturers 1. American AVK H. Clow iii. Darling iv. EJIW v. Mueller vi. M & H Model 3067 7.5.06 Butterfly Valves —16-inch and Greater, with gearing if required by manufacturer A. AWWA C504 B. Manufacturers 1. DeZurik ii. Mueller 64 fm■zu'll 70 64 Section 7 Design Standards and Specifications Approved Materials List 7.5.07 Fire Hydrants A. AWWA C502 B. Hydrants shall be ordered factory painted orange C. Manufacturers i. American Darling Model B-84-B U. American AVK ill. Clow Medallion iv. Mueller Centurion v. M & H Style 129-09 7.5.08 Meter Setters, 2-inch A. Ball valve inlet and outlet, 15 inch height, FIP B. Manufacturers L A. Y. McDonald ii. Ford ill. Mueller 7.5.09 Corporation Stops: 3/4-inch through 1-inch A. AWWA/CC taper by copper flare, Ball Valve B. Manufacturers L A. Y. McDonald ii. Ford ill. Mueller 7.5.10 Corporation Stops: 1-1/2-inch through 2-inch A. AWWA/CC taper, IP thread, Ball Valve B. Manufacturers L A. Y. McDonald ii. Ford iii. Mueller 7.5.11 Compression Fittings A. Manufacturers i. AY McDonald ii. Ford ill. Mueller 7.5.12 Tapping Sleeves A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange i. Epoxy coated with stainless steel bolts and nuts ii. Manufacturers a. Ford FTSC (4-inch through 30-inch) w/SS bolts 64 64 Design Standards and Specifications Approved Materials List d. ROMAC #SST B. Resilient Seat Wedge Tapping Valves i. AWWA C509 ii. Manufacturers: a. American b. Clow c. EIIW d. Mueller e. M&H f. U. S. Pipe 7.5.13 Air Release Valves A. Manufacturers i. APCO ii. ARI iii. Crespin 7.5.14 Precast Concrete Vaults, HS-20 Rated A. Manufacturers 1. Hanson Pipe and Products ii. Vaughn Concrete Products 7.5.15 Water Meter Boxes/Vaults A. Manufacturers i. Hi -Density Polyethylene Plastic Box a. Carson Industries Model 2200 ii. Heavy Duty HS-20 Rated a. EJIW 7.5.16 Valve boxes A. Cast -Iron Slip type only i. Manufacturers a. EJIW b. Sigma c. Star Pipe 7.5.17 Copper Tubing, ASTM B88 A. Type K (Soft) 3/4-inch and 1-inch Service Lines B. Type K (Hard) 2-inch and 3-inch Service Lines 7.5.18 Polyethylene (PE) Plastic Tubing A. ASTM D 2737, SDR 9 (200 psi), Black, Copper Tubing Size (CTS) B. Only compression fittings recommended by the manufacturer used with stainless steel insert 64 72 64 Section 7 C. Manufacturers 1. NuMex PE 3408 ii. Ultraline — Driscoplex 5100 Series 7.5.19 Service Saddles A. 3/4-inch through 1-inch I. Double strap, Ductile Iron body ii. AWWA Corporation Stop threads M. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair B. 1-1/2 inch through 2-inch I. Double strap, Ductile Iron body ii. Iron Pipe threads iii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac industries, Inc. e. Smith -Blair 7.5.20 Pipe Restraints A. ASTM F1674 B. Manufacturers 1. EBAA Iron, Inc. ii. Ford iii. Romac iv. Sigma v. Smith -Blair vi. Star Pipe Products, Inc. 7.5.21 Flushing Hydrants A. Below Grade 1. Manufacturer a. Kupferle B. Above Grade I. Manufacturer a. Kupferle 7.5.22 Sampling Stations 64 Design Standards and Specifications Approved Materials List 64 Design Standards and Specifications Approved Materials List i. Kupferle 7.5.23 Casing Spacers A. Manufacturers i. Advance Products ii. BMW iii. Cascade iv. CCI Pipeline V. Culpico vi. PSI 7.5.24 Double Check, Double Detector Check and Reduced Pressure Principle Devices A. American Society of Sanitary Engineering Seal Approval B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications. i. Manufacturer a. Ames b. Febco C. Watts d. Wilkins 7.5.25 Backflow Preventer Box A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers i. EZ Box Model HEz ii. Hot Box ill. Safe-T-Cover 7.5.26 Threaded Gate Valve, 1-inch and Smaller A. Bronze Body and Gate, NRS with stainless steel handle L Manufacturers a. Nibco b. Stockholm 7.5.27 Waterline Marker i. Manufacturers a. Blackburn b. Carsonite International 7.5.28 Fire Hydrant Raised Pavement Marker i. Manufacturer a. Stimsonite Model 80 . ................. 74 Section 7 Design Standards and Specifications Approved Materials List 7.6 Sanitary Sewer System 7.6.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe 1. 6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35 ii. 18-inch thru 48-inch: ASTM F679, wall thickness T 1 ill. Fittings ASTM D1784 iv. Gaskets ASTM F477 v. Manufacturers a. Certainteed Corporation b. Diamond Plastics c. GPK (Fittings Only) d. Harco (Fittings Only) e. ]M Eagle f. Multi Fittings (Fittings Only) g. National Pipe and Plastics Ever -Green Sewer Pipe h. North American Pipe ASTM D3034 i. Plastic Trend (Fittings Only) j. VINYL Plex (Fittings Only) B. PVC Corrugated Sewer Pipe with a Smooth Interior 1. ASTM F949, ASTM F794 ii. Manufacturer a. Diamond Plastics C. High Density Polyethylene (HDPE) i. ASTM F714 ii. Manufacturers a. Chevron b. ]M Eagle c. Plexco D. Ductile Iron (DIP) L AWWA C151 Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. McWane d. U.S. Pipe and Foundry Company E. Steel Reinforced Polymer Concrete i. ASTM D6783 ii. Manufacturers a. U. S. Composite Pipe F. Polypropylene Corrugated Dual Wall and Triple Wail 1. 12-inch thru 30-inch: ASTM F2736 Gi! ii. 30-inch thru 60-inch: ASTM F2764 Section 7 64 75 [I Design Standards and Specifications Approved Materials List iii. Manufacturer a. ADS Sanitite HP 7.6.02 Pressure Sewer Pipe A. Ductile Iron (DIP) i. Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. U. S. Pipe and Foundry Company B. Polyvinyl Chloride (PVC) i. AWWA C900 Minimum Class DR14 a. Manufacturers (1) Diamond Plastics (2) North American Pipe (3) JM Eagle ii. 4-inch thru 21-inch SDR26 Class 160 a. Manufacturers (1) Diamond Plastics (2) North American Pipe (3) JM Eagle C. High Density Polyethylene (HDPE) i. AWWA: C906, PE3408, Minimum SDR11, Pressure Class 200 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco 7.6.03 Manholes A. Precast Concrete i. ASTM C478 ii. Manufacturers a. Hanson Building Products b. South Plains Concrete Products c. Vaughn Concrete Products B. Glass -Fiber -Reinforced Polyester Manholes, Wetwells and Manhole Liners i. ASTM D3753 ii. Manufacturer a. LF Manufacturing b. Containment Solutions 7.6.04 Manhole Frames and Covers ? A. ASTM A48, Class 3513, AASHTO M-306 64 L. , B. Standard Solid Cover 76 64 Section 7 Design Standards and Specifications Approved Materials List i. Manufacturers a. East Jordan Iron Works C. Watertight Frame and Cover i. Manufacturers ., a. East Jordan Iron Works 1_z b. Rexus 7.6.05 Manhole Coatings/Protective Lining System A. Manufacturers i. Raven 405 ii. Tnemec —Series 431 PermaShield 7.6.06 Gaskets and Flexible Manhole Connections A. Flexible cast -in -place seal or flexible boots installed with hydraulic pressure after manhole manufacture. Manhole openings shall be made by hole -formers inserted during manufacture. _3 B. Manufacturers r' i. Press -Seal Gasket Corp. ii. A-Lok iii. International Precast Supply r iv. NPC 7.6.07 Internal Chimney Seals A. ASTM C923 B. Manufacturers i. Cretex ii. NPC .t , 7.6.08 Manhole Joint Seals f A. Sealant per ASTM C990 B. 0-ring gaskets meeting ASTM C443 and ASTM C1628. 7.6.09 Manhole Joint Wrap (in addition to 0-ring specified above) A. Manufacturers L Ram Nek ii. ConSeal CS 102 7.6.10 Manhole Joint Sealers A. Butyl Mastic B. Manufacturers L Ram Nek ii. ConSeal CS 102 II 7.6.11 Inflow Prevention Device - 64 'i A. Non -Corrodible with self cleaning gas relief and vacuum relief valves Section 7 64 77 Design Standards and Specifications Approved Materials List B. Manufacturers i. L.F. Manufacturing Inc. - Rain Guard ii. No Flow -In Flow iii. The Man Pan iv. Southwestern Packing and Seals, Inc. - Rainstopper 7.6.12 Polyethylene Slope Adjusting Ring A. ASTM D1248 B. Manufacturers i. Ladtech 7.6.13 Saddles A. Manufacturer i. NDS 7.6.14 Cleanout Cover A. Manufacturer 1. East Jordan Iron Works 7.6.15 Valves — Must Be Approved for Use in Wastewater Application A. Plug, Full Port i. Manufacturers a. DeZurik B. Resilient Seat Gate i. AWWA C509 ii. Manufacturers a. American Flow Control b. Clow c. M&H d. Mueller e. U.S. Pipe C. Swing Check i. Manufacturer a. Golden Anderson b. M&H c. Val-Matic 7.6.16 Backwater Valve for Manhole Vent A. Manufacturer i. Josam 7.6.17 Sewage Combination Air/Vacuum Valve A. Manufacturers 64 i. APCO/Willamette H. ARI 78 64 Section 7 Design Standards and Specifications Approved Materials List iii. Golden Anderson Industries 7.6.18 Sanitary Sewer Marker A. Manufacturers i. Blackburn ii. Carsonite International 7.6.19 Lateral Backwater Valve A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1 B. Manufacturer i. John Stephens H. Plastic Trends iii. Smith Floodgate 64 Section 7 64 79 Design Standards and Specifications Approved Materials List 7.7 Water and Sanitary Sewer Systems 7.7.01 Modular Wall Seal A. EPDM with stainless steel nuts and bolts B. Manufacturer i. Thunderline ii. Pipe Seal ill. Link Seal 7.7.02 Vault Doors A. Type K heavy duty aluminum double leaf door, H-20 rated B. Manufacturers i. Bilco ii. Halliday ill. USF Fabrication, Inc. 7.7.03 Tracer Wire A. 14-gauge B. Manufacturers 1. Copperhead 7.7.04 Marking Tape A. 3-inch width, Sewer — green, Water - blue B. Manufacturers i. Terra Tape Section 8 f 81 8o Section 8 Section 7 82 a SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General 8.1.01 The construction and materials for any City of Lubbock Public Works Engineering paving or drainage improvements project shall conform to the following specifications and associated plan sheets. A. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's own expense. B. No consideration will be given to requests for reduced payments for construction or materials not in conformance with these specifications and the plan sheets. 8.1.02 The term Engineer used in these specifications shall refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 8.1.03 The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. A. Material Safety Data Sheets (MSDS) shall be required on all materials. B. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. C. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer. 8.1.04 Streets to be constructed in a location where the traffic is expected to consist of an unusual number of trucks or other heavy vehicles shall have an approved pavement structure design specific to that loading condition. 8.1.05 All construction covered by these specifications shall be in compliance with the City of Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets, Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as applicable. 8.1.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. A. When information indicated on plan sheets is in conflict with these specifications, the information on the plans shall govern. 8.2 Design Standards 8.2.01 The following design standards shall apply to all paving and drainage improvements associated with construction of new subdivisions. A. If unusual site conditions necessitate design criteria different from these requirements, changes will be permitted only if specifically approved by the City Engineer. Section 8 83 d. 1- Streets and Drainage Specifications 8.2.02 Street Crown Elevations A. All street paving shall incorporate a centerline crown at the following listed elevation unless otherwise Indicated on plans, or as directed by the Engineer: - I. The widths listed above refer to the total proposed future full width of street. ii. Where there is a difference in elevation between top of opposite street curbs, the crown elevation shall be adjusted such that the cross slopes are 2.0% minimum and 4.0% maximum. 8.2.03 Minimum Grades A. All street paving shall incorporate the following slopes unless otherwise indicated on plans, or as directed by the Engineer: B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.3 Testing and Inspection 8.3.01 All work shall be Inspected and tested by a representative designated by the City Engineer, who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or associated plans. A. Whenever any portion of these specifications or associated plans is violated, the Engineer may order the portion of construction that is in violation to cease until such violation is corrected. 8.3.02 Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. -J A. In the event City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. Section 8 84 a it Streets and Drainage Specifications B. Conflicting tests provided by the contractor will not automatically be considered as compliance with City specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. 8.3.03 The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. A. With respect to new material sources, or where the City lab has determined materials or construction do not comply with these specifications, the City will not re -test until the contractor has provided their own testing to demonstrate the materials and construction are in compliance with the plans and specifications. 8.3.04 Upon completion of construction, the Contractor will apply sufficient water to all paving improvements within the project to ensure all surfaces meet drainage requirements and are in compliance with these specifications. 8.4 Notification of Property Owners 8.4.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.4.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.5 Protection of Utilities and Irrigation Systems 8.5.01 The plans show only approximate locations of utilities as obtained from various utility companies. A. It is not implied that all utilities or their accurate locations are shown on the plans. 8.5.02 It is the contractor's responsibility to become familiar with all utilities and locations. A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. B. The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities to be identified prior to construction. 8.5.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. 8.5.04 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system, and in compliance with current applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 8.6 Water for Construction Section 8 8.6.01 The City will not furnish water at no charge for construction purposes. 85 Streets and Drainage Specifications A. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. B. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. C. The contractor must pay the current deposit for a fire hydrant meter. D. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. 8.6.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. 8.6.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. B. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. 8.6.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 8.6.05 In accordance with City of Lubbock Ordinance No. 10208 'Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 8.7 Concrete 8.7.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and drainage improvements. A. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C94. B. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete above this temperature will be rejected and shall be removed from the job site. D. No more than eight yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight yards will be rejected and shall be removed from the job site. E. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. F. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in conformance with ASTM C260. Section 8 86 Streets and Drainage Specifications G. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, Including cement:, aggregates, water, and admixtures. 8.7.02 Classification A. The following City of Lubbock classes of concrete shall be used: 8.7.01 Thickness of Concrete Surfaces A. Concrete street paving shall have a minimum thickness of 8 Inches. B. Concrete alley paving shall have a minimum thickness of 7-1/2 Inches at edge and 5 Inches at flow line. I. No tolerance on minimum thickness will be allowed. il. No additional compensation will be made to the contractor for thickness greater than specified. 8.7.02 Drainage Easements A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be constructed with the street and alley paving improvements. B. Drainage easements shall not be used as alleys or garbage collection easements. 8.7.03 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit the concrete mix design to the Engineer for approval. I. The following shall be submitted to the Engineer for review: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. (1) Certificates shall Indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test not to exceed 25 percent. b. Mix design based on water -cement ratio. c. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C78, made by an approved commercial testing laboratory. (1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. II. The Engineer will approve or reject the mix design and materials based on these submittals. III. Mix design approval shall be subject to additional testing during construction. Section 8 87 Streets and Drainage Specifications B. Mix designs for various classes of concrete shall conform to the following: A 5.0 0.40 — 0.60 5 B 5.5 0.40 — 0.60 5 C 6.0 0.35-0.45 3 D 4.5 0.40 — 0.60 5 E As Required for specific cure time and strength. I. New mix designs shall be submitted annually, or when material properties or sources change. 8.7.04 Strength Requirements A. The various classes of concrete shall conform to the following minimum strengths in pounds per square Inch (psi) as determined by the average of two test cylinders or beams: B. When cores are subsequently used to prove compressive strength where test cylinders I indicate failures, the cores shall be tested In accordance with ACI C42. l C. In such cases, the required compressive strength shall be increased by 10%. 8.7.05 Cement A. Cement shall be Type I, Type II, or Type III cements, conforming to ASTM C150 "Standard _ Specification for Portland Cement". 1 B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source j during construction. The Engineer may require a new mix design if changes of supplier or source occur. 8.7.06 Aggregate A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. I.1 B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic - impurities, or other deleterious materials. 1 C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136. - Section 8 88 �' 4 -} Streets and Drainage Specifications i. The gradation for fine aggregate shall meet the following requirements: D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C136. i. The gradation for coarse aggregate shall meet the following requirements: E. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or equivalent). Crushed gravel will be allowed if on the TkDOT Quarterly Monitoring Program, or if specifically approved by the engineer. F. Aggregate Quality Requirements shall comply with TxDOT Item 302 as follows: 8.7.07 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. B. Flowable fill may be used for bacldill in all utility ditches within the right of way, and other areas as specified. C. Flowable fill used for repair of utility ditches In existing paved streets shall be placed from the top of the utility line to the bottom of the paving surface. Use of concrete in place of flowable fill is not acceptable, and if used In place of flowable fill shall be removed by the contractor at his expense. L I Section 8 89 Streets and Drainage Specifications 8.7.08 Water A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 8.7.09 Admixtures A. Admixtures may be applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C494. Chemical admixtures shall not be used as a substitute for Cement. B. Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with ASTM C618 may be used with Types I, II, and III Portland Cement. C. When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash". L Fly ash may constitute a maximum of 30 percent by weight of the cement. 8.7.10 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: i. Curb and Gutter - None ii. Street Paving, Valley Gutters, Commercial Driveways, Drainage Channel, and Sidewalk crossing commercial driveways - As indicated on the plans or a minimum of #4 deformed steel bars 12 inches on center both ways if not specified on plans. ill. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and either 6-inch x 6-inch - 6 gauge welded wire fabric or #4 deformed bars 12 inches on center both ways. iv. Alley Returns - #4 deformed steel bars 12 inch on centers both ways, or 6-inch x 6- inch - 6 gauge welded wire fabric v. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as indicated on plan sheets or as required by the City of Lubbock Building Official. B. Steel i. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. ii. Wire mesh shall conform to ASTM A185, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified. ill. Reinforcing bars shall be grade 60 (60KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615 and ASTM A305. a. Steel reinforcing materials stored at any location shall be protected from accumulations of grease, mud or other foreign matter, and rust producing materials. b. When incorporated into construction, steel reinforcement shall be free from rust, } scale, oil, mud, and structural defects. iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. € ' it v. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. C. Fiber a. Fiber reinforcement may not be used in place of steel reinforcement. Section 8 90 i Streets and Drainage Specifications b. Fiber reinforcement shall be either 100% vlrgln polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. c. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. d. The physical characteristics on the fiber shall be as follows: Specific Gravity 0.91 Tensile Strength 70 000 psi to 110,000 psi Length 3 4 inch 8.7.11 Joints A. Curb and gutter (Gass A concrete) shall be constructed with an expansion joint at the tangent point of each return at Intersections and at intervals not more than 40 feet between the Intersections. 1. The 40 foot intervals may be omitted for machine placed curb and gutter. ii. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. Ill. Tooled contraction joints, cut at least one quarter the concrete depth, shall be placed at 10 foot Intervals. B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint. I. Alley returns shall be poured monolithically with curb radii and fillets with joints as indicated in Standard Detail 36-7. ii. Tooled contraction joints, cut 3/4 Inch wide 1-5/8 inch deep, shall be placed at 13 foot intervals. III. Alley paving contraction joints shall be sealed with an elastomeric sealer. C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. I. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. ii. Joints shall be saw cut within 12 hours of placement of the concrete paving. III. The joints shall be sealed with an elastomeric sealer D. Valley gutters and fillets shall be constructed with tooled construction joints. 1. Joints shall be sealed with an elastomeric sealer. ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. E. Joint Sealing Materials i. Bituminous premolded expansion joint material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or elsewhere in these specifications. a. Expansion joint material shall be placed full depth of the concrete slab. ii. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R.Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as required by plan sheets. a. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D3405. Section 8 91 Streets and Drainage Specifications b. Hot poured joint sealant for all other joints in Portland cement concrete pavement, shall conform to ASTM D3406. c. Cold poured joint sealant shall conform to ASTM C920. iii. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. a. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. b. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. a. Compression of the backer rod material shall be approximately 25 percent shrinkage at 8 psi applied stress. b. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 8.7.12 Curing Compounds A. All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound and the application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.7.13 Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed. B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. H. Forms for paving slabs may be used as a guide for screeding. I. Where longitudinal construction joints are required, the form shall be so constructed as to provide an approved load transfer mechanism in the face. Section 8 Section 8 Streets and Drainage Specifications 8.7.14 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. i. Concrete shall be placed as close to its proper location as practical. ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. iii. The concrete shall be floated and troweled to the approximate section. iv. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set occurs. i. Only construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. C. Concrete shall not be placed when the ambient temperature is below 40 degrees F or if sustained winds are 25 mph or higher as determined by the Texas Tech University Mesonet sites in Lubbock. If, while placing concrete, the sustained winds exceed the 25 miles per hour all placement operations will cease immediately. L Concrete shall not be placed on frozen subgrade. ii. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. iii. This protection shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. iv. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. L Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. ii. The surface of concrete street paving shall incorporate a tined finish. iii. All other concrete surfaces shall be completed with a light broom finish. iv. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. v. No equipment shall be placed on concrete until it has reached 75% of the specified 28 day compressive strength. E. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A. F. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. G. Where the surface of T 1 or T 2 thoroughfare paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. L If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods acceptable to the Engineer. ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. 91 1 Streets and Drainage Specifications H. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's own expense. 8.7.15 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as Indicated on the plans. 8.8 Subgrade and Base 8.8.01 Subgrade A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off -site soil, free from vegetation or other objectionable matter. B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: D. Subgrade Construction L i. All testing of subgrade will be completed prior to any placement of curb and gutter. "Subgrade will be processed the entire width of the roadway including under the curb and gutter section. it. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to 95 percent, plus f 1 or minus 2 percent of Modified Proctor Density at optimum moisture content, plus or U minus 2 percent. III. Subgrade shall be constructed in maximum of 6 Inch lifts, and each 6 inch lift tested for moisture and density. Iv. Subgrade thickness shall be a minimum of 12 inches for all streets, regardless of street width or classification. v. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. IJ a. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. b. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. c. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. vi. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. Section 8 92 t_) Streets and Drainage Specifications vii. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall be in compliance with these specifications for materials and construction. a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of Ordinances. viii. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface, and so that the compacted subgrade thickness will not be less than specified above. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. E. Rejected Subgrade Material I. Rejected subgrade material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. a. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. b. No payment will be made for rejected material or construction. 8.8.02 Flexible Base (Caliche) A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. I. All base material sources are subject to approval by the Engineer. ii. If material characteristics within an approved source change, the material shall be subject to retesting and re -approval prior to continued use. iii. The Contractor shall not change material sources without approval by the Engineer. B. Crushed concrete may be blended with quarried material only to the extent necessary to produce material in compliance with these specifications, to a maximum of 20 percent crushed concrete by weight. I. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. ii. Lower strength materials, such as flowable fill, are not acceptable. iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a maximum of 1.5 percent deleterious material when tested in accordance with Tex-413-A. iv. When crushed concrete is used, the final product shall be entirely in compliance with the specifications for single source material. C. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base. D. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material as required to complete the entire project or subdivision. I. Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. ii. After a stockpile is completed the contractor shall not add material to that stockpile. Section 8 93 Streets and Drainage Specifications ill. The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and In suitable condition to produce stockpiles in compliance with these specifications. E. Material Tests I. Flexible base material shall conform to the following requirements: a. Sieve Analysis b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: F. Flexible Base Construction L_1 1. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Ill. Flexible base thickness shall be a minimum of 6 inches. iv. Processing shall be accomplished in lifts of 6 inches compacted thickness. �. v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction to a minimum of 95 percent of Modified Proctor Density with a moisture content of 2 percent above to 2 percent below optimum I_ a. Densities will be taken by City of Lubbock inspection staff b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. pa c. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the Engineer to be adequately cured, before placing prime or surface course. a. During the cure time the base shall be maintained by blading or other methods until the wearing surface is placed. J b. Windrow caliche shall not be removed until the base has passed finish inspection. l c. Base which becomes wet, or otherwise altered, may be subject to retesting and reprocessing as determined by the Engineer. j Section 8 94 ` Streets and Drainage Specifications vii. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. viii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. ix. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. x. The compaction method for flexible base shall provide for each lift to be compacted to the specified density using appropriate equipment. A. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. a. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the contractor. G. Rejected Flexible Base Material L Rejected material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.8.03 Asphalt Stabilized Base (ASB) A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. i. Caliche is not an acceptable aggregate for ASB. B. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these specifications. C. In place compaction control is required for all ASB. i. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked ii. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. iii. The contractor shall replace the pavement removed from core holes at no cost to the _ City. iv. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as directed by the Engineer. Section 8 95 i Streets and Drainage Specifications D. ASB Mix Design 1. The contractor shall submit an ASB mix design less than one year old, prepared by a qualified lab, in compliance with these specifications using approved materials indicating gradation and optimum asphalt content. ii. The aggregate mixture shall conform to the following master gradation: a. Design produced Minimum VMA 13.0% b. Plant produced Minimum VMA 12.0% iii. Material passing the No. 40 sieve shall be known as "soil binder" and shall meet the following requirements: Liquid Limit Max 45 Plasticity Index Max 15 Linear Shrinkage Max 5 Iv. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. 1- v. The mix design shall have optimum asphalt content determined in accordance with L Tex-204-F, with a target lab molded density of 96.5 percent. vi. Asphalt content of the Job Mix Formula shall not vary during construction from the design by more than 0.3 percent. vii. Asphalt for the mixture shall be a performance grade (PG) 64-28, or better. viii. New mix designs must be submitted annually, or when material properties change. E. ASB Placement I. The ASB material shall be placed on the approved prepared surface using an approved lay down machine. ii. ASB thickness shall be a minimum of 9 inches, or as required by the Engineer. iii. Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. a. Prior to placing ASB, the subgrade shall be prepared as previously specified. iv. The cross-section shall be constructed to form the specified crown on the ASB surface ) at the centerline of the street, or as indicated on the plans. L) v. ASB shall not be placed when the air temperature, as reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees l surface temperature. A. ASB shall be placed at a temperature between 265 and 325 degrees F. vii. Any ASB material that Is above or below the specified temperature range, measured , while passingthrough the lay down machine, shall be rejected by the Engineer. Section 8 96 J Streets and Drainage Specifications viii. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform: density, and in conformance with the cross - sections and grades shown on the associated plans. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness is not less than 9 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. F. ASB Compaction I. ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93% and 98% (with a minimum of 80% of the tests to show densities between 94% and 96.5%) of the maximum theoretical gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. ii. Compaction less than 93 percent or greater than 98 percent will be considered deficient, and shall be removed and replaced at the contractor's expense. ill. ASB shall meet all compaction requirements at the time of Inspection. Re -rolling is not an approved method for achieving compaction requirements. iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure maximum compaction. v. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. G. Rejected ASB Material Rejected ASB material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. ill. No payment will be made for rejected material or construction. 8.9 Hot Mix Asphalt Concrete Surface (HMAC) 8.9.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate (coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 8.9.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface material consistently in compliance with these specifications. 8.9.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving requirements of the platting process. Strip paving may be used only in special circumstances and must be approved by the City Council. If strip paving is used, the developer is still responsible for providing for the required permanent curb and gutter and paving. A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 - Dense -Graded -Hot -Mix Asphalt (Method). Section 8 97 I Streets and Drainage Specifications B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. L The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex-203-F. H. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex-224-F. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either minimum 1% lime in accordance with DMS-6350, or liquid anti - stripping agent approved by the Engineer. a. Anti -stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti - stripping Agents, and shall be added at the manufacturer's recommended dosage and temperature range. 8.9.04 A minimum of 2 cores per 600' block will be taken to determine thickness, and density of HMAC surfaces. A. Core locations will be marked and cored at random locations by City of Lubbock inspection staff. B. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. C. HMAC surface found to be deficient shall be corrected at the contractor's own expense as directed by the Engineer. D. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 8.9.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches, or as indicated on the plans. 'Ulf i. No tolerance on minimum thickness will be allowed. B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC surface shall be considered deficient with respect to thickness, and the deficiency shall be rectified by removal and replacement at the specified thickness. L Additional cores will be taken at 25 foot spacing to define the limits of deficiency. C. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. 8.9.06 HMAC Mix Design A. The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex-204-F. i. The 'mix design shall have a lab molded density of 96.5 percent using the Texas Gyratory compaction method. ii. New designs shall be submitted annually, or when material properties change. iii. The aggregate mixture shall conform to the following master gradation: Section 8 98 Streets and Drainage Specifications a. Type "C" Coarse Graded Surface Course — Curb and gutter street widths greater than 36 feet: (1) Design Produced Minimum VMA 14% (2) Plant Produced Minimum VMA 13% b. Type "D" Fine Graded Surface Course — Curb and gutter street widths of 36 feet or less and strip paved streets of any width: (1) Design Produced Minimum VMA 15% (2) Plant Produced Minimum VMA 14% c. HMAC Type is in reference to the ultimate full width street, not half width. iv. Material passing the No. 40 sieve shall be known as "soil binder" and shall maximum linear shrinkage value of 5. v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. vii. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. B. Coarse Aggregate I. Coarse aggregate must be approved for use by the Engineer and must be on the TXDOT source rating catalog. ii. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. a. Mixing or combining of crushed gravel and crushed stone will not be permitted. Ili. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% 9gm9 crushed faces for both Type "C" HMAC, and Type "D" HMAC, when tested In accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count". iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex- 217-F. Section 8 99 Streets and Drainage Specifications v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. vi. Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. vii. The amount of organic matter, days, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. C. Fine Aggregate I. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. II. A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. iii. Sand which exhibits no variation in particle size shall be limited to a maximum of 7 percent of the total virgin aggregate. iv. Screenings shall be of the same or similar material as specified for coarse aggregate. v. Linear shrinkage shall be a maximum of 3 percent. vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. a. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: D. Asphalt I. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown on plans. ii. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier or source. b. The Engineer may require a new mix design if changes of supplier or source occur. ill. Asphalt content shall not vary more than plus or minus 0.3 percent of design during production a. Asphalt content within that range is considered to be acceptable if no other defects are noted, with the requirement that adjustments shall be made during production to achieve the optimum asphalt content. b. If the asphalt content falls outside these parameters immediate action is required. c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum, production shall immediately cease and all affected material shall be removed. d. Production shall not be resumed until the contractor has provided sufficient evidence of the problem being corrected. 8.9.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design proposed to be run on that project. The JMF will be held to tolerances as outlined. Section 8 100 Streets and Drainage Specifications B. Prime and Tack Coats i. Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours or until determined by the Engineer to be adequately cured, using an application of 0.20 gallons of asphalt per square yard of surface. a. The contractor shall strap the asphalt distributor in the presence of the inspector to verify the application rate. ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer. a. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. (1) Prime coat will not be used as a tack coat. b. The tack coat shall be applied as directed by the Engineer with an approved sprayer. (1) Mopping or brooming of tack coat is not approved. c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a thin uniform tack coat. iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item 310 Prime Coat. iv. The tack coat shall be an asphalt material such as PG, AC-10. a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent may not be used. C. HMAC Placement i. Pavement shall only be constructed on previously approved base. ii. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. ill. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. iv. Air temperature requirements for placing HMAC shall be as follows: a. November 1 to April 1 (1) HMAC shall not be placed when the air temperature is below 55 degrees F and falling. (2) HMAC may be placed when the air temperature is above 50 degrees F and rising. b. April 1 to November 1 (1) HMAC shall not be placed when the air temperature is below 50 degrees F and falling. (2) HMAC may be placed when the air temperature is above 45 degrees and rising. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock. vii. HMAC shall be placed at a temperature between 265 and 325 degrees F. a. Any HMAC material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. All. When high winds occur, contractor must provide a water truck in order to minimize blowing dust. a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. Section 8 k101 Streets and Drainage Specifications ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after everyload. x. A level up course 1/2 Inch to 1 inch in thickness shall require the use of Type D HMAC. A. A level up course greater than 1 inch shall require the use of ASK Al. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. Ali. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 Inch above the curb or other concrete surface. xiv. All joints shall present the same texture, density, and smoothness as other sections of the course. a. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. xv. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. xvi. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. xvii.Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted asphalt thickness is not less than 2 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. D. HMAC Compaction I. HMAC surfaces shall be constructed to the following compacted thickness: Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 93% and 98% (with a minimum of 80% of the tests to show densities between 94% and 96.5%) of the theoretical maximum gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. III. Compaction less than 93 percent or greater than 98 percent will be considered deficient, and shall be removed and replaced at the contractor's expense. Iv. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. v. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to Section 8 102 Streets and Drainage Specifications vi. All roller marks shall be removed and compaction completed prior to the HMAC mixture cooling below 185 degrees F. vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. viii. Places inaccessible to the rollers may be compacted using lightly oiled tamps. ix. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. x. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. A. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. Al. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces, asphalt and concrete, to determine location of ponding. a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. Ali. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven the City may require measurement of the ride quality using the TxDOT Surface Test Type B. a. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods approved by the Engineer. b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. E. Emulsified Asphalt Sealer i. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting ` of a 15/85 mixture of CSS-11-1, or 20/80 SS-1, liquid anionic asphalt and distilled water. ii. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to ' below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. F. Release Agents i. Diesel shall not be used as a release agent. n. Only approved agents (such as Black Magic or equivalent) will be used. iii. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 8.9.08 Sampling of HMAC A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). B. A "referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. C. If the contractor's results differ from the City's results the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. D. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 8.9.09 Rejected HMAC Material Section 8 103 [ I Streets and Drainage Specifications A. Rejected HMAC material, either from the construction area or delivered to the job site shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. B. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. C. No payment will be made for rejected material or construction. 8.9.10 Islands In Streets A. Islands in streets require City Council approval. i. As a condition of approval, persons requesting approval of islands within a street shall be required to submit to the City Engineer a street pavement structural design that exceeds the minimum standard specifications for street paving. ii. In general that shall mean 8 inch reinforced concrete. iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. B. The submitted request shall include the proposed pavement design, surface treatment of the island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro -Surfacing 8.10.01 Micro -surfacing materials and construction shall conform to TxDOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro- i surfacing pavement and to ensure that the finished surface has a uniform texture and the micro -surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. Mineral filler shall be.stored in a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer -Modified Asphalt Emulsion i. Provide CSS-1P in accordance with TxDOT Item # 300.2.1) "Emulsified Asphalt". E. Aggregate i. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality and from a single source. H. Aggregate shall meet TxDOT Class "A" surfacing classification. iii. Contractor shall include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. Section 8 104 Streets and Drainage Specifications Iv. Aggregate shall meet the following gradation requirements: v. Maximum Magnesium Sulfate Soundness shall be 30% (5 cycles) based upon TxDOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70% based upon TxDOT Test Method Tex-203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. G. Contractor shall adjust the mix design to attenuate the usage of Lime. H. Water shall be potable and free of harmful soluble salts. I. Use only approved additives as recommended by the emulsion manufacturer In the emulsion mix or in any of the component materials when necessary to adjust mix time in field. 8.10.04 Methods of Construction l A. Equipment I. Equipment shall be kept in good working conditions with no leaks. II. Any equipment that shows signs of leaks shall be fixed immediately and shall not be used until such leaks are fixed. III. The mixing machine shall be a self-propelled micro -surfacing mixing machine with self - loading devices to promote continuous laying operations. iv. Mixing machine shall have sufficient storage capacity for mixture materials with individual volume or weight controls that will proportion each material to be added to the mixture. v. Mixing machine shall have a water pressure system and nozzle -type spray bar immediately ahead of spreader box capable of spraying the roadway for the width of the spreader box. A. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TOOT Item # 520. vii. Electronic Monitoring System i_ a. The micro -surfacing machine shall be equipped with an electronic monitoring system that consists of pulse sensors measuring material delivery rates, a radar gun to monitor distance traveled, and programmable micro -controller, and operators display/input board and an on -board printer. b. System shall be capable of monitoring and displayinga lication rates and use of p pp aggregate, emulsion, fines, water and additives. lc. System shall be capable of calculating and displaying ratios of emulsion to aggregate, ` fines to aggregate, additive to aggregate, water to aggregate, and application rate in pounds per square yard. ISection 8 105 t, Streets and Drainage Specifications d. System shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons of water, and all of the above mentioned ratios since last reset. e. A computer -generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. f. This system shall be accurate to within 1/2 of a percent of actual weights and measures for all parameters noted above. The system is not expected to calculate quantities and ratios for materials used in handwork and cul-de-sac areas. B. Air temperature requirements for placing micro -surfacing pavement shall be as follows: i. November 1 to April 1 a. Micro -surfacing shall not be placed when the air temperature is below 60 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees F and rising. ii. April 1 to November 1 a. Micro -surfacing shall not be placed when the air temperature is below 50 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees and rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing pavement, as determined in the field. iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock, Texas. C. Placement of Micro -Surfacing i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose ? aggregate, and soil. ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly removed. - iii. When existing roadway surface conditions require, provide a water spray immediately ahead of the spreader box. a. Apply water at a rate that dampens the entire surface without any free -flowing water ahead of the spreader box. iv. Micro -surfacing shall be spread uniformly at a rate of not less than 25 pounds per [A square yard and no more than 30 pounds per square yard, or as directed. r--i v. The spreader box shall be kept clean to minimize lumps. vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. vii. Adjust the rear seal to provide the desired spread viii. Adjust the secondary strike -off to provide the desired surface texture. ix. The finished mat shall be protected from traffic until it has cured and traffic will not harm it. x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in - one hour. A. Locations with turning or stop -and -go traffic shall be protected for longer periods of ? time. fi Al. Special care shall be taken by the Contractor to ensure that all manholes, water valves, and other surface structures are sufficiently protected from the micro -surfacing process by the use of a plastic membrane covering or other approved method. Section S 106 �,i Streets and Drainage Specifications xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and other structure after the micro -surfacing pavement has been applied to the roadway surface. D. Rutting on Major Thoroughfares and Collector Streets I. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch box utilizing a steel primary strike -off plate. ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike -off plate that is the same width as the spreader box. iii. Ruts that are In excess of 1 inch in depth shall be filled with a 5-foot wide rut filling spreader box specifically designed to fill wheel path ruts. This operation will require multiple placement passes to restore the pavement to its original cross section. Special care shall be used by the Contractor to ensure that the material has proper time to dry between applications to promote bonding between the original pavement and the micro -surfacing pavement. iv. Maximum micro -surfacing thickness applied as rut filling shall not exceed 1 inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections 1. All thoroughfares and collector streets which have concrete intersections or where concrete valley gutters intersect the street shall have the asphalt surface milled to such a depth as to allow a smooth transition between concrete and the completed micro - surfacing pavement. F. Scratch Course I. All "Scratch Course" applications shall be performed utilizing a steel primary strike -off plate. ii. This will allow the bottom, or "scratch course", to mitigate any irregularities and have a more uniform profile for the micro -surfacing pavement to be applied to. G. Finished Surface I. Micro -surfacing pavement finished grade shall be uniform in texture and free from excessive scratch marks, tears, and other surface irregularities. a. All such irregularities shall be repaired by the Contractor at their own expense. ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the Engineer. iii. Joints shall be uniform in appearance when placed adjacent to existing joints. iv. Joints and edges shall be uniform and neat in appearance. v. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 8.10.OS Hours of Operation A. Operating hours will be Monday through Saturday as outlined in Section 8.15 of these Specifications, unless otherwise directed by the Engineer. B. Hours of operation shall be: I. Major Thoroughfare: 7:00pm to 7:00am (Night) ii. Residential Areas: 7:00am to 7:00pm (Day) C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7:00am, including all traffic control devices and barricades being removed from the roadway. Section 8 107 Streets and Drainage Specifications 8.11 Storm Sewer 8.11.01 Storm sewer shall include installation of pipe, manholes, Inlet structures, outlet structures, and all appurtenances associated with these Items. 8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction Industry, and approved by the Engineer. 8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards. 8.11.04 Materials of Construction A. Storm Sewer Pipe i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. II. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be Class III unless otherwise noted on plan sheets. III. Other pipe materials may be considered for approval by the Engineer based on engineering and design criteria. B. Mortar I. Mortar shall be used for grouting and filling between pipe and drainage structures. ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. a. Portland cement shall conform to the requirements of ASTM C150, Type I. b. Sand shall conform to the requirements of ASTM C144. Ili. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. a. Hydrated lime shall meet the requirements of ASTM C6. iv. Mortar which has not been used after 45 minutes of having water added shall be discarded. a. Mortar may not be retempered by having water added. C. Preformed Bituminous Gasket Joints 1. Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements ASTM D994, and shall be Ram-Nek or approved equal. ii. Gaskets shall be installed in accordance with manufacturer's recommendations and shall form a water -tight joint. D. Manholes, Frames, and Covers I. Manhole barrel, cone and extension sections shall be constructed of precast concrete. ii. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. Ill. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: Section 8 108 Streets and Drainage Specifications iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications. a. ' Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. b. Aggregate shall be crushed limestone and shall conform to ASTM C33 specifications. v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. a. Joints shall be effectively jointed to prevent leakage and infiltration. b. Connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. (1) Sealant will be provided by supplier and will be considered an essential part of each shipment. vi. Cones and adjusting rings shall maintain a clear 30-inch opening. a. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C478 specifications. b. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. vii. Manholes shall be designed to withstand H-20 AASHTO loading. All. Manholes shall also have lifting holes that do not protrude through manhole wall. a. One full inch of concrete thickness must remain between lift hole and outside wall of manhole. ix. Manhole barrels shall be assembled of precast riser section. a. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. x. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section. a. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. b. Changes in size and grade of the channels shall be made gradually and evenly. c. Invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. d. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. A. Connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. b. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. xii. Adjusting rings may be used for adjusting the top elevation of manholes. a. Each manhole shall have a minimum of 6 inches of grade adjustment. b. Total height of the adjusting rings shall not exceed 12 inches at any manhole. c. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. xiii. Frames and Covers a. Manhole frames and covers shall be of good quality gray iron casting and conform to Section 8 . 109 Streets and Drainage Specifications b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. c. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. d. Frame and cover shall have a weight of not less than 275 pounds. e. The manhole ring and cover shall be Western Iron Works #40 or approved equal. 8.11.05 Methods of Construction A. All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction Is permitted to start. B. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. D. Excavation and Trenching I. The Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. a. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. b. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. c. The bottom of the trench shall be excavated to a horizontal section as far as practicable. Ill. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. iv. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T180. v. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. a. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. vii. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. viii. The minimum width of the trench at the top of the pipe, when placed, shall be a width t-= which will permit the proper construction of joints and compaction of backfill around the pipe. ix. :Me sides of the tr-eRch shall be veFdr=aly unless etheFwlse appr-eved by the Engineer Section 8 110 1 J. Streets and Drainage Specifications x. The width of the trench shall provide adequate working room for Installation, joining and proper compaction along both sides of the pipe. a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: Less than 18" Pipe O.D. +12" Pipe O.D. +18" 18" thru 36" Pipe O.D. +18" Pipe O.D. +24" 37" thru 60" Pi O.D. + 24" Pipe O.D. + 30" r b. The width of the trench above the top of the pipe may be as wide as necessary for I( shoring, bracing or proper Installation of the pipe. c. Excavation In paved areas shall be confined to a minimum practical width. A. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be In continuous contact with the bottom of the trench. Al. Manholes a. The excavation for manholes shall be essentially the same as that for the piping. b. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. c. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be done In successive stages to prevent overloading of the pipe during backfilling operations. e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. [ All. Surface water shall be prevented from entering the excavation. xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. r E. Pipe Installation I. Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. ii. Contractor's method for lowering pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. ill. The Engineer shall inspect all pipe before it is placed in the trench. iv. Any section that is damaged by handling or Is defective to a degree which, in the opinion of the Engineer, will materially affect the function and service of the pipe shall be rejected and removed from the job site. v. Installing pipe in the finished trench shall be started at the lowest point and laid upgrade. a. For tongue and groove pipe, the grooved end shall be laid upgrade. vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. vil. The pipe shall be protected from water during placing and until the concrete, for cast - in -place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly set. Section 8 111 Streets and Drainage Specifications a. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. All. Pipe shall not be laid or installed on frozen ground. . ix. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -installed without additional compensation. x. Mortar shall be used for caulking and filling between the pipe and the drainage structures. xi. Mortar that is not used within 45 minutes after water has been added shall be discarded. a. Retempering of mortar shall not be permitted. xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type. Ali. Joints shall be made water tight by means of a preformed bituminous gasket. a. Gaskets shall be installed as recommended by the pipe manufacturer. xiv. Feld poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. xvi. Concrete placement shall conform to ACI and good construction practices. xvii.Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. xix. Manholes shall be constructed to ASTM C-891 standards. xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. F. Backfilling I. All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. ii. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. a. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. b. The material shall be moistened or dried, if necessary, to be compacted by the method in use. c. Backfill material shall be approved by the Engineer. III. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. a. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. b. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. c. Backfilling shall be done in a manner as to avoid Injurious top or side pressures on the pipe and manhole. d. Bacldill shall be compacted to 95% (min.) Standard Proctor Density. iv. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard eenerete Fnix) to !nEhes beiew the asphalt su fae . Section $ 112 Streets and Drainage Specifications a. The pipe shall be restrained so that during the pour the pipe shall not be displaced. v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. a. Any damaged construction shall be removed and replaced at the Contractor's own expense. 8.11.06 Trench Protection A. Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. B. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. 1. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. ii. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. iii. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. iv. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. v. The contractor shall provide detailed drawings for proposed trench safety systems. a. The drawings shall identify where each system is proposed for use and type of system to be used. vi. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. vii. If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. viii.If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. ix. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum — Type 6061-T6, thickness as required. c. Wood in Contact with Earth — Pressure treated woods. d. Wood not in Contact with Earth — Soft or hardwood as required. 8.12 Fences (see Section 02830 for Chain -Link Fence) Section 8 8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. 8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of the fence materials, as directed by the Engineer. 113 Streets and Drainage Specifications 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. 8.13 Salvage of Asphalt Paving14 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. A. The contractor shall provide additional devices as determined to be necessary during the project. B. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory conditions. 8.14.03 The contractor shall provide and maintain at least one driveway to each property open directly to the project corridor, at all times during construction. A. Driveway width to remain open shall be appropriate for the character and volume of traffic accessing the property, and shall require approval by the Engineer. B. No driveways shall be closed along the project corridor without either a comprehensive access management plan approved by the Engineer, or approval for individual closures from the Engineer. C. The contractor shall notify affected property owners a minimum of two (2) days in advance of any driveway restriction or closure. 8.14.04 All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. A. All hazards shall be clearly marked and adequately protected. 8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD. 8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will beFI made for traffic control. ..1 A. The required plan and devices shall be considered to be subsidiary to pay items. Section 8 114 Streets and Drainage Specifications 8.14.07 During the period the Contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. A. The base course shall be maintained until the wearing surface is placed thereon. B. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley's shall remain closed not more than 4 days. C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to affected property owners, and shall conduct construction efforts so as not to create a disturbance or nuisance. 8.15 Prosecution of the Work and Working Days 8.15.01 As a standard, no work will be performed on weekends, nights, or holidays. A. Requests by the contractor to work evenings, weekends, or holidays must be made and processed in accordance with current City of Lubbock Administrative Policies and Procedures "Construction on Weekends, Nights, or Holidays". B. If the request is approved, the contractor shall be responsible for all City personnel costs associated with the work. C. If the Engineer determines that it is necessary and appropriate to work after dark or before daylight, the contractor shall provide adequate lighting as required to allow prosecution of the work equivalent to that in daylight hours. 8.15.02 Working Days Definition A. City contracted paving projects will be based on working days allowed. i. No requests for extensions of time will be considered. B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer. ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time. iii. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. C. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond his control as determined by the Engineer. i. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. D. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. .. i. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of Section 8 115 Streets and Drainage Specifications iii. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. iv. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown on that period's time statement, and future consideration of that time statement will not be permitted. 8.15.03 Work Between November 1 and January 2, and on Other City Holidays A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. I. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. ii. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. iii. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and Payment 8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is indicated shall be considered subsidiary to the various bid items. I. No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. -, B. Separate curb and gutter will be paid for at the unit price bid per linear foot. C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those items, and no separate payment will be made for such curb. it Section 8 116 f Streets and Drainage Specifications G 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters and Fillets A. Measurement will be made of the area, In square feet, of flat slab actually constructed. B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be Included in the area measured for the slab and will not be paid for as a separate item as curb and gutter. 8.16.04 Curb Ramps (Handicap Ramps) A. Measurement will be made of the area, in square feet, of curb ramp actually constructed, including surface treatments and top surface area of any curb above the slab. B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk. C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be made for curb as part of a ramp. 8.16.05 Concrete Drainage Channel A. Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any curb above the slab. B. Drainage channel will be paid for at the unit price bid per square foot. 8.16.06 Retaining Walls A. Retaining wall will be considered as that portion of concrete construction which constitutes a separate reinforced structural member for soil retention, extending above and below a surface slab. B. Measurement will be made of the linear feet of retaining wall actually constructed. C. Retaining wall will be paid for at the unit price bid per linear foot. 8.16.07 Concrete Median A. Measurement will be made of the area, in square feet, of median actually constructed. B. Median will be paid for at the unit price bid per square foot. 8.16.08 Concrete Street Paving A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. B. Concrete street paving will be paid for at the unit price bid per square yard. 8.16.09 Sawing and Sealing of Joints in Concrete Street Paving A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed. B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. 8.16.10 Curb and Gutter Removal A. Measurement will be made of the linear feet of curb and gutter actually removed. B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet Section 8 117 Streets and Drainage Specifications D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. 8.16.11 Concrete Slab Removal and Disposal A. Measurement will be made of the area in square feet of concrete slab actually removed and legally disposed of. B. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. C. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal and disposal. D. Payment will be made at the unit price bid per square foot of concrete slab removed and disposed of. 8.16.12 1-1/2 Sack Flowable Fill A. Quantities of 1-1/2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks. B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack flowable fill. 8.16.13 Asphalt Paving A. Measurement will be made of the area, in square yards, of asphalt paving actually constructed. B. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work C. Payment will be made at the unit price bid per square yard of asphalt paving. 8.16.14 Asphalt Paving Repair A. Measurement will be made of the area, in square yards, of in place asphalt paving repair. B. The unit price bid shall include removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, tack and prime coats, compaction, and all incidentals necessary to complete the work. C. Payment will be made at the unit price bid per square yard of paving repair. 8.16.15 Micro -Surfacing A. Micro -surfacing will be measured by the ton of composite micro -surfacing mixture used, defined as the asphalt emulsion, aggregate, and mineral filler. B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing materials, and all required equipment, labor, tools and incidentals necessary to complete the work. C. Payment will be made at the unit price per ton of composite micro -surfacing mixture used. 8.16.16 Excavation and Grading Outside Limits of Construction A. Volume of excavation or fill, in cubic yards, will be determined by average end area method. B. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or i fill the site to the grades established by the Engineer. Section 8 118 Streets and Drainage Specifications C. No separate payment will be made for disposing of excess material. D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. 8.16.17 Ditch Grading and Unpaved Street Surface Grading A. Measurement will be made of the linear feet of ditch or street grading. B. No separate payment will be made for disposing of excess material. C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading. 8.16.18 Traffic Control A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be paid for on a per day basis for each day the control plan devices are required to be in place. B. If no bid item for traffic control is included in the contract it shall be considered to be subsidiary to bid items, and no separate payment shall be made for traffic control. 8.16.19 Mobilization A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump SUM. B. If no separate bid item for mobilization is included in the contract it shall be considered subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 8.18.01 Within 31 calendar days after the Contractor has given the Engineer written notice that the paving or drainage improvements have been completed, or substantially completed, for new subdivision construction or on a City contract the Engineer shall inspect the improvements. A. If it is determined that the improvements have been constructed in accordance with the plans and specifications, the Engineer shall issue to the Contractor a Certificate of Completion of Streets and Drainage Improvements, which will establish the beginning date for the warranty period. B. Neither the final payment nor Certificate of Completion shall relieve the Contractor 119 of responsibility for faulty materials or workmanship. C. The Contractor shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the date of completion. D. Prior to issuance of the Certificate of Completion by the Engineer, the Contractor shall furnish to the City of Lubbock a 2 year maintenance bond in the amount of 10 percent of the total construction cost of the paving and drainage improvements. 120 i _A �J city of bock TEXAS City of Lubbock Lift Station Rehabilitation Capital Project # 90346 SHEET INDEX covm Berl Huffman Park uFr sTAnoN �'�Y°O oEraLs cz C2 Lubbock, Texas SITE DETAILS (1 of 2) sm" 'your ) w C5 LOCATOR MAP MAYOR GLEN C.ROBERTSON CITY COUNCIL VICTOR HERNANDEZ DISTRICT 1 FLOYD PRICE DISTRICT 2 TODD KLEIN DISTRICT 3 JIM GERLT DISTRICT 4 KAREN GIBSON DISTRICT 5 LATRELLE JOY DISTRICT 6 CITY MANAGER LEE ANN DUMBAULD CHIEF OPERATIONS OFFICER MARSHA REED, P.E. A 25 & Loop 289, 8&tb 220 meoacTone79424 ees.sw7m Clu"Ibb�ck nun City of Lubbock Lift Station Rehabilitation COPW R&,W_ 9030 BM WOW Pak Lubboek Tome 6 d 8 adI ti� gs gge b . I IgI g l � � 11- el -PPS P R 1t A R F R R.{.101 R 11 RQiVI 'h 299 N C p p � N MA will 9 8 a t w i. 1� 41 d' "f In fit i1 oil 000 :1i?�ff�u i � loll �. 311 � R �f�r; Tr f Oaitln RrAn'Yi s1W.wc TXMM Qsollf- m"m aM1 16IO�DIl6 Ti1F7mOEA6T FENCE DETAIL TRENCH BACKFILL REQUIREMENTS ON UNPAVED STREETS AND ALLEYS WITHIN THE RIGHT -OF -MAY NVW IedN OSOOwn :a.T r �M•M ��� e{ AF PM4LTm tin ua C{T` aWTQR n11MA -"' ss RAaa M11EMM .. RMn enr.. 5225 S. Loop 28% SFie 22D i. HAWM% ORA 51UM QM Lubbock, Tan 79424 wo MUMMA [M. 808.939.0030 2. MKROWK O{LT ninon 110v F. BBB.B89.T083 PMm1 RHPPLY FOR 16s 2810 1 IM YAM MEDIA. 40 D[MNE WWWJCBOM cowmOE NOMHNN- 902-M Yh, N FCpE .. PM.IPIMl91 n-lM -C2 UMMMM ARRESTOR N FOW a 90O CASE - uw 100 20' ROM AWDN 70M 6 um 400 co..1c a (270-lam OR APPROAO) EOUR) p: `�w.. F-11M 62PiB12 Dom NOTE COMTMCM 10 FU NIS" r .. wO-o� �. 1{. <Omw{ n.v. ROMP MMOO lR011m aY lywlti M V trrs RA TM PTO ��K ' C wN OMIR0. PMCL PMIR GBROET nw�. Hw1 RADIO ANTENNA DETAIL •R REST EMO RROME S X a' M M CATE ROM CONTNUM BIDER AM To COLPLETE 10' FEMCE. BREAX CONMEE Mew FOR OPDMO ALSO. 12) r % t0' FKH SNIKM WES arFM STOP 9W TO SURE BRO CONCRETE AS SMOM1. PRNM LOOOG Ww 65- SCHEDULE 10 GUAN2M POSTS AT COM S AMO WE FMM POIM ROEAIE ME POSTS AIOMG S05 e B OE. 1r TIDE x Ir DEEP CONCRETE CUR8m USE (2) 14 MRS 2- LP FROM BOTTOIL Mr.1/2 FDCE POST To Go PS CONCRETE PIER roarm AT r GATES City of Lubbock Lift Station Rehabilitation eww Pr*d aE win Berl HAhrm Park Lubbock Tcm Site Det is 2 of 04 PARANG ACT PAR04 ACT f'-- E.. 0.0i EMSTING SOCCER FIELD LOW INDICHMAN R 722NO215. E978069.03 L- 3222.40 ISDICH� M: 720021426 BEACHMAN: E. S387S4.78 SET EU 3221.97 ORAKACE ORCH 34-r 930672.01 EL 322 Msm Tor tram IWIFIN CENTRAL zow CWRDMTE SYSTEM) ------- UDGS DIRE• STOCIOPILE - - - - - - DOTTING DO ROAD LEGEND 0 TREE I& SPRRWUR IRRIGATION CONTROL VALVE POWER POLE Jw"PON Box 10— PROPOSED ELEVATION X— EmvmG ELEVATION ,"' DIRECTION 01 FLOW 26 S. Loop 289, Sufte 220 bbOOk. Tema 79424 806.939.0033 86"99.7010 wMe.us iq F-1 1957 6-IM12 City of Lubbock Lift Staflon Rehabilitation CeVtdPmjed#90346 Berl Huffnm Park Lubbock, Tom r 32O9.H UNDERGROUND lfry!_Itt NOTE E)OSTING UTILITIES mm ON THESE PUWS NAVE BEEN LOCATED FROM FIELD SURVET WORIWATION AND DDSTING x DRAPWIGS. THE ENCOM DOES NOT GUARANTEE TNT THE UNOVICROUND UnUXS MINN COMPRISE ALL unurEs IN THE AREK THE ENIONCIR M NOT PHYSICALLY LOCATED W VAIDERCROUND UTILITIES Swppp Layout !olow" i IT 6 THE CONTRACTORS RESPONSOPUTY TO PRomo PROPER www" or CoNpRu POOR TO BECLAWWO PAWECT AND O FOLLOW ALL PROPER TOMS EXCAN0310" SAFETY SYSTEM RULES To N" VnUTY DISSRUPTION. C5