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-R0101 - Contract - Utility Contractors Of America Inc.- Drainage Improvements - 03_06_2012 (3)
Resolution No. 2012--RO101 March 6, 2012 Item No. 5.10 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, a Contract for Northwest Lubbock Drainage Improvements Phase I, by and between the City of Lubbock and Utility Contractors of America, Inc., 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 this March 6 , 2012. TOM MARTIN, MAYOR ATTEST: Reber Garza, City Secretary APPRON7ED AS TO CONTENT: M&Aha eed, P.E., Chie Operating fficer ,APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney Sj%edocs/Chad/Resolutions/RES.Contract-Utility Contractors of America, Inc, February 9, 2012 DATE ISSUED: ADDENDUM #1 Northwest Lubbock Drainage Improvements Phase 1 RFP 12-10284-MA January 4, 2012 CLOSE DATE & TEME: January 25, 2012 @ 3:00 p.m. ab 1a- 901 b I The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: (1) The Bases of Proposals and Selection Criteria as been revised and corrected as attached. (2) The Engineers Addendum No. 1 is attached as follows. 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 malvarezOmylubbock.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 bidder's 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 single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 2444-6-2267. The Maximum Point value is equal to 100 points. The maximum points for each criterion is 60 for Price, 25 for Contractor Qualifications, 10 for Safety Record, and 5 for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 PRICE (60 Points Maximum): The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 32.2 CONTRACTOR QUALIFICATIONS (25 Points Maximum): When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 SAFETY RECORD OUESTIONNAIRE (10 Points Maximum): This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire," the Contractors Experience Modification Ratio, and Company Safety History. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will be given zero (0) points for the Safety Record Questionnaire. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty - assessed as well as the Experience Modification Ratio. s3 Al eF 32.4 CONSTRUCTION TIME (2-5 5 Points Maximum): This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the engineering services, City of Lubbock staff time and construction phase of this project is $ 33,350,000. Proposals shall be made using the enclosed Proposal Submittal Form. Page Intentionally Left Blank PARMILLSMITH&COOPER TO: All Prospective Bidders ADDENDUM FROM: Heather Keister, PE NO: 1 PROJECT NAME: City of Lubbock Northwest Lubbock Drainage Improvements - Phase 1 PROJECT NO.: 01.2672.09 DATE: December 28, 2011 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 November 2011 as noted below: This Addendum consists of 1 page and the attached Specification Sections 01400 and 13282. I. CHANGES TO SPECIFICATIONS: A. SECTION 01400 — QUALITY REQUIREMENTS 1. Add attached Section 01400, Quality Requirements, in its entirety. B. SECTION 03410 - PRECAST CONCRETE SANITARY SEWER MANHOLES 1. Paragraph 1.3, Related Sections, add the following: "c. Section 09703 — Rehabilitation and Corrosion Protection" C. SECTION 09703 — REHABILITATION AND CORROSION PROTECTION 1. This specification applies only to the new sanitary sewer manholes to be constructed on this project. This specification does not apply to the storm drainage manholes. D. SECTION 13282 — HYDROCARBON -CONTAMINATED GROUNDWATER TREATMENT 1. Add attached Section 13282, Hydrocarbon -Contaminated Groundwater Treatment, in its C entirety. END OF ADDENDUM NO. 1 be*,.°F..rF�s��+c, Respectfully submitted, '. i •����**��� �, PARKHILL, SMITH & COOPER, INC. Q /w ..........................� 41 a HEATHER RAE KEISTER ..�...........................� ---�-- , . ���,�•.,e 100095 a jGfJ By. 12 j-tg]'201 t Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: Amarillo n t hJ3t�kl�2: 2 'CIE i JjSc: xx ftHSa :'.i DEttJ�c :Cit+LC °••iS'.a x63n ia� l m a !� El Paso l._ Las Cruces Lubbock (l Midland 4222 85th Street Lubbock, Texas 79423 806.473.2200 Fax 806.473.3500 11 NWLDIP —PHASE I 1.4 SECTION 01400 QUALITY REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I — General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Providing excavation protective equipment and devices for access to and within excavations for field sampling, testing construction materials, and observations by Owner - retained construction materials testing personnel, the Engineer, Engineer's Representative, and/or Owner for field quality assurance. B. Does not include testing construction materials and products by Contractor, suppliers or manufacturers for subsequent submittal, for batch plant testing and adjustment, for manufacturing plant testing or other tests required prior to use of materials or products in the project where such tests are specifically required of the Contractor, suppliers or manufacturers. C. This section primarily related to, but not limited to, backfill materials sampling, in -situ density testing, concrete sampling and testing, and tunnel grout sampling and testing by the Owner's or Engineer's testing agency. D. Accessibility and protection apply to all other situations where the Owner, Engineer, Engineer's Representative, or testing personnel enter excavations for reasons other than sampling, testing or observation. 1.3 RELATED SECTIONS A. Special Conditions — Northwest Lubbock Drainage Improvements Project, Phase I, paragraph SC-16. B. Various specification sections requiring field confirmation construction materials sampling and testing, including but not limited to: 1. Section 02082 — Pre -Cast Concrete Manholes and Vaults (primarily related to field- - placed inverts, field placed concrete collars, field placed concrete manhole bases, and annular space grouting) 2. Section 02260 — Excavation Support and Protection 3. Section 02279 — Articulated Concrete Block Mattresses for Erosion Control 4. Section 02300 — Earthwork 5. Section 02317 - Excavation and Backfill for Utilities 6. Section 02318 - Borrow 7. Section 02320 — Utility Backfill Materials 8. Section 02430 —Tunnel Grout 9. Section 02672 — Storm Sewers 10. Section 02741 — Hot -Mix Asphalt Paving (NWLDIP Version) 1 I. Section 02751 — Portland Cement Concrete Pavement 12. Section 03300 — Cast -In -Place Concrete 01267209 QUALITY REQUIREMENTS 01400 - 1 12/11 ADDENDUM NO. I ,., NWLDIP —PHASE I 13. Section 03410 — Precast Concrete Sanitary Sewer Manholes (primarily related to field -placed inverts, field placed concrete collars, field placed concrete manhole bases, and annular space grouting) C. OSHA 29 CFR 1926 Subpart P - Excavations D. OSHA 29 CFR 1926 Subpart S — Underground Construction, Caissons, Cofferdams, and Compressed Air. 1.4 SUBMITTALS A. Furnish plan, equipment, devices, and procedures for protection of testing and observation personnel and other persons entering excavations, tunnel access shafts and tunnels so that samples can be retrieved or in -situ tests can be conducted. B. Plan, equipment, devices, and procedures shall be in conformance with the General Conditions, Special Conditions and OSHA regulations. C. The design of protective equipment and protective devices to be placed within the excavation to resist subsurface loads and forces shall bear the seal of a licensed professional engineer. D. Plan, equipment, devices, and procedures shall be subject to acceptability of the Owner, Engineer and testing personnel. Correct and resubmit until concurrence of parties in this paragraph is obtained. PART2-PRODUCTS 2.1 MATERIALS A. Materials need not be new, but must be in serviceable condition and suitable for the intended function. B. Strength of protective equipment and protective devices shall be sufficient to physically protect persons performing sampling, testing or observation functions from the external materials and/or forces that could cause injury or death. 2.2 EQUIPMENT A. Equipment such that protective devices, atmospheric monitoring as needed, ventilation, illumination, railed gangplanks, and such other devices can be efficiently placed, removed and relocated to testing locations as the work advances. B. Protective equipment and protective devices shall not require personnel to expose any part of the body or testing devices outside of the protective equipment and protective devices in order to perform sampling, in -situ testing or observation. C. Protective equipment and protective devices shall exclude external materials and external forces from the protective space, and shall not buckle, crinkle or collapse if subjected to unexpected external forces that could be likely or encountered in deep excavations on this project. D. Protective space shall not be cramped, and shall allow free bodily movements such as standing, turning, twisting, bending, and crouching with additional space allowance for carrying and placing testing equipment such as nuclear density meters, sand cone density testing apparatus, and other such equipment of similar size, plus additional space for preparing the surface to be tested. E. Protective equipment and/or protective devices shall be provided with means of safe ingress and safe egress in accordance with OSHA regulations. -- 01267209 QUALITY REQUIREMENTS 01400 - 2 12/ 11 ADDENDUM NO. 1 t` [j7 � ##i i.j NWLDIP —PHASE PART 3 - EXECUTION 3.1 PREPARATION A. Have on hand the equipment and devices to perform the plan and procedures for safe ingress and egress for testing, sampling and observation. B. Construction equipment for placement of protective devices and protective equipment to be of sufficient size to safely and efficiently position the protective equipment, protective devices and ancillary devices at the locations to be sampled, tested or observed. 3.2 OPERATION A. Stockpile or assemble and have near the work location the protective devices, protective equipment and handling equipment prior to beginning work. A B. Failure to provide the protective equipment, protective devices, means of ingress and egress, and handling equipment shall be grounds for halting all Contractor and subcontractor work on the project without recourse on the part of the Contractor. C. Move and/or relocate the protective devices and protective equipment as necessary to keep up with the progress of the work and the testing, sampling and observation locations. D. Temporarily set and temporarily remove or relocate as necessary and/or required to accommodate the sampling, testing and observation to be performed until such time as the Owner or Engineer notifies the Contractor that the protective equipment and protective devices are no longer needed on the project. E. Repair or replace defective or damaged protective equipment, protective devices, and defective or damaged means of ingress and egress. 3.3 CLOSURE A. Remove protective devices and equipment from the project when Engineer indicates the devices and equipment are no longer needed, or at close of project. B. Protective devices, protective equipment, handling equipment, and related ancillary items remain the responsibility and/or ownership of the Contractor. END OF SECTION 01267209 QUALITY REQUIREMENTS 01400 - 3 12/1 I ADDENDUM NO. I NWLDIP —PHASE 1 SECTION 13282 HYDROCARBON -CONTAMINATED GROUNDWATER TREATMENT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Treatment of groundwater contaminated by hydrocarbons from a former leaking petroleum storage tank (LPST) site, northwest corner of U.S. 84 and Fordham Street. Site has been closed from the Texas Commission on Environmental Quality (TCEQ) list of active remediation LPST sites, and the underground tanks have been removed according to TCEQ publicly available records. B. Groundwater samples from monitoring well MW-02 were retrieved on two separate occasions. Analytical chemistry results and sampling dates are in Appendix F. The location of MW-02 is shown in the plans. C. No surface sheens of phase separated product were visually observed at either sampling event. D. This specification is primarily oriented toward contaminated water treatment and discharge to waters of the State. 1.3 REFERENCES A. OSHA 29 CFR 1910 — Permissible Exposure Limits B. OSHA 29 CFR 1910 — Personal Protective Equipment C. 'OSHA 29 CFR 1910 — Safety and Health Plan D. OSHA 29 CFR 1910 — Hazard Communication E. OSHA29 CFR 1910 — Engineered Controls F. High Plains Underground Water Conservation District — Well closure requirements G. TCEQ General Permit to Discharge Wastes TXG830000 (included as Appendix B) H. TCEQ Fact Sheet and Executive Director's Preliminary Opinion (included as Appendix C) I. TCEQ Notice of Intent to Discharge Petroleum Contaminated Water (included as Appendix D) 1. TCEQ Notice of Termination for Authorizations Under General Permit TXG830000 (included as Appendix E) K. TCEQ Aquatic Life Surface Water Risk -Based Exposure Limits (SWRBELs) I 1.4 SUBMITTALS A. Furnish schematic of groundwater treatment system for record purposes. B. Furnish dewatering well locations on aerial photograph (photograph to be furnished) and piping layout. C. Furnish influent and effluent monitoring program for record purposes. D. Furnish laboratory analytical chemistry results. E. Provide anticipated operating characteristics of treatment equipment. 01267209 HYDROCARBON -CONTAMINATED 13282 - 1 12/ 11 GROUNDWATER TREATMENT ADDENDUM NO. I NWLDIP—PHASE I F. Contractor may submit an alternate plan for handling petroleum -contaminated groundwater (i.e., fabricated tank capture, batch treatment, truck to TCEQ registered third -party treatment center, etc.). Release of untreated petroleum -contaminated groundwater is prohibited. G. Furnish copy of Notice of Intent. H. Furnish copy of Notice of Termination. I. Furnish copies of reports required by the State or Lubbock Water Utilities, as applicable. J. Furnish copies of Lubbock Water Utilities permit for discharge, pretreatment provisions, and discharge limits if discharging to sanitary sewer. K. Furnish manifests for petroleum -contaminated water shipped to TCEQ registered third party treatment center. PART 2 - PRODUCTS 2.1 SYSTEMS A. Where a carbon treatment system is used for removal of both lead and organic contaminants of concern, such carbon filtration shall be rated and certified for lead removal. Otherwise, a specific lead removal mechanism shall be incorporated into the treatment system. B. The Contractor is encouraged to retain the services of a remediation specialist for treatment design, operation, monitoring, and closure. C. If in -situ concentrations exceed the concentrations for influent water listed in 2. LF, or flow rates to control groundwater to the levels specified exceed 500 gallons per minute, notify the Engineer and Owner prior to equipment installation and operation. D. Treatment system shall be equipped with influent and effluent sampling ports suitable for taking credible, defensible water samples at flow rates low enough to prevent aeration of volatiles during sampling. E. Influent line(s) shall be equipped with flow meter(s) that indicate instantaneous flow rate and totalized flow volume. F. For base bid purposes, allow for influent dissolved contaminants of concern up to the following concentrations. 1. Phase separated hydrocarbon layer up to I/16'h inches thick. 2. Benzene — 0.75 milligrams per liter (mg/l) 3. Toluene — 0.75 mg/l 4. Ethylbenzene — 0.75 mg/1 5. Total Xylenes — 0.75 mg/l 6. Total Petroleum Hydrocarbons (Dissolved) — 25 mg/l 7. Methyl Tertiary Butyl Ether (MTBE) — 0.50 mg/l 8. Lead — 0.10 mg/1 9. Polynuclear or Policyclic Aromatic Hydrocarbons (PAH) — 0.5 mg/l G. For base bid purposes, allow for influent flow rate of up to 500 gallons per minute. H. If air stripping is used, comply with emission limits in Section 13281 — Soil Vapor Extraction I. The Contractor may elect to discharge to the City of Lubbock sanitary sewer system. Under discharge to sanitary sewer system, General Permit TXG830000 is not required. 1. Pretreatment according to City of Lubbock ord:-.iance and/or permit is required. 2. Flow rate to sanitary sewer shall be limited to that specified by Lubbock Water Utilities, which may or may not be compatible with groundwater recovery flow rates. 01267209 HYDROCARBON -CONTAMINATED 13282 - 2 12/ 11 GROUNDWATER TREATMENT ADDENDUM NO. I NWLDIP —PHASE l 3. Nearest location north of U.S. 84 for sanitary sewer discharge is in the canyon park where work is already scheduled to be performed by Contractor. 4. Nearest location south of U.S. 84 for sanitary sewer discharge requires crossing private property, for which no easements have been granted, either temporary or permanent. Contractor is responsible for securing such access. 5. No permits for tunneling or boring under U.S. 84 or the BNSF Railway right-of- ways have been sought or secured for crossings additional to the storm sewer of this project. 6. Fees charged by Lubbock Water Utilities for receiving the discharge are the responsibility of the Contractor. J. Groundwater extraction systems, groundwater wells, and pumping of contaminated water entering the excavation shall be considered part of the dewatering system covered in Section 02240 — Dewatering and Section 02317 — Excavation and Backfill for Utilities. K. Treated effluent limitations for discharge to waters of the State are herein defined as more stringent than those of the TCEQ. 1. Benzene —0.005 mg/I daily maximum and daily average limit 2. Total BTEX-0.075 mg/l daily maximum and daily average limit 3. Total Petroleum Hydrocarbons —7.5 mg/I daily maximum and daily average limit 4. Total Lead —0.001 mg/I daily maximum and daily average limit 5. pH — as dictated by TCEQ General Permit TXG830000 6. MTBE-0.075 mg/I daily maximum and daily average limit 7. PAH-0.005 m/I daily maximum and daily average limit. L. No phase separated product shall be released to the environment. PART 3 - EXECUTION 3.1 PERMITS A. The Contractor shall file a Notice of Intent to discharge to waters of the State under General Permit TXG830000. B. The Contractor may elect to discharge to the City of Lubbock sanitary sewer system. Under discharge to sanitary sewer system, General Permit TX0830000 is not required. I . Pretreatment according to City of Lubbock ordinance and/or permit is required. 2. Flow rate to sanitary sewer shall be limited to that specified by Lubbock Water Utilities, which may or may not be compatible with groundwater recovery flow rates. 3. Fees charged by Lubbock Water Utilities for receiving the discharge are the responsibility of the Contractor. 3.2 OPERATION A. Operate groundwater systems to intercept groundwater prior to its entering the excavation, and to maintain a dry and stable subgrade for storm sewer installation. See Section 02240 — Dewatering and Section 02317 — Excavation and Backfill for Utilities. B. Treat petroleum -contaminated water to, or below, effluent limitations prior to discharge to waters of the State, or to pretreatment effluent limitations if discharging to Lubbock Water Utilities sanitary sewer. C. For discharge to waters of the State: 1. Sample at least twice per day for laboratory analysis, once at beginning of work day and once at end of work day. 01267209 HYDROCARBON -CONTAMINATED 13282 - 3 12/ 11 GROUNDWATER TREATMENT ADDENDUM NO. 1 �j NWLDIP —PHASE I 2. Have samples analyzed by TCEQ accredited laboratory for compliance with effluent limitations. 3. Sampling and analyses may be reduced to one per day provided consistent two -per - day effluent sample concentrations and pH are demonstrated for a five-day continuous period. 4. Sampling may be reduced further to once every two days provided the one -per -day effluent sample concentrations and pH are consistent for a continuous five-day period, and such consistency is congruent with the previous two -per -day sample results. 5. If two contiguous samples exceed effluent limits, adjust equipment and/or treatment system to return to specified effluent limits. If a further two contiguous samples after adjustment exceed effluent limitations, operations shall cease until equipment, treatment system and/or operation is adjusted, replaced or altered to meet effluent limitations. Sampling and analysis shall revert back to two -per -day. 6. Provide reports to the State in accordance with General Permit TXG830000 with copies to the Engineer. D. For discharge to Lubbock Water Utilities sanitary sewer, comply with Lubbock required flow rate limits, sampling frequency, analytical requirements for the utility's contaminants of concern, and reporting with report copies to Engineer. E. Comply with EPA and TCEQ regulations for sampling procedures, sample container sizes and types, sample handling, sample storage, and chains of custody. F. Immediately cease operations and groundwater pumping if phase -separated petroleum product is observed, or is otherwise detected. G. Immediately cease operations if discharges that exceed contaminant concentration discharge limits are exceeded. H. Operate system until such time as the advance of the work no longer encounters or withdraws petroleum -contaminated groundwater. 3.3 CLOSURE A. Close all dewatering and groundwater extraction wells according to TCEQ and High Plains Underground Water Control District requirements, regardless of specification section under which installed. B. Dispose, regenerate, or recycle treatment media in accordance with applicable regulations. C. Remove other equipment, piping, power sources, and leave site in former condition to the extent feasible. END OF SECTION 01267209 HYDROCARBON -CONTAMINATED 13282 - 4 12/ 11 GROUNDWATER TREATMENT ADDENDUM NO. 1 bb10of Ck TEXAS DATE ISSUED: ADDENDUM #2 Northwest Lubbock Drainage Improvements Phase 1 RFP 12-10284-MA January 11, 2012 CLOSE DATE & TROE: January 25, 2012 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: (1) The 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 malvarezna 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 bidder's responsibility to advise the Citv of Lubbock Director of Purchasing & Contract Management if anv language. reouirements. etc.. or anv 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 Purchasing Manager 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 0 ADDENDUM N0: 2 PARMILLSMITH&COOPER TO: All Prospective Bidders FROM: Heather Kelster, PE PROJECT NAME: City of Lubbock Northwest Lubbock Drainage Improvements — Phase 1 PROJECT NO.: 01.2672.09 DATE: January 10, 2012 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 November 2011 as noted below: This Addendum consists of two (2) pages and the attached Specification Section 01020 and Sheets D-1 OR, D-12R and D-22. I. CHANGES TO SPECIFICATIONS: A. SECTION 01020 —MEASUREMENT AND PAYMENT 1. Replace Section 01020 with the attached Section 01020 in its entirety. II. CHANGES TO DRAWINGS: A. Sheet P-07 1. Delete from Note 1.: "CONSTRUCTION OF LINE E FROM STA. 67+00 TO STA. 75+00 SHALL BE LIMITED TO BETWEEN DECEMBER 1 TO MARCH 31 TO PREVENT INTERRUPTION TO TTU WELL LINE DURING IRRIGATION/GROWING SEASON" Replace with: "THE 20" TTU CONCRETE CYLINDER WELL LINE IS INACTIVE BETWEEN DECEMBER 1 AND MARCH 31. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO ENSURE THAT CONSTRUCTION OUTSIDE THIS TIME WINDOW RESULTS IN NO INTERRUPTION OF SERVICE TO 20" TTU CONCRETE CYLINDER LINE." B. SHEET P-11 1. Delete from Line E-15 label in Profile View: "96-INCH". Replace with: "10A0 BOX" C. SHEET D-03 1. Delete from Section B: "TEXTURED PATTERN (OUTSIDE WALLS ONLY)" D. SHEET D-10 1. Replace Sheet D-10 with attached Sheet D-10R. E. SHEET D-12 1. Replace Sheet D-12 with attached Sheet D-12R. F. SHEET D-19 1. Delete Notes 8. B. a., b., and c. and 8.C.a. Amarillo%t*aVvcq*1sRMM72.VaEWWCALSW0hMIM05 ftWNILDFAWeaumrmz+wcm El Paso Las Cruces Lubbock Midland 4222 85th Street Lubbock, Texas 79423 806.473.2200 Fax 806.473.3500 Addendum No. 2 Page 2 January 10, 2012 G. SHEET D-22 1. Add Sheet D-22 in its entirety. Drawing was not issued with original set. END OF ADDENDUM NO.2 4 ' I ' cjRi v , y�PtB •oF.,r�s>>i o rrr *.•'�• .•S•.�*�t ij "*3 -0 CL HEATHER RAE MISTER 100095 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: c I��!�'�► 01/10j20t2 Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: NWLDIP—PHASE I SECTION 01020 MEASUREMENT AND PAYMENT PART 1-GENERAL 1.1 SCOPE A. This section covers the method of measurement and payment of the items required for the construction of the project. The unit price bid on each item stated in the Bid Form shall include furnishing all labor, superintendence, machinery, materials, equipment and incidentals necessary to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans and called for in the specifications for which no separate payment is made shall be included in the bid price for the various pay items. Payment on the various items will be made as provided by the General Conditions of the Agreement and Special Conditions of the Agreement. 1.2 MOBILIZATION A. Payment will be made at the lump sum price bid for Mobilization for the project. This lump sum price to be paid prior to substantial completion will be a maximum of 6% of the total amount bid for the project. Any amount bid above the 6% of the total bid for the project will be eligible for payment upon substantial completion of the entire project. Partial payment can be requested under this item. A request for 25% of the amount that is eligible for payment at the beginning of the project (i.e., 25% of the amount equal to 6% of the total bid amount) can be made upon approval of the pipe submittal and the storm sewer pipe laying schedule. A request for the remaining portion of the total amount that is eligible for payment at the beginning of the project can be made in a maximum of 25% increments for the following three months, provided that equipment is on site and physical construction has started. Partial payments for mobilization are subject to the retainage amount specified in the contract documents. 1.3 STORMWATER POLLUTION PREVENTION PLAN A. Payment will be made at the lump sum price bid for Stormwater Pollution Prevention Plan measures, furnished, installed, periodically inspected and properly maintained. Partial payment can be requested for this item. This partial payment will be determined by the percentage of the total storm sewer project that is accepted for payment. Payment will be made for up to 60% of the total amount for the segment of pipe that is being requested. The remaining 40% will be paid upon final stabilization and removal of the respective measures. No payment will be made for measures that are not in compliance with the TPDES permit. In such circumstance, this amount will be reduced by a percentage of the pipe that was installed with the noncompliant measures. If this reduction is made, then the amount ultimately paid under this item will be less than 100% of the amount bid. 1.4 TRAFFIC CONTROL A. Payment will be made at the lump sum price for Traffic Control measures furnished and installed including, but not limited to, installation and removal of temporary paving, signage, barricades, channelization devices and work zone pavement markings. Partial -a 01267209 MEASUREMENT AND PAYMENT 01020 - 1 01/12 ADDENDUM NO.2 NWLDIP—PHASE payment will be made on a pro-rata basis based on the percent of storm line completed and in place for the Traffic Control associated with each proposed storm sewer line, inlets and outlets inclusive. The sum of the partial payments made for Traffic Control on any individual proposed storm sewer line shall not exceed 90%, subject to the specified retainage, of the lump sum price bid for Traffic Control for the individual proposed storm sewer line until such time as the line is complete and accepted by the Owner, including applicable grading and vegetation establishment. No partial payment shall be made for partial Traffic Control measures. Payment shall not be made under this item where the Engineer determines that there was a lack of evidence that Traffic Control was used, or if the Engineer determines that the measures installed do not meet the requirements of the plans and specifications. No additional compensation will be allowed where Traffic Control is required because of work being remedied due to not meeting plans and specifications. 1.5 STORM SEWER LINES IN TRENCH OR TUNNEL A. Payment will be made at the unit price bid for the listed diameters of storm sewer pipe or storm sewer box of the dimensions listed, furnished and installed by any allowable method. The quantity of pipe eligible for payment shall be the actual linear footage of pipe furnished and installed in accordance with the plans and specifications. This item shall include all items associated with the installation of the storm sewer conduit that do not have a separate pay item identified. This includes but is not limited to the storm sewer conduit, the trench excavation, the compacted backfill, any special bedding or backfill, tunneling or boring pit excavation and backfill, ties to existing pipelines, hauling, site security, protection of existing 'utilities, tunnel excavation, tunnel liner, tunnel grout, testing of lines, project cleanup and any changing surface and/or subsurface conditions. Measurement shall be made to the nearest foot from manhole center to manhole center, or to the conduit end if no manhole, without deduction for diameter of manhole. Where tee branches are indicated, measurement will be from the center line of the main conduit to the end of the tee branch. B. Where called for on the plans, the price for short segments of larger diameter pipe and reducer sections of pipe shall be considered to be included in the unit bid prices bid for the applicable line segment. C. Where the storm sewer conduit is placed on a horizontal curve, and the Owner and Contractor agree, the plan length of curve from point of curvature to point of tangency may be used to define the payment length along curved portions of storm sewers. If Owner and Contractor do not agree to plan length for curve distance, then Contractor shall furnish field surveys that tie points of curvature, points of tangency, degree of curve, chord distance, and deflection angle to the actual field installation. This curve length must agree with field -measured distance. D. Incremental partial payment factors will be applied to unit bid price as follows for the stage of construction where the project crosses paved areas for trench or open cut method: Trench excavated, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to street subgrade 0.80 Conduit installed and trench backfilled to street subgrade, leakage test completed 0.90 Applicable mandrel test completed 1.00 01267209 MEASUREMENT AND PAYMENT 01020 - 2 01/12 ADDENDUM NO.2 A. NWLDIP—PHASE 1 E. Incremental partial payment factors will be applied to unit bid price as follows for the stage of construction where the project crosses paved areas for trenchless method: Tunnel or bore excavated, but conduit not installed 0.50 Tunnel or bore excavated and shoring installed 0.70 Conduit installed and tunnel or bore space grouted 0.80 Access shafts backfilled to street subgrade, applicable leakage test completed 0.90 Applicable mandrel test completed 1.00 F. For project conditions crossing upaved areas, the incremental partial payment factors applied to the unit bid price will be as follows for the stage of construction for trench or open cut method: Trench excavated, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to topsoil subgrade 0.80 Conduit installed and trench backfilled to topsoil subgrade, applicable leakage test completed 0.90 A Topsoil installed 0.95 Grading and cleanup completed and applicable mandrel test completed 1.00 G. For project conditions crossing unpaved areas, the incremental partial payment factors ,. applied to the unit bid price will be as follows for the stage of construction for trenchless method: Tunnel or bore excavated, but conduit not installed 0.50 Tunnel or bore excavated and shoring installed 0.70 Conduit installed and tunnel or bore space grouted 0.80 Conduit installed and access shafts backfilled to topsoil subgrade, applicable leakage test completed 0.90 Topsoil installed at access shafts 0.95 Grading and cleanup completed and applicable mandrel test completed 1.00 H. The incremental partial payment factors for trenchless methods shall be applied to the cumulative, constructed length achieved at the time of any partial payment. The incremental factors shall be applied to the constructed length, regardless of the actual length or area of surface disturbance for each applicable location. 1.6 TRENCH AND TUNNEL GROUNDWATER DEWATERING A. Payment will be made at the unit price bid for Trench and Tunnel Groundwater Dewatering. The quantity eligible for payment shall be the actual linear footage of trench or tunnel that is dewatered in accordance with the plans and specifications. This item shall include all of the extra cost associated with the dewatering measures. if no dewatering measures are taken, or dewatering measures are taken but conditions do not warrant the measures, then the quantity will be considered zero linear feet. No payment will be made for work areas subject to surface water. Place the cost of dewatering surface water in the appropriate item related to that work. This item applies only to groundwater control systems that intercept groundwater prior to its reaching, or appearing, in the limits of excavation. 01267209 MEASUREMENT AND PAYMENT 01020 - 3 01/12 ADDENDUM NO. 2 NWLDIP —PHASE 1 1.7 SOIL VAPOR EXTRACTION A. Payment will be made at the unit price bid for soil vapor extraction. Such payment includes soil vapor extraction wells up to 40 feet deep each, vacuum blowers, piping, exhaust stack, temporary surface seal sheeting, materials, installation, operation, removal, plugging extraction wells, superintendence, labor and all other items necessary and incidental to the work. If soil vapor extraction wells are not installed and operated, then no payment will be made for any soil vapor extraction items of work. 1.8 HYDROCARBON CONTAMINATED GROUNDWATER TREATMENT A. Payment will be made at the unit price bid for hydrocarbon contaminated groundwater treatment. Such payment includes, but is not limited to, materials, labor, superintendence, piping, treatment equipment, equipment removal, disposal/disposition of treatment equipment, and all other items necessary and incidental to the work. The wells pumping the groundwater will be considered as being paid for under Trench and Tunnel Groundwater Dewatering, paragraph 1.6 above. 1.9 TRENCH AND TUNNEL OR BORE ACCESS SHAFT SAFETY SYSTEM A. Payment will be made at the unit price bid for Trench and Tunnel Access Shaft Safety System, furnished and installed. The quantity eligible for payment shall be the actual linear footage measured for installed portions of storm sewer conduit. No deduction will be made for manholes. Trench and Tunnel or Bore Access Shaft Safety System must be in accordance with the plans and specifications to be eligible for payment. Payment will not be made under this item where the Engineer determines that there was a lack of evidence that a Trench and Tunnel or Bore Access Shaft Safety System was used, such as no trench box, no sloping of trench walls, no trench shoring and so forth. If no worker protection is furnished and installed, then quantity will be considered zero linear feet, and no payment will be made to the Contractor under this item. B. Tunnel support is paid under separate item. 1.10 STORM SEWER MANHOLES A. Payment will be made at the unit price bid for manholes of each type furnished and installed. This item shall include but is not limited to the manhole riser sections, excavation, any special bedding and backfill, reinforced concrete manhole support, the ring and cover, any grade rings, all other appurtenances, the connection of the manhole to the main line and any lateral lines, and other incidental work. The quantity eligible for payment shall be the total number of manholes furnished and installed in accordance with the plans and specifications. 1.11 REMOVE EXISTING ASPHALT PAVEMENT A. Applicable Street Restoration Ordinance: City of Lubbock Ordinance No. 2007-00122 calls for the following pavement restoration requirements for excavations in existing street pavements: "If excavation of an asphalt street in good condition is approved, and 25% or more of the asphalt street surface (or 50% or more of a designated thoroughfare street) is rA 01267209 MEASUREMENT AND PAYMENT 01020 - 4 ._ OI/12 ADDENDUM NO.2 NWLDIP —PHASE 1 disturbed, a complete block to block, curb to curb pavement repair, including removal and replacement of the complete pavement surface, will be required." "If the existing pavement is Portland Cement Concrete Pavement (PCC), the concrete shall be cut first with a saw to a minimum depth of half the thickness of the concrete which shall also cut the reinforcing steel. The concrete can then be broken out with an air chisel or pavement breaker. No more than 6 inches of PCC shall be broken back beneath the saw cut." The quantities for pavement removal and new pavement in these measurement and payment clauses reflect the adopted ordinance for the pavement condition. For this project, PCC includes continuously -reinforced concrete pavement, non -reinforced concrete pavement, valley gutters, concrete spandrels, and other driving or parking surfaces associated with car and truck traffic, concrete curb and gutter excluded. B. Quantity eligible for payment will be the actual quantity, in square yards, of Type 1 or Type 2 asphalt paving removed subject to the defined maximum quantity and dimensions. Payment will be made at the unit price bid per square yard of asphalt pavement removed. The unit price bid shall include sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock Stockpile location as specified, labor and equipment, and any items necessary and incidental to the work. C. Type 1 asphalt pavement thickness is generally hot -mix asphaltic concrete (HMAC) over flexible base plus any patches, maintenance seal coats, and level -up asphalt courses. Also included in the Type 1 pavement thickness is the surface course of 14MAC over asphalt - stabilized base. Type 1 thickness is generally considered to be a nominal 1.5-inch mat thickness, however this definition will include HMAC surface mats up to 2.5-inch thickness with occasional 4-inch thicknesses occurring at random intervals of small extent. D. Type 2 asphalt pavement thickness is generally asphalt stabilized base in thoroughfares to a nominal 9-inch overall thickness placed on prepared subgrade. The Type 2 asphalt pavement thickness is thus considered to be a nominal 9-inch overall combined mat thickness, however this definition will include asphalt -stabilized base up to 10 inches combined mat thickness with occasional 12-inch overall thicknesses occurring at random intervals of small extent. E. The maximum quantities eligible for payment under this item are as follows: 1. Fordham Street (Line E Sta. 17+81 to 27+60), complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 25 feet for the length of the pipeline under asphalt surface. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 25 feet for the length of pipeline installed under asphalt surface. 3. Grinnell Street a. (Line E Sta. 30+25 to 55+94), complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 27 feet for the length of pipeline installed under asphalt surface, tunneled reaches excluded. b. (Line E Sta. 55+94 to 67+62), complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 25 feet for the length of pipeline installed under asphalt surface. 4. Knoxville Avenue (Line E Sta. 67+44 to 74+13) complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 25 feet for the length of pipeline installed under asphalt pavement, tunneled reaches excluded. 01267209 MEASUREMENT AND PAYMENT 01020 - 5 O1/12 ADDENDUM NO. 2 4 § i fi 1 N WLD1P —PHASE 1 S. Erskine Street a. (Line E Sta. 74+13 to 75+67), complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 23 feet for the length of the pipeline installed under asphalt surface, tunneled reaches excluded. b. (Line E Sta. 75+67 to 77+64), complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 19 feet for the length of the pipeline installed under asphalt surface, tunneled reaches excluded. C. (Line E Sta. 77+64 to 113+64), removal of existing pavement to width shown in plans for Erskine Street regrading. 6. Contractor Access Route at Fiesta Plaza a. Removal of Type 1 existing asphalt pavement for a maximum eligible width of 25-feet for the length of the route identified on Sheet C-01. F. Pavement removal outside of the width dimension necessary for trenching and/or equipment benching shall be coordinated with the Engineer and concurrence received prior to removal. G. Pavement removal for isolated areas of pavement damage by Contractor, such as but not limited to gouging, heaving, lifting, equipment leaks, or scarring, to pavement that would otherwise not require removal, shall be repaired by the Contractor but will not be eligible for payment. H. Pavement overlying tunnel installation reaches shall not be removed except at tunnel access shafts unless directed by the Engineer to repair isolated areas of Contractor - damaged pavement under 1.9.17 above. 1. Removal of pavement overlying otherwise undisturbed flexible base and subgrade materials shall be done in such a manner that the flexible base and subgrade materials remain densified, to grade, and suitable for subsequent pavement operations. J. Measurement will be for the actual number of square yards of Type 1 or Type 2 eligible pavement removed up to the maximum eligible quantity dimensions defined in this paragraph 1.11. 1.12 ROADWAY EXCAVATION A. Payment will be made at the unit price bid per cubic yard of excavation, as quantified on the plans for the portion of Erskine Street to be repaved. This item shall include but is not limited to all excavation and hauling, as well as all labor and equipment necessary to bring Erskine Street to the lines and grades shown on the plans. Measurement will be for the actual number of eligible cubic yards of roadway excavation up to the maximum eligible quantity. 1.13 SUBGRADE PREPARATION (12") A. Payment will be made at the unit price bid per square yard for subgrade preparation, density -controlled, at the unit price bid per square yard, complete in place, for the subgrade preparation depth listed. This item shall include but is not limited to hauling, wetting,- rolling, compacting, testing, grading, materials, and all other items necessary and incidental to the work. The maximum quantities eligible for payment are as follows: 1. Fordham Street (Line E Sta. 17+81 to 27+60), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 01267209 MEASUREMENT AND PAYMENT 01020 - 6-- O1/12 ADDENDUM NO. 2 4; gin_ NWLDIP —PHASE 1 3. Grinnell Street a. (Line E Sta. 30+25 to 35+58), a maximum eligible width of 26 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. b. (Line E Sta. 35+58 to 55+94, a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. C. (Line E Sta. 55+94 to 67+62), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. 4. Knoxville Avenue (Line E Sta. 67+44 to 74+13), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 5. Erskine Street a. (Line E Sta. 74+13 to 75+67), a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. b. (Line E Sta. 75+67 to 77+64), a maximum eligible width of 18.5 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. C. (Line E Sta. 77+64 to 113+64), subgrade preparation limits as shown in plans for Erskine Street regrading. 6. Contractor Access Route at Fiesta Plaza a. Removal of Type I existing asphalt pavement for a maximum eligible width of 25-feet for the length of the route identified on Sheet C-01. B. Subgrade preparation outside the width dimension that is necessary for trenching and/or equipment benching shall be coordinated with the Engineer and concurrence received prior to beginning work. C. Subgrade preparation shall not be eligible for measurement or payment when such preparation is within a pavement restoration area that is not eligible for measurement or payment. D. Existing subgrade to remain in place that is damaged by Contractor shall be repaired by Contractor, and such repair shall not be eligible for measurement or payment. E. Measurement will be for the actual number of eligible square yards of subgrade preparation up to the maximum eligible quantity dimensions defined in this paragraph 1.13. 1.14 FLEXIBLE BASE A. Payment will be made at the unit price bid per square yard for flexible base, density - controlled, complete in place in accordance with the plans and specifications. This item shall include but is not limited to materials, hauling, spreading, wetting, rolling, compacting, blading, testing, and all other items necessary and incidental to the work. The maximum quantities eligible for payment are as follows: 1. Fordham Street (Line E Sta. 17+81 to 27+60), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 3. Grinnell Street -. 01267209 MEASUREMENT AND PAYMENT 01020 - 7 01/12 ADDENDUM NO.2 NWLDIP —PHASE 1 a. (Line E Sta. 30+25 to 35+58), a maximum eligible width of 26 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. b. (Line E Sta. 35+58 to 55+94), a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. C. (Line E Sta. 55+94 to 67+62), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. 4. Knoxville Avenue (Line E. Sta. 67+44 to 74+13), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 5. Erskine Street a. (Line E Sta. 74+13 to 75+67), a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. b. (Line E Sta. 75+67 to 77+64), a maximum eligible width of 18.5 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. C. (Line E Sta. 77+64 to 113+64), subgrade preparation limits as shown in plans for Erskine Street regrading. 6. Contractor Access Route at Fiesta Plaza a. Removal of Type I existing asphalt pavement for a maximum eligible width of 25-feet for the length of the route identified on Sheet C-01. B. Flexible base width outside the minimum width dimension necessary for trenching and/or equipment benching shall be coordinated with the Engineer and concurrence received prior to beginning work. C. Flexible base shall not be eligible for measurement or payment when such flexible base is within a pavement restoration area that is not eligible for measurement or payment. D. Existing flexible base to remain in place that is damaged by Contractor shall be repaired by Contractor, and such repair shall not be eligible for measurement or payment. E. Measurement will be for the actual number of eligible square yards of flexible base up to the maximum eligible quantity dimensions in this paragraph 1.14. 1.15 PRIME COAT A. Payment will be made at the unit price bid per square yard for prime coat, complete in place, installed in accordance with the plans and specifications. This item shall include but not be limited to materials, equipment, labor, freight, hauling, spraying and all other items necessary and incidental to the work. The maximum quantities eligible for payment are as follows: 1. Fordham Street (Line E Sta. 17+81 to 27+60), a maximum eligible width of 25 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), a maximum eligible width of 25 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 01267209 MEASUREMENT AND PAYMENT 01020 - 8 1-- 01/12 ADDENDUM NO.2 4 N WLD1P —PHASE l 3. Grinnell Street a. (Line E Sta. 30+25 to 35+58), a maximum eligible width of 27 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. b. (Line E Sta. 35+58 to 55+94, a maximum eligible width of 27 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. C. (Line E Sta. 55+94 to 67+62), a maximum eligible width of 25 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. 4. Knoxville Avenue (Line E Sta. 67+44 to 74+13), a maximum eligible width of 25 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 5. Erskine Street a. (Line E Sta. 74+13 to 75+67), a maximum eligible width of 23 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. b. (Line E Sta. 75+67 to 77+64), a maximum eligible width of 19 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. C. (Line E Sta. 77+64 to 113+64), subgrade preparation limits as shown in plans for Erskine Street regrading. 6. Contractor Access Route at Fiesta Plaza a. Removal of Type I existing asphalt pavement for a maximum eligible width of 25-feet for the length of the route identified on Sheet C-01. B. Where existing flexible base is to remain in place, the Owner can waive the prime coat requirement depending on the actual oil residual evident in the existing flexible base. Where such eligible prime coat is waived, eligible quantity will be reduced accordingly. C. Where existing flexible base is to be primed at a rate less than specified, and at such reduced rate as directed by the Owner, such eligible quantity will be measured for payment at the unit bid price without reduction in unit bid price. D. Prime Coat applied to surfaces that are otherwise ineligible for payment or measurement, such prime coat shall also be ineligible for measurement or payment. E. Measurement will be for the actual number of eligible square yards of prime coat up to the maximum eligible quantity dimensions in this paragraph 1.15. 1.16 HOT -MIX ASPHALTIC CONCRETE PAVEMENT (TYPE C) (2") A. Payment will be made at the unit price bid per square yard for hot -mix asphaltic concrete (HMAC), Type C mix, 2 inches thickness after compaction and rolling. This item shall include but not be limited to materials, hauling, placing, compacting, rolling, testing, reflective pavement markings, reflective raised pavement markers, tack coat, and all other items necessary and incidental to the work. The maximum quantities eligible for payment are as follows: 1. Fordham Street (Line E Sta. 17+81 to 27+60), a maximum eligible width of 25 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), a maximum eligible width of 25 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 01267209 MEASUREMENT AND PAYMENT 01020 - 9 O1/12 ADDENDUM NO. 2 N WLD1P —PHASE I 3. Grinnell Street a. (Line E Sta. 30+25 to 35+58), a maximum eligible width of 27 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. b. (Line E Sta. 35+58 to 55+94, a maximum eligible width of 27 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. C. (Line E Sta. 55+94 to 67+62), a maximum eligible width of 25 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. 4. Knoxville Avenue (Line E Sta. 67+44 to 74+13), a maximum eligible width of 25 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 5. Erskine Street a. (Line E Sta. 74+13 to 75+67), a maximum eligible width of 23 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. b. (Line E Sta. 75+67 to 77+64), a maximum eligible width of 19 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. C. (Line E Sta. 77+64 to 113+64), subgrade preparation limits as shown in plans for Erskine Street regrading. 6. Contractor Access Route at Fiesta Plaza a. Removal of Type I existing asphalt pavement for a maximum eligible width of 25-feet for the length of the route identified on Sheet C-01. B. HMAC shall not be eligible for measurement or payment when such HMAC is within a pavement restoration area that is not eligible for measurement or payment. C. Measurement will be for the actual number of eligible square yards of HMAC up to the maximum quantity dimensions defined in this paragraph 1.16. 1.17 STRIPING REFLECTIVE PAVEMENT MARKING A. Payment will be made at the unit price bid for reflective pavement marking as specified, furnished complete in place. 1.18 JUNCTION BOX A. Payment will be made at the unit price bid for each junction box furnished and installed. This item shall include but is not limited to the excavation required for junction boxes, density -controlled backfill, bedding, reinforcement, concrete, grade rings, anchor bolts, cast iron frame, cast iron cover, sealants, forms, connections to storm sewers, and all other items necessary and incidental to the work. The quantity eligible for payment will be the number of j unction boxes installed in accordance with the plans and specifications. t 01267209 MEASUREMENT AND PAYMENT 01020 - 10 01/12 ADDENDUM NO.2 �3 i' NWLDIP—PHASE 1 1.19 STORMWATER SAMPLING STATION A. Payment will be made at the unit price bid for each stormwater sampling station furnished and installed. This item shall include but is not limited to the excavation required for the station structure, the bedding and backfill, reinforced concrete, gratings and hatches, stairs, and pipe connections to the storm sewer pipe. The quantity eligible for payment shall be the number of stormwater sampling stations furnished and installed in accordance with the plans and specifications. 1.20 COFFERDAMS A. Payment will be made at the unit price bid for each cofferdam installed, dewatered and removed. Partial payment can be requested for this item. After the installation of the cofferdam and dewatering of the work site, a request can be made for up to 60% of the total amount. The remaining 40% will be paid upon completion of the work being protected and subsequent removal of the cofferdam. Additional maintenance dewatering may be required after the initial dewatering at no additional compensation. The quantity eligible for payment shall be the number of cofferdams installed, dewatered and removed in accordance with the plans and specifications. The dewatering of cofferdams shall include surface or ground waters that intrude such that work would be impeded without the dewatering measures. 1.21 HEADWALL AND WINGWALLS A. Payment will be made at the unit price bid for each headwall and wingwall furnished and installed. This item shall include but is not limited to the excavation required for the headwall and wingwall structure, excavation required for final grading, bedding and backfill, steel reinforcement, forms, concrete, all other appurtenances, stabilization grouting, and connection to the storm sewer pipe. The quantity eligible for payment will be the number of headwalls with attached wingwalls furnished and installed in accordance with the plans and specifications. 1.22 INLET STRUCTURE AND BASIN A. Payment will be made at the unit price bid for each inlet structure and basin furnished and installed. This item shall include but is not limited to the excavation required for the inlet structure, the excavation required for the storage basin surrounding the inlet structure, the excavation required for any final grading, the bedding and backfill, the reinforced concrete, access rings and covers, gratings and hatches, all other appurtenances, and connection to the storm sewer conduit. Permanent erosion control including articulated concrete block mattresses and geotextile fabric will be paid by a separate line item. The quantity eligible for payment shall be the number of inlet structures and basins furnished and installed in accordance with the plans and specifications. 1.23 EXCAVATION FOR CHANNELS A. Payment will be made at the unit price per cubic yard for excavation for channels. Measurement for excavation of drainage channels will be made for the volume, in cubic yards, of material to be removed as quantified in the plans. The unit price shall include all labor, equipment, and incidentals necessary to excavate to proper lines and grades as shown on the plans. 01267209 MEASUREMENT AND PAYMENT 01020 - 11 01/12 ADDENDUM NO.2 NWLDIP —PHASE 1 1.24 ARTICULATED CONCRETE BLOCK MATTRESSES AND GEOTEXTILE FABRIC A. Payment will be made at the unit price bid per square foot for articulated concrete block mattresses, complete in place in accordance with the plans and specifications. This item shall include but is not limited to articulated concrete block mattresses, geotextile fabric, and any other materials, anchorages, labor, equipment, and superintendence necessary to install the mattresses. The quantity eligible for payment will be the square footage of articulated concrete block mattresses installed in accordance with the plans and specifications. Material overlaps shall be in accordance with manufacturer requirements and will be considered incidental to this item. 1.25 SANITARY SEWER ADJUSTMENT A. Payment will be made at the unit price bid per linear foot for removal and replacement of sanitary sewer lines crossing the proposed storm sewer line. This item shall include but is not limited to pipe as specified, connection to existing sanitary sewer line, required pump around, and any other materials, labor, equipment, and superintendence necessary to install new sanitary sewer line at the listed diameters in accordance with the plans and specifications. 1. Remove (cut) and replace 6-inch diameter sanitary sewer crossing. 2. Remove (cut) and replace 8-inch diameter sanitary sewer crossing. 3. Remove (cut) and replace 12-inch diameter sanitary sewer crossing. 4. Remove (cut) and replace 24-inch diameter sanitary sewer crossing. (This line pertains to the Canyon Sanitary Sewer Crossing.) B. Payment will be made at the unit price bid for each sanitary sewer manhole installed at the Canyon Sanitary Sewer crossing. This item shall include but is not limited to the sanitary sewer manhole as specified, connection to existing sanitary sewer line, and any other materials, labor, equipment and superintendence necessary to install the new sanitary sewer manhole in accordance with the plans and specifications. 1.26 WATERLINE ADJUSTMENTS A. Payment will be made at the unit price bid per linear foot for replacement of water lines at system crossings and for relocation of water line around each tunnel access shaft along Knoxville Avenue. This item shall include but is not limited to pipe as specified, ductile iron fittings, connection to existing line, existing pipe removal and disposal, and any other materials, labor, equipment, and superintendence necessary to install new water line at all listed diameters in accordance with the plans and specifications. 1. Remove (cut) and replace 8-inch diameter water line in proposed trench location. (This line pertains to the Knoxville Avenue water line.) 2. Remove (cut) and replace 4-inch diameter water crossing. 3. Remove (cut) and replace 8-inch diameter water crossing. 4. Remove (cut) and replace 12-inch diameter water crossing. 01267209 MEASUREMENT AND PAYMENT 01020 - 12 i. 01/12 ADDENDUM NO.2 Y NWLDIP —PHASE I 1.27 REMOVE CONCRETE FLATWORK A. Payment will be made at the unit price bid per square yard for removing concrete flatwork. This item includes but is not limited to sawing, chipping, breaking, hauling, disposal or recycling, and all other items necessary and incidental to the work. Measurement will be for the actual square yards of concrete flatwork removed up to 12 inches flatwork thickness. The removal is primarily relative to the sidewalk in Buddy Holly Park / Fiesta Plaza near the system outfall. B. Contractor shall coordinate with the Engineer for actual removal limits. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal. 1.28 CONCRETE FLATWORK A. Payment will be made at the unit price bid per square yard for concrete flatwork. Where matching to existing flatwork, new flatwork shall conform to preconstruction grades, shapes, thicknesses up to 12 inches, and reinforcement. This item includes but is not limited to materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items necessary and incidental to the work. New proposed flatwork is primarily planned to replace the concrete flatwork removed in paragraph 1.27 above. The new proposed flatwork is primarily relative to the sidewalk in Buddy Holly Park / Fiesta Plaza near the system outfall. B. Extent of new construction is dependent upon agreed removal limits in paragraph 1.27 above. C. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal under paragraph 1.27 above. D. Measurement will be for the actual number of square yards of concrete flatwork constructed. 1.29 REMOVE CONCRETE CURB AND GUTTER A. Payment will be made at the unit price bid per linear foot for removing concrete curb and gutter, as called for in the plans. This item includes, but is not limited to sawing, chipping, breaking, hauling, disposal or recycling, and all other items necessary and incidental to the work. Measurement will be for the actual linear feet of concrete curb and gutter removed, within the allowable quantity specified in the plans. The removal is relative to Contractor access route at Fiesta Plaza. 1.30 CONCRETE CURB AND GUTTER A. Payment will be made at the unit price bid per linear foot for concrete curb and gutter. When matching existing curb and gutter, new curb and gutter shall conform to preconstruction grades, shapes, thicknesses, and reinforcement. This item includes, but is not limited to materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items necessary and incidental to the work. New curb and gutter is planned only for the curb and gutter removed in paragraph 1.29 above. B. Extent of new construction is dependent upon agreed removal limits in paragraph 1.29 above. --- 01267209 MEASUREMENT AND PAYMENT 01020 - 13 O1/12 ADDENDUM NO.2 c N WLDIP —PHASE 1 C. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal under paragraph 1.29 above. D. Measurement will be for the actual linear feet of concrete curb and gutter constructed 1.31 REMOVE CONCRETE DRIVEWAYS A. Payment will be made at the unit price bid per square yard for removing concrete driveways up to 12 inches in thickness, as called for in the plans. This item includes but is not limited to sawing, chipping, breaking, hauling, disposal or recycling, and all other items necessary and incidental to the work. Measurement will be for the actual square yards of concrete driveway removed. The removal is relative to the driveway at the tunnel access shaft location on Knoxville Avenue, at Fiesta Plaza along ingress/egress route, and the driveways within new paving limits along Erskine Street. B. Contractor shall coordinate with the Engineer for actual removal limits. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal. 1.32 CONCRETE DRIVEWAYS A. Payment will be made at the unit price bid per square yard for concrete driveways. Where matching to existing paving, new driveways shall conform to preconstruction grades, shapes, thicknesses up to 12 inches, and reinforcement. This item includes but is not limited to materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items necessary and incidental to the work. New proposed driveways are primarily planned to replace the concrete driveways removed in paragraph 1.31 above. The new proposed driveways are primarily relative to the driveway at the tunnel access shaft location on Knoxville Avenue, at Fiesta Plaza along ingress/egress route, and the driveways within new paving limits along Erskine Street. B. Extent of new construction is dependent upon agreed removal limits in paragraph 1.31 above. C. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal under paragraph 1.31 above. D. Measurement will be for the actual number of square yards of concrete driveway constructed. 1.33 REMOVE GRAVEL DRIVEWAYS A. Payment will be made at the unit price bid per square yard for removing gravel driveways up to 7 inches in thickness, as called for in the plans. This item includes but is not limited to sawing, chipping, breaking, hauling, disposal or recycling, and all other items necessary and incidental to the work. Measurement will be for the actual square yards of gravel driveway removed. The removal is relative to the driveways within new paving limits along Erskine Street. B. Contractor shall coordinate with the Engineer for actual removal limits. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal. - 01267209 MEASUREMENT AND PAYMENT 01020 - 14 01/12 ADDENDUM NO. 2 E' NWLDIP —PHASE 1 1.34 GRAVEL DRIVEWAYS A. Payment will be made at the unit price bid per square yard for gravel driveways. Where matching to existing paving, new driveways shall conform to preconstruction grades, shapes and thicknesses up to 7 inches. This item includes but is not limited to materials, labor, placement, subgrade preparation, and all other items necessary and incidental to the work. New proposed driveways are primarily planned to replace the gravel driveways removed in paragraph 1.33 above. The new proposed driveways are primarily relative to the driveways within new paving limits along Erskine Street. B. Extent of new construction is dependent upon agreed removal limits in paragraph 1.33 above. C. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal under paragraph 1.33 above. D. Measurement will be for the actual number of square yards of gravel driveway constructed. 1.35 VEGETATION RESTORATION (SEEDING AND SODDING) A. Payment will be made at the unit price bid for vegetation restoration by seeding or sodding as specified, furnished, installed and properly maintained. This item shall include but not be limited to the seed or sod, the proper preparation of the soil, and the adequate watering and fertilization until the vegetation is established. The quantity eligible for payment shall be the number of square yards of seeding or sodding, furnished, installed and maintained in accordance with the plans and specifications. Partial payment can be requested for this item. After the installation of the vegetation restoration measures, a request can be made for up to 60% of the total payment accrued. After the Engineer determines that the vegetation has been established, a request for the remaining 40% can be made. No additional payment will be made under this item for work that is being replaced due to noncompliance with the contract documents or for inadequate maintenance. The limit of measurement will be the total of the dedicated right-of-way plus the temporary construction easement. B. Re -vegetation for stabilization of other disturbed areas exceeding the limits above will be considered as included in the price bid for Stormwater Pollution Prevention Plan. 1.36 REMOVE AND REPLACE FENCING A. Payment will be made for removing and replacing various fencing types at the unit price bid per linear foot for listed types of fence removal and replacement. 1. Removal of existing welded scrap metal fence at east property line of Ortega property. This item shall include, but not be limited to, removal and disposal of existing fence posts, rails, gate, and any other items necessary and incidental to the work, complete in place. 2. Installation of new 6-foot chain link fence and gate at east property line of Ortega property. This item shall include, but is not limited to installing new galvanized chain link fabric, posts, rails, tension wires, and gate, complete in place, and any other materials, labor, equipment, and superintendence necessary to install the fence in accordance with the plans and specifications, complete in place. 3. Payment will be made for removing 8' chain link fence and salvaging the fabric for reuse, at the unit price bid for listed types of chain link fence removal. This item shall include, but not be limited to, removal and disposal of existing fence posts, braces, barbed wire arms, barbed wire, tension wires, rails, salvage of existing fence fabric, and any other items necessary and incidental to the work, complete in place. 01267209 MEASUREMENT AND PAYMENT 01020 - 15 01/12 ADDENDUM NO. 2 N WLDIP —PHASE 1 4. Payment will be made at the unit price bid for salvaged 8' chain link fence. This item shall include but is not limited to installing salvaged chain link fence fabric, new posts, rails, tension wires, barbed wire and braces, complete in place, and any other materials, labor, equipment, and superintendence necessary to reinstall the fence in accordance with the plans and specifications, complete in place. 5. Payment will be made at the unit price bid for new 8' chain link fence. This item shall include but is not limited to installing new galvanized chain link fence fabric, posts, rails, tension wires, barbed wire and braces, complete in place, and any other materials, labor, equipment, and superintendence necessary to install the fence in accordance with the plans and specifications, complete in place. 6. Removal and replacement of wire fence along eastern boundary of TTU Native Rangeland property, between the proposed inlet and the maintenance facility fence line. This item shall include, but not be limited to, removal and disposal of existing t-posts, barbed wire, and any other items necessary and incidental to the work, as well as replacement with new t-posts and barbed wire, complete in place, and any other materials, labor, equipment, and superintendence necessary to reinstall the fence to pre -project conditions. 1.37 HEADWALL GRATES A. Payment will be made at the unit price bid for each grate associated with the project's outlet headwall. This item shall include, but not be limited to, materials, fabrication, galvanizing, assembly, mounting, labor, equipment, superintendence, and items necessary and incidental to the work, complete in place. 1.38 DEDUCTIONS AND ADDITIONS INDICATED ON DEDUCTION AND/OR ADDITION LINES OF THE BID FORM A. Where a deduction or an addition to the total bid price has been placed on the Bid Form by the Bidder, such deduction or addition shall be applied to the partial payments on a pro-rata basis. The pro -rated amount applied shall be based on the planned total length of conduit to be installed for the entire project as shown in the Bid Form, and as awarded by the Owner. The percent of the entire project conduit -length awarded which is completely installed in accordance with the plans and specifications at the time of each partial payment shall determine the pro-rata amount applied. This pro-rata application of the deduction or addition to the total bid shall be applied to each partial payment until the addition or deduction has been fully accounted. Any addition or reduction remaining at the close of the project shall be applied to the final partial payment upon final Owner acceptance of the work. No deduction or addition indicated by the Bidder shall subsequently be used to change the unit prices entered on the bid form. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267209 MEASUREMENT AND PAYMENT 01020 - I6 01/12 ADDENDUM NO.2 s, L Pbi.1DRDtw E10ft Npaa nitpNllP LUIL101El0ANDASSEMIILV Y•tIM ttve E,RxsutORrsmovEn 73' [O W L IAEOID'SrDlat SEVER N11X MN. WPgM Df StAMa. �wOR1ARRIwONfRACE #a@AD -COMSFXC81Yk Eaw. oowu AutAA,MaEs TgMLV vA7LN1iHrIGM9tEEtat ORDIR.OWTBNMAfES NV <• PIkCASi pmD OofpIW ADFM fAtIGEfE 80' VNAI \ Dw1wHa � eEDarARlEnftnEn _ OIIDDItlILRdw _ _ . _ @@RECAST MANHOLE MSCALE) ota cAM1 ECA rwsr,gtow now Noma nugFiva 1.W OOIE M1 NID /SSMIDLY N/M rrrE a HIX E,R OR APERorFD ETXLtLUBFIIDSTonN SErrT]r NTfwfea NovrtOssulffi naTlLr vArxwrm •MI wowstaLwc ORDIlt. GOAT SL-S.1 iREDTai ONA:AME tMHtILIE FPOAV00NOW \ AOE. \ EEDSTAMER7. It Y awlnuMEnvx sufA+R 'tF ��•, @PRECAST MANH01 o-i SECTION MDarxo Y09TM PMDM MACE F,NDNEO D,VdP. -��OMOf RtNS TOR DINDEADJUSTMMIa -ECOEwiRCootRREDUCER AA@L0. -COMiEAlCS.'V2WM1LSWUNTORAf4lgriD IHrER41L ALL Og1AEaFAtAwrREDIRIlOrOR rurwuolrs PRESSURE MH E-02 MH E-03 M14 E-0a MHE-05 MH E-0e MH E-07 MH E-OS arour.coAr aotmwo suREACENtiwEwtr oartovy Aaewr MHE-OS MX E-10 ISAT IS YASN MX E•ii WAY PAC EAQ MNE-12 t MH E•13 i MH E•f1 MX E•15 W� tAAwgtE swat ttE varAUEo .ant THE EDGETTiRC AEbUCERS gEEHROA9 ADNw N1t4SEDflAE9. INEE000rtRDpEOUCFAS BNvl IIERACkD VARAYf110IIR ItWnOa IAIEN4Al1DIwYN1 sLGI twi T!& GElrrpt of R£ fA�ATatE cnKn a owEpLTADRE 1 CMfiEtRNF OE,HEI�AVOMDEMt REDDIXE9.1Df um,fr,mra¢mtL Og ir W - IL WW �( 0 10 1 0a Do x< ,emu x esA t, t� r .n mtcA J TOODDS J : ovtonx Y EL I fl'u"city of %' boc TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 1625 13TH STREET LUBBOCK, TEXAS 79401 m Rw w T4 -1 ERS ST 4 Ar• � --�eA.r RR+ 41 10 Wrt�A tlSD�14 6aK tlfa• ltttmert t1W[Ct q bw.p MANHOLE DETAILS SHEET D-10 R SXEE76+0 rpnnrr�aLlwiw rlwva[4[L ��+ awwr.cwrDlmr/cr.1r/: .• cD"'� Eeovoam+igvrt \p+ \ r DFDSTNIrEwp1EA ON [plWEPOw SEYIdR 1\ .iiti � �- �aesn FmntucED rr}7}lr al arcvrwrnY+ SECTION . " Dli "D rwwp DDnoL+ SECTION o ws$ } F[K BTA nayrEla wLlw}oau•D SECTION c WsWi CAST IN PLACE JUNCTION BOX PLAN VIEW c D08Li4E Dii D_ w- W ww a 00 0 Uyt 0 ca 2 •t wnuac�m.m. J +000ss OVp/17 a city fltl' bocofk rexns CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 1625 13T1 Sr REET LuseocleTDCAS 79401 Yr �. tP}IRKwnT E 57 r}Y} BC Yi ��YNw 41 10 plL� YLD�Iv p1K OIC 11aN1 ID}[L1 ib SRp JUNCTION BOX DETAILS SHEET D-12 R i 2 3 4 5 RlMADT11^ { ' i' ° awmwrc"ca.maana+wawc J I oU— C C— 4,annv.n{s,men.+wcrai �I — x¢raAN I I I milli I 1 11 v D I I D � aevrru.w.m ° p .wctnu rwi {v i p r.:nm R. NNIp .v ,•Wn n p C /C\ GRATE HOLD DOWN LN T N ANGLE Q ANCHOR FLOATING ELEVATION qftATE ma-, uoP p ° o w{rrpN...uprAm�y anw�ram r,•xNup¢p.�p wR a MMxw w,ry 0001v.^iL,E.wCnfl.� aN1L^'w{R6¢N o v' o Na.ro„n.t, D p v D .zc{R.vu.Jmw. {wlpg4".wYq lrwl nVW Ni4lrCW bwt ,4t p p •t1n MRWW4IRI{,N4n `iJ;' "CxCJlllrll{w O .n{rcnNE • o, o, o v p A �cTlo vv GRATE CHANNEL SUPPO� RT DETAIL t 2 3 4 5 co 0 s s W- W I' O Q a city of Lubbock TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 7 1828 13TN STREET LUBBOCK, TEXAS 79401 a• w. [y 1 tExi1 PI{ry(WrT wE 5T Q N wbp — u,T Rlps,al muc vna� nmea roEa a ana OUTLET GRATE DETAILS SHEET D-22 DATE ISSUED: ADDENDUM #3 Northwest Lubbock Drainage Improvements Phase 1 RFP 12-10284-MA January 19, 2012 CLOSE DATE & TIME: January 25, 2012 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: 1. The Bid Form has been revised and must be submitted with the bid. The revised bid form is attached to this addendum. 2. Clarifications to sections: Section 01500, Temporary Facilities and Controls Section 02533, Acceptance Testing for Pipe Storm Sewers Section 02639, Pre -Cast Reinforced Concrete Box Section 03300, Cast -In- Place Concrete 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 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 bidder's 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 single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. F� "REVISED" BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: ADDENDUM NO.3 RFP 12-10284-MA - NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 Bid of (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 NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 , 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 NO DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Project Mobilization LS 1 2 SWPPP, including NOI and NOT LF 12,253 3 Traffic Control LF 12,253 4 15'x7' RC Box, Contractor's Option of LF 177 Method 5 15'x7' to 10'x10' RC Box Transition LF 6 6 10'x10' RC Box, Open Cut Installation LF 9,856 7 10'x10' RC Box, Two Pass Method with LF 1 216 Tunnel Support or Tunnel Liner ' 8 96" Pipe, Open Cut Installation LF 16 9 78" Pipe, Open Cut Installation LF 950 10 30" Pipe, Open Cut Installation LF 32 11 Trench and Tunnel Groundwater LF 11 303 Dewaterin ' 12 Soil Vapor Extraction Wells, Install & EA 6 Remove 13 Vacuum Blower, Install & Remove EA 1 14 Soil Vapor Extraction Piping & Exhaust LS 1 Stack, Install & Remove s ADDENDUM NO.3 15 Soil Vapor Extraction Continuous Days y 60 Operation and Effective Vapor Control 16 Surface piping, well(s) to treatment units LS 1 17 Petroleum -water separator, Install & EA 1 Remove 18 Air Stripper Treatment, Blower Inclusive, EA 1 Install & Remove 19 Carbon Treatment, Install & Remove EA 1 20 Petroleum Contaminated GW treatment, Days/ 60 Continuous & Effective Control Da Petroleum Contaminated GW treatment, 21 Influent & Effluent Sampling & Testing EA 120 BTEX, TPH, Lead 22 Trench and Tunnel Access Shaft Safety LF 12 253 System ' 23 Storm Sewer Manholes EA 14 24 Remove Existing Asphalt Pavement SY 29,724 25 Roadway Excavation CY 8,420 26 Subgrade Preparation SY 322103 27 Flex Base SY 312486 28 Prime Coat SY 30,752 29 2" Type C HMAC SY 33,041 30 Reflective Pavement Marking: 4" White LF 6 870 Stripe ' 31 Reflective Pavement Marking: 8" White LF 200 Stripe 32 Reflective Pavement Marking: 4" Yellow LF 9 190 Stripe ' 33 Reflective Pavement Marking: 24" Yellow LF 275 Stripe 34 Reflective Pavement Marking: Left Turn EA 3 Arrow 35 Reflective Pavement Marking: RPM TY EA 272 II -A -A 36 Reflective Pavement Marking: RPM TY EA 20 II-C-R 37 Junction Box EA 1 38 Stormwater Sampling Station EA 1 39 Sheet Pile Cofferdam EA 1 40 Headwall and Wingwalls EA 1 41 Inlet Structure and Basin EA 1 42 Channel Excavation/Earthwork CY 800 ADDENDUM NO.3 43 Articulated Concrete Block Mattress and SF 5,200 Geotextile Fabric 44 Crossing Sewer Line, Remove & Replace, LF 25 6" dia. 45 Crossing Sewer Line, Remove & Replace, LF 25 8" dia. 46 Crossing Sewer Line, Remove & Replace, LF 25 12" dia. 47 Canyon Sanitary Sewer Line Adjustment, LF 60 24" dia. 48 Canyon Sanitary Sewer Manhole EA 1 49 Crossing Water Line, Remove & Replace, LF 75 4" dia. 50 Crossing Water Line, Remove & Replace, LF 25 8" dia. 51 Crossing Water Line, Remove & Replace, LF 25 12" dia. 52 Knoxville Water Line Adjustment, 8" dia. LF 150 53 Remove Concrete Flatwork SY 70 54 Concrete Flatwork SY 70 55 Remove Concrete Curb and Gutter LF 125 56 Concrete Curb and Gutter LF 125 57 Remove Concrete Driveways SY 600 58 Concrete Driveways SY 600 59 Remove Gravel Driveways SY 104 60 Gravel Driveways SY 104 61 Vegetation Restoration by Seeding SY 31,000 62 Vegetation Restoration by Sodding SY 7,260 63 Remove Ortega Fence (East Property Line) LF 800 64 6-foot Chain Link Fence and Gate LF 800 65 Remove 8' Chain Link Fence LF 550 66 Reinstall Salvaged 8' Chain Link Fence LF 375 67 New 8-foot Chain Link Fence and Gate LF 175 68 Remove & Replace Wire Fence at Tech LF 530 Rangeland F697 Headwall Grates EA 1 f ADDENDUM NO.3 TOTAL BASE BID, ITEMS #1- #69: MATERIALS: ($ ) SERVICES: TOTAL BID ITEMS #1 -#69: ($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall govern.) These lines are provided to assist the Bidder in incorporating late changes to the bid, such as reductions or increases to pipe prices. For payment purposes the deduction or addition will be applied as required in Section 01020. Unit prices shall be unaffected by the change. Deduct to be applied only to Base Bid Addition to be applied only to Base Bid TOTAL BASE BID (with add/deduct) $ 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 (710) Seven hundred ten CALENDAR DAYS and a total of (755) Seven hundred fifty five CALENDAR DAYS for final completion thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages for each calendar day in excess of the time set forth in the general conditions of the contract documents, the following sum of allowed construction time with liquidated damages $1,650 Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SEVENTY calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. ADDENDUM NO.3 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the 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 (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: - Fax: - Zip Code FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American Other (Specify) Page Intentionally Left Blank �l rim PARKHILLSMITH&COOPER ADDENDUM TO: All Prospective Bidders FROM: Heather Kelster, PE N0.3 PROJECT NAME: City of Lubbock Northwest Lubbock Drainage Improvements — Phase 1 PROJECT NO.: 01.2672.09 DATE: January 18, 2012 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 November 2011 as noted below: This Addendum consists of five (5) pages and the attached Bid Submittal Form. I. CHANGES TO SPECIFICATIONS: A. BID SUBMITTAL FORM 1. Replace Bid Submittal Form with the attached Bid Submittal Form (Addendum 3) in its entirety. 2. Additive Alternate has been included for removing existing asphalt pavement, milling existing base material to depth of proposed asphalt pavement (2-inches), and installing 2" Type C HMAC from the widths specified in Base Bid to lip of gutter (for the additional width for full width pavement repair), from Sta. 17+81 to Sta. 77+64. B. SECTION 01500, TEMPORARY FACILITIES AND CONTROLS 1. Delete paragraph 2.1.13 and replace with the following: "C. Temporary Fence: 1. The primary purpose of the temporary fence is to prevent accidental or casual entry of pedestrians and animals into the work site excavations in accordance with paragraph 3.4.0 of this specification. 2. Temporary fence can be a ground driven installation, wherein the line, comer and pull posts are driven into the soil, or the temporary fence can be interlocking portable panels with the panels consisting of an interlocking steel pipe frame with fence fabric attached to each panel's steel frame work. 3. Ground Driven Installation: Minimum 2-inch, 12-gauge, galvanized steel, chain -link fabric fencing; minimum six feet in height, with minimum 1-5/8-inch-OD galvanized line posts. Provide and install comer and pull posts of minimum 2-3/8-inch-OD galvanized steel. Space line posts no further than 20 feet apart, with intermediate pull posts as necessary to accommodate fabric or wire stretch tension. Drive posts into ground no less than 24 inches, or deeper if necessary to accommodate fabric stretch tension. Stretch fence fabric sufficiently taut, or reduce line post spacing, to prevent more than six inches deflection in the fabric, at the mid -point between line posts, when pushed by hand at the bottom edge and/or top edge of the fabric. Alternatively, provide taut bottom wire and taut top wire, both wires threaded through the fence fabric openings. Apply tension to both wires sufficiently to meet the fabric Amarillo VWsta1 mJectsl2pO X7209aER1 SwsWhtSe 7 QUmo.3%W&01P•Add&-AM W 3 dXM El Paso ( Las Cruces Lubbock Midland 4222 85th Street Lubbock, Texas 79423 806.473.2200 Fax 806.473.3500 Addendum No. 3 Page 2 January 18, 2012 deflection test above. Attach fabric to posts with wire ties of not less than 10 gauge diameter on not more than a two -foot spacing on each post. Use tension bars as, or if, necessary for the end, comer and pull posts. In lieu of the 1-5/8-inch-OD line posts and 2-318 inch OD corner and pull posts specified above, at the Contractor's option, full height to top -of -fence steel T posts may be used in conjunction with twisted wire ties or prefabricated wire clips to attach the fabric to the posts. Drive T posts into the ground a minimum of 12 inches, or greater if necessary to bury the stabilizer flange on the T post, and reduce line post spacing to no more than 15 feet. The fabric deflection test still applies where T posts are used. Should the T posts show distress, such as leaning or pull-out, when under tension from the fabric, or tension from the top and bottom wires, then T posts shall be discontinued for use as pull and comer posts. 4. Portable Panel Installation: Minimum 2-inch, 12-gauge, galvanized steel, chain -link fabric fencing; minimum six feet in height, attached to a tubular frame with the pipe or frame consisting of minimum 1-5/8-inch-OD standard weight pipe. Pipe may be black, painted or galvanized. Nominal panel size should not exceed 7 feet in overall outside dimension in height and 21 feet in overall outside dimension in length. Attach fabric at each comer to both the horizontal and vertical pipe frame rails with not less than 10 gauge wire ties. Circular steel bolted or screwed clamps may be used in lieu of wire ties. On the vertical rails, additionally attach fabric with 10-gauge wire ties or specified steel clamps at not greater than 18-inch spacing. On the top and bottom horizontal rails, attach fabric as specified on not greater than 30-inch spacing. Each panel shall positively and firmly interlock at its ends, when set in position, with each adjacent end panel. Wire ties are not permissible to join panels to one another. Each panel shall be equipped with not less than two support bases that will support the panel in the vertical position in a stable manner, taking the region's winds into account, and which will prevent a person from simply pushing the panel over onto the ground. Steel T posts as specified in item 3 above may be used to supplement the erected stability of the panels. 5. For portable panels specified in item 4 above, at the Contractor's option, the chain - link fence fabric may be deleted and replaced with welded steel mesh. Welded steel mesh shall be equal to Bekaert Weldmesh (http://www.bekaert.com/naMeldmesh/Weldmesh.htm), 2-inch by 2-inch opening size, minimum 12-1/2 gauge wires conforming to ASTM A853, six-foot tall mesh panels or rolls. Painting, galvanizing or coating of the mesh is not required. Mesh shall be attached to the portable pipe frame at the same locations, spacings and manner as required for the chain -link fabric. Upon approval of the mesh manufacturer, attachment of the mesh to the pipe frame may be made by spot welding in lieu of wire ties or clamps. 6. Maximum space between the bottom of fence and underlying ground or pavement surface is not to exceed 2-1/2 inches." 2. Delete paragraph 3.4.13 and replace with the following: "B. Site Enclosure Fence 1. When excavation begins for corrective earthwork, storm sewer pipelines, potable water pipelines, or other utilities, install enclosure fence meeting the requirements of paragraph 2.1.0 of this specification around open excavations. 2. The enclosure fence shall be equipped with at least one lockable entrance gate. 3. Locate where determined sufficient to accommodate construction operations and exclude people, dogs and other animals from easily entering the site except by Addendum No. 3 Page 3 January 18, 2012 entrance gate. Entrance gate to be locked when site is unattended by Contractor personnel. 4. Enclosure fence shall be in place and secure when site is unattended by Contractor personnel, whether at night, holidays, weekends, or other times the site is unattended. 5. The enclosure fence may be removed to accommodate construction forces and then re -installed prior to Contractor forces leaving the site (as an example: remove fence in the morning to allow work to continue, then erect in the evening prior to leaving the site). 6. Enclosure fence is not required to be in place while Contractor personnel are on site working and can control entry to the site. 7. Enclosure fence is required, when the work site is unattended, around excavations that extend below the roadway subgrade elevation more than 2 feet or excavations that have vertical excavation walls. Roadway subgrade elevation for this purpose is the finished surface against which concrete, flexible base, asphalt stabilized base, or other paving materials will be placed. Subgrade definition for unpaved reaches that will remain unpaved is defined as the natural ground surface. 8. Enclosure fence shall be maintained in good condition, and damage from vandalism, equipment, handling, or deterioration shall be remedied by repair or replacement. C. SECTION 02533, ACCEPTANCE TESTING FOR PIPE STORM SEWERS 1. Add the following to Paragraph 3.7 "G. Lighting within the storm sewer while making the video record shall be sufficlent to clearly discern in the video playback the surfaces, surface condition, markings, and the joints of the storm sewer. H. Video record requirements also apply to box storm sewer." D. SECTION 02639, PRE -CAST REINFORCED CONCRETE BOX 1. Add the following to paragraph 2.1.E "The proof -of -design hydrostatic tests (11 to 13 psi herein) shall be made on concrete box sections selected at random by the Engineer. The hydrostatic test shall include pressurization of the box barrel sections for the duration of the hydrostatic test. The production external joint hydrostatic testing for two hours (5 psi herein) shall be made on joint makeup from -two box barrel sections selected at random by the Engineer, and such random selection can be made at any time. For example, the Engineer may select one barrel section at near the 1,000-foot production mark and another barrel section at near the 1,750-foot production mark to be joined together for the production hydrostatic joint test. The manufacturer has the option, in lieu of the Hamilton Kent Tech Note methodology, of conducting the production hydrostatic test by pressurizing the box barrel sections (to 5 psi) along with the joint itself. In other words, using the same setup as the initial proof -of -concept hydrostatic test, only to 5 psi and for two hours duration. The three joint conditions specified (straight alignment, maximum deflected position, and off -center alignment) still apply. For the factory hydrostatic tests, it is not necessary for the test assembly to maintain hydrostatic pressure without loss after initial filling and pressurization. This cannot be accomplished since slight weeping at the joint at test pressure is permissible in this Addendum No. 3 Page 4 January 18, 2012 specification. However, the test apparatus and controls, and flow capacity, shall be such that the test pressures herein can be maintained for the durations of the specified tests. Slight weeping at joints is defined herein as water droplets from the joint such that there is an air gap between each pair of droplets. A jet of water is defined herein as a continuous stream of water of any diameter and any flow rate. It should be noted that weeping at several locations around the periphery of a joint can coalesce at the low point and result in a continuous stream of water dropping from the test stand, thus resulting in joint failure by definition. The manufacturer is encouraged to be diligent in joint quality control for joint integrity. Joint air tests specified elsewhere for field quality control are not a permissible substitute for the required factory hydrostatic tests herein. E. SECTION 03300, CAST -IN -PLACE CONCRETE 1. Paragraph 2.4, Related Materials, add the following: "G. Waterstop shall be equal to one of the following: 1. Greenstreak Hydrotite Expandable Waterstop, Type CJ-0725-3K, ADH. 2. Greenstreak PVC Waterstop, minimum 3/16-inch thick, minimum 6-inch width, ribbed flat or ribbed with center bulb. 3. Greenstreak Swellstop with Swellstop Primer applied. 4. Greenstreak Leakmaster, LVA, minimum 'h-inch bead, two parallel beads one -inch apart." 2. Paragraph 3.4.E, add the following sentence: "Waterstop types shall not be mixed within the same joint. Use same waterstop type throughout a single joint. Swell -type waterstop shall be removed and replaced if activated prior to placing concrete." II. INFORMATION ONLY: A. The following water level measurements were taken at project monitor wells on January 6, 2012. WATER LEVEL MEASUREMENTS, TAKEN JANUARY 6, 2012 Well Depth to Water Elevation MWA 18.18, 3176.12 MW-2 42.60' 3175.70 MW 3 42.23' 3177.67 MW-4 44.63' 3178.27 MW 5 49.58' 3183.12 LISd 1 43.55' 3174.72 I Addendum No. 3 END OF ADDENDUM NO. 3 ,,H & cooA r �• S s 4. LJCATU=0 92AC I[CICTCG W O Page 5 January 18, 2012 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By. . 1%tg/3�a1Z. Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: Page Intentional[v Left Blank yPy DATE ISSUED ADDEND UM #4 Northwest Lubbock Drainage Improvements Phase 1 RFP 12-10284-MA January 24, 2012 CLOSE DATE & TIME: January 25, 2012 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: On January 1, 2012, SB 425 passed and was signed into law. Agents will no longer be able to sign the Insurance Affidavit in the bid packets. 1. The Insurance Affidavit Form has been revised requesting that only the Contractor sign and share the insurance requirements with the Insurance Agent/Broker. This form shall be submitted with the proposal. The revised form is attached to this addendum. 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 malvarezAMylubbock.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 bidder's responsibility to advise the Citv of Lubbock Director of Purchasing & Contract Management if anv language. reouirements. etc.. or anv 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 I - be received by the Purchasing Manager 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 rm REVISED CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror 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 alter 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. Contractor ( Original Signature) CONTRACTOR'S BUSINESS NAME: (Print or Type) CONTRACTOR'S FIRM ADDRESS: Contractor (Print) NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 12-10284-MA - Northwest Lubbock Drainage Improvements Phase 1 I Page Intentionally Left Blank DATE ISSUED: ADDENDUM 5 — Revised Bid Form January 24.2012 ADDEND UM S Northwest Lubbock Drainage Improvements Phase 1 RFP 12-10284-MA January 24, 2012 NEW CLOSE DATE & TIME: February 1, 2012 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: 1. NEW CLOSED DATE AND TIME: February 1, 2012 @ 3:00 p.m. 2. The Bid Form has been revised and must be submitted with the bid. The revised bid form is attached to this addendum. The Revised bid form is dated January 24, 2012. Added: Offeror's Proposed Time of Construction within the constraints identified in the General Instructions to Offerors: days after Notice to Proceed 3. The question and answers deadline has been extended until January 25, 2012 C.O.B. 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(@,Inylubbock.us THANK YOU, %W4 AV"Vf 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 bidder's responsibility to advise the Citv of Lubbock Director of Purchasing & Contract Management if anv language. requirements, etc., or anv 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. t_ ADDENDUM 5 — Revised Bid Fomi January 24, 2012 PROPOSAL SUBMITTAL UNIT PRICE PROPOSAL CONTRACT DATE: RFP 12-10284-MA - NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 Proposal of Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter called The Offeror, in compliance with your Invitation to Proposal for the construction of NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS , having carefully examined the plans, specifications, instructions to Offerors, notice to Offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The Offeror binds himself on acceptance of his Proposal 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 PROPOSAL: ITEM NO, DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Project Mobilization LS 1 2 SWPPP, including NOI and NOT LF 12,253 3 Traffic Control LF 12,253 4 15'x7' RC Box, Contractor's Option of LF 177 Method 5 15'x7' to 10'x10' RC Box Transition LF 6 6 10'x10' RC Box, Open Cut Installation LF 9,856 7 10'x10' RC Box, Two Pass Method with LF 1 216 Tunnel Support or Tunnel Liner ' 8 96" Pipe, Open Cut Installation LF 16 9 78" Pipe, Open Cut Installation LF 950 10 30" Pipe, Open Cut Installation LF 32 11 Trench and Tunnel Groundwater LF 11 303 Dewaterin ' 12 Soil Vapor Extraction Wells, Install & EA 6 Remove 13 Vacuum Blower, Install & Remove EA 1 14 Soil Vapor Extraction Piping & Exhaust LS 1 Stack, Install & Remove 15 Soil Vapor Extraction Continuous Days y 60 Operation and Effective Vapor Control 16 Surface piping, well(s) to treatment units LS T 1 ADDENDUM 5 — Revised Bid Form January 24, 2012 17 Petroleum -water separator, Install & EA 1 Remove 18 Air Stripper Treatment, Blower Inclusive, EA 1 Install & Remove 19 Carbon Treatment, Install & Remove EA 1 20 Petroleum Contaminated GW treatment, Days/ 60 Continuous & Effective Control Da Petroleum Contaminated GW treatment, 21 Influent & Effluent Sampling & Testing EA 120 BTEX, TPH, Lead 22 Trench and Tunnel Access Shaft Safety LF 12 253 System ' 23 Storm Sewer Manholes EA 14 24 Remove Existing Asphalt Pavement SY 29,724 25 Roadway Excavation CY 8,420 26 Subgrade Preparation SY 32,103 27 Flex Base SY 31,486 28 Prime Coat SY 30,752 29 2" Type C HMAC SY 33,041 30 Reflective Pavement Marking: 4" White LF 6 870 Stripe ' 31 Reflective Pavement Marking: 8" White LF 200 Stripe 32 Reflective Pavement Marking: 4" Yellow LF 9 190 Stripe ' ' 33 Reflective Pavement Marking: 24" Yellow LF 275 Stripe 34 Reflective Pavement Marking: Left Turn EA 3 Arrow 35 Reflective Pavement Marking: RPM TY EA 272 II -A -A 36 Reflective Pavement Marking: RPM TY EA 20 II-C-R 37 Junction Box EA 1 38 Stormwater Sampling Station EA 1 39 Sheet Pile Cofferdam EA 1 40 Headwall and Wingwalls EA 1 41 Inlet Structure and Basin EA 1 42 Channel Excavation/Earthwork CY 800 43 Articulated Concrete Block Mattress and SF 5200 Geotextile Fabric ' 44 Crossing Sewer Line, Remove & Replace, LF 25 6" dia. 45 Crossing Sewer Line, Remove & Replace, LF 25 8" dia. 46 Crossing Sewer Line, Remove & Replace, LF 25 12" dia. 47 Canyon Sanitary Sewer Line Adjustment, LF 60 ADDENDUM 5 —Revised Bid Form January 24.2012 m 24" dia. 48 Canyon Sanitary Sewer Manhole EA 1 49 Crossing Water Line, Remove & Replace, 4" dia. LF 75 50 Crossing Water Line, Remove & Replace, 8" dia. LF 25 51 Crossing Water Line, Remove & Replace, 12" dia. LF 25 52 Knoxville Water Line Adjustment, 8" dia. LF 150 53 Remove Concrete Flatwork SY 70 54 Concrete Flatwork SY 70 55 Remove Concrete Curb and Gutter LF 125 56 Concrete Curb and Gutter LF 125 57 Remove Concrete Driveways SY 600 58 Concrete Driveways SY 600 59 Remove Gravel Driveways SY 104 60 Gravel Driveways SY 104 61 Vegetation Restoration by Seeding SY 31,000 62 Vegetation Restoration by Sodding SY 7,260 63 Remove Ortega Fence (East Property Line) LF 800 64 6-foot Chain Link Fence and Gate LF 800 65 Remove 8' Chain Link Fence LF 550 66 Reinstall Salvaged 8' Chain Link Fence LF 375 67 New 8-foot Chain Link Fence and Gate LF 175 68 Remove & Replace Wire Fence at Tech Raneland LF 530 69 Headwall Grates EA 1 TOTAL BASE PROPOSAL, ITEMS #1 - #69: MATERIALS: ($ ) SERVICES: ($ ) TOTAL PROPOSAL ITEMS #1-#69: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall govern.) ADDENDUM 5 — Revised Bid Form January 24. 2012 These lines are provided to assist the Bidder in incorporating late changes to the bid, such as reductions or increases to pipe prices. For payment purposes the deduction or addition will be applied as required in Section 01020. Unit prices shall be unaffected by the change. Deduct to be applied only to Base Bid $ Addition to be applied only to Base Bid $ TOTAL BASE BID (with add/deduct) ADDITIVE ALTERNATE: ITEM NO. DESCRIPTION SIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Remove existing asphalt pavement from A-1 widths specified in Base Bid to lip of SY 4,500 utter, from Sta. 17+81 to Sta. 77+64 Mill existing base material to depth of 2-inches, compact to 98% standard proctor, A-2 2" Type C HMAC from widths specified in SY 4,500 Base Bid to lip of gutter, from Sta. 17+81 to Sta. 77+64 TOTAL ADDITIVE ALTERNATE, ITEMS #A-1—A-2: MATERIALS: ($ ) SERVICES: ($ ) TOTAL ALTERNATE ITEMS #A-1-1-2: ($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall govern.) Offeror's Proposed Time of Construction within the constraints identified in the General Instructions to Offerors: CALENDAR days after Notice to Proceed Offeror 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 (710) Seven hundred ten CALENDAR DAYS and a total of (755) Seven hundred fifty five CALENDAR DAYS for final completion thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages for each calendar day in excess of the time set forth in the general conditions of the contract documents, the following sum of allowed construction time with liquidated damages $1,650 Offeror understands and agrees that this Proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all Proposals and to waive any formality in the bidding. ADDENDUM 5 — Revised Bid Form January 24. 2012 The Offeror agrees that this Proposal shall be good and may not be withdrawn for a period of SIXTY (60) calendar days after the scheduled closing time for receiving Proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this Proposal, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has Proposal; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a Proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the Proposal submitted as a guarantee that Offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this Proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said Proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed Proposal that has been opened may not be changed for the purpose of correcting an error in the Proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone - Fax: FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman I Black American Native American - } Hispanic American —f Asian Pacific American Other(Specify) ; �j i ADDENDUM 6 — Revised Bid Form January 27.2012 ADDENDUM 6 Northwest Lubbock Drainage Improvements Phase 1 RFP 12-10284-MA DATE ISSUED: January 27, 2012 CLOSE DATE & TIME: February 1, 2012 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: 1. The Bid Form has been revised and must be submitted with the bid. The revised bid form is attached to this addendum. 2. The Engineers Addendum No. 6 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(i�mylubbock.us THANK YOU, meta 464w, 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 bidder's resoonsibility 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 1TB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ADDENDUM N0.6 PARKHILLSMITH&COQPER r, I TO: All Prospective Bidders FROM: Heather Keister, PE PROJECT NAME: City of Lubbock Northwest Lubbock Drainage improvements - Phase 1_.__ PROJECT NO.: 01.2672.09 DATE: January 26, 2012 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 November 2011 as noted below: This Addendum consists of two (2) pages and the attached Bid Submittal Form and Specification Section 13283. I. CHANGES TO SPECIFICATIONS: A. BID SUBMITTAL FORM 1. Replace Bid Submittal entirety. Form with the attached Bid Submittal Form (Addendum 6) in its r, 1, B. SECTION 01020 MEASUREMENT AND PAYMENT 1. Paragraph 1.38, insert the following as Paragraph 1.38: "1.38 Petroleum hydrocarbon -contaminated geologic materials will be measured and payment made on a cubic yard basis at the unit price bid. Where the material in place at the excavation faces is evident and can be physically measured in place, the actual measurements at the face will be the basis for volume calculation and payment. Where the contaminated material cannot be kept separated from uncontaminated material, or where the limit of the excavation face is not discernible, then the resultant excavated ( l material (that might be of a mixed nature) will be weighed, and the net tonnage divided �J by 1.3 shall form the basis for the cubic yardage quantity for payment. The Engineer will be the final authority on the volume eligible for payment. Such payment will be full compensation for excavation, hauling, stockpiling as specified, contractor -based testing, disposal at WTRDF (or returned as backfill if test results indicate such compatibility), disposal fees, and other related items as required by the Contract Documents. Such payment does not include disposal at a permitted industrial waste landfill, permitted hazardous waste landfill, or treatment to reduce contaminant concentrations." C. SECTION 13283 - HYDROCARBON -CONTAMINATED GEOLOGIC MATERIALS 1. Add attached Section 13283 in its entirety. Amarillo �3,tlrao rvr'r'%,=�WtCL !!f"uca 5i iYtxa ti!:dtr,1 Cyr Yhfe� m'b; t c y i El Paso Las Cruces Lubbock Midland 4222 85th Street Lubbock, Texas 79423 806.473.2200 Fax 806,473,3500 j I� Addendum No. 6 END OF ADDENDUM NO. 6 \�N & CoopE OF1r�N ,' s % *;i -� � %*irr.uwurrn..rrrr.rrr * � pf a f HEATHER RAE KEISTER ............................... 100095�=� Page 2 January 26, 2012 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: W1464- 'W-eeM.e�r 6112C j&OI2 Recelpf of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: PROPOSAL SUBMITTAL UNIT PRICE PROPOSAL CONTRACT DATE: RFP 12-10284-MA - NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Invitation to Proposal for the construction of NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS , having carefully examined the plans, specifications, instructions to Offerors, notice to Offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The Offeror binds himself on acceptance of his Proposal 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 PROPOSAL: ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Project Mobilization LS 1 2 SWPPP, including NOI and NOT LF 12,253 3 Traffic Control LF 12,253 4 15'x7' RC Box, Contractor's Option of LF 177 Method 5 15'x7' to 10'x10' RC Box Transition LF 6 6 10'x10' RC Box, Open Cut Installation LF 9,856 7 10'x10' RC Box, Two Pass Method with LF 1 216 Tunnel Support or Tunnel Liner ' 8 96" Pipe, Open Cut Installation LF 16 9 78" Pipe, Open Cut Installation LF 950 10 30" Pipe, Open Cut Installation LF 32 11 Trench and Tunnel Groundwater LF 11 303 Dewaterin ' 12 Soil Vapor Extraction Wells, Install & EA 6 Remove 13 Vacuum Blower, Install & Remove EA 1 14 Soil Vapor Extraction Piping & Exhaust LS 1 Stack, Install & Remove 01267209 BID FORM Page 1 1 01/12 ADDENDUM NO.6 15 Soil Vapor Extraction Continuous Days y 60 Operation and Effective Vapor Control 16 Surface piping, well(s) to treatment units LS 1 17 Petroleum -water separator, Install & EA 1 Remove 18 Air Stripper Treatment, Blower Inclusive, EA 1 Install & Remove 19 Carbon Treatment, Install & Remove EA 1 20 Petroleum Contaminated GW treatment, Days/ 60 Continuous & Effective Control Da Petroleum Contaminated GW treatment, 21 Influent & Effluent Sampling & Testing EA 120 BTEX, TPH, Lead 22 Trench and Tunnel Access Shaft Safety LF 12 253 System ' 23 Storm Sewer Manholes EA 14 24 Remove Existing Asphalt Pavement SY 29,724 25 Roadway Excavation CY 8,420 26 Subgrade Preparation SY 32,103 27 Flex Base SY 31,486 28 Prime Coat SY 30,752 29 2" Type C HMAC SY 33,041 30 Reflective Pavement Marking: 4" White LF 6 870 Stripe ' 31 Reflective Pavement Marking: 8" White LF 200 Stripe 32 Reflective Pavement Marking: 4" Yellow LF 9 190 Stripe ' 33 Reflective Pavement Marking: 24" Yellow LF 275 Stripe 34 Reflective Pavement Marking: Left Turn EA 3 Arrow 35 Reflective Pavement Marking: RPM TY E A 272 II -A -A 36 Reflective Pavement Marking: RPM TY EA 20 II-C-R 37 Junction Box EA 1 38 Stormwater Sampling Station EA 1 39 Sheet Pile Cofferdam EA 1 40 Headwall and Wingwalls EA 1 41 Inlet Structure and Basin EA 1 42 Channel Excavation/Earthwork CY 800 01267209 BID FORM Page 2 01/12 ADDENDUM NO.6 I i 43 Articulated Concrete Block Mattress and SF 5,200 Geotextile Fabric 44 Crossing Sewer Line, Remove & Replace, LF 25 6" dia. 45 Crossing Sewer Line, Remove & Replace, LF 25 8" dia. 46 Crossing Sewer Line, Remove & Replace, LF 25 12" dia. 47 Canyon Sanitary Sewer Line Adjustment, LF 60 24" dia. 48 Canyon Sanitary Sewer Manhole EA 1 49 Crossing Water Line, Remove & Replace, LF 75 4" dia. 50 Crossing Water Line, Remove & Replace, LF 25 8" dia. 51 Crossing Water Line, Remove & Replace, LF 25 12" dia. 52 Knoxville Water Line Adjustment, 8" dia. LF 150 53 Remove Concrete Flatwork SY 70 54 Concrete Flatwork SY 70 55 Remove Concrete Curb and Gutter LF 125 56 Concrete Curb and Gutter LF 125 57 Remove Concrete Driveways SY 600 58 Concrete Driveways SY 600 59 Remove Gravel Driveways SY 104 60 Gravel Driveways SY 104 61 Vegetation Restoration by Seeding SY 31,000 62 Vegetation Restoration by Sodding SY 7,260 63 Remove Ortega Fence (East Property Line) LF 800 64 6-foot Chain Link Fence and Gate LF 800 65 Remove 8' Chain Link Fence LF 550 66 Reinstall Salvaged 8' Chain Link Fence LF 375 67 New 8-foot Chain Link Fence and Gate LF 175 68 Remove & Replace Wire Fence at Tech LF 530 Rangeland 69 Headwall Grates EA 1 F Petroleum -contaminated geologic Cy 450 materials g_ 01267209 BID FORM Page 3 - 01/12 ADDENDUM NO.6 TOTAL BASE PROPOSAL, ITEMS #1 - #70: MATERIALS: SERVICES: TOTAL PROPOSAL ITEMS #1 -#70: 0 Addendum No. 6 These lines are provided to assist the Bidder in incorporating late changes to the bid, such as reductions or increases to pipe prices. For payment purposes the deduction or addition will be applied as required in Section 01020. Unit prices shall be unaffected by the change. Deduct to be applied only to Base Bid $ Addition to be applied only to Base Bid $ TOTAL BASE BID (with add/deduct) $ AMITIVF. AT,TF.RNATR! ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Remove existing asphalt pavement from A-1 widths specified in Base Bid to lip of SY 4,500 utter, from Sta. 17+81 to Sta. 77+64 Mill existing base material to depth of 2-inches, compact to 98% standard proctor, A-2 2" Type C HMAC from widths specified in SY 4,500 Base Bid to lip of gutter, from Sta. 17+81 to Sta. 77+64 TOTAL ADDITIVE ALTERNATE, ITEMS #A-1—A-2: MATERIALS: $ SERVICES: $ TOTAL ALTERNATE ITEMS #A-1-1-2: $ Offeror's Proposed Time of Construction for final completion within the constraints identified in the General Instructions to Offerors: Calendar days after Notice to Proceed Offeror 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 (710) Seven hundred ten CALENDAR DAYS and a total of (755) Seven hundred fifty five CALENDAR DAYS for final 01267209 BID FORM Page 4 1. 01/12 ADDENDUM NO.6 completion thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages for each calendar day in excess of the time set forth in the general conditions of the contract documents, the following sum of allowed construction time with liquidated damages $1,650 Offeror understands and agrees that this Proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all Proposals and to waive any formality in the bidding. The Offeror agrees that this Proposal shall be good and may not be withdrawn for a period of SIXTY (60) calendar days after the scheduled closing time for receiving Proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this Proposal, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has Proposal; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a Proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the Proposal submitted as a guarantee that Offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this Proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said Proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. 01267209 BID FORM Page 5 01/12 ADDENDUM NO.6 Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. (seal it utteror is a Uorporatton) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Authorized Signature (Printed or Typed Name) Company Address City, County , State Zip Code Telephone: - Fax: FEDERAL TAX ID or SOCIAL SECURITY No. IVIMBE Firm: Woman I I Black American Native American Hispanic American I I Asian Pacific American Other (Specify) 01267209 BID FORM Page b 01/12 ADDENDUM NO. 6 NWLDIP — PHASE 1 SECTION 13283 HYDROCARBON -CONTAMINATED GEOLOGIC MATERIALS 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. Disposal of geologic materials (i.e., sand, silt, clay, gravel, cobbles, stone, rock, etc.) contaminated by hydrocarbons from a former leaking petroleum storage tank (LPST) site, northwest corner of U.S. 84 and Fordham Street. Site has been closed from the Texas Commission on Environmental Quality (TCEQ) list of active remediation LPST sites, and the underground tanks have been removed according to TCEQ publicly available records. B. This specification is primarily oriented toward petroleum hydrocarbon -contaminated geologic material disposal. 1.3 REFERENCES A. OSHA 29 CFR 1910 — Permissible Exposure Limits B. OSHA 29 CFR 1910 — Personal Protective Equipment C. OSHA 29 CFR 1910 — Safety and Health Plan D. OSHA 29 CFR 1910 — Hazard Communication E. OSHA29 CFR 1910 — Engineered Controls F. Texas Administrative Code Title 30, Part 1, Chapter 330, Subchapter D, Rule 330.171 G. Texas Administrative Code Title 30, Part 1, Chapter 335, Subchapter R, Rule 335.521(a), Table 1 H. West Texas Regional Disposal Facility, MSW #2252, Site Operating Plan, Petroleum Contaminated Soil and Debris, pages 36-56 I. TCEQ PST Program Action Levels, Revised August 12, 2011, hto://www.tceg.texas.gov/reinediationipst rp/downloads.html#targetlevels 1.4 DEFINITIONS A. Total BTEX: Total combined concentration of the chemicals benzene, toluene, ethylbenzene, and total xylenes. B. TPH (or TRPHC): Total petroleum hydrocarbons (total recoverable petroleum hydrocarbon concentration). C. MTBE: Methyl tertiary butyl ether, a gasoline oxygenate D. TCLP: Toxicity characteristic leaching procedure. E. mg/kg: milligrams per kilogram concentration, equal to parts per million (solids) F. ug/kg: micrograms per kilogram concentration, equal to parts per billion (solids) G. mg/l: milligrams per liter concentration, equal to parts per million (liquids) H. ug/1: micrograms per liter concentration, equal to parts per billion (liquids) I. LPST: Leaking petroleum storage tank J. TCEQ: Texas Commission for Environmental Quality 01267209 HYDROCARBON -CONTAMINATED GEOLOGIC MATERIALS 13283 - 1 01 / 12 ADDENDUM NO. 6 NWLDIP — PHASE 1 K. TCEQ Action Level: The concentrations of constituents that equal or exceed the TCEQ concentrations for regulatory enforcement orders. For hydrocarbon -contaminated geologic materials discovered at more than 15 feet below surface grade, the action levels are: 1. Benzene: 0.12 mg/kg 2. Ethylbenzene: 36.8 mg/kg 3. Toluene: 39.1 mg/kg 4. Total xylenes: 117 mg/kg 5. MTBE: 2.56 mg/kg L. WTRDF: West Texas Region Disposal Facility (WTRDF), a Type 1 municipal solid waste landfill. The concentration limits for disposal of LPST hydrocarbon -contaminated geologic materials at the WTRDF are, by permit and site operating plan: 1. For gasoline and diesel petroleum constituents: a. Total BTEX: 150 mg/kg b. TPH (TRPHC): 1,500 mg/kg C. TCLP Benzene: 0.25 mg/1 2. For used motor oil (not expected on this project) constituents: a. Total lead: 250 mg/kg and TCLP lead: 2.5 mg/l b. Total organic halogens (TOX): 50 mg/kg C. TCLP benzene: 0.25 mg/l 3. Samples that exceed the limits above indicate that the material cannot be disposed at the WTRDF and must be disposed at a facility that is permitted by the State of Texas to take such material. 1.5 SUBMITTALS A. Furnish written method and list equipment to be provided for preliminary screening for hydrocarbon -contaminated geologic materials. B. Furnish description for stockpiling and protecting hydrocarbon -contaminated materials, including proposed stockpile location, and for storing and protecting materials until analytical chemistry results are obtained. . C. Furnish completed manifests, all signatures included, for hydrocarbon -contaminated geologic materials shipped to disposal site. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.1 DETECTION 1 A. The Contractor shall be alert to the presence of hydrocarbon -contaminated geologic materials during open cut and tunnel excavation operations near former LPST sites on this ' project. B. The presence of petroleum hydrocarbon contamination may take the form of petroleum odor detectable by smell, discoloration of geologic materials, visual evidence of raw petroleum product, or other suspicious visual and/or sensory cues. C. Once suspected, Contractor to immediately notify the Engineer and confirm with field screening method, witnessed by Engineer, with method and equipment compatible with TCEQ LPST guidance for field screening and in conformance with paragraph 1.4.A above. 01267209 HYDROCARBON -CONTAMINATED GEOLOGIC MATERIALS 13283 - 2 01/12 ADDENDUM NO. 6 NWLDIP — PHASE 1 D. Field screening with flammable limit detector is not acceptable on this project. E. Field screening shall not take place where petroleum or hydrocarbon vapors from a different source might be present. F. Continue field screening of like materials in same relative location or depth in the excavation until field screening indicates no further petroleum hydrocarbon constituents are likely. G. Upon Engineer's direction, Contractor shall provide assistance and allow Engineer access to geologic materials for sample retrieval and analytical laboratory testing. 3.2 EXCAVATION, SEPARATION AND STORAGE A. Once confirmed by field screening that petroleum hydrocarbons are present in the geologic materials, continue excavation and keep contaminated material separate to the extent feasible from uncontaminated material. B. Excavation operations are subject to Engineer's direction for alteration or modification, within reason as determined by the Engineer, to maintain separation of contaminated material from uncontaminated material as excavation proceeds. C. Stockpile the contaminated material on impermeable sheeting and also cover the stockpile with impermeable sheeting. Protect stockpile from precipitation runoff flowing through the bottom of the stockpile and protect from precipitation entering the upper surfaces of the stockpile and percolating through the material. Maintain cover and anchor cover against displacement. Maintain cover even in dry weather and windy conditions. D. Store hydrocarbon -contaminated material until the analytical laboratory test results are received by the Owner, and further direction is given based on the results. E. Contractor is to assist the Engineer, whether with Contractor personnel and/or Contractor equipment, for retrieving samples for testing, whether from active excavation operation or stockpile. 3.3 ANALYTICAL LABORATORY TESTING A. Owner will be responsible for analytical laboratory testing of geological materials for the constituents in paragraph 1 A.L. above. B. Although used motor oil is not expected, lead concentration in a prior monitoring well water sample indicates that lead in geologic materials will also be tested until such time that tests reasonably indicate that lead is consistently either present or absent. C. The Contractor should note that the TCLP tests can take five to ten business days for normal turnaround, therefore the stockpile will have to be maintained by the Contractor until analytical results are received and a course of action for material disposition is received from the Owner. 3.4 HYDROCARBON -CONTAMINATED GEOLOGIC MATERIAL DISPOSITION A. If the analytical laboratory results indicate that all parameters are below TCEQ action levels listed in paragraph 1 A.K. above, then the material can be used as backfill on the project. This backfill will be placed as near to its original location as feasible, given the other requirements for this project. As an example regarding backfill location feasibility, if contaminated material is encountered in a tunnel drift excavation within a reach that is to be fully grouted, say Station 17+00 Line E, then the backfill obviously cannot feasibly be placed back in its original position. In such example, the material would be backfilled in the next nearest active backfill location upstream of Station 17+50, Line E. 01267209 HYDROCARBON -CONTAMINATED GEOLOGIC MATERIALS 13283 - 3__ 01/12 ADDENDUM NO. 6 ' NWLDIP — PHASE 1 B. If any parameter listed in paragraph 1 A.K. above exceeds TCEQ action level, but is within the limits listed in paragraphs 1 A.L. above for disposal at the WTRDF, then the material will be disposed at the WTRDF. C. If any tested parameter exceeds the limits in paragraphs 1 A.L. above, then the material must go to a permitted facility able to take such waste that has the higher concentrations, such as an industrial landfill or hazardous waste landfill, or must be treated to meet the concentrations for WTRDF disposal. In such case, the Owner will negotiate with the Contractor for course of action and adjustment to compensation. D. Material from within the reaches where nitrile gaskets are required for storm sewer joints as shown on the plans, when such material is below TCEQ action levels even to the test method minimum quantifiable limit, shall not be used anywhere else but as backfill for this project, and placed as defined in paragraph 3.4.A above. 3.5 CLOSURE A. Close stockpile location, and decommission the site. B. Dispose or recycle impenneable sheeting in accordance with applicable regulations. Laboratory analytical testing for such disposal or recycling, as applicable by regulation, will be the responsibility of the Contractor. C. Remove other equipment at the stockpile site and leave site in former condition to the extent feasible. END OF SECTION .. 01267209 HYDROCARBON -CONTAMINATED GEOLOGIC MATERIALS 13283 - 4 01/12 ADDENDUM NO. 6 Page Intentionally Left Blank I cl; City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 12-10284-MA Before submitting your Proposal, 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 copy of every item listed. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The Offeror binds himself on acceptance of his Proposal 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 Proposal 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. 2. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your Proposal surety. Failure to provide a Proposal surety WILL result in automatic rejection of your Proposal. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. ✓ Clearly mark the Proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your Proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late Proposals will not be accepted. 6. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be / explained in detail and submitted with Proposal. 8. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY n umber. 9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. _ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. 0f f, a )rune('; CC`�nC• (Tybe or Print Company Name) I Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS � \\ Page Intentionally Leff Blank NOTICE TO OFFERORS RFP 12-10284-MA Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 p.m. on January IVh 2012or 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: "Northwest Lubbbock Drainage Improvements Phase 1" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 p.m. on January 11'h 2012, and the City of Lubbock City Council will consider the proposals on January 26, 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 proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Ratins of "A" or better. The bond must be in a form accented by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on December 20, 2011 at 1:00 p.m. , in Committee Room 103, Lubbock, Texas. f Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at bqp:Hpr.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the t requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex,1 disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .Marta-ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank 1 31 GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Northwest Lubbbock Drainage Improvements Phase 1 per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 p.m. on January 11`h 2012, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 12-10284-MA, Northwest Lubbbock Drainage Improvements Phase V and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing & Contract Management t3 City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal conference will be held at December 20, 2011 at 1:00 p.m. , in Committee Room 103, Lubbock, Texas. 2.1 All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP 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 proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at htty://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation 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 RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals.' 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any_f services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. £g s3 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES µ Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. t 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS _.' 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock Purchasing & Contract Management Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: vvww.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within Seven hundred ten (710) CONSECUTIVE CALENDAR DAYS and final completion within Seven hundred fifty-five (755) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 4 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years 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 t this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. t 19 20 21 22 23 24 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 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, both known and unknown, 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, and/or the owning utility at the Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this _. project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays 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 I 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 Sundays 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 Sundays 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 p } 7 }f� t 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 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The 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 Offeror shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal RFP 12-10284-MA, Northwest Lubbbock Drainage Improvements Phase 1" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. iss c_ ME 31 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract tb be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 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 five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The Maximum Point value is equal to 100 points. The maximum points for each criterion is 60 for Price, 25 for Contractor Qualifications, 10 for Safety Record, and 5 for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 PRICE (60 Points Maximum): The quality of Offerors is not judged solely by a low initial cost ' proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 32.2 CONTRACTOR QUALIFICATIONS (25 Points Maximum): When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 SAFETY RECORD QUESTIONNAIRE (10 Points Maximum): This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire," the Contractors Experience Modification Ratio, and Company Safety History. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will be given zero (0) points for the Safety Record Questionnaire. The City may consider any incidence involving worker safety or safety of ' Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their Vie_ 10 b� rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 CONSTRUCTION TIME (25 Points Maximum): This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the engineering services, City of Lubbock staff time and construction phase of this project is $ 33,350,000. Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE - CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND;. REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude Offerors from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential Offerors, 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 Offeror's bid. 35 PREVAILING WAGE RATES 35.1 Offerors 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. 35.2 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. 35.3 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. Offerors 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: hM://www.gpo.gov/davisbacon/allstates.html 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay = i 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. f 12 TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM t_r 1 I Page Intentionally Left Blank PROPOSAL SUBMITTAL UNIT PRICE PROPOSAL CONTRACT DATE:.? b ha RFP 12-10284-MA - NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 Proposal of 11/ti L i fimea6 L' C, (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Invitation to Proposal for the construction of NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS , having carefully examined the plans, specifications, instructions to Offerors, notice to Offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The Offeror binds himself on acceptance of his Proposal 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 PROPOSAL: ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Project Mobilization LS 1 /,53�,$lu`� /,537,cd-/U' 2 SWPPP, including NOI and NOT LF 12,253 pO 9q jp(o°n 3 Traffic Control LF 12,253 =° 7 3, 51$ oa 4 15'x7' RC Box, Contractor's Option of LF 177 1, 5l�D — ° a�5, 5vv— Method 5 15'x7' to 10'x10' RC Box Transition LF 6 5, 5v�oo 33,Ut�D�� 6 j 10'x10' RC Box, Open Cut Installation LF 9,856 �7[D(�`-4 17, 3z11,, 10'x10' RC Box, Two Pass Method with LF 1,216 co (yU0" ee 7, 78a,y00" Tunnel Support or Tunnel Liner 8 96" Pipe, Open Cut Installation LF 16 0?, �iUU-� 9 78" Pipe, Open Cut Installation LF 950 -70009 10 30" Pipe, Open Cut Installation LF 32 5C),�9 11 Trench and Tunnel Groundwater LF 11,303 �Jr'] 50 5� FJi Dewaterin . 12 Soil Vapor Extraction Wells, Install & EA 6 00 cd tSCD o0 Remove r 13 Vacuum Blower, Install & Remove EA I N6,000— N- 000 14 Soil Vapor Extraction Piping & Exhaust LS 1 00 /�� L-)po o0 / o0D ' Stack, Install &Remove 1 01267209 BID FORM Page 1 01/12 ADDENDUM NO.6 15 Soil Vapor Extraction Continuous Days Y 60 00 3�� oA ��� Operation and Effective Vapor Control off 16 Surface piping, well(s) to treatment units LS 1 Q 000 6 fD,GD " 17 Petroleum -water separator, Install & EA I oV 7, ODD a -]� (7C7(7 " Remove 18 Air Stripper Treatment, Blower Inclusive, EA 1 Install & Remove 19 Carbon Treatment, Install & Remove EA 1 /5,L7pQ �5,00Dr- 20 Petroleum Contaminated GW treatment, Days/ 60 y�, aw Continuous & Effective Control Das°� Petroleum Contaminated GW treatment, 21 Influent & Effluent Sampling & Testing EA 120 BTEX, TPH, Lead 22 Trench and Tunnel Access Shaft Safety LF 12,253 �' 73 — °" $`��, y�4 ✓ S stem 23 Storm Sewer Manholes EA 14 / 3 5CQ_ J%9 , L-)CD — 24 Remove Existing Asphalt Pavement SY 29,724 q to 9131D,730Y 25 Roadway Excavation CY 8,420 a7-0 A yl � i 26 Subgrade Preparation SY 32,103�- 27 Flex Base SY 31,486 9ev a83 37y"o 28 Prime Coat SY 30,752 a 7017 29 2" Type C HMAC SY 33,041 /3 °-D q9'Y -033"0 30 Reflective Pavement Marking: 4" White LF 6,870 Stripe 31 Reflective Pavement Marking: 8" White LF 200 !� -� qq 4= Stripe 32 Reflective Pavement Marking: 4" Yellow LF 9,190 �i ��°5 Stripe • o� ! 33 Reflective Pavement Marking: 24" Yellow LF 275 3 3� 9 50 Stripe 34 Reflective Pavement Marking: Left Turn EA 3 00 % 90 f o_o 5%t] Arrow 35 Reflective Pavement Marking: RPM TY EA 272 `77 II -A -A 36 Reflective Pavement Marking: RPM TY EA 20 q °o " [I-C-R OL-i 37 Junction Box EA I (9, �}(� '% L-D7 �= 38 Stormwater Sampling Station EA 1 0 (3 j, 0070 S75r DDO 39 Sheet Pile Cofferdam EA 1 /Z05 wc;49 /15, bw&0 40 Headwall and Wingwalls EA I �j (AV S5 ©M"o 41 Inlet Structure and Basin EA 1 Co I C `- 42 Channel Excavation/Earthwork CY 800 Z/ -1_50 3, loGO" 01267209 BID FORM Page 2 01/12 ADDENDUM NO.6 43 Articulated Concrete Block Mattress and SF 5,200 e-9 — 60 IZA L) D — Geotextile Fabric 0( 44 Crossing Sewer Line, Remove & Replace, LF 25 n vo zd 6" dia, oXSO ,a)°=' 45 Crossing Sewer Line, Remove & Replace, LF 25 aGj' 00 101 �- 8 dia. 46 Crossing Sewer Line, Remove & Replace, LF 25 12" dia. 47 Canyon Sanitary Sewer Line Adjustment, LF 60 3��d o pia yQC'�� 24" dia. 48 Canyon Sanitary Sewer Manhole EA I g� $Do So 91 wo 49 Crossing Water Line, Remove & Replace, LF 75 00 a15- of ll��l'oZ 5 4"dia. 50 Crossing Water Line, Remove & Replace, LF 25 n �o 1 '_ 5, U 5 C7 8" dia. oG 51 Crossing Water Line, Remove & Replace, LF 25 OWo 12" dia. 52 Knoxville Water Line Adjustment, 8" dia. LF 150 "9 7, 5D0� 53 Remove Concrete Flatwork SY 70 54 Concrete Flatwork SY 70 55 Remove Concrete Curb and Gutter LF 125 56 Concrete Curb and Gutter LF 125 57 Remove Concrete Driveways SY 600 58 Concrete Driveways SY 600 59 Remove Gravel Driveways SY 104 60 Gravel Driveways SY 104 61 Vegetation Restoration by Seeding SY 31,000 q'5 62 Vegetation Restoration by Sodding SY 7,260 / j O- 79, lgd7 63 Remove Ortega Fence (East Property Line) LF 800 y =9 3, 9op" 64 6-foot Chain Link Fence and Gate LF 800 / ,% q= / q qoo"- 65 Remove 8' Chain Link Fence LF 550 it 00 C9, `00"2 66 Reinstall Salvaged 8' Chain Link Fence LF 375 IOpp 3,% b02 67 New 8-foot Chain Link Fence and Gate LF 175 350� 68 Remove & Replace Wire Fence at Tech LF 530 oo 1 � -- a, Ct, 5ZID Rangeland 69 Headwall Grates EA I q,6CO$ 9 bDao 70 Petroleum -contaminated geologic CY 450 Z// ') /�� materials 01267209 BID FORM Page 3 01/12 ADDENDUM NO.6 Addendum No. 6 °1 d TOTAL BASE PROPOSAL, ITEMS #1- #70: fl MATERIALS: $ � � Lot). 5Q�Jo_ SERVICES: TOTAL PROPOSAL c� ITEMS #1-#70: $ 7 0 . %D These lines are provided to assist the Bidder in incorporating late changes to the bid, such as reductions or Increases to pipe prices. For payment purposes the deduction or addition will be applied as required in Section 01020. Unit prices shall be unaffected by the change. Deduct to be applied only to Base Bid Addition to be applied only to Base Bid c6 ac�t } -r TOTAL BASE BID (with add/deduct) $ ��O fLQ , 7 ? ADDITIVE ALTERNATE: ITEM NO. DESCRIPTION SIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Remove existing asphalt pavement from a A-1 widths specified in Base Bid to lip of SY 4,500 utter, from Sta. 17+81 to Sta. 77+64 Mill existing base material to depth of 2-inches, compact to 98% standard proctor, 0 6' a5 o A-2 2" Type C HMAC from widths specified in SY 4,500 1' of ��� Base Bid to lip of gutter, from Sta. 17+81 to Sta. 77+64 TOTAL ADDITIVE ALTERNATE, ITEMS #A-1 —A-2: MATERIALS: $ 3,5, C� �). SERVICES: $ - —2 5^1:i 0 TOTAL ALTERNATE ITEMS #A-1-1-2: $ -&4 5DD n C3 Offeror's Proposed Time of Construction for final completion within the constraints identified In the General Instructions to Offerors: 2 `/L,D_ Calendar days after Notice to Proceed Offeror 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 (710) Seven hundred ten CALENDAR DAYS and a total of (755) Seven hundred fifty five CALENDAR DAYS for final 01267209 BID FORM Page 4 01/12 ADDENDUM NO.6 completion thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages for each calendar day in excess of the time set forth in the general conditions of the contract documents, the following sum of allowed construction time with liquidated damages $1,650 Offeror understands and agrees that this Proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all Proposals and to waive any formality in the bidding. The Offeror agrees that this Proposal shall be good and may not be withdrawn for a period of SIXTY (60) calendar days after the scheduled closing time for receiving Proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this Proposal, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has Proposal; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a Proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the Proposal submitted as a guarantee that Offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds 3, (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this Proposal Is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of Al y 2 PP cc r r Dollars ($__J52&LJ, which it Is agreed shall be collected and retained by the Owner as liquidated damages In the event the Proposal Is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said Proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. 01267209 BID FORM Page 5 4 - 01112 ADDENDUM NO.6 Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. (Seal if Offeror is a Corporation) ATTEST: Secrete Offeror acknowledges receipt of the following addenda: Addenda No. I Date 114 1 Addenda No.� Date / as Addenda No. 3 Date_[ f g /10 Addenda No. q Date / a �2 Addenda No. �_ Date / Addenda No. Co Date / a Addenda No. Date I Company 9rQ 7 Nl-,) 4 9 Address City, County max. , �93g a State Zip Code Telephone: Fax: - 1�10 to— 9,5310 r FEDERAL TAX ID or SOCIAL SECURITY No. 7 -aa ryi93 l M/WBE Firm: woman Black American Native American Hispanic American I I Asian Pacific American Other (Specif 01267209 BID FORM Page 6 01/12 ADDENDUM NO.6 Liberty Mutual Bid Bond Document A310TM - 2010 Conforms with The American Institute of Architects AIA Document 310 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) UTILITY CONTRACTORS OF AMERICA, Liberty Mutual Insurance Company INC. 175 Berkeley Street 927 HWY 62/82 Boston, MA 02116 WOLFFORTH, TEXAS 79382-9778 OWNER: (Name, legal status and address) CITY OF LUBBOCK Mailing Address for Notices Liberty Mutual Insurance Company Attention: Surety Claims Department 1001 4th Avenue, Suite 1700 Seattle, WA 98154 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. BOND AMOUNT: $ FIVE PERCENT OF THE GREATEST AMOUNT BID --------------------------- PROJECT: (Name, location or address, and Project number, if any) . NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 RFP 12-10284-MA The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed afsealed this 25th day of JANUARY 2012 UTILITY CONTRACTORS OF AMERICA INC. ffitnes E Yitness MARLA HILL S-0054/AS 8/10 ' 275565 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint HOWARD COWAN, MARLA HILL, ALL OF THE CITY OF LUBBOCK, STATE OF TEXAS ............................................. ....... ................................................................................................................................................................................. each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its u behalf as surety and as its act and deed, any *and�all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding ONE HUNDRED MILLION AND 00/100 DOLLARS ($ 100 000 000.00 ) each, and the J-rt execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Company and the corporate seal of G E Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 1 st day of February 2010 a LIBERTY MUTUAL INSURANCECOMPANY_ s owaV Byf y--tea-. —_q. ' IAI- L6�c IL Garnet W. Elliott, Assistant Secretary y p COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY `1- O On this 1 st day of February 2010 before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged +r' that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH R" v 1� unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year r first above written. cr ��qoy✓ *'00 COMMONWEALTH OF PENNSYLVANIA t Notaft seal N OF PiTeresa PasteHa, Nolary Pubic noulh 7t p , Montgarowy County By C My Contr r4lS Expirus Maim 28, 2013 O - Ter sa Pastella, Notary Public- O � $YIN �� CJ tMmAe , F'emayYnn n ASSa M » ci Nda ks O ' CERTIFICATE F' I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the - following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, ll hh v hereunto subscribed my name and affixed the corporate seal of the said company, this 25 TH day of JANUARY Z0 3 4. 4 a By r David M. Carey, Ass' nt Secretary ° CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a Proposal must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of Proposal submittal. Failure to submit the following Proposal Evaluation information may result in the OWNER considering the Proposal non -responsive and result in rejection of the Proposal by the OWNER. Offerors are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a Proposal, which in its judgement is the lowest and best Proposal, to reject any and all Proposals, to waive irregularities in the Proposals, or to reject nonconforming, non -responsive, or conditional Proposals. In addition, the OWNER reserves the right to reject any Proposal where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's Proposal on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Pap,e Intentionally Left Blank UTILITY CONTRACTORS OF AMEFJCA, INC. 927 Highway 62 — Wolfforth, Texas 79382-9778 (806) 866-9380, Fax # (806) 866-9530 i Statement of Qualifications City of Lubbock, TX ( Northwest Lubbock Drainage Improvements Phase 1 RFP 12-10284-MA Bid Date: February 1, 2012 3:00 PM I Page Intentionally Left Blank Contractor's General Information Organization Doing Business As Utility Contractors of America, Inc. Business Address of Principle Office 927 Hwy 62 Wolfforth, Texas 79382 Telephone Numbers Main Number 806-866-9380 Fax Number 806-866-9530 Web Site Address www.ucatexas.com Form of Business (Check One) If a Corporation Date of Incorporation X A Corporation I JA Partnership An Individual November 1987 State of Incorporation Texas Chief Executive Officer's Name Britt Lane President's Name Ty Lane Vice President's Name(s) Chris Balios Troy Lane Secretary's Name Wanda Garrett Treasurer's Name if a Partnership Date of Organization Marty Hamm State Whether partnership is general or limited IndividualIf an Name Business Address identify• • • • • ' • i of • • over the organization Inclicatiors of • • Average Number of Current Full 30 Average Estimate of Revenue for the Time Employees current Year Contractor's Organizational Experience Organization Doing Business As Utility Contractors of America, Inc. Business Address of regional Office 927 Hwy 62 Wolfforth, Tx 79382 Name of Regional Office Manager Ty Lane Telephone Numbers Main Number 806-866-9380 Fax Number 806-866-9530 Web Site Address www.ucatexas.com Organization List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of Companies, firms or organization Percent Ownership Construction Experience experience in projects similar to the proposed project: As a General Contractor 1 24 JAs a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bed or proposal in the past ten years? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agencey within the last five years? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No if yes provide full details in a separate attachment. See attachment No. c ['j Contractor's Proposed Key Personnel Organization Doing Business As Utility Contractors of America, Inc. 'Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. See Attachment No.1 Ty Lane is the acting President/ Lead Project Manager on major projects. Marty Hamm, Troy Lane and Chris Balios are Vice Presidents and at times act as Project Managers as well as Superintendents. Superintendents are Leo Garcia, Lorenzo Vasquez and Gilbert Prieto and they answer ultimately to Ty Lane and then to the Vice Presidents. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. Ty Lane is to be the acting Project Manager. Chris Balios is to be the Project Superintendent, Safety Officer, and Quality Control Manager. Experience. Personnel Provide information on the Key Personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these Key Personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Project Manager Ty Lane Project Superintendent Chris Balios Project Safety Officer Chris Balios Quality Control Manager Chris Balios If Key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how much time it to be divided between this project and their other assignments. Proposed Project Manager Organization Doing Business As • didate Name of individual Utility Contractors of America, Inc. Ty Lane Years of Experience as Project Manager 24 Years of Experience with this Organization 24 Number of similar projects as Project Manager 10 Number of similar projects in other positions 5 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name (listing names indicates Marsha Reed approval to contacting Name the names individuals as a Mike Keenum Title/Position Sr. Civil Engineer Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2335 Telephone 806-775-2393 E-mail mreed@mail.d.lubbock.tx.us E-mail mkeenum@mail.ci.lubbock.tx.us Project South Lubbock Drainage Project South Lubbock Drainage Candidate role on Project Project Manager Alternate Candidate Name of Individual Candidate role on Project Project Manager Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name (listing names indicates approval to contacting Name the names individuals as a Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Utility Contrators of America, Inc. Chris Balios Years of Experience as Superintendent Years of Experience with this Organization 24 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Estimated Project Project Completion Date Reference Contact Information Name (listing names indicates Marsha Reed approval to contacting Name the names individuals as a Wood Franklin Title/Position Sr. Civil Engineer Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2335 Telephone 806-775-2343 E-mail mreed@maii.ci.Iubbock.tx.us E-mail wfranklin@mylubbock.us Project South Lubbock Drainage Project Marsha sharp Freeway Candidate role on Project Supervisor CandidateAlternate Name of Individual Candidate role on Project Supervisor Troy Lane Years of Experience as Superintendent Years of Experience with this Organization 20 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Estimated Project Project Completion Date Reference Contact Information (listing names indicates Name approval to contacting Name the names individuals as a Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 11" Proposed Project Safety Officer Organization Doing Business As •rimary Candidate Name of Individual Utility Contrators of America, Inc. Chris Balios Years of Experience as Safety Officer Years of Experience with this Organization 24 Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Estimated Project Project Completion Date Reference Contact Information Name (listing names indicates Marsha Reed approval to contacting Name the names individuals as a Wood Franklin Title/Position Sr. Civil Engineer Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2335 Telephone 806-775-2343 E-mail mreed(&mail.ci.lubbock.tx.us E-mail wfranklin@mvlubbock.us Project South Lubbock Drainage Project Marsha sharp Freeway Candidate role on Project Supervisor CandidateAlternate Name of Individual Candidate role on Project Supervisor Marty Hamm Years of Experience as Safety Officer Years of Experience with this Organization 23 Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Informationapproval to contacting the names individuals Name Name Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project C? Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Utility Contrators of America, Inc. Chris Balios Years of Experience as Quality Control Manager 10 Years of Experience with this Organization 24 Number of similar projects as Quality Manager 7 Number of similar projects in other positions 2 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 34th Street Waterline Replacement 40% 1/29/2009 Reference Contact Information Name (listing names indicates Marsha Reed approval to contacting the names individuals as a Name Wood Franklin Title/Position Engineer Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2335 Telephone 806-775-2343 E-mail mreed@maii.ci.lubbock.tx.us E-mail wfranklin@mylubbock.us Project South Lubbock Drainage Project 34th Street Waterline Candidate role on Project Superintendent Candidate Name of Individual Candidate role on Project Quality Control Manager Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name (listing names indicates approval to contacting Name the names individuals as a Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractors Project Experience and Resources Organization Doing Business As Utility Contractors of America, Inc. Provide a list of Major Projects that are currently Underway, or have been completed within the last five years. See Attachement Provide a completed project information orm for projects that have been completed in the last five years which specificly illustrate the organizations capability to provide best value to the Owner for this project. See Attachment Include a completed project information form for projects which illistrate the experience of the propesed key personnel. See Attachment Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal 'Equipment Provide a list of major equipment proposed on this project. Attach additional information if necessary Equipment Item Primary Use on Project Own Will Buy Lease 375 Backhoe Trench Exvacation x 345 Backhoe (2) Trench Excavation/Compaction x 330 Backhoe (2) Clearing/Grubbing x 966G Loader (2) Embedment x 95OG Loader (2) Embedment x 420 Rubber tire backhoe (2) Pipe Installation x 14G Maintainer Site Maintinance x RT30 Crane x i Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? Demo, Installation, Pipe, Manhole, Line Testing, Backfill What work does the organization propose to subcontract on this project? Tunnel, Concrete Structure, Bypass Pumping Contractor's Subcontractors and Vendors Organization Doing Business As Utility Contractors of America, Inc. Project . . Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts) Name Work to be Provided Est. Percent of Contract HUB/MWBE firm Southland Contracting Tunneling South Plains Concrete Products Pipe V-Tech Erosion Control Double E Structures X Lone Star Dirt & Paving Paving & Concrete Majors Pipe Testing Pipe Testing Southwest Geological Contaminated Material X Hugo Reed & Associates Surveying Barricades Unlimited Traffic Control Provide information on the proposed key personnel, project experience and description of past relationship and work experience for each subcontractor listed above using the Project information Forms Equipment Provide a list of major equipment proposed for use on this project. Attach additional information if necessary Vendor Name Equipment/ Material Provided Furnish only Furnish and install HUB / MWBE Firm Ty Lane 1978—Graduated from Coronado High School, Lubbock, Texas 1979-1984 — Equipment Operator / Supervisor — Lane Contracting, Lubbock, Texas Crew Forman responsible for Construction of Water and sewer Lines. Project supervisor responsible for all aspects of Utility Construction Projects. 1984-1987- Partner/Business Manager — Lane Contracting Co. Lubbock, Texas Responsible for the business Operations, Project Management and Construction Site Operations. 1987-2002- General Manager — Utility Contractors of America, Inc., Lubbock, Texas Project bid Analyst responsible for bid computations and billing. 2002-Present — President — Utility Contractors of America, Inc., Wolfforth, Texas Project bid Analyst responsible for Bid computations and billing. General manager/Project Manager responsible for overall Managerial responsibilities of all UCA, Inc. projects. Ty Lane has been President and the General Manager of Utility Contractors of America, Inc. since its establishment in November of 1987. Since that time he has been Acting General Manager over all projects done by UCA, Inc. He has also been Acting Project Manager of all major projects worked on and completed by UCA, Inc. Ty's roll as General Manager of UCA, Inc. includes all bid analysis, estimating and bid preparation for all UCA projects. He also oversees all major managerial issues and requirements on all of UCA's major projects. Ty's primary language is English. Below is a list of some of the Major Projects that T has been involved in as General Manager and 1 J Y g r, Project Manager: General Manager/Project Manager — City of Lubbock, Texas 34th St. Waterline Replacement Project 500' 6" waterline, 1000' 8" Waterline, 100' 10" Waterline, 4800' 12" Waterline, 18500' 16" waterline and 6200' 24" waterline Total Project $ 5,086,054.30 Project is Currently Ahead of Schedule and Under Budget. General Manager/Project Manager— City of Lubbock, Texas South Lubbock Drainage Project 46,210' of 24"-54" Open Cut 10,958' of 24"-54" Tunnel/Bore with six (6) Inlet Structures and Outfall Structure Ranging in depth from 38' to 50' Total Project $30,704,058.50 Completed Ahead of Schedule and On Budget General Manager/Project Manager— City of Lubbock, Texas 981n Street Roadway & Drainage Improvements 6,972' of 24"-36" Open Cut Storm Sewer with curb inlet 6,540' of 6"-16" Water Pipe Ranging in depth from 5' to 25' Total Project $4,184,556.20 Completed Ahead of Schedule General Manager - TxDOT, Garza County, Storm Water Improvements, 6,799 ft of 36" and 48" Cast -In -Place and RCP Storm Sewer, with Inlets and Junction Boxes. Total project $942,981. General Manager/ Project Manager - City of Lubbock, Texas, South Central Lubbock Drainage Project, 29,990 feet of 24" to 72" Cast -In- Place Storm Sewer, ranging up to 50' deep. Total Project $5,811,646. Project Supervisor - City of Lubbock, Texas, 1-27 Utility Adjustments Phase IV & Phase V. Total construction of 48,025 feet of water and sanitary sewer pipeline at a total cost of $4,598,791. Phase IV completed on time with no cost over -runs. Phase V completed ahead of schedule and under budget. Supervisor - Utility Contractors of America, Inc. Hollywood Sewer Plant and Discharge, City of Amarillo, 16,517 feet of Spirolite sanitary sewer pipeline. $899,340 project completed on time and under budget. j N1 V General Manager/Project Manager - City of Lubbock, Texas, Lubbock Annexation Sanitary Sewer System Improvements, 29,978' of 36" and 48" Sanitary Sewer Pipe. Total Project $4,717,409 General Manager/Project Manager - City of Amarillo, Texas, Fleming Avenue and Points West Storm Sewer, 7,835' of 18" to 72" Cast -In -Place Storm Sewer. Total Project $1,454,463 General Manager - TxDOT, Moore County, Sewer Mains, 11,493' of 24" to 36" Cast -In -Place Sewer. Total project $633,960. General Manager - TOOT, Western Street, Amarillo, Texas, Water Mains Improvements, 577' of RCP Pipe and 10 Manholes. Total project $939,636. Supervisor - City of McKinney Water and Sewer Project,15,100 feet of 16",12", 8" and 6" water mains; 1 and, 3,013 feet of 8", 6" and 4" sanitary sewer. Total project $709,500. Project Manager - City of Dumas Storm Sewer Project, 9,166 feet of various size and depth storm drainage conduit. Total project $547,445. Project Manager Foreman - City of Wichita Falls Water and Sewer Project,15,345 feet of 6", 8", 10" and 14" water pipeline and 6,574 feet of 6" and 8" SDR 16 sewer pipeline, including fire hydrants and manholes. Job total $400,000. [I Chris Balios 1978 — Graduated from Coronado High school, Lubbock, Texas 1979-1984 — Equipment Operator / Supervisor — Lane Contracting, Lubbock, Texas Crew Forman responsible for Construction of Water and sewer Lines. Project supervisor responsible for all aspects of Utility Construction Projects. 1984-1987- Crew Supervisor— Lane Contracting Co. Lubbock, Texas Responsible for Crew management and construction site management. 1987- Supervisor - Utility Contractors of America, Inc., Lubbock, Texas Responsible for projects from beginning to completion 1988-Present— Vice President— Utility Contractors of America, Inc., Lubbock, Texas Responsible for On -Site Supervision of Constriction crews and Liaison between engineers and crews. Chris Balios has been Vice President of Utility Contractors of America since 1988. He has extensive experience of all aspects of the construction and installation of water and sewer pipelines and utilities. He has been a supervisor and project manager for over 25 years and has experience with projects of up to $30 million dollars in value. His primary language is English. I 9 I Below is a list of some of the Projects that Chris Balios has been involved in: Superintendent — City of Lubbock, Texas 341h St. Waterline Replacement Project 500' 6" waterline, 1000' 8" Waterline,100' 10" Waterline, 4800' 12" Waterline, 18500' 16" waterline and 6200' 24" waterline �1 Total Project $ 5,086,054.30 Superintendent— City of Lubbock, Texas South Lubbock Drainage Project 46,210' of 24"-54" Open Cut 10,958' of 24"-54" Tunnel/Bore with six (6) Inlet Structures and Outfall Structure Ranging in depth from 38' to 50' Total Project $30,704,058.50 Superintendent— City of Lubbock, Texas 981h Street Roadway & Drainage Improvements 6,972' of 24"-36" Open Cut Storm Sewer with curb inlet 6,540' of 6"-16" Water Pipe Ranging in depth from 5' to 25' Total Project $4,184,556.20 � Superintendent —City of Lubbock, Texas _ Marsha Sharp Freeway Storm Drainage 27,154' of 27"-60" Cast -In -Place Pipe with Inlets & Junction Boxes Ranging in depth from 6'-24' Total Project $3,503,040.15 Superintendent — City of Lubbock, Texas Orchard Park Additions I & II Water & Sewer Improvements Total Project $980,998.88 Superintendent - TxDOT, Garza County, Storm Water Improvements 6,799' of 36" and 48" Cast -In -Place & RCP Storm Sewer with Inlets and Junction Boxes. Total project $942,981.00 Superintendent — City of Lubbock, Texas Willow Bend Addition Water & Sewer Improvements i Total Project $862,147.00 Superintendent - City of Lubbock, Texas South Central Lubbock Drainage Project 29,990' of 24"-72" Cast -In -Place Storm Sewer ranging in depth up to 50' Total Project $5,811,646.00 Superintendent - City of Lubbock, Texas Annexation Sanitary Sewer System Improvements 29,978' of 36" and 48" Sanitary Sewer Pipe Total Project $4,717,409.00 Superintendent - City of Amarillo, Texas Fleming Avenue and Points West Storm Sewer 7,835' of 18" to 72" Cast -In -Place Storm Sewer Total Project $1,454,463.00 Superintendent — City of Lubbock, Texas Solaris Estates Sub -division Water & Sewer Mains, Water & Sanitary Sewer Improvements Total Project $1,264,786.00 Superintendent — City of Lubbock, Texas North Point II Addition Water & Sanitary Sewer Improvements Total Project $873,204.00 Superintendent — City of Lubbock, Texas Vintage Township Addition Water & Sanitary Sewer Improvements Total Project $848,194.98 Superintendent— City of Lubbock, Texas Foxridge Addition Water & Sanitary Sewer Improvements Total Project $507,813.00 Superintendent — City of Lubbock, Texas Milwaukee Ave. Improvements Water & Sanitary Sewer Mains Total Project $2,778,409.00 Superintendent —City of Wolfforth, Texas �z Preston Manor Addition ' Water & Sanitary Sewer Improvements t Total Project $1,607,431.30 F� I Superintendent— City of Lubbock, Texas Cambridge Way Addition Water & Sanitary Sewer Improvements a - Total Project $580,375.50 Superintendent— City of Lubbock, Texas North Point Addition Water & Sanitary Sewer Improvements Total Project $1,041,148.80 Superintendent - TxDOT, Moore County, Texas Construction of Sewer Mains 11,493' of 24" to 36" Cast -In -Place Sewer Total project $633,960.00 Superintendent - TxDOT, Amarillo, Texas Western Street Water Main Improvements 577' of RCP Pipe and 10 Manholes Total project $939,636.00 Supervisor - City of McKinney, Texas Water and Sewer Project 15,100' of 6" to 16" water mains; 3,013' of 4"-8" sanitary sewer Total project $709,500.00 Project Manager - City of Dumas, Texas Storm Sewer Project 9,166' of various size and depth storm drainage conduit Total project $547,445.00 Project Manager - City of Wichita Falls, Texas Water and Sewer Construction 15,345 feet of 6"-14" water pipeline; 6,574 feet of 6" and 8" SDR 16 sewer, with fire hydrants and manholes Total project $400,000.00 Project Manager - City of Lubbock, Texas 1-27 Utility Adjustments Phase IV & Phase V j Total construction of 48,025 feet of water and sanitary sewer pipeline at a total cost of $4,598,791. Phase IV completed on time with no cost over -runs. Phase V completed ahead of schedule and under budget Marty Hamm 1985 — Graduated from Shallowater High School, Shallowater, Texas 1985-1986 — Backhoe Operator —Matthews Backhoe Service, Lubbock, Texas 1986-1987 — Equipment Operator, Fabit Corporation, Lubbock, Texas Equipment Operator at Dump Site. 1987- Equipment Operator/Supervisor —Utility Contractors of America, Inc. 1988-Present — Vice President — Utility Contractors of America, Inc., Wolfforth, Texas Responsible for on -site supervision of Construction Crews and liaison between engineers and Crews. Marty Hamm has been a Project Superintendent for Utility Contractors of America, Inc. since it was established in November of 1987. He has extensive experience in the supervision of the construction and installation of Water and Sewer lines. His primary language is English. Below is a list of some of the projects that Marty Hamm was involved in as the onsite Superintendent. Superintendent —Quaker Ave Reconstruction Installation of Water, Sewer & Storm Sewer lines Total Project $663,467.00 Superintendent— Marsha Sharp Freeway Storm Sewer Relocation TxDOT 27,154' of 27"-60" Cast -In -Place Storm Drainage Total Project $3,503,040.15 Project Manager -TOOT, Garza County, Storm Water Improvements ( 6,799 ft of 36" and 48" Cast -In -Place and RCP Storm Sewer, with Inlets and Junction Boxes. Total project $942,981. Supervisor - City of Lubbock, Texas, South Central Lubbock Drainage Project, 29,990 feet of 24" to 72Cast-In-Place Storm Sewer, ranging up to 50' deep. Total Project $5,811,646. Supervisor - City of Lubbock, Texas, Annexation Sanitary Sewer System Improvements, 29,978' of 36" and 48" Sanitary Sewer Pipe. Total Project $4,717,409 Project Manager - TxDOT, Moore County, Sewer Mains, 11,493' of 24" to 36" Cast -In -Place Sewer. Total project $633,960. Project Manager - TxDOT, Randall County, Hillside Storm Sewer, 6,283' of 18" to 60" Cast -In -Place Storm Sewer. Total project $365,848. Project Manager - TxDOT, Potter County, Western Street Water Mains Improvements, 577' of RCP Pipe Total project $939,636. Supervisor— City of McKinney Water and Sewer Project, 15,100 feet of 16", 12", 8" and 6" water mains; and, 3,013 feet of 8", 6" and 4" sanitary sewer. Total project $709,500. Project Manager - City of Dumas Storm Sewer Project, 9,166 feet of various size and depth storm drainage conduit. Total project $547,445. Project Manager Foreman — City of Wichita Falls Water and Sewer Project, 15,345 feet of 6", 8", 10" and 14" water pipeline and 6,574 feet of 6" and 8" SDR 16 sewer pipeline, including fire hydrants and manholes. Job total $400,000. Supervisor - Amarillo Boulevard Water Relocation, 2,500 of feet 20" and 2,500 feet 8" water pipeline. Total project $578,000. Foreman - City of Dumas Storm Sewer Project, 9,166 feet of various size and depth storm drainage conduit. Total project $547,445 Troy Lane 1985- Graduated from Coronado High School, Lubbock, Texas 1985-1987 — Supervisor/ Equipment Operator — Lane Contracting — Lubbock, TX Responsible for Construction of Water and Sewer Pipelines from Start to Finish. 1987-2002- Project Manager — Utility Contractors of America, Inc. Lubbock, TX Responsible for Management of Water and Sewer Construction Projects from Start to Finish. 2002-Present — Project Manager / Superintendent Utility Contractors of America, Inc. — Wolfforth, TX Responsible for Construction of water and Sewer Pipelines, Management of Construction Crews and Liaison between Owners, Engineers and Utility Contractors of America, Inc. Troy Lane has been a Project Manager and Superintendent for Utility Contractors of America, Inc. since it was established in November of 1987. He has extensive experience in the successful management and Supervision of Water and Sewer line construction and installation projects of up to $30 million in value. Though Troy is not considered a safety officer, He has decades of experience in utility construction and is up to, date on all current construction safety regulations. His primary Language is English. Troy has taken safety certification courses and is currently certified through U.S. Compliance & Safety, Inc. (An OSHA/MSHA Compliance company) in the following categories: - 30 CFR Part 46 Training - D.O.T Safety - D.O.T. Drug & Alcohol recognition certification - D.O.T. Hazmat Safety Certification - Respirator Safety/ Certification - Conveyor Safety - Personal Protective Equipment - Fall Protection/ Scaffold Safety - Powered industrial Truck Operator Wheeled/Track Loader Operator Certification - Powered industrial Truck Instructor Wheeled/Track loader Instructor Certification - Eye safety - Trenching and Shoring/Excavation Certification Crane Derrick Certification Level: I, II III - and and - Rigging Safety - Bloodborne Pathogens - Lockout Tagout - Crane & Derrick Master Instructor - Fire Extinguisher Safety - Residential Construction Safety - OSHA Orientation & Safety - Confined Space Entry -Traffic Control and Flagging Certification -HAZCOM/HAZWOPER -Back Injury Prevention - Hearing Safety - Logging Safety - Paving Safety - CPR/ First Aid - Welding Safety - Hand and Power Tools -Machine Guarding - Heavy Equipment Safety - Contractor/subcontractor safety - Ergonomics - Asbestos Safety Below is a list of some of the Major utility Projects that Troy has been involved with in recent Years and acted as a Superintendent and or a Project Manager: Project Manager / Supervisor — City of Plainview, Texas Plainview Water Reconstruction Installation of 12", 10", 8", 6", 4" water lines Total Project $ 1,494,410.00 Project is Currently Ahead of Schedule and Under Budget. Project Manager / Supervisor — City of Post, Texas Caprock/Cedar Hills Water System Improvements 27000' 6" HDPE Waterline by boring Total Project $ 1,054,344.90 Project Completed Ahead of Schedule and Under Budget. Project Manager / Supervisor — City of Lubbock, Texas 34th St. Waterline Replacement Project 500' 6" waterline, 1000' 8" Waterline, 100' 10" Waterline, 4800' 12" Waterline, 18500' 16" waterline and 6200' 24" waterline Total Project $ 5,086,054.30 Project Completed Ahead of Schedule and Under Budget. Project Manager / Supervisor — City of Lubbock, Texas South Lubbock Drainage Project 46,210' of 24"-54" Open Cut 10,958' of 24"-54" Tunnel/Bore with six (6) Inlet Structures and Outfall Structure Ranging in depth from 38' to 50' Total Project $30,704,058.50 Completed Ahead of Schedule and On Budget Superintendent - City of Lubbock, TX South Central Lubbock Drainage Project City of Lubbock, Texas Storm Water Engineer — Mike Keenum (806)775-2393 29,990' of 24"-72" Cast -In -Place Storm Sewer Ranging in depth up to 50' Total Project $5,811,646.00 Completed Ahead of Schedule 9/30/2008 Superintendent/Project Manager - City of Lubbock, Texas Annexation Sanitary Sewer System Improvements Storm Water Engineer— Mike Keenum (806)775-2393 29,978' of 36" and 48" Sanitary Sewer Pipe Total Project $4,717,409.00 Completed on Budget and Ahead of Schedule Superintendent - City of Lubbock, TX 98th Street Roadway & Drainage Improvements Storm Water Engineer— Mike Keenum (806)775-2393 6,972' of 24"-36" Open Cut Storm Sewer with curb inlet 6,540' of 6"-16" Water Pipe Ranging in depth from 5' to 25' Total Project $4,184,556.20 Completed Ahead of Schedule 10/2008 Leo Garcia 1984: Graduated from Lubbock High School, Lubbock, Texas 1987-1993: Equipment Operator — Utility Contractors of America, Inc., Wolfforth, TX Responsible for Operation of Heavy Equipment on Water and Sewer line Construction Projects. 1993-2002: Superintendent / Equipment Operator — Utility Contractors of America, Inc., Wolfforth, TX Responsible for Supervision and Management of Waterline and Sewer line Construction Projects and Labor Crews 2002 — Present: Superintendent— Utility Contractors of America, Inc., Wolfforth, TX Responsible for Supervision and Management of Waterline and Sewer line Construction Projects and Labor Crews. Leo Garcia has been an employee of Utility Contractors of America, Inc. since its establishment in November of 1987. Leo is one of the company's most knowledgeable and efficient Supervisors. He has been a Superintendent for the company since 1993 and has extensive knowledge of the construction and installation of Water and Sewer pipe lines. Leo started out as a laborer and equipment operator and earned his position as a supervisor through extensive understanding and knowledge of what it takes to successfully run and manage a utility construction job site and crew. His primary language is English. Below is a list of some of the Major Projects that Leo has been involved with in recent years. Superintendent Denver City Well Field Expansion City of Denver City, TX Project Engineer —James Tomplins (432)523-2181 Installation of 16" water line Total Project $ 180,595.75 Project is Currently Ahead of Schedule and Under Budget. Estimated Project Completion date: October 2011 Superintendent 341h St. Waterline Replacement Project City of Lubbock, TX Project Engineer —Zoltan Fekete (806)775-3317 500' 6" waterline,1000' 8" Waterline, 100' 10" Waterline, 4800' 12" Waterline, 18500' 16" waterline and 6200' 24" waterline Total Project $ 5,086,054.30 Project Completed Ahead of Schedule and Under Budget. Project Completion date: 5/2/10 Superintendent South Lubbock Drainage Project City of Lubbock, TX Storm Water Engineer— Mike Keenum (806)775-2393 46,210' of 24"-54" Open Cut 10,958' of 24"-54" Tunnel/Bore with six (6) Inlet Structures and Outfall Structure Ranging in depth from 38' to 50' Total Project $30,704,058.50 Completed Ahead of Schedule and On Budget — 06/2008 Superintendent 981h Street Roadway & Drainage Improvements City of Lubbock, TX Storm Water Engineer— Mike Keenum (806)775-2393 6,972' of 24"-36" Open Cut Storm Sewer with curb inlet 6,540' of 6"-16" Water Pipe Ranging in depth from 5' to 25' Total Project $4,184,556.20 i Completed Ahead of Schedule 10/2008 Superintendent Annexation Sanitary Sewer System Improvements City of Lubbock, Texas Storm Water Engineer— Mike Keenum (806)775-2393 29,978' of 36" and 48" Sanitary Sewer Pipe Total Project $4,717,409.00 Completed on Budget and Ahead of Schedule Superintendent South Central Lubbock Drainage Project City of Lubbock, Texas Storm Water Engineer — Mike Keenum (806)775-2393 29,990' of 24"-72" Cast -In -Place Storm Sewer Ranging in depth up to 50' Total Project $5,811,646.00 Completed Ahead of Schedule 9/30/2008 Page Intentionally Left Blank Current. Projects Projects Completed � in the last 10 years Page Intentionally Left Blank Current Projects Project Owner I City of Levelland Project Name I Lee St. Water System Improvements General Description of Project: Installation of 14" water line Project Cost $777,548.95 Estimated Completion Date January 2012 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Leonard Nail Engineer (806) 473-2200 (nail@team-psc.com Project Owner I City of Lubbock Project Name 98th St Paving Improvements (Albany to Huron) General Description of Project: Project Cost $908,698.04 Estimated Completion Date Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Engineer (806) 775-2343 wfranklin@mylubbock.us Designer Construction Manager Project Owner City of Lubbock Project Name Lubbock Downtown Redevelopment General Description of Project: Project Cost $2,074,508.00 Estimated Completion Date November 2012 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Troy Lane Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Joseph Van Deventer Engineer (806) 795-6827 JVanDeventer@SGSEng.com Projects completed within the last 10 Years Project Owner I City of Amarillo, Texas Project Name Fleming Street Storm Sewer General Description of Project: Project Cost $1,454,883.00 Date Project Completed 5/16/2003 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Cody Hamm Cody Hamm Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Martin Rodin Engineer Designer Construction Manager Project Owner I City of Lubbock, Texas Project Name Annexation Sanitary Sewer Improvements General Description of Project: 29,978 Lf of 36" and 48" Sewerline Project Cost $4,717,409.00 IDate Project Completed 4/1/2004 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum Engineer (806) 775-2393 mkeenum@Mylubbock.us Designer Construction Manager David Ockerman Inspector (806) 548-4152 Project Owner City of Lubbock, Texas Project Name Marsha Sharp Freeway General Description of Project: 27,154 LF of 24" to 60" Cast -In -Place Pipe with inlets and Junction Boxes ranging in depth from 6' to 24' Project Cost $3,767,944.32 Date Project Completed 10/1/2007 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Marty Hamm Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Brian Wilson Engineer (806) 748-4496 Designer Construction Manager David Ockerman Inspector (806) 548-415' Project Owner I City of Lubbock, Texas I Project Name I Railport Industrial Improvements General Description of Project: 9505 LF of 8" and 16" Waterline; 6133 LF of 6" and 10" Sewerline Project Cost $1,255,983.00 Date Project Completed 3/7/2008 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Cody Hamm Cody Hamm Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Engineer (806) 775-2343 wfranklin@mylubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 473-2200 Project Owner I City of Lubbock, Texas Project Name I South Central Drainage Improvements General Description of Project: 29990 LF of 24" to 72" Cast In Place Storm Sewer up to 50' in depth Project Cost $5,811,646.00 Date Project Completed 9/30/2008 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum Engineer (806) 775-2393 mkeenum@mylubbock.us Designer Paul Mcmillan Engineer (806) 473-2200 pmcmillan@team-psc.com Construction Manager Don McClenan Inspector (806) 473-2200 dmccIenan@team-Psc.com Project Owner I City of Lubbock, Texas Project Name 98th Street Roadway & Drainage Improvements General Description of Project: Project Cost $3,885,233.58 Date Project Completed 10/1/2008 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner LEDA (806) 749-4500 Designer Mark Haberer Engineer (806) 473-2200 mhaberer@team-psc.com Construction Manager Mark Carpenter Inspector (806) 777-0160 Project Owner I Lubbock Economic Development Alliance JProjectName Lubbock Business Park - Phase 1A and 2A General Description of Project: 81 LF 6" Waterline; 136' 8" Waterline; 3575 LF of 10" Waterline; 10162 LF 12" Waterline and 5698 LF of 12" Sewerli Project Cost $5,808,790.17 Date Project Completed 1/8/2009 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name . Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Marsha Reed Engineer (806) 775-2335 mreed@mail.ci.lubbock.us Designer Paul McMillan Engineer (806) 743-2200 pmcmillan@tgam-psc.com Construction Manager Don MacCleanan Inspector (806) 781-8480 dmcclenan@team-psc.com Project Owner City of Lubbock, Texas Project Name South Lubbock Drainage Project General Description of Project: 46210 LF of 24"-54" Storm Sewer; 10,958 LF 24"-54" Bore. Depths 5'-25' Project Cost $30,704,058.50 Date Project Completed 6/1/2009 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Marsha Reed Engineer (806) 775-2335 mreed@mail.ci.lubbock.us Designer Paul McMillan Engineer (806) 743-2200 pmcmillan@team-psc.com Construction Manager Don MacCleanan Inspector (806) 781-8480 dmccienan@team-psc.com Project Owner I City of Lubbock, Texas JProject Name 16 inch Supply Line for Pump Station No.15 General Description of Project: 23380' 16" Waterline; 1665 ' 24" Steel Casing in Bore Project Cost $985,321.00 Date Project Completed 1/15/2010 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Cody Hamm Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Darlene Doss Buyer (806) 775-2168 ddoss@mylubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 777-0160 Project Owner I Lubbock Economic Development Alliance Project Name I Lubbock Business Park - Phase 1b General Description of Project: 2410' -10", 3280' - 12", 2315'-20" Waterline and 4156' - 12" Sewerline Project Cost $1,004,550.48 Date Project Completed 3/1/2010 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Lorenzo Vasquez Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Jason Hettler Project Manager (806) 745-7498 iason@alienbutler.net Project Owner City of Lubbock, Texas Project Name 34th Street Waterline Replacement General Description of Project: 500' - 6", 1000'- 8", 100'- 10", 4800'- 12", 18500'- 16" and 6200'- 24" Waterline Replaced Project Cost $5,228,109.47 Date Project Completed 5/2/2010 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Leo Garcia Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Engineer (806) 775-2343 wfranklin@mylubbock.us Designer John Marler Engineer (512) 912-5188 1 iohn.marler@hdrinc.com Project Owner Collegiate Construction Project Name The Retreat General Description of Project: Installation of 7220 LF 6"&8" Water, 10865 LF 4",6",8" & 15" Sewer line, Project Cost $557,000.00 Date Project Completed October 2010 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Marty Hamm Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mitch Malcomb Owner Rep. (706) 202-0571 Designer Todd Rauch Engineer (806) 763-5642 trauch@hueoreed.com Construction Manager Project Owner City of Post, Texas Project Name Post/Cedar Hills Water System Improvements General Description of Project: Installation of 27,000 LF 6"HDPE Waterline by boring Project Cost $1,042,387.70 Date Project Completed 3/15/2011 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Chad Pabody Troy Lane Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Arbie Taylor City Manager (806) 495-2811 ataylor@Postgarza.net Designer Dwight Brandt Engineer (806) 681-8631 DLBrandt@brandtengineers.com Construction Manager Oscar Ostos RPR (806) 681-8631 OscarO@brandtengineers.com Project Owner I City of Wolfforth, Texas Project Name Wolfforth Sewer Expansion General Description of Project: Project Cost $1,115,465.00 Date Project Completed 4/29/2011 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ty Lane Leo Garcia Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Michael Adams Project Manager (806) 791-2300 michael.adams@oidengineering.com Project Owner Lubbock Cooper ISD Project Name Cooper Middle School General Description of Project: 3575 LF 8" Waterline; 2930 LF 10" Sewerline Project Cost $502,090.00 Date Project Completed 7/27/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Name I Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Marsha Reed Engineer (806) 775-2335 mreedCc@mail.ci.lubbock.tx.us Designer Gary Dawson Engineer (906) 743-2201 Rdawson@team-psc.com Construction Manager Micheal Haverdink Project Manager (806) 745-9450 michael@sandiaconst.com Project Owner I City of Lubbock, Texas I Project Name I Indiana Paving Improvements General Description of Project: installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing Project Cost $1,330,284,88 1 Date Project Completed 7/29/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Name Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Engineer (806) 775-2343 wfranklin@myiubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Manager (806) 745-7498 rumphries@allenbutler.net Project Owner I City of Denver City Project Name Denver City Well Field Improvements General Description of Project: Installation of 16" water line Project Cost $488,974.50 Date Project Completed 8/31/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Name Ty Lane Leo Garcia Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager James Tompkins (432) 523-2181 JamesT@wtcengineering.com Project Owner City of Lubbock, Texas Project Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project: Installation of water, sewer, & storm sewer lines Project Cost $675,267.76 1 Date Project Completed 8/31/11 Key Project Personnel Project Manager Project Safety Officer Quality Control Name Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Ryan Duininck Project Manager (817) 491-0946 RCDuininck@dbitx.com Project Owner I City of Plainview, Texas Project Name I Plainview Water Reconstruction General Description of Project: Installation of 12",10", 8", 6", 4" water lines Project Cost $1,550,258.75 Date Project Completed December 2011 Key Project Personnel Project Manager Project Safety Officer Ctuality Control Name Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Gilliland Engineer (806) 296-1150 mgilliland@ci.plainview.tx.us Designer Construction Manager Brandon Autry Engineer (806) 771-5976 bautry@amdeng.com Statement of Qualifications For South Plains Concrete Products Page Intentionally Left Blank Proposed Project Managers Organization Doing Business As Name of Individual 90111 Mann Ch y Wffith inn. Years of Experience as Project Manager 341- Years of Experience with this organization 30 Number of similar projects as Project Manager 50+ Number of similar projects in other positions 20+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Faris Branch 9we 2 40% 03-2012 East Bank Saww Rterapbx 10% 07--2012 QAm Cmek I4 M a 20% 07--2012 Reference Contact Information (listingnames indicates a roval to contacting the names individuals as a reference Name I Haxy IaWbtm, I Name Title/ Position I Ftocumm Direcbf Title/ Position I Fhc rinser Candidate role on I Pn::ject Mmqler Name of Individual M. Years of Experience as Project Manager 5 Years of Experience with this organization 2 Number of similar projects as Project Manager 15+ Number of similar projects in other positions 20+ Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date R-rdS BraldL AXM 2 10% 1 03-2012 Name I Iwy 1, P.E. I Name I Qry B_riedw Title/ Position I >]ydrxmrim Onszltartt I Title/ Position I Tai-el Ctrsltant Te E-mail Candidate role on t Candidate role Project Project on Project I Maqw� 10 CLAY GRIFFITH QUALIFICATIONS: Clay has over thirty years of experience relating to the design and construction of mining and underground civil engineering projects including shafts, and tunnels utilities, water transfer, and wastewater. His experience encompasses a range of responsibilities, from consulting design to construction management for project owners and general contractors. Tunnel project experience ranges from soft ground to both soft and hard rock tunnels employing the use of drill -and -blast, hard rock and soft ground tunnel boring machines, microtunnel boring machines, segmental linings, and road headers. Clay's practical knowledge of tunnelling operations has benefited the successful execution of all phases of numerous trenchless Installation projects. EMPLOYMENT: 1981— Present Southland Contracting, Inc. PROJECT EXPERIENCE: Kansas River Tunnel; Bonner Springs, KS Operations Manager: The Project involved the Installation of 1440 linear feet of 60-inch treated water transmission main by 90-inch tunnel boring machine. Installation includes two shafts 125 and 140 vertical feet deep. Tunnel is being installed under the Kansas River. The excavation was supported using rockboits prior to the final lining being installed. Salado Creek WRC to Dos Rios WRC Interconnect; San Antonio, TX Sr. Project Manager: The tunnel work on the project involved the installation of Two (2) Tunnel Shafts over 100' deep. Tunnel was cut with a 15 ft diameter tunnel boring machine under the San Antonio River. The tunnel consisted two runs of over 1,000'. The method of primary liner was steel ring beam and wood lagging. Groundwater flowing at a rate between 20 to 400 gallons per minute in the tunnel. 8 well points were set up around the shafts to pump water. Bi-County Water Tunnel; Montgomery County, MD Operations Manager: Project includes the TBM excavation of 27,600 linear feet, 120-inch diameter deep rock tunnel through bedrock at depths ranging from 180 to 300 feet deep. installation, welding, and backfill grouting of 84-inch diameter steel water main. The project includes three shafts: Launch shaft - 40 FT diameter, 180 FT deep; Intermediate shaft - 16 FT diameter, 150 FT deep; Retrieval shaft - 25 FT in diameter, 125 FT deep. SaAxtWaxicl Contracting 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293-4263 Fax 817 293-5065 p Clay Griffith (cont) West Travis County Regional Water Treatment Plant; Austin, TX Operations Manager: intake tunnel with screen in Lake Travis utilizing TBM with Port -a -Dam system setup. South Lubbock Drainage Improvement Project; Lubbock, TX Operations Manager: Installation of 11,950 linear feet of between 88- inch and 96-inch tunnel. Final lining was between 60-inchand 72-inch pipe. Portions of rock had a compressive strength ranging to 17,000 psi. Groundwater flowing at a rate between 20 to 400 gallons per minute. (. South Lubbock Drainage Improvement Project; Lubbock, TX Operations Manager: The tunnel work on the project included the Installation of 6,425 of 54" pipe cut by 72" TBM and 1,929 of 36" pipe cut by 52" TBM. Project included a crossing under Hwy 84.included 12 shafts. 98th Street Drainage Improvement Project; Lubbock, TX Operations Manager: The tunnel work on the project included the installation of 8,395 linear feet of 48-Inch tunnel for 24-inch pipe and 250 linear feet of 60-inch tunnel for 36-inch pipe by tunnel boring machine. Included 16 shafts. Johnson Creek Interceptor Project; Grand Prairie, TX Operations Manager: The project included installation of 7,300 linear feet of 54-inch gravity sewer main by tunnel boring machine, 997 liner feet 54-inch gravity sewer main, 2,796 liner feet of 4-inch thru 33-inch diameter gravity sewer main, 8,154 liner feet 12-inch and 15-inch liner pipe, 485 linear feet of 24-inch Steel Casing, 1 sanitary sewer meter station package, 34 sanitary sewer manholes, 30 manhole rehabilitations, 36 existing manhole obliterations, 1 biofiltration system. Briar Creek Relief Sewer, Phase 1A Operations Manager: installation of 2852 linear feet of 96-inch rock tunnel using a double shield TBM and conventional methods.. The rock tunnel requires various support types ranging from four flange liner plates to pattern rock bolting. The rock tunnel is being excavated beneath Myers High School buildings so settlement is monitored constantly. A shield, equipped with shutters and controlled blasting is being used in this tunnel to excavate the tunnel. Eagle Mountain Connection Pipeline; Benbrook, TX Souti�lancl 4C0']Mtr93Lct1TR g ._�' 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293 4263 Fax 817 293-5065 Clay Gr[ffith (cone) Installed 2,050 linear feet of 96-inch steel water pipe inside 116-inch liner plate tunnel using a 10' tunnel boring machine. Crossing included IH-20, IH-30, State Hwy 377, State Hwy 580 and Union Pacific Railway. North MacGregor Storm Relief Sewer; Houston, TX Operations Manager: Installation of 3,340 linear feet of 15.5 ft single pass tunnel using pre -cast concrete segment tunnel. Production of concrete segments was done in house to meet some of the nation's toughest tolerances. Included a 40' x 60'shaft with depth of 47 vertical feet. Bachman Water Treatment Plant; Dallas, TX Operations Manager: Installation of 2,300 linear feet of 112-inch TBM tunnel for the installation of a 72-inch raw water pipeline. Tunnel was installed under roadway, railroad track, Bachman Creek and water plant. OTHER RELEVANT PROJECT EXPERIENCE: Zachary Scott Wastewater Tunnel; Austin, TX ESB Chilled Water Distribution; Austin, TX Duck Creek Interceptor Sewer System; Garland, TX EMPLOYMENT: Holly 54" Water Main Phase 1; Fort Worth, TX Main Interceptor Upgrade; Augusta, GA Lower Big Haynes; Gwinnett County, GA Eagle Mountain Connection Pipeline; Benbrook, TX Buttermilk @ Quail Creek; Austin, TX Henry Leighton, P.E. CAS Consulting and Services, Inc. (512) 964-8823 Henry.leighton@casengineers.com Clay Haynes, P.E. Black & Veatch (913) 458-3325 haynesce@- bv.com Southland 41"o3Mt3ract1hMg 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293 4263 Fax 817 293-5065 TRAVIS HARTMAN QUALIFICATIONS: Travis has over 16 years experience in the tunneling industry which varies from deep underground infrastructure projects to light rail projects. His knowledge in the tunneling industry encompasses nearly all of today's tunnel excavation methodologies including EPB TBM's, NATM, soft/hard rock TBM's, and drill and blast. Specifically, Travis' expertise lies in tunnel excavation equipment and mucking systems for varying geologies and tunneling environments. Travis' practical experience along with his project management skills have directly contributed to the successful completion of tunnel projects ranging in value from $100,000 to $247,000,000. PROFESSIONAL QUALIFICATIONS: M.B.A. — University of Missouri -St. Louis M.S. Mining Engineering — University of Missouri -Rolla B.S. Civil Engineering — Iowa State University EMPLOYMENT: 2009 — Present Southland Contracting, Inc. 2008 — 2009 Barnard Construction 2006 — 2008 SAK Construction 2005 — 2006 Clark/Atkinson/Shea JV 2001 —2005 Affholder, Inc. 2000 — 2001 Ric -Man Construction, Inc. 1999-2000 Massman Construction Company 1988 —1999 Powder Monkey Controlled Blasting RELEVANT PROJECT EXPERIENCE: January 2011- Present Senior Project Manager over Several Projects East Side Interceptor Replacement Project — Phase 11; Richmond, iN Sr. Project Manager —Southland Contracting, inc. The project includes the trenchless installation of approximately 2,160 LF of new 54-inch interceptor sewer, construction of launching and receiving shafts, connecting to the existing terminus of the East Side Interceptor Replacement Project - Phase I, connecting to the existing 36-inch East Side Interceptor at the new sanitary structure #208, connections to CSO 005, and all other activities related to the trenchless construction. S 13S Onion Creek Wastewater Interceptor — Rinard to Slaughter; Austin, TX Sr. Project Manager —Southland Contracting, Inc. Construction of approximately 5,024 LF of tunnel for 54-inch FRPM carrier pipe, 63 LF of adit tunnels, 204 LF of 24-inch casing, 3 finished access manholes, 2 work shafts, 1 connecting shaft, decommissioning of one lift station, 2 connections to existing underground pipelines and manholes, refurbishment of an existing wet well and various at -grade civil facilities. ISouthlaazd eCoatractxzng 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293-4263 Fax 817 293-5065 Travis Hartman (cont.) I East Bank- West Bank Sewer interceptor; Dallas, TX Sr. Project Manager —Southland Contracting, Inc. The project includes the installation of 3,348 linear feet of 78" tunnel, 3,321 linear feet of 96" tunnel, 420 linear feet of 102" open cut watewater mains, 568 linear feet of 60" force main by open cut, 1 wastewater inlet structure, 1 wastewater outlet structure, 500 linear feet of 12" air intake pipe, 400 linear feet of 20" air intake pipe. Ferris Branch Phase 2; Dallas, TX Sr. Project Manager —Southland Contracting, Inc. The project includes the excavation of 8,651 linear feet of 60" tunnel for 36" through 48" wastewater main. The project also includes 8,913 linear feet of 8" thru 24" wastewater and water main. April 2010 —Jan 2011 New Irvington Tunnel; Alameda County, CA Sr. Project Manager —Southland Contracting, Inc. The project consists of construction of a new tunnel, 3.5 miles long with a finished internal diameter between 8.5 feet and 10.5 feet. Construction excavation will occur between 30 and 700 feet underground, utilizing conventional mining methods including mechanical or roadheader excavation and controlled detonation where needed for hard rock removal. Extensive dewatering and tunnel reinforcement are anticipated for heavy groundwater inflows and unstable ground along the tunnel alignment. The work will also include reinforced concrete tunnel lining, buried portal structures, large diameter pipe installations, a 40-foot diameter by 120-foot deep temporary shaft for construction access at Vargas Road and Highway 1-680, temporary and permanent bridge crossings of Alameda Creek, access road and other site improvements, and environmental mitigation work. April 2009 — May 2010 Blue River Tunnel Project; Overland Park, KS Sr. Project Manager —Southland Contracting, Inc. Excavated 3,332 linear feet of 88" rock tunnel for 60" FRP pipe and backfilled with cellular grout. The tunnel, supported with ribs and boards, was excavated with Southland's custom manufactured 88" double shield TBM. The geology consisted of shale and limestone with three faults which exhibited fractured rock with localized water inflows. Other geologic features varied from blocky and seamy rock to mixed face conditions. The work also included the excavation of three shafts and miscellaneous surface work. The project was completed in an environmentally sensitive area (under the Overland Park Arboretum) and required proactive environmental controls and monitoring to mitigate the Impact from construction operations. Nov. 2008 — April 2009 Sr. Estimator/Project Manager— Barnard Construction Managed tunnel estimates for a national tunneling contractor with values exceeding $70,000,000. Analyzed geotechnical data for various projects and developed project specific solutions utilizing TBM and conventional tunnel excavation methods. Southland r Coatractiri� � t 616 A Shelby Rd. P.O. Box 40604 FortWorth, Texas 76140 817 293 4263 Fax 817 293-5065 Travis Hartman (cont.) Oct. 2006 - Nov. 2008 Sr. Estimator/Project Manager- SAK Construction, LLC Managed estimating team on soft ground and rock tunnel projects (TBM and conventional methods) with values exceeding $120,000,000. Examined contract documents including GBR's and GDR's to determine equipment requirements, mining cycles, blast designs, staffing requirements, etc. on multiple tunnel projects. Coordinated with consultants on initial support design, groundwater control, and environmental constraints. May 2005 - Oct. 2006 East APM Tunnels and Stations; Dulles Airport, VA Sr. Project Engineer- Clark/Atkinson/Shea JV Co -managed the day-to-day operations of a $244,700,000 tunnel project in Chantilly, VA. Excavated 800 LF of NATM tunnel and 2,100 LF of twin, 21-FT diameter precast segment tunnels in unstable ground conditions with variable groundwater inflows throughout both tunnel alignments. The NATM tunnels were excavated with AM-75 and AM-50 roadheaders. Two 21-FT diameter Lovat EPB TBM's excavated the twin tunnels. The project also included 6,775 LF traditional cut and cover tunnel and the excavation and support of two stations. The project was constructed adjacent to airport terminals and under taxiways on the Dulles International Airport and required continuous coordination with the Metropolitan Washington Airports Authority to maintain airport operations. _ This coordination effort included 24 hour security and environmental controls. July 2004-May 2005 Northern & Southern Sacramento River Crossings; Sacramento, CA Senior Project Engineer- Affholder, Inc. Managed the engineering staff and assisted the project manager with daily operations on a $44,000,000 tunnel project in Sacramento, CA. The project involved the construction of two 183-inch diameter tunnels supported with precast concrete segments, each approximately 2,000 ft in length, under the Sacramento River using a fully refurbished Lovat 181ME EPB TBM. The final lining consisted of two 66" diameter steel pipes backfilled with cellular grout. The geology varied from stiff clays to silty/sandy soils with face pressures exceeding 3.0 bars. Each tunnel was launched at a 6% down slope and entered the retrieval shaft at a 6% upslope. A continuous conveyor carried the muck out of the tunnel while rolling stock transported precast segments and supplies to the heading. A comprehensive dewatering plan was developed and utilized for groundwater control at the shafts. The project was located in a suburban, environmentally sensitive area with numerous constraints and regulations. June 2003-July 2004 Grand and Bates Relief Sewer Phase 11 Tunnel; St. Louis, MO Project Engineer — Affholder Inc. Provided engineering support and assisted the Project Manager with daily tunneling operations on a $32,000,000 tunnel project in St. Louis, MO. Excavated 6,600 LF of 14.5-FT diameter tunnel with an average depth of 110-FT and included 11 EA access shafts. The tunnel was excavated with a Robbins TBM through limestone and was lined with 132" RCP and backfilied with cellular grout. Positive groundwater control was maintained by jet grouting the 32-FT and 36-FT diameter construction shafts. Developed blast designs for shafts and i3outhlaud ( Coxatracti�ng 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293 4263 Fax 817 293-5065 i° { Travis Hartman (cont.) starter/tail tunnel headings. The project was constructed in a suburban area I with very restrictive noise and vibration constraints. April 2002 —June 2003 Little Calumet Leg Tunnel; South Holland, IL Office Engineer — Jay Dee/Affholder JV Provided engineering support for the excavation of 8.0 miles of 18.2-FT diameter tunnel in dolomitic limestone (14 ~ 35 ksi) with a High Performance Robbins TBM. Muck was transported to the shaft with a continuous conveyor and carried to the surface with a vertical conveyor. The concrete lined tunnel has a finish diameter of 16' and varies in depth from 160-FT to 210-FT deep. The project was located In a suburban area of Chicago with environmental restrictions and constraints. Project cost was $171,200,000. April 2001— April 2002 Estimator — Affholder, Inc. Assisted Chief Estimator in estimating tunneling projects ranging in value from $10,000,000 to $270,000,000. Project types included pipe jacking, road header, drill & blast, open -mode TBM, EPB TBM, hard rock TBM, microtunneling. Developed blast designs for shafts and tunnel headings. Examined contract documents for bid review. Developed mining cycles and take -offs for tunnel estimates. Worked with consultants to design initial support systems, groundwater control measures, and environmental mitigation solutions. Oct. 2000 —April 2001 Project Engineer — Ric -Man Construction Performed project engineering functions on various tunnel projects throughout the Detroit area. Tunnel projects included pipe -jacking, roadheaders, open - mode TBM's, and hand mining. Worked with consultants to design initial support systems, groundwater control measures, and environmental mitigation solutions. Assisted Chief Estimator on tunnel estimates. Jan. 1999 —Oct. 2000 Cumberland River Bridge and Pitman Creek Bridge; Sumerset, KY Field Engineer - Massman Construction Assisted General Superintendent with daily activities on a $40,000,000 bridge project which involved drilling twelve 11-FT diameter shafts through granite in an 80-FT deep river. Designed and supervised falsework construction. Oversee mass concrete and tremie concrete pours. Designed and implemented traffic control. Coordinated subcontractors. Managed project schedule, job costing, and pay estimates. Project was in an environmentally sensitive area that was maintained by the U.S. Army Corps of Engineers. June 1988—Jan.1999 Foreman —Powder Monkey Controlled Blasting Worked for a drill and blast subcontractor on various underground projects throughout the Midwest. Supervised the excavation of adits, starter tunnels, tail tunnels, etc. using conventional drill and blast methods. REFERENCES: Gary Brierley Brierley Associates (303) 703-1405 gbrierley@brierleyassociates.com t3outialand Coatractin.g 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293 4263 Fax 817 293-5065 } Travis Hartman (cont) Henry Leighton CAS Consulting and Services, Inc. (512) 936-2388 henry.leighton@casengineers.com Bout x1axnd Comtr-a ctlrzg 616 A Shelby Rd. P.O. Box 40604 FortWorth, Texea 76140 817 293 4263 Fax 817 293-5065 Page Intentionally Left Blank Statement of Qualifications For Southland Contracting Inc. Page Intentionally Left Blank Proposed Project Superintendent Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference Name ID= Martin, P.E. I Name Ptmlac Title/ Position I Pmiect BrdY Title/ Position E-mail aan E-mail .amumtyujs Project Project zadwy smtt WW m„,91 Candidate role on Proect Prc�ect &{)Eri� Candidate on Project HgFEM role a-0ject 9 Name of Individual Years of Experience as Project Superintendent 23 Years of Experience with this organization 23 Number of similar projects as Superintendent 14+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 1 Ferris s Bra di ire 2 100$ 03 -2012 Name Title/ Position Organization Telephone E-mail Candidate role on I I Candidate role Project Pmject matt on Project Rmject apes-W,gx3a t GENARO RAMOS QUALIFICATIONS: Over 20 years of experience in utility construction specializing in tunneling and boring for utility construction. • Certified for Confined Space and as a Competent Person • Highly accomplished in the setup, launch, and tunnel operation of TBM's, EPBM's, Hydraulic Shields, Liner Plate, Casing, Ring and Lagging, Wood Box Tunnel, Rock Bolts, Dowels, Shot Crete, Gunite and Dewatering. • Successfully installed pipes made of Fiberglass, Concrete, Ductile Iron, Plastic, and Steel, into both straight and curved tunnels. • Substantial experience in the use of casing spacers, rail, backfill and compaction, erection of shafts, and grouting to fill annular space. CERTIFICATIONS: Competent Person Training Confined Space OSHA 10 Hr. EMPLOYMENT: 1987 — Present Southland Contracting, Inc. 1986 Kansas Tunneling 1986 CB Services RELEVANT PROJECT EXPERIENCE: S. 135 Onion Creek Wastewater Interceptor — Rinard to Siaugher; Austin, TX Tunnel Superintendent Construction of approximately 5,024 LF of tunnel for 54-inch FRPM carrier pipe, 63 LF of adit tunnels, 204 LF of 24-inch casing, 3 finished access manholes, 2 work shafts, 1 connecting shaft, decommissioning of one lift station, 2 connections to existing underground pipelines and manholes, refurbishment of an existing wet well and various at -grade civil facilities. 135 Slaughter and Onion Creek Crossings; Austin, TX Tunnel Superintendent Construction of approximately 5,210 linear feet of 36-inch water main and appurtenances, 3,225 linear feet of tunneling and 17,155 square feet of concrete sidewalk (Alternate #1). Blue River No. 26 — Contract 1 SS Interceptor Tunnel; Overland Park, KS Tunnel Superintendent Installation of 3,332 linear feet of 96-inch tunnel for 60-inch FRP pipe using ribs and lagging as primary liner. Work also includes 1582 If of 8" pipe installation by open cut,10 manhole installations, geotechnical instrumentation and monitoring, landscaping and erosion control. Zachary Scott Wastewater Tunnel; Austin, TX Tunnel Superintendent Installation of 3,666 linear feet of 52-inch tunnel by tunnel boring machine for 3outhla,rad `T' Coxztractiszg 616 A Shelby Rd. P.O. Box 40604 FortWorth, Texas 76140 817 293-4263 Fax 817 293-5065 i Genaro Ramos (cont.) 36-inch FRPM. Project includes (3) manholes, (2) junction boxes, and (1) 10' Wet Well. Blunn Creek Area Wastewater Improvements; Austin, TX Tunnel Superintendent Installed 156 linear feet 52-inch rock tunnel by tunnel boring machine, 129 linear feet of 48-inch wood box tunnel utilizing hand mining. install carrier pipe. Harpers Branch Area Wastewater Line Improvements; Austin, TX Tunnel Superintendent A Installation of 2,050 linear feet 52-inch tunnel by tunnel boring machine, 4 shaft constructions with depths between 40' and 50', 10 sanitary sewer manholes including 1 vortex manhole. Mountain Creek Subsystem MC-5 & MC-6; Dallas, TX Tunnel Superintendent Installed 1,480 linear feet of 124-inch diameter tunnel, lined with steel ribs and wood lagging using a tunnel boring machine in depths of up to 70 feet. 98`s Street Roadway & Drainage Improvement; Lubbock, TX Tunnel Superintendent Installed 8,395 linear feet of 48-inch tunnel for 24-inch pipe and 250 linear feet of 60-inch tunnel for 36-inch pipe by tunnel boring machine. Included 16 shafts; . J eight (8) of the shafts were of the following depths: 43', 46', 46', 46', 46', 44', 40', & 42'. South Lubbock Drainage Project; Lubbock, TX Tunnel Superintendent Installed 6,425 of 54-inch pipe cut by 72-inch TBM and 1,929 of 36-inch pipe cut by 52-Inch TBM. Project Included a crossing under Hwy 84. Included 12 shafts; seven (7) of the shafts were of the following depths: 46', 41', 41', 47', 52', 48', & 41'. Little Walnut Creek /Capital Drive Easement & Buttermilk Creek; Austin, TX Tunnel Superintendent Installed 423 linear feet of 60-inch tunnel, 1,024 linear feet of 48-inch tunnel, 355 linear feet of 42-inch tunnel, 510 linear feet of 42-inch wastewater pipe by tunnel boring machine in Austin limestone. West Bouldin Creek WW Phase A2; Austin, TX Tunnel Superintendent Installed 2,759 linear feet of 50-inch tunnel for 24-inch wastewater line. This tunnel was a serpentine tunnel cut by tunnel boring machine. The serpentine tunnel was required due to (2) 500 radius curves. Bachman Creek; Dallas, TX Tunnel Superintendent Southland Cc�m►tractixi� �...1 616 A Shelby Rd. P.O. Box 40604 FortWorth, Texas 76140 817 293 4263 Fax 817 293-5065 REFERENCES: Genaro Ramos (cont.) Excavation of 1475 linear feet of 108-inch tunnel for the installation of 72-inch raw water pipeline. Tunnel was installed under roadway, railroad track and Bachman Creek. South Lubbock Drainage Improvement Project; Lubbock, TX Tunnel Superintendent The project involved the installation of 12,100 linear feet of 72-inch ID Hobas Sewer Pipe using two pass tunnel lining. The project also involved the excavation of 622 linear feet of 60-inch tunnel, 603 linear feet of 48-inch tunnel and 625 linear feet of 42-inch tunnel. Portions of rock had a compressive strength ranging to 17,000 psi. Groundwater inflow varied between 20 to 400 gallons per minute. Taylor Branch Lift Station; Austin, TX Tunnel Superintendent Installed 1,300 linear feet of 42-inch tunnel for 24-inch Hobas pipe in Austin limestone. Construction included pressure grouting. Phillip Preslar Inspector City of Austin (512) 801-8558 Phillip.preslar@ci.austin.tx.us Doug Martin, P.E. Project Engineer & Inspector GBA Architects Engineers (913) 577-8425 dmartin@gbateam.com �►outhla.nd Contraotfng t � 616 A Shelby Rd. P.O. Box 40604 FortWorth, Texas 76140 817 293 4263 Fax 817 293-5065-- E HoMERO LUGO QUALIFICATIONS: Over 20 years of experience in utility construction specializing in tunneling and boring for utility construction. • Certified for Confined Space and as a Competent Person • Highly accomplished in the setup, launch, and tunnel operation of TBM's, EPBM's, Hydraulic Shields, Liner Plate, Casing, Ring and Lagging, Wood Box Tunnel, Rock Bolts, Dowels, Shot Crete, Gunite and Dewatering. • Successfully installed pipes made of Fiberglass, Concrete, Ductile iron, Plastic, and Steel, into both straight and curved tunnels. • Substantial experience in the use of casing spacers, rail, backfill and compaction, erection of shafts, and grouting to fill annular space. EMPLOYMENT: 1988 — Present Southland Contracting, Inc. -- RELEVANT PROJECT EXPERIENCE: Ferris Branch Phase 2; City of Dallas, TX Tunnel Superintendent Approximately 3,145 If of 48", 776 if of 42", and 19021f of 36" wastewater main. 8,913 if of 8" thru 24" wastewater and water main. Medical District Improvements; City of Fort Worth, TX Tunnel Superintendent , Installation of 330 linear feet of 60-inch steel casing tunnel by hand mined methods and 1,351 linear feet of 54-inch steel casing tunnel installed by TBM methods. Blue River No. 26 — Contract 1 SS interceptor Tunnel; Overland Park, KS Tunnel Superintendent Installation of 3,332 linear feet of 96-inch tunnel for 60-inch FRP pipe using ribs and lagging as primary liner. Work also includes 1582 If of 8" pipe installation by open cut, 10 manhole installations, geotechnical instrumentation and monitoring, landscaping and erosion control. Contract Section I — Gravity Sewers & Tunnel; Batesville, AR Tunnel Superintendent Approximately 600 linear feet of 36-inch, 810 linear feet of 48-inch, and 85 linear feet of 6-inch gravity sewers with manholes and appurtenances, a tunnel with 60-inch carrier pipe approximately 1,700 linear feet long, a screw pump lift station structure, and miscellaneous items of work. Briar Creek Relief Sewer, Phase I; Charlotte, NC Tunnel Superintendent Installation of 2423 linear feet of 88-inch rock tunnel using a tunnel boring machine, 429 linear feet of 96-inch liner plate tunnel using hand mine methods. The rock tunnel requires various support types ranging from four flange liner SouiWVL1MC L Contracting 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293-4263 Fax 817 293-5065 Homero Lugo (cont.) ? plates to pattern rock bolting. The rock tunnel is being excavated beneath j Myers High School buildings so settlement is monitored constantly. The hand mined tunnel were excavated in mix face conditions consisting of rock in the bottom third of the face overlain by running sands. A shield, equipped with shutters and controlled blasting is being used in this tunnel to excavate the tunnel. Johnson Creek Interceptor; Grand Prairie, TX Tunnel Superintendent installation of 7,300 linear feet of 54-inch gravity sewer main by tunnel boring machine and hand mined methods, 997 liner feet 54-inch" gravity sewer main, 2,796 liner feet of 4-inch thru 33-inch diameter gravity sewer main, 8,154 liner feet 12-inch and 15-inch liner pipe, 485 linear feet of 24-inch Steel Casing, 1 sanitary sewer meter station package, 34 sanitary sewer manholes, 30 manhole rehabilitations, 36 existing manhole obliterations, 1 biofiltratlon system Lower Big Haynes 54-inch Sewer; Gwinnett County, GA Tunnel Superintendent Installed 900 linear feet of 84-inch neutral axis liner plate tunnel with a 54-inch sanitary sewer project pipeline. The biggest challenge of this project was crossing a creek with mixed face material. On the bottom there was granite at strengths in excess of 35,000 psi and on the top half there was silty sands and groundwater flowing at a rate in excess of 10,000 gallons per minute. SCI overcame this by building a shield equipped with shutters In the top half of the face, and used controlled blasting to excavate the rock invert. Eagle Mountain Connection Pipeline; Benbrook, TX Tunnel Superintendent Installed 1,480 linear feet of 96-inch steel water pipe inside 116-inch liner plate tunnel using a 10' tunnel boring machine. Crossing included IH-20, IH-30, State Hwy 377, State Hwy 580 and Union Pacific Railway. Holly 54-Inch Water Main Phase I; City of Fort Worth, TX Tunnel Superintendent Installed 855 linear feet long tunnel for the installation of a 54-inch water pipe, of which 705 linear feet was under the West Fork Trinity River. Tunnel was constructed in the Eagle Ford Shale Geological formation. Shaft depths were 84' & 77' deep. Buttercup Creek Interceptor; City of Cedar Park; TX Tunnel Superintendent Installed 2,105 linear feet of tunnel for 36-inch fiberglass pipe, 1,035 linear feet of open cut ranging In size form 6-inch to 36-Inch. Depths exceeded 45 feet. Southland encountered groundwater and set up dewatering systems to properly diver the groundwater. Little Walnut Creek North/Capital Drive Easement & Buttermilk Creek; Austin,TX So�thla.r�d CoratraCtfxzg 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293 4263 Fax 817 293-5065 - Homero Lugo (cont.) Tunnel Superintendent Installation of 1782 linear feet of 42 to 60-inch tunnel installed using hand mined methods and 510 linear feet of 42-inch tunnel installed using TBM methods. West Bouldin Creek WW Phase A2; Austin, TX Tunnel Superintendent Installed 2,759 linear feet of 50-inch tunnel for 24-inch wastewater line. This tunnel was a serpentine tunnel cut by tunnel boring machine. The serpentine tunnel was required due to (2) 500 radius curves. Salado Creek/Dos Rios WRC interceptor; San Antonio, TX Tunnel Superintendent Installed Two (2) tunnel shafts over 100' deep and a 15 ft diameter EPBM Tunnel under the San Antonio River. Two 1,200 linear feet crossings were made. The method of primary liner was steel ring beam and wood lagging. Groundwater was flowing at a rate between 20 to 400 gallons per minute in the tunnel. Eight (8) well points were set up around the shafts to pump water. South Lubbock Drainage Improvement Project; Lubbock, TX Tunnel Superintendent The project involved the installation of 12,1O0 linear feet of 72-inch ID Hobas Sewer Pipe using two pass tunnel lining. The project also involved the excavation of 622 linear feet of 60-inch tunnel, 603 linear feet of 48-inch tunnel and 625 linear feet of 42-inch tunnel. Portions of rock had a compressive strength ranging to 17,000 psl. Groundwater inflow varied between 20 to 400 gallons per minute. S outlsla.nd ' Cosztract�ng - 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293 4263 Fax 817 293-5065 Attachment A Current Projects and Project Completed within the last 10 Years SEE Arnylm Project Owner I I Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Mana er Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)' Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner J Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager 16 f JOBS IN PROGRESS Project Name: Jollyvilie Transmission Main Tunnel Job Number:2338 Owner: City of Austin, TX Construction Manager at Risk: MWH Constructors; 370 Interlocken Blvd., Suite 300, Broomfield, CO 80021 Jim Brennan (512) 682-9900 Prime Contractor: Southland Mole JV Original Contract Amount: $85,578,425.00 Anticipated Start: September 2011 Percent Complete: 17% Anticipated Completion: March 2014 Description: The project includes the construction of an 84" finished -diameter transmission main tunnel approximately 35,000 linear feet in length. The tunnel will be constructed utilizing three Tunnel Boring Machines. Final lining will be 84-inch diameter welded steel pipe with cement mortar lining. The project includes 4 shafts. The WTP4 Access Shaft is approximately 210' in depth and 40' in diameter. The Four Points Area Shaft Is approximately 275' in depth and 45' in diameter. The PARD Shaft is approximately 130' in depth and 40' in diameter. The Jollyville Reservoir Shaft is approximately 350' in depth and 40' in diameter. Project Name: East Side Interceptor Replacement Project — Phase 11 Job Number:2337 Owner: City of Richmond, Indiana; 2380 Liberty Ave.; Richmond, IN 47374 Robert Wiwi, P.E.; 765-983-7477 Engineer: Commonwealth Engineers; 7256 Company Drive, Indianapolis, IN 46237 Elijah Welch; Prime Contractor: Southland Contracting inc. Original Contract Amount: $6,752,698.00 Anticipated Start: March 2011 Percent Complete: 65% Anticipated Completion: June 2012 Description: The project includes the trenchless installation of approximately 2,160 LF of new 54-Inch interceptor sewer, construction of launching and receiving shafts, connecting to the existing terminus of the East Side Interceptor Replacement Project - Phase 1, connecting to the existing 36-inch East Side Interceptor at the new sanitary structure 1#208, connections to CSO 005, utility relocations especially those at shaft locations, notification to the City and Engineer of utility conflicts, and all other activities related to the trenchless construction. Project Name: Water and Wastewater Main Replacement in Mid -East White Rock Drainage Area Job Number: 2336 (Ferris Branch Phase 2) Owner: City of Dallas; 2121 Market Street, Suite 300, Dallas, TX 75201 Joe Felipe, P.E. (214) 948-4238 Engineer: GSWW (Burgess & Niple); 11117 Shady Trail, Dallas, TX 75229; Thelma Flores Box (972) 620-1255 Prime Contractor: Southland Contracting Inc. Original Contract Amount: $9,856,310.00 Anticipated Start: November 2010 Percent Complete: 63% Anticipated Completion: March 2012 Description: Approximately 3,145 If of 48", 776 If of 42", and 1902 If of 36" wastewater main. 8,913 If of 8" thru 24" wastewater and water main. Project Name: East Bank— West Bank Sewer interceptor Job Number: 2335 Owner/Engineer, City of Dallas; 2121 Market Street, Suite 300, Dallas, TX 75201 James Wellington, P.E. (214) 948-4552 Engineer: Chiang, Patel & Yerby, TX; 1820 regal Row, Ste. 200, Dallas, TX 75235 Prime Contractor: SJ Louis Construction of Texas - Southland Contracting JV Original Contract Amount: $20,623,401.00 Anticipated Start: November 2010 Percent Complete: 0% Anticipated Completion: July 2012 Description: 3,348 linear feet of 78" tunnel, 3,321 linear feet of 96" tunnel, 420 linear feet of 102" open cut watewater mains, 568 linear feet of 60" force main by open cut, 1 wastewater Inlet structure, 1 wastewater outlet structure, 500 linear feet of 12" air intake pipe, 400 linear feet of 20" air intake pipe. 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293 4263 Fax 817 293 5065 1 Project Name: 5.135 Onion Creek Wastewater Interceptor — Rinard to Slaughter Job Number: 2334 Owner/Engineer: City of Austin; 505 Barton Springs Road, Austin, TX 78704 Tony Lopez (512) 974-6581 Engineer: Jacobs; 2705 Bee Cave Road, Suite 300, Austin, Tx 78746 (512) 314-3100 Prime Contractor: Southland SJ Louis JV Original Contract Amount: $10,480,000.00 Anticipated Start: February 2011 Percent Complete: 65% Anticipated Completion: July 2012 Description: Construction of approximately 5,024 LF of tunnel for 54-inch FRPM carrier pipe, 63 LF of adit tunnels, 204 LF of 24- Inch casing, 3 finished access manholes, 2 work shafts, 1 connecting shaft, decommissioning of one lift station, 2 connections to existing underground pipelines and manholes, refurbishment of an existing wet well and various at -grade civil facilities. Project Name: New Irvington Tunnel Job Number: 2333 Owner/Engineer: San Francisco Public Utilities Commission; 1155 Market Street, 6`h Floor, San Francisco, CA 94103; David Tsztoo (415) 934-3947 Engineer: URS Corporation; 1333 Broadway, Ste 800, Oakland, CA 94612; Ted Feldsher (310) 893-3500 J Construction Mgr: Hatch Mott MacDonald; 3825 Hopyard Road, Suite 240, Pleasanton, CA 94588; Daniel McMaster (925) 469-8010 Prime Contractor: Southland/Tutor Perini JV Original Contract Amount: $226,657,700.00 Anticipated Start: September 2010 Percent Complete: 40% Anticipated Completion: April 2014 Description: The project consists of construction of a new tunnel, 3.5 miles long with a finished internal diameter between 8.5 feet and 10.5 feet. Construction excavation will occur between 30 and 700 feet underground, utilizing conventional mining methods Including mechanical or roadheader excavation and controlled detonation where needed for hard rock removal. Extensive dewatering and tunnel reinforcement are anticipated for heavy groundwater inflows and unstable ground along the _ tunnel alignment. The work will also include reinforced concrete tunnel lining, buried portal structures, large diameter pipe Installations, a 40-foot diameter by 120-foot deep temporary shaft for construction access at Vargas Road and Highway 1-680, temporary and permanent bridge crossings of Alameda Creek, access road and other site Improvements, and environmental mitigation work. Project Name: Eastside Water Supply Project Raw Water Intake Tunnel lob Number: 2327 Owner: Monroe County Water Authority; 475 Norris Drive, Rochester, NY 14610; Greg Wysocki (585) 442-2001 x 238 _. Engineer: O'Brien & Gere; 400 Andrews Street, Suite 710, Rochester, NY 14604; Jennifer Olivo (585) 263-2820 Construction Mgr: Christa Construction, LLC; 119 Victor Heights Parkway, Victor, NY 14564; James V. Finnell (585) 672-7011 Prime Contractor: Southland Contracting Inc.; 1730 Lake Road, Webster, NY 14580; (585) 545-4050 Original Contract Amount: $34,900,160.00 Start: January 2010 Percent Complete: 90% f Anticipated Completion: April 2012 Description: Construction of a raw water intake tunnel system. Project includes approximately 6,000 linear feet of 8-ft diameter intake tunnel with a 5,000linear foot section underneath Lake Ontario; an intake crib structure; an outfall structure; chemical and sampling piping and supports out to the intake structure; a riser well with structures to accommodate future screening equipment; and pump adits to accommodate future pumping equipment. Project Name: Lake Mead Intake Tunnel No. 3 lob Number: 2326 Owner: Southern Nevada Water Authority; 100 City Parkway, Suite 700, Las Vegas, N 89106; Erika Moonin (702) 822-3342 Engineer: Montgomery Watson Hill; 244 Lake Shore Dr., Boulder City, NV 89005; Ted Davis (702) 567-4921 Construction Mgr: Parsons Corporation; 244 Lake Shore Dr., Boulder City, NV 89005; Shimi Tzobery (702) 567-4921 Prime Contractor: Renda Pacific, TX; 608 Professional Avenue, Suite 101, Henderson, NV 89015; (702) 564-5073 1__ Original Contract Amount: $42,300,000.00 Revised Contract Amount: $44,553,400.00 Start: July 2009 Percent Complete: 60% Anticipated Completion: July 2012 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293 4263 Fax 817 293 5065 � l 1 �j Description: Construction of a 450 ft deep x 26 ft finished diameter concrete lined shaft. Excavation of IPS-3 Connector Tunnel: Approximately 380 linear feet of 20ft x 20.5ft horseshoe tunnel. Excavation of IPS -2 Connector Tunnel: Approximately 2,150 linear feet of 14ft x 16.5ft horseshoe tunnel. All tunnel excavations to be supported by CT bolts and shotcrete lined. Installation of a temporary bulkhead in IPS-3 Connector Tunnel. Installation of a temporary -bulkhead at the base of the surge shaft. Installation of a temporary storage building concrete slab. Project Name: Bi-County Water Tunnel Job Number: 2325 Owner: Washington Suburban Sanitary Commission, MD; 145015weitzer Lane, Laurel, MD 20707; Steve Pinault (301) 206-8509 Engineer: Black & Veatch; 18310 Montgomery Village Avenue, Gaithersburg, MD 20879; Bob Goodfellow (301) 840-1123 Construction Mgr: Jacobs Associates; 9200 Kensington Parkway, Chevy Chase, MD 20815; Phil Chandler (617) 504-4313 Prime Contractor: Renda Southland SAK JV 9200 Kensington Parkway, Chevy Chase, MD 20815; (240) 669-7662 Original Contract Amount: $112,552,414.00 Start: August 2009 Percent Complete: 50% Anticipated Completion: November 2013 Description: Construction of approximately 5.3 miles of 120" diameter deep rock tunnel and associated 84-inch diameter welded steel pipe. 616 A Shelby Rd. P.O. Box 40604 Fort Worth, Texas 76140 817 293 4263 Fax 817 293 5065 Project Owner I City cf Iltboc3c Project Name Smti'i l tbock Dmiraga Project General Description of Project ?,sb,11 i.Crt cf 6425 hrSEW feet CE 54-irxh gape wnthm a 72-irrh M1 trrnl arr11929 lire feet cf 36-uch P'Pe MthurJ a 52— MI bxrel- Project irrlixbd a cm3sim u xler Hwy 84 arrl 12 sl'rztt lcmtias. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $6,384 385.00 Notice to Proceed Jai 2005 Change Orders Contract Substantial Completion Date at Notice to Proceed 901 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues $(482,787.78) 7.5% Change Order Authorized Final Completion Date Total 481 '7$7.78 _7,.% Actual / Estimated Substantial Completion Date VBr 2007 730 Final Cost $5,902,597•22 Actual / Estimated Final Completion Date E 1'r0 CCt 1RIOr'infltlOR Project Owner a jj} jp� Project Name 9ft StZ> & General Description of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 890 7 1 00 Notice to Proceed May 2DO6 Change Orders Contract Substantial Completion Date at Notice to Proceed 540 Owner Enhancements 1,5C 7.00 0.03% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 1,507.00 0.03% Actual / Estimated Substantial Completion Date Sect 2W7 501 Final Cost $3,892,258.00 IBM= Actual / Estimated Final Project Manager Completion Date Project Sup Safety Officer Quality Control Manager Name C$7Mth Oenmx) Fams Jesse Esom lla Percentage of Time Devoted to the Project Proposed for this Project Yes Yes Did Individual Start and Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for change. ,ME= "to PRIME Name Title/ Position Organization Telephone E-mail Owner ii'1m:sbEL Reed gjxec;bx Ci cif ILio[3t (806) 775-2335 Designer p PeddxM Smith & 806 473-2000 X= Construction Manager ect MNipper p,17,e l Bider CMst. 806) 745-7498 Sure! • . . • M Number of Issues Total Amount involved in Resolved 0 Resolved Issues M. Number of Issues Total Amount involved in Pendin 0 Resolved Issues 16 rro ect tntormanon Project Owner I City Cf lLtbock Project Name 5auth Iubocit ect General Description of Project the ptujat kwdlwd the irsWlahirn Cf 10,100 Unmr feet Cf 72-irxil ID HJ:ss ea%tr Pipe using a t to pass t xrel lining within a 88-irr h turd. qhe paoject alm iranlwd the amatim cf 622 linear' feet of 60-mxh txrral., 603 limier feet cf 48-mch bxra ard 625 linear feet cf 42-inch turiel. Ear cf mac had a Catpressixe s gd raxlfnd tD 17,000 psi.. GmutlabEr iriocw vied :. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 218 485.00 Notice to Proceed 0&- 2001 Change Orders 65 687.02 0.7% Contract Substantial Completion Date at Notice to Proceed 570 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions 65,6B7.02 0.796 Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 65 687.02 0.7% Actual / Estimated Substantial Completion Date Ardl 2003 547 Final Cost $9 254 172.02 Actual / Estimated Final Completion Date Project Manager Project Su Safe Officer Quality Control Manager Percentage of Time Devoted to the Project Proposed for this Project Yes Did Individual Start and Complete the Project? yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position *`Lego dispUes with Pnoje&. Oxim. 16 E-mail rrotect intormatton Project Owner I `l at t4abEr Project Name F331e mx[tain GMEXCUM Pipaum Plzrjej: General Description of Project Lista11 ad m c E 1,480 linear: fel c E 96-irriz sba-J Watw Pipe itsid-- 116-irril hrier plate txriel usirg a 10-ft diawbw ti mel baring nathirte. C xRsirxp irrlxzad 19-20, 1&30, Sbabe iW 377, Stabe iW 580 and [Yuen Paci_fzc leailr.ay. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid —.M,-542.160, 00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed 425 Owner Enhancements 13,4214,00 0.896 Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 13 424.00 0.8% Actual / Estimated Substantial Completion Date MMY 2007 242 Final Cost $1,555, 4•00 • , Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name CLw G ffith H3TEr0 ,jig Egmmt a Percentage of Time Devoted to the Project 100% Proposed for this Project Yes Yes Yes Did Individual Start and Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for change. ME=Z-EN= Name Title/ Position Organization Telephone E-mail Owner WasW Clejelarrl Tarrant WD' (817) 335-2491 Designer Haase & Nicbals (817) 735--7300 Construction Manager Mike Aixarticb Ptoject Mmmer Ear oamtnxbotz 9/2 227_3287 Sure EMM.. Number of issues Total Amount involved in Resolved 0 Resolved Issues Xua Number of Issues Total Amount involved in Pending 0 Resolved Issues 16 Amount % of Bid Amount Date Days Bid $12 817 000.00 Notice to Proceed Jlne 2008 Change Orders Contract Substantial Completion Date at Notice to Proceed Mv 2009 360 Owner Enhancements 442 324.40 3$ Contract Final Completion Date at Notice to Proceed Jlrje 2009 390 Unforeseen Conditions Change Order Authorized Substantial Completion Date r4ph 2M21009 Design issues Change Order Authorized Final Completion Date Mmdl 2012 1369 Total 442 324.40 3% Actual / Estimated Substantial Completion Date Final Cost $13,259,324.90 Actual / Estimated Final Completion Date ' Project Manager Project Sup Safety. Officer Quality Control Manager Name CIN G ffith Claw RMM Jae Escwd-Ua Percentage of Time Devoted to the Project 100% Proposed for this Project ye; Yes yes Did Individual Start and Complete the Project? ye; 1b I Yes If not, who started or completed the project in their place. Obi-io gasps Reason for change. Name Title/ Position E-mail Texas Department of Transportation DEWITT C. GREER STATE HIGHWAY BLDG. -125 E.11 TH STREET - AUSTIN, TEXAS 78701-2483 - (512) 463-8585 December 6, 2011 Mr. Ricky L. Johnson, President South Plains Concrete Products, LP P.O. Box 98367 Lubbock, TX 79499 Dear Mr. Johnson: We are pleased to inform you that your application for this Department's Small Business Enterprise (SBE) Program has been approved. Your firm is now approved as a SBE through December 6, 2013. Your firm's Vendor Number (VN) is 23802. Your firm can now bid, as a SBE, in the following work function(s): Minor Structures and Miscellaneous Concrete Your firm will be included in this Department's SBE Directory. This Department has a web page located at www.dot.state.tx.us. It is your responsibility to ensure that the business contact information (i.e. address and phone numbers) is correct and notify us {- immediately if it is not. You are required to notify this office IMMEDIATELY if your firm becomes certified in C some other certification program. Changes in ownership, large gross receipt increases, contact address or business phone numbers must be submitted to this Department immediately. Failure to notify us of significant changes in your business can result in your firm being removed from the Department's SBE Program. We will contact you with instructions for recertification before your expiration date. If we can be of further assistance regarding the SBE program, please feel free to contact C me at 512-486-5533 and refer to VN 23802. Sincerely, Emmitt Wilborn, Program Specialist DBE & SBE Programs Office of Civil Rights ['11 THC TCY.A6 PLAN REDUCE CONGESTION - ENHANCE SAFETY - EXPAND ECONOMIC OPPORTUNITY - IMPROVE AIR QUALITY PRESERVE THE VALUE OF TRANSPORTATION ASSETS An Equal Opportunity Employer Page Intentionally Left Blank �- Project Information I Page Intentionally Left Blank Project Information Project Owner I City of Levelland Project Name Lee St. Water System Improvements General Project Description Installation of 14" water line BudgetProject -. Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 777,548.95 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed 12/20/2011 Owner Enhancements Contract Final Completion Date at Notice to Proceed 1/19/2012 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Key Project Personnel Actual /Estimated Final Completion Date Project Manager Project Sup Safety Officer 1 1/19/2012 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Designer Construction Manager Leonard Nail Engineer Parkhili,Smith&Cooper (806) 473-2200 InailPteam-osc.com Surety Howard Cowan Attorney Liberty Mutual Issues / Disputes d or Pending Resolution by Arbitration, resolved 0 issues 1 Litigation or Dispute 01 Review Boards Number of issues Pending I Olin Resolved issues 0 Project Information Project Owner I City of Lubbock Project Name 98th St. Paving Improvements (Albany to Huron General Project Description BudgetProject Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 908,698.04 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total lActual / Estimated Substantial Completion Date Final Cost Key Project Personnel lActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change 'Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Designer Construction Manager Surety Howard Cowan I Attorney Liberty Mutual :i Issues / Disputes d or Pending Resolution by Arbitration, resolved 0 issues Litigation or Dispute 0 Review Boards Number of issues Pending I Olin Resolved issues 0 Project Information Project Owner I City of Lubbock Project Name Lubbock Downtown Redevelopment General Project Description BudgetProject -• Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,074,508.00 Notice to Proceed 1/31/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 11/25/2012 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total lActual / Estimated Substantial Completion Date Fi ProjectKey f JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Troy Lane Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Designer Construction Manager Joseph Van Deventer Engineer SGS Engineering (806) 795-6827 JVanDeventer(a_SGSEn .com Surety Howard Cowan Attorney Liberty Mutual Issues / Disputes Resolved resolved 0 or issues 0 Boards Number of issues Pending 0 in Resolved issues 0 Project Information Project Owner I City of Lubbock, Texas Project Name Annexation Sanitary Sewer Improvements General Project Description The Project Consisted of 29,978 LF of 36" and 48" Sanitary Sewer Pipe. BudgetProject -. Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 4,717,409.00 Notice to Proceed 5/5/2002 720 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost $ 4,717,409.00 I.Actual ProjectKey / Estimated Final Completion Project Manager Date Project Sup Safety Officer 4/1/2004 696 quality Manager Name Troy Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 100% 100% 40% 50% Proposed for this Project Troy Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Mike Keenum Engineer City of Lubbock (806) 775-2393 mkeenum@mylubbock.us Designer Construction Manager David Ockerman Inspector City of Lubbock (806) 548-4152 Surety Howard Cowan Attorney SafeCo (425) 376-6535 Issues / Disputes Resolved mber of issues E0 or Pending Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or Dispute 0 Review Boards l amount invololved Number of issues Pending esolved issues 0 T01n C C L ?.7-7 Project Information Project Owner I City Of Lubbock, Texas 1project Name Marsha Sharp Freeway General Project Description This Project consisted of 27,154 LF of 24" to 60" Cast -In -Place Pipe with inlets and Junction Boxes ranging in depth from 6' to 24' BudgetProject -. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 3,451,540.15 Notice to Proceed 7/5/2005 840 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 316,404.17 9.17% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost $ 3,767,944.32 ProjectKey Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1 .10/.1/20071 806 Quality Manager Name Ty Lane Marty Hamm Taylor Condit Chris Balios Percentage of Time Devoted to the Project 50% 100% 50% 30% Proposed for this Project Ty Lane Marty Hamm Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. contacting Title/position the names individuals Organization Telephone Email Name Owner Brian Wilson Engineer TxDot (806) 748-4496 Designer Engineer PBQ&D inc. Construction Manager David Ockerman Inspector City of Lubbock (806) 548-4152 Surety Howard Cowan lAttorney I SafeCo (425) 376-6535 Issues / Disputes Resolved or Pending Resolution by Arbitration, Number of issues Total Amount involved in Resolved resolved 4 issues Litigation or Dispute 316,404 Review Boards Total amount involved Number of issues Pending 0 in Resolved issues 316,404 Project Information Project Owner City of Lubbock, Texas Project Name Railport Industrial Improvements General Proiect Description The Project consisted of 1680 LF of 8" Waterline; 7825 LF of 16" Waterline; 4123 LF 6" Sewerline; and 2010 LF of 10" Sewerline. BudgetProject .d Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,214,548.00 Notice to Proceed 8/1/2007 240 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 41,435.00 3.41% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost $ 1,255,983.00 Key Project Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 3/7/2008 217 Quality Manager Name Ty Lane Cody Hamm T Condit/Cody Hamm Chris Balios Percentage of Time Devoted to the Project 40% 100% 100% 40% Proposed for this Project Ty Lane Cody Hamm Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Contact. .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Wood Franklin Engineer City of Lubbock (806) 775-2343 wfranklin@mylubbock.us Designer Brian Stephens Engineer Parkhill,Smith & Cooper (806) 473-2199 bstephens@team-p8c.com Construction Manager Mark Carpenter Inspector Parkhill,Smith & Cooper (806) 473-2200 mgarpenter@team-psc.com Surety Issues / Disputes Resolved Number of issues resolved 6 Howard Cowan or Total Amount involved in Resolved issues JAttorneT I 41,435 I Safeco Boards Number of issues Pending (425) 376-6535 Total amount involved 0 in Resolved issues 41,435 Project Information Project owner I City of Lubbock, Texas Project Name South Central Lubbock Drainage Project General Project Description This Project Consisted of 29,990 LF of 24" to 72" Cast in Place Storm Sewer Ranging in Depths up to 50 feet. Project BudgetSchedule Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 5,811,646.00 Notice to Proceed 2/25/2007 590 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost $ 5,811,646.00 Key Project Personnel JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 9/30/2008 575 Quality Manager Name Ty Lane/Troy Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 30% 100% 40% 60% Proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Mike Keenum Engineer City of Lubbock (806) 775-2393 mkeenum@mail.ci.lubbock.tx.us Designer Paul Mcmillan Engineer Parkhill,Smith&Cooper (806) 775-2393 pmcmillan@team-psc.com Construction Manager Don McClenan Inspector Parkhill,Smith&Cooper (806) 773-2200 dmcclenan@team-psc.com Surety Howard Cowan JAttorney Safeco (425) 376-6535 Issues / Disputes Resolved Number of issues ITotal resolved 0 or Pending Resolution by Arbitration, Litigation or Dispute Amount involved in Resolved issues 0 Review Boards Number of issues Pending Total amount involved 0 in Resolved issues 0 Project Information Project Owner I City of Lubbock, Texas JProject Name 98th Street Roadway & Drainage Improvements General Project Description The Project Consisted of 6972 LF of 24" to 36" Open Cut Storm Sewer with Curb inlet; 6540 LF of 6" to 16" Water Pipe ranging in depth form 5'-25'. Project• andSchedulePerformance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 3,790,134.00 Notice to Proceed 4/25/2006 Change Orders Contract Substantial Completion Date at Notice to Proceed 480 Owner Enhancements $ 95,099.58 2.51% Contract Final Completion Date at Notice to Proceed 250 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total lActual / Estimated Substantial Completion Date 5/5/2008 730 Final Cost $ 3,885,233.58 Key Project Personnel lActual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 10/1/2008 Quality Manager Name Ty Lane Cody Hamm Cody Hamm Chris Balios Percentage of Time Devoted to the Project 50% 100% 100% 50% Proposed for this Project Ty Lane Cody Hamm Cody Hamm Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Wood Franklin Engineer City of Lubbock (806) 775-2343 wfranklin@mylubbock.us Designer Gary Dawson Engineer City of Lubbock (806) 775-2343 dg awson@mylubbock.us Construction Manager Ron Pederson Inspector Parkhill,Smith&Cooper (806) 928-6561 Surety Howard Cowan JAttorney Safeco (425) 376-6535 Issues / Disputes d or Pending Resolution by Arbitration, Litigation or Dispute Review Boards Total amount involved Number of issues Pending 0 in Resolved issues 1 108,421.50 Number of issues resolved 4 Total Amount involved in Resolved issues 95,099.58 Project Information Project Owner I Lubbock Economic Development Alliance JProject Name Lubbock Business Park - Phase 1A and 2A General Project Description The Project consisted of 881 LF 6" Waterline; 136' 8" Waterline; 3575 LF of 10" Waterline; 10162 LF 12" Waterline and 5698 LF of 12" Sewerline. Project Budget and Schedule Performance Budget History Schedule Performance Amount `Yo of Bid Amount Date Days Bid $ 4,844,662.00 Notice to Proceed 9/1/2007 700 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 964,128.17 19.90% Contract Final Completion Date at Notice to Proceed 2/3/2008 120 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total lActual / Estimated Substantial Completion Date Final Cost $ 5,808,790.17 ProjectKey JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1/8/20091 818 Quality Manager Name Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Percentage of Time Devoted to the Project 30% 100% 30% 30% Proposed for this Project Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. contacting Title/position the names individuals Organization Telephone Email Name Owner LEDA (806) 749-4500 Designer Mark Haberer Engineer Parkhill,Smith&Cooper (806) 473-2200 mhaberer@team-psc.com Construction Manager Mark Carpenter Inspector City of Lubbock (806) 777-0160 Surety Howard Cowan Attorney Safeco (425) 376-6535 Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards Total amount involved [Number of issues Pending 0 in Resolved issues 964,128.17 Number of issues JTotal resolved 1 5 Amount involved in Resolved issues 1 964,128.17 Project information Project Owner City of Lubbock, Texas JProject Name South Lubbock Drainage Project General Project Description The Project consisted of 30,410 Lf of 54" Open Cut Storm Sewer pipe; 2826 LF of 42" Open Cut Storm Sewer; 8058 LF of 36" Open Cut Storm Sewer; 1354 LF Open Cut Storm Sewer; 3562 LF Open Cut storm Sewer. 6425 LF 54" Bored Storm Sewer; 702 LF 42" Bored Sorm Sewer; 2202 LF 36" Bored Storm Sewer; 380 LF 30" Bored Storm Sewer; and 1541 LF 24" Bored Storm Sewer. BudgetProject -. Budget History Schedule Performance Amount $ % of Bid Amount Date Days Bid $ 25,699,455.50 Notice to Proceed 10/27/200S Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 5,004,603.00 19.47% Contract Final Completion Date at Notice to Proceed 10/27/2009 1440 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 5,004,603.00 Actual / Estimated Substantial Completion Date 5/1/2009 1262 Final Cost $ 30,704,058.50 JActual Key Project Personnel / Estimated Final Completion Date J Project Manager Project Sup Safety Officer 6/1/2009 1292 Quality Manager Name Ty Lane Chris Balios Taylor Condit Marty Hamm Percentage of Time Devoted to the Project 60% 60% 60% 40% Proposed for this Project Ty Lane Chris Balios Taylor Condit Marty Hamm Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. contacting Name Title/position the names individuals Organization Telephone Email Owner Mike Keenum Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@maiLci.lubbockJx.us Designer Paul McMillen Engineer Parkhill,Smith & Cooper (806) 473-2200 Pmcmillen@team-psc.com Construction Manager Don McClenan Inspector Parkhill,Smith & Cooper (806) 473-2200 dmclenan@team-psc.com Surety Howard Cowan Issues / Disputes Resolved or Pending Resolution by Arbitration, JAttorney Litigation or Dispute Safeco Review Boards Number of issues Pending (425) 376-6535 Total amount involved 0 in Resolved issues 1 500463.00 Number of issues resolved tal Amount involved in Resolved T3Isosues 1 5004603.00 Project Information Project Owner I City of Lubbock, Texas Project Name 16 Inch Supply Line to Pump Station 15 General Project Description This project Consisted of 23,380 LF of 16" Waterline running through Lubbock Airport to Pump Station No. 15. BudgetProject Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 985,321.00 Notice to Proceed 6/29/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed 180 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total JActual / Estimated Substantial Completion Date 12/24/2009 178 Final Cost $ 985,321.00 ProjectKey Personnel JActual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 1/15/20101 224 Quality Manager Name Ty Lane Cody Hamm Taylor Condit Chris Balios Percentage of Time Devoted to the Project 100% 30% 30% Proposed for this Project Ty Lane Cody Hamm Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes No Yes If not, who started or completed the project in their place. Troy Lane Reason for Change Resignation Reference Contact Information (listing names indicates approval Title/position Organization Telephone Email Name Owner Darleen Doss Buyer City of Lubbock (806) 775-2168 ddoss@mylubbock.us Designer Brian Stephens Engineer Parkhill,Smith&Cooper (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector City of Lubbock (806) 777-0160 Surety I Issues / Disputes Resolved Number of issues resolved 0 Howard Cowan JAttorney or Pending Resolutionby • •n, Total Amount involved in Resolved issues Litigation or 0 Safeco 1 (425) 376-6535 • Boards Total amount involved Number of issues Pending 0 in Resolved issues 0 Project Information Project Owner I Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase 1B General Project Description Installation of 2410' -10", 3280' -12", 2315'-20" Waterline and 4156' -12" Sewerline BudgetProject •. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 979,059.20 Notice to Proceed 6/15/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 25,491.28 3% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost $ 1,004,550.48 Key Project Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 3/1/2010 Quality Manager Name Ty Lane Lorenzo Vasquez Chad Pabody Chris Balios Percentage of Time Devoted to the Project 100% Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. contacting the names individuals Telephone Email Name Title/position Organization Owner Designer Brian Stephens Engineer Parkhill,Smith&Cooper (806) 473-2200 bstephens@team-psc.com Construction Manager Jason Hetler Allen Butler Construction (806) 745-7498 iason@allenbutler.net Surety Howard Cowan Attorney Liberty Mutual Issues / Disputes Resolved or Pending Resolution by Arbitration, resolved 4 issues Litigation or Dispute 1 25491.281 Review Boards Number of issues Pending lin Resolved issues r�—, ,r---- �� r----T �---.'� r---.'.� r--�� •---� r--^ ram^---� � '---� ,^'_--� ---� Project Information Project Owner City of Lubbock, Texas Project Name 34th Street Waterline Replacement Project General Project Description This Project Constists the removal and replacement of 500 LF 6" Waterline; 1000 LF of 8" Waterline; 100' 10" Waterline; 4800 LF of 12" Waterline; 18500' 16' Waterline and 6200" of 24" Waterline. Project BudgetSchedule Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 4,977,034.30 Notice to Proceed 9/25/2008 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 251,075.17 5.04% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total JActual / Estimated Substantial Completion Date Final Cost $ 5,228,109.47 Key Project Personnel JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1 5/2/2010 Quality Manager Name Ty Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 50% 100% 40% 40% Proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? No If not, who started or completed the project in their place. Chad Pabody Reason for Change Resignation ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3377 zfekete@mvlubbock.us Designer John Marler Engineer HDR (512) 912-5188 iohn.marler@hdrinc.com Surety Howard Cowan Attorney Safeco (425) 376-6535 Issues / Disputes d or Pending ResolutionBoards Number of issues Total Amount involved in Resolved resolved 4 issues 1 251,075.17 Total amount involved Number of issues Pending I Olin Resolved issues 1 251,075.17 Proiect Information Project Owner City of Post, Texas Project Name Post/Cedar Hills Water System Improvements General Project Description Installation of 27,000 LF of 6" HDPE Waterline by boring. BudgetProject -. Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 875,309.90 Notice to Proceed 2/1/2010 Change Orders $ 167,077.80 19% Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total jActual / Estimated Substantial Completion Date Final Cost $ 1,042,387.70 Project jActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1 3/15/2011 Quality Manager Name Chad Pabody Cody Hamm Chad Pabody Ty Lane Percentage of Time Devoted to the Project 25% 100% 25% 25% Proposed for this Project Chad Pabody Cody Hamm Chad Pabody Ty Lane Did individual Complete the Project? Yes No Yes Yes If not, who started or completed the project in their place. Troy Lane Reason for Change Resignation ContactReference . .n (listing names indicates approval. contacting the names individuals Organization Telephone Email Name Title/position Owner Arbie Taylor City Mgr. City of Post, TX (806) 495-2811 ataylor ftg tgarza.net Designer Dwight Brandt Engineer Brandt Engineers (806) 681-8631 DLBrandt@brandtenaineers.com Construction Manager Oscar Ostis RPR Brandt Engineers (806) 681-8631 Oostis@brandteneineers.com Surety Howard Cowan Attorney Liberty Mutual Issues / Disputes Number of issues resolved d or Pending Resolution by Arbitration,. Total Amount involved in Resolved 5 issues 167077.8 Boards Total amount involved Number of issues Pending 0 in Resolved issues 167077.8 Project Information Project Owner I City of Wolfforth Project Name Wolfforth Sewer Expansion General Project Description Project Budget Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,100,215.00 Notice to Proceed 9/1/2010 Change Orders $ 15,250.00 1% Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost $ 1,115,465.00 Key Project Personnel jActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 4/29/2011 quality Manager Name Ty Lane Leo Garcia Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Designer Construction Manager Michael Adams OJD Engineering (806) 791-2300 michael.adams@oidengineering.com Surety Howard Cowan I Attorney Liberty Mutual Issues / Disputes Resolved or resolved 1 issues I 15250 Boards Number of issues Pending lin Resolved issues 15250 Project Information Project Owner Lubbock Cooper ISD Project Name Cooper Middle School General Project Description 3575 LF 8" Waterline; 2930 LF 10" Sewerline Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 488,248.00 Notice to Proceed 8/1/2011 Change Orders $ 13,842.00 3% Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost $ 502,090.00 Key Project Personnel Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 1 7/27/2011 Quality Manager Name Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Marsha Reed Engineer City of Lubbock (806) 775-2335 mreed@mail.ci.lubbock.tx.us Designer Gary Dawson Engineer Parkhill,Smith&Cooper (806) 743-2201 gdawson@team-psc.com Construction Manager Michael Haverdink Project Mgr Sandia Construction (806) 745-9450 michael@sandiaconst.com Surety Howard Cowan Attorney Liberty Mutual 'Issues / Disputes Resolved. . .Arbitration,or resolved 3 issues Dispute 138421 Review Boards Number of issues Pending I lin Resolved issues Project Information Project Owner I City of Lubbock Project Name Indiana Paving Improvements General Project Description Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing Project BudgetSchedule Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,293,497.50 Notice to Proceed 2/1/2010 Change Orders $ 36,787.38 3% Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Is 1,330,284.88 Key Project Personnel jActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 7/29/2011 Quality Manager Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Wood Franklin Engineer City of Lubbock (806) 775-2343 wfranklin@mylubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@allenbutler.net Surety Howard Cowan Attorney Liberty Mutual Issues / Disputes Resolved resolved 2 or issues 36787.381 Boards Number of issues Pending in Resolved issues 36787.38 Project Information Project Owner I City of Denver City Project Name Denver City Well Field Improvements General Project Description Installation of 16" water line BudgetProject Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 196,595.75 Notice to Proceed 6/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 292,378.75 149% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total jActual / Estimated Substantial Completion Date Final Cost I $ 488,974.50 1 ProjectKey jActual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 1 8/31/2011 Quality Manager Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. contacting the names individuals Organization Telephone Email Name Title/position Owner Designer Construction Manager James Tompkins (432) 523-2181 JamesT@wtceneineerine.com Surety Howard Cowan Attorney Liberty Mutual Issues / Disputes d or Pending Resolution by Arbitration, Litigation or Dispute resolved 2 issues 1 292378.751 Review Boards Number of issues Pending in Resolved issues 292378.75 Project Information Project Owner I City of Lubbock Project Name Quaker Ave Reconstruction from 114th to FM 1585 General Project Description Installation of water, sewer, & storm sewer lines Project Budget-. Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 663,467.00 Notice to Proceed 4/1/2011 Change Orders $ 11,800.76 Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost $ 675,267.76 Key Project Personnel JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 8/31/2011 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Designer Construction Manager Kyle Duininck Project Mgr Duininck Brothers (817) 491-0946 RCDuininck@dbitx.com Surety Howard Cowan I Attorney I Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute resolved 1 issues 1 11800.76 Liberty Mutual Review Boards Number of issues Pending I Jin Resolved issues 11800.76 Project Information Project Owner I City of Plainview Project Name Plainview Water Reconstruction General Project Description Installation of 12", 10", 8", 6", 4" water lines BudgetProject Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,494,410.00 Notice to Proceed 3/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 55,848.75 Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost $ 1,550,258.75 Key Project Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer December 2011 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval. Name contacting Title/position the names individuals Organization Telephone Email Owner Mike Gilliland Engineer City of Plainview (806) 296-1150 meilliland@ci.plainview.tx.us Designer Construction Manager Brandon Autry Engineer AMD Engineering (806) 771-5976 bautrv@amdene.com Surety Howard Cowan Attorney Liberty Mutual Issues / Disputes Resolved. . Arbitration,. resolved 1 issues I 23929 Boards Number of issues Pending lin Resolved issues 23929 r-, r---� �-� r--'�--, F-ter, .--� •��--� r---�� �'1 .^� ^--1, �-^I •----+� � � �---1 .-� REVISED CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror Must be submitted with Proposal 1, the undersigned Offeror certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If 1 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. CONTRACTOR'S FIRM ADDRESS: 9� 7 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the Citv of Lubbock at (806) 775-2572. RFP 12-10284-MA -Northwest Lubbock Drainage Improvements Phase 1 Page Intentionally Left Blank 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 proposals 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 proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO� If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal 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. Offeror's Initials QUESTION TWO a Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, 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 — Z- If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal 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 offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal 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. QUESTION FOUR 0 n Provide your company's Experience Modification Rate and supporting information: `� ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations/dr omissions may cause my proposal to be rejected. Title 2 �- E SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 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. W STV". M FEDE. S ignatt Printec Date S [WM.11 IN.�'�. Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 2. �SoLAT AQ ns nErel" Luhhn(!.k (3; p e- ❑ ❑ 3. 11- % edo L1.1h1mck ro S: OrL ea"tro 1 ❑ ❑ 4. j)ru oble. E l�-tCk -- 5�rrtAQ-tI/ryes Arl ❑ 5. L6 n R _S/Z'a t- i c? R10 i n L b y�, CSnupie ❑ ❑ 6. Ma Fors Pipe-Tesrinv. tntoravlo ADCTesr,n� ❑ ❑ 7. t,JestAealcyi cal L.ubhock Clorrra, rti,. n�6Qr wrl- ❑ 8. rKatCri C\ ❑ ❑ A n Pj t-Ubhlha_ f ❑ 09. 10. _ ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ° 14. ❑ ❑ 15. ❑ ° 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRM NAME OF COMPANY PROPOSAL RFP 10284-MA - Northwest Lubbock Drainage Improvements Phase 1 Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Hugo Reed Lubbock Surveying ❑ ❑ 2. V-Tech Lubbock Storm Water Control ❑ ❑ 3. Southland Contracting Fort Worth Tunneling ❑ ❑ 4. Lone Star Dirt & Paving Lubbock Paving ❑ ❑ 5. Barricades Unlimited Lubbock Barricades ❑ ❑ 6. MH Civil Construction Concrete Structures ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ° ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ o 14. ❑ ❑ 15. ❑ ❑ 16. ❑ a SUBWTTED BY: Utility Contractors of America, Inc. (PRINT NAME OF OMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PROPOSAL RFP I0284-MA - Northwest Lubbock Drainage Improvements Phase I Page Intentionally Left Blank ij PERFORMANCE BOND Page Intentionally Left Blank PAYMENT BOND Page Intentionalty Left Blank BOND NO. 22032940 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) UTILITY CONTRACTORS OF KNOW ALL MEN BY THESE PRESENTS, that AlTaCA,, INC.. (hereinafter called the Principal(s), as Principal(s), and LIBERTY MUTUAL INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of THIRTY MILLION EIGHT HUNDRED NINETY-NINE THOUSAND THREE HUNDRED SEVENTY-ONE DOLLARS ($30,899,371) 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. 2012, to WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 6"' day of March, PROPOSAL RFP 12-10284-MA - NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 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 14TH ' day of MARCH , 2012. LIBERTY MVfUAL INS CE Surety C ANY By: �Ffitle) HOWARD COWAN ATTORNEY -IN -FACT UTILITY CONTRACTORS OF AMERICA, (Company Name) INC. The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. LIBERTY MUTUAL INSURANCE Surety COMPANY j * / By ( itle) H WARD COWAN ATTORNEY —IN —FACT Approved as to Form City of u oc By: C Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing �- that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. r BOND NO. 22032940 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) UTILITY CONTRACTORS OF - KNOW ALL MEN BY THESE PRESENTS, that AMERICA, INC. (hereinafter called the Principal(s), as Principal(s), and LIBERTY MUTUAL INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of THIRTY MILLION EIGHT HUNDRED NINETY-NINE THOUSAND THREE HUNDRED SEVENTY-ONE DOLLARS ($30,899,371) 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 6" day of March, 2012,to PROPOSAL RFP 12-10284-MA - NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 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 14TH day of MARCH 2O12. LIBERTY MUTUAL INSURANCE Surety COMP *By: (itle) HOW COWAN ATTORNEY -IN -FACT UTILITY CONTRACTORS OF AMERICA, (Company Name) INC. By: I--- LEA The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. LIBERTY MUTUAL INSURANCE Surety COMP *13Y,, JT-ftfe)1_01 ARD COWAN ATTORNEY —IN —FACT Approved as to form: City of L ck I� By: Ci Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Home Office Surety at 1-610-832-8240 3 You may call (company)'s toll -free telephone number for information or to make a complaint at: (800) 472-5357 Surety Option #7 4 You may also write to Liberty Mutual Surety at: 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (800) 252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede contactar a servicio de la oficina principal de Surety al: 1-610-832-8240 Usted puede Ilamar al n6mero de telefono gratis de (company)'s para informacion o para someter una queja al: (800) 472-5357 Surety Opcion De #7 Usted tambien puede escribir a Liberty Mutual Surety 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 Puede comunicarse con el Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: (800) 252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso become a part or condition of the attached document. S-6128/LM 7107 XDP 2755711 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint HOWARD COWAN, MARLA HILL, ALL OF THE CITY OF LUBBOCK, STATE OF TEXAS............................................. .. .. .. ........... ... each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obliggations in the penal sum not exceeding ******************* ONE HUNDRED MILLION AND 00/100 DOLLARS $ 100000 000.00***** ( ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Companyin their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 'G attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their N signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be d =- as binding as if signed by the president and attested by the secretary. E .N 1- ic (D By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: c Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby s authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and c 7 deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. 0 vH That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. W 7 °— � M IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of L E Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 1 st day of February o u : 2010 a M LIBERTY MUTUAL INSURANCE COMPANY � Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss �'~ ry COUNTY OF MONTGOMERY On this 1 st day of February 2010 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.a COMMONWEALTH Or PENNSYLVANIri F is j Now''M Seal T�rosa PaSM a N� ary PU61ic 0 ,. Plymouth Twp Mw tgamevi ccunti By My Cemr:v95im Exc&es March 28, 2013 Ter sa Pastelia, Notary Public 0M1emt:e. PeMSY ,x..ia,lssaaW:,wa!ie hats CERTIFICATE 1, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company: This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following Vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 14TH day of MARCH 2O12 By David M. Carey, Assigidfit Secretary d c 3� of L W O �o w � 0 C y O 04 E 04 L Cl) Co 06 0 r OCO CERTIFICATE OF INSURANCE Paze Intentionally Left Blank AC40 o0 CERTIFICATE OF LIABILITY INSURANCE DATE 3/19/ 012�) 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(ies) 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 endorsement(s). PRODUCER K & S Insurance Agency 2255 Ridge Road, Ste. 333 P . 0. BOX 277 Rockwall TX 75087 CONTACT Cheryl Bounds PHONE (972) 771-4071 1FAX C No (972)771-4695 ADD .abounds@kandsins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:Allied Property & Casualty INSURED Utility Contractors of America, Inc., DBA: Utility Contractors of America, Ltd. 927 Hwy. 62 Wolfforth TX 79382 BDe ositors Insurance Co. -INSURER INSURERC:Texas Mutual Insurance Co. 22945 INSURERD:Federal Insurance Company 0281 INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER:11/12 std REVISED REVISION NUMBER: 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 LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD)YYYY POLICY EXP MM)DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000 A CLAIMS -MADE FxI OCCUR GLP07205087763 9/5/2011 9/5/2012 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 G7323 5/10 & CG7246 9/10 GENERAL AGGREGATE $ 2,000,000 dd'1 Insda above GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 G7323 5/10 - WOS POLICY X PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 11000,000 BODILY INJURY (Per person) $ B ANY AUTO BODILYINJURY(Peraccident) $ ALLOWNED SCHEDULED D7205087763 9/5/2011 9/5/2012 Ix AUTOS AUTOS DAMAGE p OP.E $ X C0101A 3/08 - Waiver HIRED AUTOS AUTOSWNED den UninsuredNnderinsured $ 1,000,000 C0102TX 3/08 - Al X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 B EXCESS LIAB CLAIMS -MADE DED RETENTION$ $ CAD7205087763 9/5/2011 9/5/2012 C COMPENSATION Waiver - WC420304A 1/00 X WCSTATU- ER LIMITS. AND EMPLOYERS' LIABILITY YIN E.L. EACH ACCIDENT $ 1 000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE IWORKERS OFFICERIMEMBER EXCLUDED? (Mandatory in NH) N/A 001204282 9/5/2011 9/5/2012 E.L. DISEASE - EA EMPLOYE' $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 D Equipment Floater 06641994 9/5/2011 9/5/2012 $3,241,726 w/$1 ODO Deductible Rented/Leased Equipment 06641994 9/5/2011 9/5/2012 $2DOA0 Max. Limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, N more space Is required) RE:RFP 12-10284-MA Northwest Drainage Improvements Phase 1. General liability and auto policies include blanket additional insured (includes written contract requirements) per endorsement forms listed above. General liability, auto and workers compensation policies include blanket waiver of subrogation (includes written contract requirement) per endorsement forms listed above. General Liability additional insured endorsement includes primary and non-contributory provisions and applies to ongoing and completed operations (includes written contract requirements). City of Lubbock P.O. Box 2000, Suite 102 Lubbock, TX 79457 ACORD 25 (2010/05) INS025 Ignlnnsi m Lem 0 Ltl a III AdlIN191 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Johnny Moss/CHERYL�--- ©1988-2010 ACORD CORPORATION. All rights reserved. Tha ArnPn name and Innn ara ranicfararll mar4c of Ar:r1Rr1 ' ® ACORO CERTIFICATE OF LIABILITY INSURANCE13/19/2012 DATEVffl&UQ'YYYY) I 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 pollcy(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 endorsement(s). PRODUCER J.E. MURFEE & SON INSURANCE 1310 Texas Ave Lubbock TX, 79401 ICONiAiZi NAME PHONE (806) 763-5311 AIC.No (806) 763-0863 EN ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC/ INSURER A : Travelers Lloyds Ins. Co. 41262 INSURED Hugo Reed 6 Associates, Inc. INSURER B : Phoenix Ins. Co. 25623 INSURER C:Travelers Indemnity Co. of Connecticut 25682 1601 Avenue N INSURER 0, Texas Mutual Insurance Company :22945 Lubbock, TX 79401 INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD iINDICATED NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITICN 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. LIN41TS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. rLTR TYPE OF INSURANCE POLICY NUMBER MIsu WDDJYYYY MMYDD/VYYY ZVTW LIMITS A( GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY — CLAIMS -MADE D OCCUR —I P630723313711TLC121125120121125/2013 EACH OCCURRENCE S 1,000,000 PREMISES Ea occurrence $ 100,000 MED EXP (Any one petty) S 5,000 PERSONAL BAOVINJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GENL AGGREGATE LIMIT APPLIES PER: X POLICY r- PRO. LOC PRODUCTS-COMP/OPAGG S 2 , 000, 00O S B �A—UTOMODILE LIABILITY i X?ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X MIRED AUTOS X AUTOS BA7 63G091512CAG 1/25/2012 1125/2013 Ea Occident S 1,000,0001 BODILYINJURY(Perpermn) S BODILY INJURY (Per accident)l S ROPER DAMAGE Peraccdem S S C UMBRELLA LLAB X EXCESS LIAB OCCUR CLAIAJS-MADE PSMCUP763G0780TCT12 1/25/2012 1/25/2013 EACH OCCURRENCE s 1,000,000 AGGREGATE S 1,000,000 :OED RETENTIONS S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRrEIOFL'PARTNER.EXECUtIVE Y'" D OFFICEPAIELIBER EXCLUDED? ❑N 4V nd&Wry in NH) If Yes. desU�ta unit - DESCRIPTION OF OPERATIONS below NIA TSF0001113099 I2/1/2012 2/1/2013 WCSTATU• OTH• X T RY IMIT ER E.L. EACH ACCIDENT $ 1 000E.L.EACHAccIDENT 000 000 E.L. DISEASE - EA EMPLOYE S 1,000,000 E.L. DISEASE • POLICY LIMIT I s 1,000,000 i,T (DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101. Addiuoeal Rerrerks Sceedule. if more space Is required) See attached. i Utility Contractors of America SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 927 US Hwy. 62-82 THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN Wolfforth, TX 79382 ACCORDANCE WITH THE POLICY PROVISIONS. AUT ^DyRE1PR,Ef m 1988-2010 ACORO CORPORATION. All rights reserved. ACORD25(2010/05) The ACORD name and logo are registered marks of ACORD ACO a AGENCY CUSTOMER ID: LOC ADDITIONAL REMARKS SCHEDULE Page 2 Of 2 AGENCY J.E. MURFEE & SON INSURANCE NAMED IM$URM Hugo Reed & 1601 Avenue Lubbock TX Associates, Inc. N 79401 POLICY NUMBER See attached CAPMER See attached NAICCODE EFFECTIVE DATE: See attached THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ac°r125 FORM TITLE: Certificate of Liability insurance The General Liability and Auto policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Auto and Workers' Compensation policies include a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. The General Liability contains a special endorsement with "Primary and Noncontributory" wording. ACORD 101(2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD J. E. MURFEE & SON Serving West Texas Since 1904 1310 TEXAS AVENUE LUBBOCK, TEXAS 79401 PHONE (806) 763-5311 GENERAL INSURANCE REAL ESTATE FAX (806) 763-0863 ****IMPORTANT INFORMATION EFFECTIVE JANUARY 1, 2012 REGARDING CERTIFICATES OF INSURANCE**** To Certificate Holder: Our agency has issued the enclosed Certificate of Insurance on behalf of our customer named as the insured in the certificate. The Texas Legislature passed and Governor Perry signed Senate Bill 425 to become effective January 1, 2012. This law will require Certificate of Insurance forms to be filed with and approved by the Texas Department of Insurance before they can be used after January 1, 2012. In addition the law explains current Texas Department of Insurance rules that a Certificate of Insurance must not obscure or misinterpret the coverage provided by the insurance policies Definition of "Certificate" includes checklists, affirmations and electronic forms. An insurance agency could incur significant penalties under those rules and the new law, including the revocation of the agency's insurance license, if a certificate were issued exactly as you requested. After January 1, 2012, a certificate holder who requires an agent or policyholder to use an unapproved form or insert inappropriate language on a certificate may be sued by the Attorney General for injunctive relief or to recover a civil penalty of up to $1,000 for each such requirement. For this reason, after January 1, 2012, we may not be able to comply with some of the items requested. If you want to review the insurance policies to verify compliance with your specific requirements, we would be happy to send a complete copy, subject to our customer's approval. A certificate form must be approved by the Texas Department of Insurance before it can be used after January 1, 2012. For more information on the approval process, contact the Commercial P&C Division, Texas Department of Insurance, P.O. Box 149104, Austin, TX 78714 or email CommercialPC@tdi.state.tx.us. Please contact us if you have any questions or comments. C13/20/2012 13:13 20E,7495012 ''.1 TECH EFIV PAGE 03 f` CERTIFICATE OF LIABILITY INSURANCE DATzwvw z THIS CERTIFICATE 1.1 IDOUED AD A MATTER OF INFORMATION ONLY ACID CONFERS NO RIGHTS UPON THE CFATPICATE HOLDER. THIS CERTIFICATE pop B HOT AFFIRAIATNHLY OR NEGATIVELY AMEND. EXTEND, OR ALTER THE Cl)\IfiRAOfi AFFORDED By THE POLICIF,9 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE IASUINO INBVRERB), AUTHORIIED RePRF$KNTATIVS OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the cadlflcale holder la an ADDITIONAL TNSUREO, the poa0yttes) muel he endorABd. If EUBROOATION ID WAIVE , subject to lute larme and conditions of the polky, certain pollsloe may roqulre an ondorooment, A statoment on thla certificate does not confer rl0hte to the eetllfietN4 holder In Ilea of ouch ehdoreemonl(e). OU�.EF ;TzS-qg6-9956 325-227-01Gb �revt cnORrandi Weit Ter,AsInsurencc Q- 5 3 5 27-8 98 4120 Sherwood Wev lexselnsur udder n a . San Angelo, TX. P� ,v-Tech Emvironinont21 Sorvicea 1510 Buddv Holly mufleB !Lubbock, f/. 79401 as to I _— n enact r6anelr AYe unrlDlee. oeanalnuwweLse. i THIS 11 To CERTIFY THAT THE P"tClES OF INSURANCE LISTED BELOW HAVE BEEN fE3UE0 TO T14E INGURSO MIMEO ABOVE FOR THE POLICY PEROD INDICATED. NO'RVITHSTAtDeIO AIIY RISQUTA1:1,IENT, TERM OR CCNOiMH OF ANY CONTRACTOR OTHER DOCUMICNT WITII 111E31PECT TO VOUCH THIS CERTIPMJ.TE MAY DE ISSUED OR MANY PERTAIN, THE INSUAANCE AFFOROBD BY THE POLICIES DESCRIBED HEREIN IS BUBEN:T TO ALL THE YCN.13, EXCLUSIONS AND CONDITIONS O_f_$UC/I POLICIES. LIMITS BHOYVN MAY HAVA"CH REDUCED BY PAID CLAW. alert TYFE OF tlTV AuCe INTO t)MtMMN. LIABIULr I �j j �/ A COAIufRde1.o91Eruill,elrly I I cLAAo_u.nc occJP. i RPKGI;008249.00 J Proleasionel LlabllllV I II j Pollution LlabllHy_ _� I ISTFI Wt�q�(r�TEtMYT AFKK8f'cR.: l i POI.TC1' I lei r-I LCc , 02lt7PO12 07/170013 UCHbccuaalc i 150,01710-09 Mesew Lt. m s PEnofineAfYOWAIAY s 2 000000 Qp oexe Ae pA s PRODUCTS. CONpw Ago 12,00 00 Q.L_ r I IIIj�— _ AUf(IMoahc UAe1LITT <Iq'UAUTO !i TOSS A) .v Bvrc fO IION.3ar.2D _: WNEU AUrt9 AInnS I tIO1.1t1PleD ailtOlp VIR BODILY NANTY" N.errq r woeT Asp UxeneLaA Lu0! i cCCt;a '� rJtG a6�lIAa c DED a woaxw COUKHOATION 1 AM 1JAKOYMS' MAMLITI x AyvPMPA1ETOIWMTAefuEl:ecums n rMKfcl �aM+s� cXauoEm ONN IMIA J II n 6M[ M 11 AAi SSPOOOI082788 ov27rm12 ovsTn013 EACH A M IfY s t T I Ix:eRI MJI"OPF,IIATtOIIEILOCATZWZIv Nw,Lcz f.k--A ACnaDlot. "Au— aA,....A. goweN x. Ifmore NN4 N ftWk*dl Project: Northwest Lubbock Drainage Improvements Phase 1-RFP 12-10284 —MA Certificate Holder, it's officers, agent; & employees are Is Ilsted as primary additional Insured to the General Liability & Workers Compensation with a Waiver of Subrogation as required by contract. City of Lubbock SHOULD ANY OF THE ABOVE DESCRIBED ►OM1118 Be CANCELLED BEFORE MEXP EXPIRATION DATE THEREOF, NOTICE W" 0E DELIVERED IN P.O. Box 2000 ACCORDANCE VATH THt rOMYPROM81GNa. RM 204 Lut1tT91:k, TX. 75457 AUTHMhcu P2rAfAWAhYE L.- -- Brandt West ®1986.2010 ACORD CORPO ATIOK All dghb msDrvo ACORO 25 t201Uf0E) The ECrRO name anti logo are rP&(PrRd rlRrke of ACORD '4� D® CERTIFICATE OF LIABILITY INSURANCE DATE NYYY 3/19/ 012 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(ies) 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 endorsement(s). PRODUCER Frank Siddons Insurance Agency Fort Worth Inc. Member: K & S Group 2900 Marquita Drive Fort Worth TX 76116-4016 CONTACT LOTrie Scott NAME: ONE (817)737-4943 FAX (817)737-4947 PH, - AEbMDARIELSS:1sCott@fsifw.com INSURER(S) AFFORDING COVERAGE NAICIf INSURERA:Zurich American Insurance 16535 INSURED Southland Contracting, Inc. 616 A Shelby Road P.O. BOX 40604 Fort Worth TX 76140 INSURER'American Guarantee & Liability 6247 INSURERC: INSURER D : INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBERALOB 425 w/WC 12-13 REVISION NUMBER: 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 LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X1 COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 5XI OCCUR L004887219 /5/2011 /5/2012 1A 'AG TO PREMISES EaENTED occurrence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO- LOC $ AUTOMOBILE LIABILITY EOMaBIINdED(SINGLE LIMIT 11000,000 BODILY INJURY (Per person) $ A Ix ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS 4887220 /5/2011 /5/2012 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS Ix AUTOS X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 20, 000, 000 AGGREGATE $ 20,000,000 B EXCESS LIAB CLAIMS -MADE DED I I RETENTION$ $ UC488724001 /5/2011 /5/2012 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) NIA C488845501 /5/2012 /5/2013 X WC STATUS TORY LIMITS OTH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re: RFP 12-10284-MA Northwest Lubbock Drainage Improvements Phase I. The general liability and auto policies include blanket automatic additional insured endorsements that provide additional insured status to the certificate holder only when there is a written contract beteween the named insured and the certificate holder that requires such status. The general liability, auto & workers compensation policies include blanket automatic waiver of subrogation endorsements that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. City of Lubbock PO Box 2000, Room 204 Lubbock, TX 79457 ACORD 25 (2010/05) INS025 r7mnns ni t;ANk;LLLA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Siddons/LSCOTT ©1988-2010 ACORD CORPORATION. All rights reserved. Thn Ar_nPn n�mn 2nrl Innn nro runic*ororl mnr)rc of Ar'nDn 0 - COMMERCIAL INSURANCE ZURICH rnmmnN Pni try nFri APATIrING Policy Number BAP 4887220-01 Named Insured and Mailing Address SOUTHLP.ND CONTRACTING, INC (SEE NAMED INSURED ENDT) 616 SHELBY RD STE A FORT WORTH TX 76140-4700 Renewal of Number BAP 4 8 8 7 2 2 0- O C Producer and Mailing Address FRANK SIDDONS INS AGCY FT WORT 2900 MARQUITA DR FORT WORTH TX 76116-4016 Producer Code 36370-004 Policy Period: Coverage begins 04 - 05 - 2 011 at 12:01 A.M.: Coverage ends 04 - 05 - 2 012 at 12:01 A.M. The name insured is ❑ Individual ❑ Partnership ❑ Corporation X❑ Other:CORPORATION, LIMITED LIABILITY COMPANY, This insurance is provided by one or more of the stock insurance companies which are members of the Zurich -American Insurance Group. The company tha provides coverage is designated on each Coverage Part Common Declarations. The company or companies providing this insurance may be referred to in this Dolicv as "The Comr)anv". we. us. or our. The address of the romoanies of the 7urirh-Ampriran Insurancp Grnu n nrp nrnvidpd on the next naop THIS POLICY CONSISTS OF THE FOLLOWING COVERAGE(S): BUSINESS AUTOMOBILE PREMIUM $ 100,853.00 issued by ZURICH AMERICAN INSURANCE COMPANY TX -THEFT PREVENTION SURCHARGE $ 58.00 THIS PREMIUM MAY BE SUBJECT TO AUDIT. TOTAL $ 100,853.00 This premium does not include Taxes and Surcharges. Taxes and Surcharges TOTAL $ 58.00 The Form(s) and Endorsement(s) made a part of this policy at the time of issue are listed on the SCHEDULE of FORMS and ENDORSEMENTS. Countersigned this day of Authorized Representative THESE DECLARATIONS TOGETHER WITH THE COMMON POLICY CONDITIONS, COVERAGE PART DECLARATIONS, COVERAGE PART FORM(S), FORMS AND ENDORSEMENTS, IF ANY, ISSUED TO FORM A PART THEREOF, COMPLETE THE ABOVE NUMBERED POLICY. U-GU-D-310-A (01? 93) Page 1 of 1 Policy Number BAP 4887220-01 SCHEDULE OF FORMS AND ENDORSEMENTS ZURICH AMERICAN INSURANCE COMPANY Named Insured SOUTHLAND CONTRACTING, INC. Effective Date: 04 - 0 5 -11 12:01 A.M., Standard Time Agent Name FRANK S I DDONS INS AGCY FT WORT Agent No. 3 6 3 7 0 - 0 04 COMMON POLICY FORMS AND ENDORSEMENTS U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-619-A CW 10-02 SCHEDULE OF FORMS AND ENDORSEMENTS U-GU-319-F 01-09 IMPORTANT NOTICE - IN WITNESS CLAUSE U-GU-621-A CW 10-02 SCHEDULE OF NAMED INSURED(S) IL 00 17 11-98 COMMON POLICY CONDITIONS IL 00 21 09-08 NUCLEAR ENERGY LIABILITY EXCLUSION ENDT IL 00 03 09-08 CALCULATION OF PREMIUM AUTOMOBILE FORMS AND ENDORSEMENTS U-CA-387-A 07-94 SCHEDULE OF LOSS PAYEES) CA 20 01 03-06 ADDL INSD-LESSOR U-CA-411-C CW 04-09 PREMIUM AND REPORTS AGREEMENT COMPOSITE U-CA-531-B 02-08 NOTICE REGARDING TERRORISM PREMIUM U-CA-548-A CW 10-06 SCHEDULE OF AUTO PHYSICAL DAMAGE DEDUCTI U-CA-D-600A 08-06 BUSINESS AUTO DECLARATIONS CA 00 01 03-06 BUSINESS AUTO COVERAGE FORM L CA 01 96 03-06 TEXAS CHANGES CA 21 09 06-04 TX UNINSURED/UNDERINSURED MOTORISTS COV CA 02 43 03-01 TX CHANGES - CANCELLATION AND NONRENEWAL CA 22 64 07-08 TEXAS PERSONAL INJURY PROTECTION ENDT CA 02 44 06-04 TX-CANC PROVISION OR COV CHANGE ENDT CA 20 89 06-04 WAIVER OF SUB CHGS IN TRANSFER OF RIGHTS CA 99 95 12-01 TEXAS SUPPLEMENTARY DEATH BENEFIT MCS-90 01-10 MOTOR CARRIER POLICIES OF INS. FOR PUBLI CA 01 21 02-99 LIMITED MEXICO COVERAGE CA 99 16 12-93 HIRED AUTOS SPEC COV AUTOS YOU OWN CA 99 44 12-93 LOSS PAYABLE CLAUSE UCA.339ATX 12-92 TX -AUTO THEFT PREVENTION PASS-THRU FEE UCA813ACW 10-1.0 2010 COMMERCIAL AUTO MULTISTATE FORMS U-GU-619-A CW (10/02) POLICY NUMBER: BAP 4887220-01 COMMERCIAL AUTO CA 02 44 08 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: Named Insured: Authorized Representative) SCHEDULE Number of Days' Notice 30 Name Of Person Or Organization Address If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. CA 02 44 06 04 © ISO Properties, Inc., 2003 Page 1 of 1 0 Insured Coov POLICY NUMBER: BAP 4887220-01 COMMERCIAL AUTO CA 20 89 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES IN TRANSFER OF RIGHTS O. RECOVERY . AGAINST OTHERS (WAIVER . SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: Named Insured: Authorized Representative) SCHEDULE Name Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE.PROVIDED UNDER !THIS POLICY Additional Premium (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organiza- tion(s) shown in the Schedule. We will retain the additional premium shown above, regardless of any early termi- nation of this endorsement or the policy. CA 20 89 06 04 0 ISO Properties, Inc., 2003 Page 1 of 1 ❑ 2. Any other land vehicle that is subject to a com- pulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. However, "auto" does not include "mobile equip - men t". C. 'Bodily injury" means bodily injury, sickness or disease sustained by a person including death re- sulting from any of these. D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement that any "insured" or others test for, monitor, clean up, remove, con- tain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollut- ants"; or 2. Any claim or "suit" by or on behalf of a gov- ernmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of "pollutants". "Covered pollution cost or expense" does not in- clude any cost or expense arising out of the ac- tual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollut- ants": a. That are, or that are contained in any prop- erty that is: (1) Being transported or towed by, handled, or handled for movement into, onto or from the covered "auto"; (2) Otherwise in the course of transit by or on behalf of the "insured`; (3) Being stored, disposed of, treated or processed in or upon the covered "auto`, Paragraph a. above does not apply to fuels, lu- bricants, fluids, exhaust gases or other similar "pollutants" that are needed for or result from the normal electrical, hydraulic or mechanical functioning of the covered "auto" or its parts, if: (1) The "pollutants" escape, seep, migrate, or are discharged, dispersed or released directly from an "auto" part designed by its manufacturer to hold, store, receive or dispose of such "pollutants"; and (2) The "bodily injury", "property damage" or "covered pollution cost or expense" does not arise out of the operation of any equipment listed in Paragraph 6.b. or 6.c. of the definition of "mobile equip- ment". Paragraphs b, and c. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (1) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto; and (2) The discharge, dispersal, seepage, mi- gration, release or escape of the "pollut- ants" is caused directly by such upset, overturn or damage. E. "Diminution in value" means the actual or perceived loss in market value or resale value which results from a direct and accidental 'loss". F. "Employee" includes a 'leased worker". "Employee" does not include a "temporary worker". G. b. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are ac- cepted by the "insured" for movement into H. or onto the covered "auto"; or c. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place . where they are finally delivered, disposed of or abandoned by the "insured". Page 10 of 12 "Insured" means any person or organization quali- fying as an insured in the Who Is An Insured pro- vision of the applicable coverage. Except with re- spect to the Limit of Insurance, the coverage af- forded applies separately to each insured who is seeking coverage or against whom a claim or "suit' is brought. "Insured contract" means: 1. A lease of premises; 2. A sidetrack agreement; 3. Any easement or license agreement, except in connection with construction or demolition op- erations on or within 50 feet of a railroad; © ISO Properties, Inc., 2005 CA 00 0103 06 ❑ Insured Gn— 4. An obligation, as required by ordinance, to in- demnify a municipality, except in connection with work for a municipality; 5. That part of any other contract or agreement pertaining to your business (including an in- demnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another to pay for "bodily injury" or "property damage" to a third party or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement; 6. That part of any contract or agreement entered into, as part of your business, pertaining to the rental or lease, by you or any of your "employ- ees", of any "auto". However, such contract or agreement shall not be considered an "insured contract" to the extent that it obligates you or any of your "employees" to pay for "property damage" to any "auto" rented or leased by you or any of your "employees". An "insured contract" does not include that part of any contract or agreement: a. That indemnifies a railroad for "bodily injury" or "property damage" arising out of con- struction or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road- beds, tunnel, underpass or crossing; or b. That pertains to the loan, lease or rental of an "auto" to you or any of your "employees", if the "auto" is loaned, leased or rented with a driver; or c. That holds a person or organization en- gaged in the business of transporting prop- erty by "auto" for hire harmless for your use of a covered "auto" over a route or territory that person or organization is authorized to serve by public authority. I. "Leased worker" means a person leased to you by a labor leasing firm under an agreement between you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". J. "Loss" means direct and accidental loss or dam- age. K. "Mobile equipment" means any of the following types of land vehicles, including any attached ma- chinery or equipment: 1. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; 2. Vehicles maintained for use solely on or next to premises you own or rent; 3. Vehicles that travel on crawler treads; 4. Vehicles, whether self-propelled or not, main- tained primarily to provide mobility to perma- nently mounted: a. Power cranes, shovels, loaders, diggers or drills; or b. Road construction or resurfacing equip- ment such as graders, scrapers or rollers. 5. Vehicles not described in Paragraph 1., 2., 3., or 4. above that are not self-propelled and are maintained primarily to provide mobility to per- manently attached equipment of the following types: a. Air compressors, pumps and generators, including spraying, welding, building clean- ing, geophysical exploration, lighting and well servicing equipment; or b. Cherry pickers and similar devices used to raise or lower workers. 6. Vehicles not described in Paragraph 1., 2., 3. or 4. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": a. Equipment designed primarily for: (1) Snow removal', (2) Road maintenance, but not construction or resurfacing; or (3) Street cleaning; b. Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and c. Air compressors, pumps and generators, including spraying, welding, building clean- ing, geophysical exploration, lighting or well servicing equipment. However, "mobile equipment" does not include land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally ga- raged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". L. "Pollutants" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, re- conditioned or reclaimed. M. "Property damage" means damage to or loss of use of tangible property. CA 00 0103 06 © ISO Properties, Inc., 2005 Page 11 of 12 0 0 COMMERCIAL INSURANCE ZURICH COMMON POLICY DECLARATIONS Policy Number GLO 4 8 8 7 219 - 01 Named Insured and Mailing Address SOUTHLAND CONTRACTING, INC. (SEE NAMED INSURED ENDT) 616 SHELBY RD STE A FORT WORTH TX 76140-4700 Renewal of Number GLO 4 8 8 7 219 - 0 0 Producer and Mailing Address FRANK SIDDONS INS AGCY FT WORT 2900 MARQUITA DR FORT WORTH TX 76116-4016 Producer Code 36370-004 Policy Period: Coverage begins 04 - 0 5 - 2 011 at 12:01 A.M.; Coverage ends 04 - 0 5 - 2 012 at 12:01 A.M. The name insured is ❑ Individual ❑ Partnership ❑ Corporation X❑ Other:CORP , LLC , JOINT VENTURE This insurance is provided by one or more of the stock insurance companies which are members of the Zurich -American Insurance Group. The company th provides coverage is designated on each Coverage Part Common Declarations. The company or companies providing this insurance may be referred to it this policy as "The Company", we, us, or our. The address of the companies of the Zurich -American Insurance Group are provided on the next page. THIS POLICY CONSISTS OF THE FOLLOWING COVERAGE(S): GENERAL LIABILITY COVERAGE PREMIUM $ 265,426.00 issued by ZURICH AMERICAN INSURANCE COMPANY THIS PREMIUM MAY BE SUBJECT TO AUDIT. TOTAL $ 26S,426.00 This premium does not include Taxes and Surcharges. Taxes and Surcharges TOTAL $ The Form(s) and Endorsement(s) made a part of this policy at the time of issue are listed on the SCHEDULE of FORMS and ENDORSEMENTS. Countersigned this day of Authorized Representative THESE DECLARATIONS TOGETHER WITH THE COMMON POLICY CONDITIONS, COVERAGE PART DECLARATIONS, COVERAGE PART FORM(S), FORMS AND ENDORSEMENTS, IF ANY, ISSUED TO FORM A PART THEREOF, COMPLETE THE ABOVE NUMBERED POLICY. U-GU-D-310-A (01 A 93) nsure .,^.nnv Page 1 of i Policy Number GLO 4887219-01 SCHEDULE OF FORMS AND ENDORSEMENTS ZURICH AMERICAN INSURANCE COMPANY Named Insured SOUTHLAND CONTRACTING, INC. Effective Date: 04 - 05 -11 12:01 A.M., Standard Time Agent Name FRANK SIDDONS INS AGCY FT WORT Agent No. 36370-004 COMMON POLICY FORMS AND ENDORSEMENTS U-GU-767-A CW 01-08 CAP ON LOSSES FROM CERTIFIED ACTS OF TER U-GU-630-C 12-07 DISCLOSURE OF IMPORTANT INFO REL TO TRIA U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-619-A CW 10-02 SCHEDULE OF FORMS AND ENDORSEMENTS U-GU-319-F 01-09 IMPORTANT NOTICE - IN WITNESS CLAUSE U-GU-621-A CW 10-02 SCHEDULE OF NAMED INSURED(S) U-GU-618-A CW 10-02 SCHEDULE OF LOCATIONS IL 00 17 11-98 COMMON POLICY CONDITIONS IL 00 21 09-08 NUCLEAR ENERGY LIABILITY EXCLUSION ENDT IL 01 68 09-08 TEXAS CHANGES -DUTIES IL 02 75 09-07 TEXAS CHANGES-CANC & NONRENL IL 00 03 09-08 CALCULATION OF PREMIUM GENERAL LIABILITY FORMS AND ENDORSEMENTS UGL294A_1TX 08-90 EMPLOYEE BENEFITS LIABILITY COVERAGE -TX UGL294ATX 08-90 EMPLOYEE BENEFITS LIABILITY COVERAGE -TX U-GL-923-B CW 06-04 SILICA OR SILICA MIXED DUST EXCLUSION U-GL-D-1115-B CW 09-04 COMMERCIAL GL COVERAGE PART DECLARATIONS CG 00 01 12-07 COMMERCIAL GENERAL LIABILITY COV FORM" U-GL-1058-B CW 03-09 LIMITED COVERAGE/SPECIFIED WRAP-UP U-GL-1060-D CW 09-09 CONTRACTORS LIABILITY ENDORSEMENT UGL1171ACW 07-03 FUNGI OR BACTERIA EXCLUSION U-GL-1175-B CW 03-07 ADDL INSD-AUTO-OWNERS LESSEES CONTRACTR 4 - U-GL-1342-A CW 10-07 LEAD LIABILITY EXCLUSION U-GL-1178ACW 07-03 ASBESTOS EXCLUSION ENDORSEMENT U-GL-872-B CW 04-09 PREMIUM & REPORTS AGREEMENT -COMP RATED CG 01 03 06-06 TX CHANGES -CONDITIONS REQUIRING NOTICE CG 00 68 05-09 RECRDG AND DISTRB OF MATRL OR INFO EXCL !CG 03 00 01-96 DEDUCTIBLE LIABILITY INSURANCE CG 21 34 01-87 EXCLUSION - DESIGNATED WORK CG 21 54 01-96 EXCL-DESIGNATED OPERATIONS CG 21 86 12-04 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG 22 79 07-98 EXCL-CONTRACTORS-PROF LIAB CG 24 04 05-09 WAIVER OF TRANSFER RIGHTS OF RECOVERY �--- CG 25 03 05-09 DESIGNATED CONSTRUCTION PROJECTS GENERAL CG 26 39 12-07 TX CHANGES -EMPLOY RELATED PRACTICES EXCL U-GL-1090-A TX 05-02 LTD POLLUTION COVERAGE ENDT WORKSITE U-GL-1093-A TX 05-02 EARLIER NOTICE/NON-RENEWAL OR CHNG COV,- U-GU-619-ACW (10/02) Insured Com (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 no- tice of the claim or "suit" as soon as practicable. c. You and any other involved insured must: (1) Immediately send us copies of any de- mands, notices, summonses or legal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the en- forcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 3. Legal Action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the ap- plicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claim- ant's legal representative. 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Cover- ages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when Para- graph b, below applies. If this insurance is pri- mary, 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 Paragraph c. be- low. b. Excess Insurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (i) That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (ii) That is Fire insurance for premises rented to you or temporarily occu- pied by you with permission of the owner; (III) That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occu- pied by you with permission of the owner; or (iv) If the loss arises out of the mainte- nance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I — Coverage A —Bodily Injury And Property Dam- age Liability. (b) Any other primary insurance available to you covering liability for damages arising out of the premises or operations, or the products and completed operations, for which you have been added as an addi- tional insured by attachment of an en- dorsement. (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 de- fends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. CG 00 01 12 07 0 ISO Properties, Inc., 2006 Page 11 of 16 0 Additional Insured — Automatic — Owners, Lessees Or Contractors Police NO. Exp. Date of Pot. Eff. Date of End. Agency No. Addl. Prcm. Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section I1 - NI'lio Is An Insured is amended to include as an insured any person or organization who you are rc- quired to add as an additional insured on this policy under a %witten contract or vtrcitten agreement. B. The insurance provided to the additional insured person or organization applies only to "bodily injur%J', "property damage" or "personal and advertising injury' covered under SECTION I - Coverage A - Bodily lnjurn, And Property Damage Liability and Section I - Coverage B - Personal And Advertising Injure Liability. but only %xith respect to liability for "bodily injure', "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions: or- 2. The acts or omissions of those acting on your behalf; and resulting directly from: a. Your ongoing operations performed for the additional insured, which is the subject of'the written con- tract or written agreement; or b. "Your work" completed as included in the "products -completed operations hazard". performed for the additional insured. which is the subject of the \\7itten contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or B. That is any broader coverage than you are required to provide to the additional insured person or or- ganization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. 1nClUde3 copyrighted material of Insurance Sere -ices Office, tree.. �\rith its permission i.. —i r— h-M-1175-13 Cat' (3 200-11 Page 1 of 2 D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury?' "property damage" or "personal and advertising in>juiy" arising out ol'the rendering or failure 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. E. The additional insured riust see to it that: 1. We are notified as soon as practicable of'an "occurrence" or ollense that may result in a claim: 2. We receive \mitten notice of a clairn or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured. if' the written contract or written agreement requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The follmving paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section 1\' — Commercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organiza- tion, where the written contract or written agreement requires that this insurance be primary and non- contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Anv of the other insurance. whether primary. excess, contingent or on any other basis. available to an addi- tional insured, in which the additional insured on our policy is also covered as an additional insured by at- tachment of an endorsement to another policy providing coverage !or the same "occurrence". claim or "suit". This provision does not apply to any policy in which the additional insured is it Named Insured on such other policy and where our policy i required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorse- ment showing the additional insured in a Schedule of additional insureds. and which endorsement applies spe- cifically to that identified additional insured. Any provisions in this Coverage Part not chanted by the terms and conditions ol'this endorsement continue to apply as written. Includes eop\°righted material oftnsurance Senices Office. Inc.. with its permission. U-GL-1175 B CW t3120071 Nee 2of2 COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION THAT REQUIRES YOU TO WAIVE YOUR RIGHTS OF RECOVERY IN A WRITTEN CONTRACT OR AGREEMENT WITH THE NAMED INSURED THAT IS EXECUTED PRIOR TO THE ACCIDENT OR LOSS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 InsureLC Copy Page 1 of 1 ❑ EARLIER NOTICE OF NON -RENEWAL OR CHANGE IN COVERAGE Policy No. EI'i'. Date of Pnl. Exp. Date of Pol. EIT. Date of End. Producer AWL 1'rem Return 1'rem. S S This endorsement modifies the insurance provided under the following: C0MMIiRC1AL GENFRAL LIARTLTTY COVERAGE FORM Name Address Number or Day's Notice 3 0 SCHEDULE Project Name/Number/ Description (Tfno entry appears above, information required to complete this Schedule xvill be shown in the Declarations as applicable to this endorsement.) A. For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of non -renewal, as provided in the Policy Conditions, as amended by an applicable state endorsement, or as provided by an applicable state's change in coverage regulation is increased to the number of days sho«m in the Schedule above. B. \Ve Will not provide notice of non -renewal and/or change in coverage to the first Named Insured or any person or or aanization shown in the Schedule, if. 1. You have purchased insurance elsewhere; 2. You have obtained replacement coverage or have agreed in writing to obtain replacement coverage; 3. You have requested or agreed to non -renewal; or, 4. We, or another company within the same insurance group have oiicrcd to issue a renewal. U-GL-1093-A TN (W02) Page oft Includes copyrighted material of Insurance Services Office, Inc. with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY -INFORMATION PAGE Servicing Office: i—prance for this coverage part provided by: OMAHA ZURICH AMERICAN INSURANCE COMPANY 13810 FNB PARKWAY PO BOX 542003 OMAHA. NE 68154 1. Policy Number WC 4888455-01 Renewal of Number WC 4888455-00 Named Insured and Mailing Address Producer and Mailing Address SOUTHLAND CONTRACTING, INC. FRANK SIDDONS INS AGCY FT WORT (SEE NAMED INSURED ENDORSEMENT) 2900 I14ARQUITA DR 616 SHELBY RD, STE A FORT WORTH TX 76116-4016 FORT WORTH TX 76140-4700 Producer Code 36370-004 Other workplaces not shown above: See Schedule of Locations FEIN:7-_-2151660 NCCI Company No. 10 8 6 3 New X Renewal ❑ Rewrite of Prior Policy No. WC 4 8 8 8 4 5 5- 0 0 This information page, with policy provisions and endorsements, if any, completes this policy. Insured is: CORPORATION 2. Policy Period: From: 03-05-2011 to 03-05-2012 at 12:01 A. M. Standard Time at insured's mailing address. Insured's Identification number(s): See Schedule Locations 3. A. Workers Compensation Insurance: Part One of the policy applies to the Workers' Compensation Law of the states listed here: -RICAIvSAS, CALIFORNIA, MARYLAND, NORTH CAROLINA, NEVADA, NEW YORK, TEXAS B. Employers Liability Insurance: Part Two of the policy applies to work in each state listed in Item 3.A. The limits of liability under Part Two are: Bodily Injury by Accident: 1,000,000 each accident Bodily Injury by Disease: 1,000,000 policy limit Bodily Injury by Disease: 1,000,000 each employee C. Other States Insurance: Part Three of the policy applies to the states, if any, listed here: ALL STATES EXCEPT ND, OH, WA, WY AND THOSE STATES LISTED IN 3 A. D. This Policy includes these Endorsements and Schedules: See Schedule of Farms and Endorsements. 4. The premium for this policy will be determined by our Manuals of Rules, Classifications, Rates and Rating Plans. All information required on the following Classification Schedule is subject to verification and change by audit. See Classification Schedule TOTAL ESTIMATED STANDARD PREMIUM S 362, 058. 00 If PREMIUM DISCOUNT S -42, 126. 00 be below, adjustment of premium shall be made: EXPENSE CONSTANT S 210.00 PREMIUM FOR ENDORSEMENT $ 0 Annually ❑ Monthly TAXES AND SURCHARGES $ 16,506.00 TOTAL ESTIMATED ANNUAL PREMIUM $ 338,440.00 . 00 ❑ Semi -Annually ❑ This is a Three , Year Fixed Rate NIMUM PREMIUM S 1,000.00 ❑ quarterly Policy _._POSIT PREMIUM S h!C 00 00 01 A Agent or Producer Countersianed by Resident Licensed Agent Dale Insured Copy U WC-D-314-A (07-94) Page 1 of 1 SCHEDULE OF FORMS AND ENDORSEMENTS Policy Number: WC 4 8 8 8 4 5 5- 01 Form Number & Edition Date Form Name WORKERS COMPENSATION FORMS AND ENDORSEMENTS U-WC-D-314-A 07-94 WORKERS COMPENSATION INFORMATION PAGE U-WC-320-A 07-94 SCHEDULE OF FORMS AND ENDORSEMENTS U-WC-321-A 07-94 NAMED INSURED SCHEDULE WC 99 00 02 10-99 SCHEDULE OF INSUREDS AND LOCATIONS U-WC-315-A 07-94 CLASSIFICATION SCHEDULE WC 00 00 00 A 04-92 INSURANCE POLICY WC 00 01 06 A 04-92 LONGSHORE/HARBOR WORKERS' COMP COVG ENDT WC 00 02 01 A 04-92 MARITIME COVERAGE ENDORSEMENT WC 00 03 02 04-84 DESIGNATED WORKPLACES EXCLUSION ENDT WC 00 03 10 04-84 SOLE PROPRIETORS, PARTNERS OFFICERS ENDT WC 00 03 13 04-84 WAIVER OF RIGHTS TO RECOVER FROM OTHERS 4 WC 00 04 01 A 05-86 AIRCRAFT PREMIUM ENDORSEMENT WC 00 04 04 04-84 PENDING RATE CHANGE ENDORSEMENT WC 00 04 06 08-84 PREMIUM DISCOUNT ENDORSEMENT WC 00 04 06 A 07-95 PREMIUM DISCOUNT ENDT WC 00 04 14 07-90 NOTIFICATION OF CHANGE IN OWNERSHIP ENDT WC 00 04 19 01-01 PREMIUM DUE DATE ENDORSEMENT WC 00 04 21 C 09-08 CATASTROPHE (OTHER THAN CERT ACTS) ENDT WC 00 04 22 A 09-08 TERRORISM RISK PGM REAUTH ACT DISCL ENDT WC 03 06 01 A 04-92 AR AMENDATORY- ENDORSEMENT WC 04 01 01 A 04-92 CA USL&H WC ACT COVERAGE WC 04 03 01 A 03-98 POLICY AMENDMENT ENDT - CA 04 03 04 01-85 CA SOLE PROPRIETOR COVERAGE ENDORSEMENT 04 03 06 04-84 WAIVER OF RIGHTS TO RECOVER FROM OTHERS itiC 04 03 60 A 11-99 EMPLOYERS LIAR COV AMEND ENDT - CA WC 04 04 21 01-08 CA OPTIONAL PREMIUM INCREASE ENDORSEMENT WC 04 06 01 A 12-93 CA CANCELATION ENDORSEMENT WC 19 06 01 E 01-09 MD CANCELLATION AND NONRENEWAL ENDT WC 27 06 01 C 10-08 NV CANCELLATION AND NONRENEWAL ENDT WC 31 03 08 04-84 NY LIMIT OF LIABILITY WC 31 03 19 E 10-08 Ni' CONST CLASS PREM ADJ ENDT WC 32 03 01 B 10-01 NC AMENDED COVERAGE ENDT WIC 42 03 01 F 01-00 TX AMENDATORY ENDORSEMENT Tn'C 42 03 04 P_ 01-00 TX -WAIVER OF OUR RIGHT TO RECOVER WC 42 03 10 01-97 TX SOLE PROPRIETORS, PARTNERS, OFFICERS WC 42 04 07 03-02 TX'AUDIT PREM AND RETRO PREM ENDT WC 42 04 08 04-06 TEXAS HEALTH CARE NETWORK ENDORSEMENT WC990001A 04-10 WC AND EMPLOYERS LIABILITY IN WITNESS WC 99 06 01 01-08 TX TERRORISM RISK INS PROGRAM REAUTH ACT WC 99 06 02 01-08 TX TERRORISM PREMIUM ENDORSEMENT IvIA-NCnzWK0 01 0 7 - 94 CANCELLATION & NONRENEWAL ENDT U-INC-320-A (07-94) Page 1 Insured Copy WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. (This agreement applies only to the extent that you per- form work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium S 'nsurance Company Countersioned By WC 00 03 13 (Ed. 4-84) Copyright 1983 National Council on Compensation Insurance. insured Copy ENDORSEMENT Insurance for this coverage part provided by: ZrJBT-CH AIIIEPTCAN COI�IPAJTy This endorsement changes the insurance as is afforded by the policy relating to the following: Named Insured Policy Number SOUTHLAND CONTRACTING, INC. WC 4888455-01 CANCELLATION & NONRENEWAL ENDT PART SIX - CONDITIONS, PARAGRAPH D.2. IS REPLACED BY THE FOLLOWING: D. CANCELLATION 12. WE MAY CANCEL THIS POLICY. WE MUST MAIL OR DELIVER TO YOU NOT (LESS THAN 60 DAYS ADVANCE WRITTEN NOTICE STATING WHEN THE CANCELLATION IS TO TAKE EFFECT EXCEPT FOR CANCELLATION FOR NON- PAYMENT OF PREMIUM. IF WE CANCEL THIS POLICY FOR NON-PAYMENT OF PREMIUM WE MUST MAIL OR DELIVER TO YOU NOT LESS THAN TEN DAYS ADVANCE WRITTEN NOTICE. MAILING THAT NOTICE TO YOU AT YOUR MAILING ADDRESS SHOWN IN ITEM 1 OF THE INFORMATION PAGE WILL BE SUFFICIENT TO PROVE NOTICE. PART SIX - CONDITIONS, PARAGRAPH F. IS ADDED: F. NON -RENEWAL NOTICE WE WILL MAIL OR DELIVER TO YOU NOT LESS THAN 60 DAYS ADVANCE WRITTEN NOTICE OF OUR INTENTION TO NON -RENEW THIS POLICY. NIAILING THAT !NOTICE TO YOU AT YOUR MAILING ADDRESS SHOWN -IN ITEM 1 OF THE 1INFORNiRTION PAGE WILL BE SUFFICIENT TO. PROVE NOTICE. U-VdC-332-A (07-94) Paae 1 Last page insured Copy ACC) E® CERTIFICATE OF LIABILITY INSURANCE 0ATE (MM UIDD/Y 3/21/col2 o3/al 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((es) 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 endorsement(s). PRODUCER 1-432-570-3456 Arthur J. Gallagher Risk Management Services, Inc. CONTACT Becky Chatfield PHONE 432-570-3456 FA% 1.432-570-3450 A/C No &MAIL beck ch.tfield@ajg.com y chatfieldBa com 110 N. Marienfeld Suite 330 Midland, TX 79701 INSURERS AFFORDING COVERAGE NAIC0 INSURER A: MOUNTAIN STATES MOT CAS CO 14648 Scott Riddle INSURED INSURERS: TEXAS NUT INS CO 22945 Lone Star Dirt & Paving, Ltd. INSURER C INSURERD: 11820 University Avenue INSURERE: Lubbock, TX 79423-7412 INSURER F : COVERAGES CERTIFICATE NUMBER: 26156816 REVISION NUMBER: 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 LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DDtrM POLICY EXP MM/DD LIMITS A GENERAL LIABILITY X X CPP0124761 03 05/30/1 05/30/12 EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR DAMAGE TO RENT PREMISES Me occurrence)$ 100,000 MED EXP (Any one penal $ 10,000 PERSONAL& ADV INJURY $ 1,000,000 - UND 536 (07/04) WWO Al SS - CO2404 (10/93) GENERAL AGGREGATE S 2,000,000 GENI AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPIOPAGG $2,000,000 X POLICY PRO M LOC S A AUTOMOBILE LIABILITY X X BAP0124761 02 0 0 COMeBINEeDISINGLE LIMIT 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accidentl $ NON -OWNED HIRED AUTOS AUTOS $ X Al - CA040 X WOS - CA208 A X UMBRELLALIAB X OCCUR X X UMB0124761 03 05/30/1 05/30/12 EACH OCCURRENCE $ 2.000,000 AGGREGATE $ 2,000,000 EXCESS LIAR CLAIMS -MADE DED RETENTIONS $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? H I A ){ TSF0001212603 05/30/1 OS/30/12 X WCSTATU- OTH- ER E.L. EACH ACCIDENT $ 1,000,000 (Mandatory in NH) E.L. DISEASE- EA EMPLOYEE $ 1,000,000 N yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT E 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, It more space Is required) -**SEE ATTACHED SUPPLEMENTAL PAGE FOR ADDITIONAL WORDING INCLUDING THE CANCELLATION CLAUSE.*** Subjects RFP 12-10284-MA Northwest Lubbock Drainage improvements Phase I City of Lubbock c/o City of Lubbock Purchasing Department 1625 13th Street Suite 204 Lubbock, TX 79401 USA GANULLLA I IVN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE A/ W /J./�A © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) Lholcombe 26156816 The ACORD name and logo are registered marks of ACORD ACORO® AGENCY CUSTOMER ID: LOC #: enniTIMIAI PP:RAApv-q cr_NPnm P AGENCY NAMED INSURED Arthur J. Gallagher Risk Management Services, Inc. Lone Star Dirt & Paving, Ltd, POLICY NUMBER 11820 University Avenue CARRIER NAIC CODE Lubbock, TX 79423-7412 EFFECTIVE DATE: Patin of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: _ __ __ __ The City of Lubbock is listed as Primary Additional Insureds on the General Liability policy. A Waiver of Subrogation in favor of the City of Lubbock, and the additional insureds is included on the General Liability, Automobile & workers' Compensation policies. The General Liability policy includes Products/Completed Operations coverage. ACORD 101 (2008/01) U -lUUB AUUKU L;UKYUKA I IUN. A11 rlgnls reserveu The ACORD name and logo are registered marks of ACORD A� o® CERTIFICATE OF LIABILITY INSURANCE D03/21/DDn2 03/21/2012 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 pollcy(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 endorsement(s). PRODUCER 1-432-570-3456 Arthur J. Gallagher Risk Management Services, Inc. NAME CT Becky Chatfield PHONE 432-570-3456 FAX A/C Nol. 432-570-3450 E-MAIL Y chatfield@ajg.com ADDRESS: j4• com 110 N. Marienfeld Suite 330 Midland, TX 79701 INSURERS AFFORDING COVERAGE NAIC# INSURER A: MAXUM IND CO 26743 Scott Riddle INSURED West Texas Barricades Ltd dba INSURER B Barricades Unlimited INSURERC: INSURER D PO Box 12001 INSURERE: Lubbock, TX 79408 INSURER F : COVERAGES CERTIFICATE NUMBER: 26156834 RFVISInN NUMRFR: 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 LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM/DD/YYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE M OCCUR X AI - CO2010 (07/04) X X GLP 6013566-02 09/15/1 09/15/12 EACHOCCURRENCE $ 1,000,000 DAMAGE TO RENTEG PREMISESa occurrence)$ 50.000 MED EXP (Any oneperson) S Excluded PERSONAL BADVINJURY $ 1,000,000 X WOS - E164 (01/03) GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY M PRO- LOC JECTAUTOMOBILE PRODUCTS - COMP/OP AGG $ 2,000,000 $ LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT rt $ BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) $ S A X UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIMS -MADE X X EXC 6013567-02 09/15/1 09/15/12 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 OED I I RETENTION S $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNERIEXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N yes, describe under DESCRIPTION OF OPERATIONS below N / A WC STATU• OTH• E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT 1 $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) ***SEE ATTACHED SUPPLEMENTAL PAGE FOR ADDITIONAL WORDING INCLUDING THE CANCELLATION CLAUSE.*** GEK IIt-ICA 1 h HULUEK GAItlGtLLA 11UN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Fcity f Lubbock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. IPO BOX 2000 ILubbock, TX 79457 ACORD 25 (2010/05) Lholcombe 26156834 AUTHORIZED REPRESENTATIVE J�n� USA / W © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACaR AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page of AGENCY Arthur J. Gallagher Risk Management Services, Inc. NAMED INSURED West Texas Barricades Ltd dba Barricades Unlimited PO Box 11001 POLICY NUMBER Lubbock, TX 79408 CARRIER NAIC CODE EFFECTIVE DATE: Z44 it r _A Zl THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, I FORM NUMBER: FORM TITLE: ADDITIONAL INFORMATION: The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured statue to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy includes a Waiver of Subrogation endorsement only when there is a written contract between the named insured and the certificate holder that requires such statue. The General Liability policy contains a special endorsement with primary and noncontributory wording and there is also a special endorsement providing Additional Insured Statue for Products/Completed Operations. ACORD 101 (2008/01) V ZUUU AUUKU GUKYUKA I IUN. All ngnis reservea. The ACORD name and logo are registered marks of ACORD _ • C AcoRO` CERTIFICATE OF LIABILITY INSURANCE DAT03120D/YYYY) 03/20i12 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(ies) 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 endorsements . PRODUCER 972-263-9482 The Blackburn Insurance Agency 972-262-7508 P O Box 531647 Grand Prairie, TX 75053 Jeremy Blackburn CONTACT NAME: PHONE_FAX No: E-MAIL PRODUCER MHCIV-1 INSURERS AFFORDING COVERAGE NAIC # INSURED M H Civil Constructors, Inc. 1113 N. McMasters St, STE C Amarillo, TX79106 INSURER A:Hartford Insurance 22357 INSURERS: INSURER C INSURER D : INSURER E: COVERAGES CERTIFICATE NUMBER: REVISION NIIMRFR- 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 .IJLGENERAL TYPE OF INSURANCE ADDL SUBR POLICY POLICY EFF POLICY EXP DDIYYYYl LIMITS LIABILITY EACH OCCURRENCE $ 1,000,00 PREMISES Ea occurrence $ 1,000r00 A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE n OCCUR X X 46SBMIQ5382 04l16111 04/16112 MED EXP (Anyone person) $ 10,00 PERSONAL $ ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,00 POLICY X PRO- LOC $ AUTOMOBILE LIABILITY X X COMBINED SINGLE LIMIT (Ea accident) $ 1,000,00 ANY AUTO BODILY INJURY (Per person) $ A ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS 46UECHH1939 04/16/11 04/16/12 BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) $ X $ NON -OWNED AUTOS $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE X X DEDUCTIBLE $ $ RETENTION S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOWPARTNER/EXECUTIVE Y /❑N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A X 46WBCZQ0430 04/16/11 04/16/12 X WCSTATU- OTH- TORY LIM ER E.L. EACH ACCIDENT $ 500,00 E.L. DISEASE - EA EMPLOYEE $ 500,00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 500 OO $ , DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) City of Lubbock, its officers, agents and employees are named as primary additional Insured's on General Liability policies, with respect to RFP 12-10284-MA. Endorsment# SS0008. Waiver of subrogation applies to the City f Lubbock per written contract on all policies. CERTIFICATE HOI nFR CANCFI I ATION CITLUBB SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. % City of Lubbock Purchasing Dept. AUTHORIZED REPRESENTATIVE 162513th St, Suite 204 Lubbock, TX 79401 �` ,r j�4� t ?V7%1 01988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD No Text CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ 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 Properly 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 $ ❑ INSTALLATION FLOATER $ F—YCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Pariners(Executive ❑ Excluded Each Accident $ Officers 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 a Primary Additional Insured on 1 General Liability and provide a Waiver of Subrogation on all policies in favor of the City of Lubbock. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE 1 OPERATIONS. �a CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements ' imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARKHILL, SMITH AND COOPER, FREESE AND NICHOLS, INC, BLACK AND VEATCH, GL INDUSTRIES, CORROSION CONTROL TECHNOLOGIES, AND KLEINFELDER) AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS 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. 1 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment 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 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) 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: (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; (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 (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) 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. Pa2e Intentionally Left Blank CONTRACT n Pate Intentionally Left Blank CONTRACT 10284 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 61h day of March, 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 Utility Contractors of America, Inc of the City of Wolfforth, County of a_ Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL RFP 12-10284-MA - Northwest Lubbbock Drainage Improvements Phase 1 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Utility Contractors of America, Ines proposal dated February 1st, w 2012 is incorporated into and made a part of this agreement. i 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 I with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: 4 Company—at,vfr� •`v"iS itTr'c'� AddressIll City, State, Zip ATTEST: Corporate ecretary 3 CITY OF LUBBOCK, TEX(OWNER): By. MA^ VOR ATTEST: D . k", - —5< City Sec etary APPROVED AS TO CONTENT: -44".L�4 Owner's Representative m au � qs— 0 Marsha Reed, P.E. Chief Operations Officer APPR A T FORM: City Attorney I I Pa2e Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT I Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Utility Contractors of America, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Freese and Nichols, Inc., so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's ' Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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 will 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 9. 10 11 12. 13. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 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. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work Fa contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))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 distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the r work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days ' make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to a 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 I shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, -, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether E 4 Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, I' I alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; 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, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 6 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 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 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 Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED. 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 ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. 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 XCU Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance. DELETED 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. Installation Floater Insurance. The Contractor shall obtain a INSTALLATION FLOATER INSURANCE in the amount of 100% of the total MATERIAL COSTS (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $3,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 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 dill have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who .' will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance 10 F 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 proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 11 t (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation: Commission at 800-372-7713 or 512-804- 4000 (www tdi.stateaX.usl to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of _4 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 12 commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the 13 Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1.650 (ONE THOUSAND SIX HUNDRED FIFTY DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 14 If the Contractor should neglect, fail, or refuse to Finally 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 of $$1,650 (ONE THOUSAND SIX HUNDRED FIFTY DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 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 L as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project 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 proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within 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 15 work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, 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 proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 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 Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective a . 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 16 Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. 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. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express tenns 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 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of 17 other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor`s expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, 4 (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. 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 (J 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. 18 After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the 19 Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority- a 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. 20 �z 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 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. 21 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. 22 DAVIS-BACON WAGE DETERMINATIONS i-" Pa2e Intentionally Left Blank EXHIBIT A Instructions to Buyer: Buyer must select the appropriate link within the table below and replace this s page with the page(s) resultant from the link. Use ONLY one of the following General Decision Numbers as appropriate: TX20080015 or TX20080028 General Decision Number: TX100008 11/18/2011 TX8 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 09/16/2011 1 11/18/2011 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ............... $ 12.36 Structures .................. $ 13.52 t_. LABORER Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 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 ........................ $ 13A6 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less........................ $ 12.28 Loader/Backhoe..............$ 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 Spreader Box ................ $ 12.60 Servicer ......................... $ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER 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 (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: i l._ � _s * 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 _ parry'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. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. Specifications fiib ty £lli'ockTEXAS City of Lubbock Northwest Lubbock Drainage Improvements Project Phase 1 November 2011 PARKHULLSMITH&COOPER PSC Project # 01267209 FO Pase Intentionally Left Blank NWLDIP—PHASE 1 NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT -- PHASE 1 TECHNICAL SPECIFICATIONS In accordance with Section 131.166 of the Texas Engineering Practice Act and Board Rules, the professionals listed below are responsible for the specification sections that are listed to the left of their professional seal. Where more than one professional is shown for certain specification sections, then those professionals share joint responsibility for those specification sections. All specification sections contained herein as listed qN & COOP on the Technical Specifications Table of Contents. 50-•�q OF�Ttij' Special Conditions Section 01400 Section 13281 Section 13282 (All sections except those listed under other P.E. seals) Section 03300 01267209 11/11 4 R P. McMILLEN �JJ1 0 -X . 52683 �qN & coop Q r..:l�.N!!N!lHNNNN..MN/ a f HEATHER RAE KEtSTER % o �..1000 It f 23/201 1 v P� NIOF�� �� 5�.!`• sltlC, %'• Q.....eu.........iit a MATTHEW S. LAVERTY % o �. . 107487 11/23/11 Page Intentionalll Left Blank NWLDIP - PHASE 1 1 TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION ScSpecial Conditions.....................................................................................................................9 DIVISION 1 - GENERAL REQUIREMENTS 01020 Measurement and Payment...................................................................................................... 16 01027 Applications for Payment.......................................................................................................... 2 01028 Change Order Procedures.......................................................................................................... 3 01039 Coordination and Meetings........................................................................................................ 2 01100 Summary of Work..................................................................................................................... 2 01140 Work Restrictions...................................................................................................................... 5 01310 Progress Schedules.................................................................................................................... 2 01322 Photographic Documentation.....................................................................................................2 01330 Submittal Procedures.................................................................................................................5 01356 Storm Water Pollution Prevention Plan(SWP3).......................................................................2 01400 Quality Requirements................................................................................................................1 01420 References................................................................................................................................. 5 01500 Temporary Facilities and Controls............................................................................................. 6 01555 Barricades, Signs and Traffic Handling.....................................................................................2 01576 Waste Material Disposal............................................................................................................2 01600 Product Requirements................................................................................................................ 2 01700 Contract Closeout...................................................................................................................... 2 DIVISION 2 - SITE WORK 02082 Pre -cast Concrete Manholes and Vaults.................................................................................... 6 02084 Frames, Grates, Rings and Covers.............................................................................................3 02221 Removing Existing Pavements.................................................................................................. 2 02231 Tree and Plant Protection........................................................................................................... 5 02240 Dewatering.................................................................................................................................3 02260 Excavation Support and Protection............................................................................................ 4 02279 Articulated Concrete Block Mattresses for Erosion Control ...................................................... 8 02300 Earthwork.................................................................................................................................. 8 02317 Excavation and Backfill for Utilities........................................................................................10 02318 Borrow.......................................................................................................................................3 02320 Utility Backfill Materials........................................................................................................... 5 02425 Tunnel Excavation and Primary Liner....................................................................................... 9 02426 Storm Sewer Pipe or Box in Tunnels......................................................................................... 3 02430 Tunnel Grout............................................................................................................................. 5 02533 Acceptance Testing for Pipe Storm Sewers............................................................................. 11 02631 Storm Sewers............................................................................................................................. 5 02632 Cast -In -Place Headwalls, Wingwalls and Inlets........................................................................2 02635 Centrifugally Cast Fiberglass Pipe............................................................................................. 5 02637 Filament Wound Fiberglass Pipe...............................................................................................6 02638 Reinforced Concrete Pipe..........................................................................................................4 02639 Precast Reinforced Concrete Box..............................................................................................5 01267209 TABLE OF CONTENTS PAGE - 1 11/11 NWLDIP - PHASE 1 02665 Water Works Piping, Valves and Fittings.................................................................................. 9 02730 Sanitary Sewer Line Construction............................................................................................. 5 02741 Hot -Mix Asphalt Paving.......................................................................................................... 15 02751 Portland Cement Concrete Pavement...................................................................................... 12 02764 Pavement Joint Sealants............................................................................................................. 5 02831 Chain Link Fences and Gates.................................................................................................... 2 02920 Lawns and Grasses.................................................................................................................... 7 DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete............................................................................................................ 13 03410 Precast Concrete Sanitary Sewer Manholes............................................................................... 6 DIVISION 4 Not Used DIVISION 5 - METAL 05500 Metal Fabrications..................................................................................................................... 4 05530 Gratings..................................................................................................................................... 4 DIVISIONS 6 - 8 Not Used DIVISION 9 - FINISHES 09703 Rehabilitation and Corrosion Protection.................................................................................... 6 DIVISIONS 10 - 12 Not Used DIVISION 13 — SPECIAL CONSTRUCTION 13281 Soil Vapor Extraction................................................................................................................ 1 13282 Hydrocarbon -Contaminated Groundwater Treatment................................................................ I DIVISIONS 14 -16 Not Used 01267209 TABLE OF CONTENTS PAGE - 2 11/11 NWLDIP - PHASE 1 APPENDICES APPENDIX A - Storm Water Pollution Prevention Plan Skeleton APPENDIX B — TPDES General Permit to Discharge Wastes APPENDIX C — TCEQ Fact Sheet and Executive Director's Preliminary Decision APPENDIX D — TCEQ LPST Treated Water Discharge Notice of Intent APPENDIX E — TCEQ LPST Treated Water Notice of Termination APPENDIX F — MW-02 Report Summary .__ 01267209 TABLE OF CONTENTS PAGE - 3 11/I1 Paee Intentionally Left Blank NWLDIP — PHASE 1 SPECIAL CONDITIONS NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT — PHASE I SC-1 SUBSTANTIALLY COMPLETED Add the following to paragraph 9, substantially completed, of the General Conditions of the Agreement: The work shall not be considered substantially completed as long as items of work listed in Exhibit A, Bid Submittal, remain to be completed. SC-2 CONTRACTOR'S LAYOUT OF WORK Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying services and equipment as needed for horizontal and vertical location and control of the work. The Owner will not be furnishing surveying services. SC-3 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Add the following to paragraph 11, Keeping of Plans and Specifications Accessible. The Contractor will be furnished five (5) copies of the plans and specifications. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense. SC4 LINES AND GRADES Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor. SC-5 SUPERINTENDENCE AND INSPECTION Add the following to paragraph 15, Superintendence and Inspection, of the General Conditions of the Agreement: The Owner's Representative may also appoint contracted individuals and business entities to serve in the capacity of subordinate engineers, supervisors or inspectors. Such subordinate inspectors are defined as Resident Project Representatives (RPR). For the purpose of this paragraph, ENGINEER is defined as a contracted licensed engineer, or engineering firm, subordinate to Owner's Representative. RPR is the ENGINEER'S agent during construction, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with ENGINEER and CONTRACTOR keeping OWNER'S REPRESENTATIVE advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of ._ CONTRACTOR. RPR shall generally communicate with OWNER'S REPRESENTATIVE with the knowledge of and under the direction of ENGINEER. 0I267209 SPECIAL CONDITIONS Sc- l I1/I1 NWLDIP —PHASE I SC-5.1 Liaison: Serve as ENGINEER's liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of the Contract Documents, and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR when CONTRACTOR'S operations affect OWNER'S on -site operations. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. SC-5.2 Shop Drawings and Samples: Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. SC-5.3 Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to ENGINEER whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. SC-5.4 Reports: Furnish ENGINEER periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. Report immediately to ENGINEER and OWNER upon the occurrence of any accident. 01267209 SPECIAL CONDITIONS SC - 2 11/11 NWLDIP — PHASE 1 SC-5.5 Payment Requests: Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship ofthe payment requested to the schedule of values or unit price bid items. Work completed and materials and equipment delivered at the site but not incorporated in the Work. SC-5.6 Limitations of Authority: Resident Project Representative: Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by ENGINEER. Shall not exceed limitations of ENGINEER's authority as set forth in the General Conditions of the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR's superintendent. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. Shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. Shall not authorize OWNER to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. SC-6 CONTRACTOR'S DUTY AND SUPERINTENDENCE Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for suspending the operations of the Contractor without recourse on the part of the Contractor. The Contractor's designated superintendent shall be physically and locally present until such time as the Owner issues notice of final completion. 01267209 SPECIAL CONDITIONS SC - 3 11/11 NWLDIP — PHASE 1 SC-7 CHARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors. When such workmen are discharged from the work, such workmen shall not be associated with the work in any capacity or function whatsoever. SC-8 CONTRACTOR'S INSURANCE Add the following to paragraph 28, Contractor's Insurance, of the General Conditions of the Agreement: The insurance certificates furnished shall name the City of Lubbock, Parkhill, Smith & Cooper, Inc. and Hugo Reed & Associates, Inc. as additional insureds. SC-9 DEFINITIONS For the following paragraphs of these Special Conditions, ENGINEER shall be defined as the Owner's primary consultant which is Parkhill, Smith and Cooper, Inc. (PSC) and consultants to PSC, namely Hugo Reed and Associates, Inc., Terra Engineers, Inc., Gorrondona and Associates, Inc., and Hi Plains Drilling, Inc. SC-10 DOCUMENT OWNERSHIP Contractor; and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any of the drawings, specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and ENGINEER and specific written verification or adaptation by ENGINEER. SC-11 SUBSURFACE SOIL INVESTIGATION The ENGINEER conducted subsurface soil investigations through Terra Engineers, Inc. The Terra Engineers' report is STR 1924-A dated August 29, 2011.One photocopy of the report will be made available to each bidder for information purposes, but the report is not a part of the Contract Documents. These subsurface investigations, samples and reports were prepared for design purposes, and any reliance on the samples and report data by the Contractor is at the sole risk of the Contractor. Any conclusions, interpretations or opinions based on the samples and report data are the sole province of the Contractor. Neither the Owner nor the ENGINEER assume any liability or responsibility for 01267209 SPECIAL CONDITIONS SC-4 11/11 1 LNWLDIP — PHASE 1 the various differing subsurface materials that may be encountered, whether or not shown in the soil investigation reports. Contractor may not rely upon or make any claim against OWNER or ENGINEER with respect to: ■ the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or ■ other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or ■ any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. SC-12 UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: ■ OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and ■ The cost of all the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) ' locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 20 of the General Instructions to Bidders and repairing, to the satisfaction ofthe facility owner, any damage thereto resulting from the Work. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work in connection therewith (except in an emergency as required to prevent injury, loss of life, or damage to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. (' 01267209 SPECIAL CONDITIONS SC - 5 11/11 NWLDIP —PHASE 1 SC-13 SUBSTITUTES AND "OR -EQUAL" ITEMS SC-13.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: SC-13.2 "Or -Equal": If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or - equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. SC-13.3 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph SC-13.2, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use ofthe substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. iF 01267209 SPECIAL CONDITIONS SC - 6 11111 , NWLDIP — PHASE 1 SC-13.4 CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SC-13.5 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure ofconstruction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph SC-13.3. SC-13.6 Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SC-13.3 and SC-13.5. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee of other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SC-13.3 and SC-13.5 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. SC-14 RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Failure to maintain and safeguard these required documents shall be grounds for the Owner to issue a non-compliance directive to the Contractor and withhold all payments until such non-compliance is remedied. 01267209 SPECIAL CONDITIONS SC-7 I I/11 NWLDIP —PHASE 1 SC-15 SUBMITTAL REVIEW One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the Engineer at no cost to the Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $100.00 per man-hour. Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. SC-16 CONSTRUCTION OBSERVATION General Condition Paragraph 21 is retained in its entirety. Add the following to General Condition Paragraph 21, Observation and Testing: The Contractor shall make available, or leave in place, for the Owner's observing or testing party equipment for the safe ingress and egress pertaining to the item of work. Such equipment shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators, hoists, harnesses, ladders, excavation shoring, lighting, and ventilation. Failure to make sufficient equipment and monitors available for Owner's observation of the work shall be prima facie evidence that the work does not comply with the Contract Documents, specifications, or drawings. SC-17 PARTIAL PAYMENTS Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement: Partial payments requested by the Contractor may include materials delivered, but not yet incorporated into the project. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at the site, or at another location agreed to in writing, then the application for payment shall also be accompanied by a bill of sale or invoice warranting that the equipment and materials are free and clear of all liens and evidence that the materials and equipment are covered by the appropriate property insurance and other arrangements to protect the Owner's interest therein. Materials and equipment shall not be considered for partial payment if stored where the Owner can not confirm the quantities or otherwise seize and secure the equipment and materials in the event that the Contractor defaults on the work. Materials and equipment that are eligible for partial payment will be carried as "Materials on Hand" on the partial pay estimates and then moved from "Materials on Hand" to completed items ofthe work once those materials and equipment are incorporated into the work. Partial payments for completed items of work will reflect adjustments for prior partial payments made to the Contractor, for the same completed items of work, for "Materials on Hand". Partial payments for "Materials on Hand" shall be subject to the five -percent retainage. Only actual invoice amounts and actual freight invoice amounts for delivered items to the locations stated above will be eligible for partial payment as "Materials on Hand". Materials on hand shall be limited to materials manufactured at a manufacturing facility such as precast reinforced concrete pipe, fiberglass pipe, precast manholes, manhole frames and covers, check valves and grates. Items not considered as materials on hand are those items which require further processing for use in the project such as cements, aggregates, asphalts, fill materials, concrete, riprap, etc. The final determination of whether a substance or item qualifies as materials on hand is the sole province of the Owners representative under General Conditions Paragraph 14. 01267209 SPECIAL CONDITIONS SC - 8 11/11 NWLDIP — PHASE 1 SC-18 SUBSTANTIAL COMPLETION General Condition paragraph 43 is retained in its entirely. Add the following to General Condition Paragraph 43: Contractor's written notice of substantial completion shall be rejected and not considered when items of work listed in Exhibit A, Bid Submittal, are not complete. SC-19 FINAL COMPLETION General Condition paragraph 44 is retained in its entirety. Add the following to General Condition Paragraph 44: Contractor's written notice of final completion shall be rejected and not considered when any items of work remain to be completed. END SPECIAL CONDITIONS 01267209 SPECIAL CONDITIONS SC-9 11/11 N WLDIP —PHASE 1 SECTION 01020 MEASUREMENT AND PAYMENT PART I -GENERAL 1.1 SCOPE A. This section covers the method of measurement and payment of the items required for the construction of the project. The unit price bid on each item stated in the Bid Form shall include furnishing all labor, superintendence, machinery, materials, equipment and incidentals necessary to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans and called for in the specifications for which no separate payment is made shall be included in the bid price for the various pay items. Payment on the various items will be made as provided by the General Conditions of the Agreement and Special Conditions of the Agreement. 1.2 MOBILIZATION A. Payment will be made at the lump sum price bid for Mobilization for the project. This lump sum price to be paid prior to substantial completion will be a maximum of 6% of the total amount bid for the project. Any amount bid above the 6% of the total bid for the project will be eligible for payment upon substantial completion of the entire project. Partial payment can be requested under this item. A request for 25% of the amount that is eligible for payment at the beginning of the project (i.e., 25% of the amount equal to 6% of the total bid amount) can be made upon approval of the pipe submittal and the storm sewer pipe laying schedule. A request for the remaining portion of the total amount that is eligible for payment at the beginning of the project can be made in a maximum of 25% increments for the following three months, provided that equipment is on site and physical construction has started. Partial payments for mobilization are subject to the retainage amount specified in the contract documents. 1.3 STORMWATER POLLUTION PREVENTION PLAN A. Payment will be made at the lump sum price bid for Stormwater Pollution Prevention Plan measures, furnished, installed, periodically inspected and properly maintained. Partial payment can be requested for this item. This partial payment will be determined by the percentage of the total storm sewer project that is accepted for payment. Payment will be made for up to 60% of the total amount for the segment of pipe that is being requested. The remaining 40% will be paid upon final stabilization and removal of the respective measures. No payment will be made for measures that are not in compliance with the TPDES permit. In such circumstance, this amount will be reduced by a percentage of the pipe that was installed with the noncompliant measures. If this reduction is made, then the amount ultimately paid under this item will be less than 100% of the amount bid. 1.4 TRAFFIC CONTROL A. Payment will be made at the lump sum price for Traffic Control measures furnished and installed including, but not limited to, installation and removal of temporary paving, i signage, barricades, channelization devices and work zone pavement markings. Partial 01267209 MEASUREMENT AND PAYMENT 01020 - 1__ 11/11 I f l N WLDIP —PHASE l payment will be made on a pro-rata basis based on the percent of storm line completed and in place for the Traffic Control associated with each proposed storm sewer line, inlets and outlets inclusive. The sum of the partial payments made for Traffic Control on any individual proposed storm sewer line shall not exceed 90%, subject to the specified retainage, of the lump sum price bid for Traffic Control for the individual proposed storm sewer line until such time as the line is complete and accepted by the Owner, including applicable grading and vegetation establishment. No partial payment shall be made for partial Traffic Control measures. Payment shall not be made under this item where the Engineer determines that there was a lack of evidence that Traffic Control was used, or if the Engineer determines that the measures installed do not meet the requirements of the plans and specifications. No additional compensation will be allowed where Traffic Control is required because of work being remedied due to not meeting plans and specifications. 1.5 STORM SEWER LINES IN TRENCH OR TUNNEL A. Payment will be made at the unit price bid for the listed diameters of storm sewer pipe or storm sewer box of the dimensions listed, furnished and installed by any allowable method. The quantity of pipe eligible for payment shall be the actual linear footage of pipe furnished and installed in accordance with the plans and specifications. This item shall include all items associated with the installation of the storm sewer conduit that do not have a separate pay item identified. This includes but is not limited to the storm sewer conduit, the trench excavation, the compacted backfill, any special bedding or backfill, tunneling or boring pit excavation and backfill, ties to existing pipelines, hauling, site security, protection of existing utilities, tunnel excavation, tunnel liner, tunnel grout, testing of lines, project cleanup and any changing surface and/or subsurface conditions. Measurement shall be made to the nearest foot from manhole center to manhole center, or to the conduit end if no manhole, without deduction for diameter of manhole. Where tee branches are indicated, measurement will be from the center line of the main conduit to the end of the tee branch. B. Where called for on the plans, the price for short segments of larger diameter pipe and reducer sections of pipe shall be considered to be included in the unit bid prices bid for the applicable line segment. C. Where the storm sewer conduit is placed on a horizontal curve, and the Owner and Contractor agree, the plan length of curve from point of curvature to point of tangency may be used to define the payment length along curved portions of storm sewers. If Owner and Contractor do not agree to plan length for curve distance, then Contractor shall furnish field surveys that tie points of curvature, points of tangency, degree of curve, chord distance, and deflection angle to the actual field installation. This curve length must agree with field -measured distance. D. Incremental partial payment factors will be applied to unit bid price as follows for the stage of construction where the project crosses paved areas for trench or open cut method: Trench excavated, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to street subgrade 0.80 Conduit installed and trench backfilled to street subgrade, leakage test completed 0.90 Applicable mandrel test completed 1.00 01267209 MEASUREMENT AND PAYMENT 01020 - 2 11/11 NWLDIP—PHASE 1 E. Incremental partial payment factors will be applied to unit bid price as follows for the stage of construction where the project crosses paved areas for trenchless method: Tunnel or bore excavated, but conduit not installed 0.50 Tunnel or bore excavated and shoring installed 0.70 Conduit installed and tunnel or bore space grouted 0.80 Access shafts backfilled to street subgrade, applicable leakage test completed 0.90 Applicable mandrel test completed 1.00 F. For project conditions crossing upaved areas, the incremental partial payment factors applied to the unit bid price will be as follows for the stage of construction for trench or open cut method: Trench excavated, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to topsoil subgrade 0.80 Conduit installed and trench backfilled to topsoil subgrade, applicable leakage test completed 0.90 Topsoil installed 0.95 Grading and cleanup completed and applicable mandrel test completed 1.00 G. For project conditions crossing unpaved areas, the incremental partial payment factors applied to the unit bid price will be as follows for the stage of construction for trenchless method: Tunnel or bore excavated, but conduit not installed 0.50 Tunnel or bore excavated and shoring installed 0.70 Conduit installed and tunnel or bore space grouted 0.80 Conduit installed and access shafts backfilled to topsoil subgrade, applicable leakage test completed 0.90 Topsoil installed at access shafts 0.95 Grading and cleanup completed and applicable mandrel test completed 1.00 H. The incremental partial payment factors for trenchless methods shall be applied to the cumulative, constructed length achieved at the time of any partial payment. The incremental factors shall be applied to the constructed length, regardless of the actual length or area of surface disturbance for each applicable location. 1.6 TRENCH AND TUNNEL GROUNDWATER DEWATERING A. Payment will be made at the unit price bid for Trench and Tunnel Groundwater Dewatering. The quantity eligible for payment shall be the actual linear footage of trench or tunnel that is dewatered in accordance with the plans and specifications. This item shall include all of the extra cost associated with the dewatering measures. If no dewatering measures are taken, or dewatering measures are taken but conditions do not warrant the measures, then the quantity will be considered zero linear feet. No payment will be made for work areas subject to surface water. Place the cost of dewatering surface water in the appropriate item related to that work. This item applies only to groundwater control systems that intercept groundwater prior to its reaching, or appearing, in the limits of excavation. 01267209 MEASUREMENT AND PAYMENT 01020 - 3 f N WLDIP —PHASE 1 I 1.7 SOIL VAPOR EXTRACTION A. Payment will be made at the unit price bid for soil vapor extraction. Such payment includes soil vapor extraction wells up to 40 feet deep each, vacuum blowers, piping, exhaust stack, temporary surface seal sheeting, materials, installation, operation, removal, plugging extraction wells, superintendence, labor and all other items necessary and incidental to the work. If soil vapor extraction wells are not installed and operated, then no payment will be made for any soil vapor extraction items of work. 1.8 HYDROCARBON CONTAMINATED GROUNDWATER TREATMENT A. Payment will be made at the unit price bid for hydrocarbon contaminated groundwater treatment. Such payment includes, but is not limited to, materials, labor, superintendence, piping, treatment equipment, equipment removal, disposal/disposition of treatment equipment, and all other items necessary and incidental to the work. The wells pumping the groundwater will be considered as being paid for under Trench and Tunnel Groundwater Dewatering, paragraph 1.6 above. 1.9 TRENCH AND TUNNEL OR BORE ACCESS SHAFT SAFETY SYSTEM A. Payment will be made at the unit price bid for Trench and Tunnel Access Shaft Safety System, furnished and installed. The quantity eligible for payment shall be the actual linear footage measured for installed portions of storm sewer conduit. No deduction will be made for manholes. Trench and Tunnel or Bore Access Shaft Safety System must be in accordance with the plans and specifications to be eligible for payment. Payment will not be made under this item where the Engineer determines that there was a lack of evidence that a Trench and Tunnel or Bore Access Shaft Safety System was used, such as no trench box, no sloping of trench walls, no trench shoring and so forth. If no worker protection is furnished and installed, then quantity will be considered zero linear feet, and no payment will be made to the Contractor under this item. B. Tunnel support is paid under separate item. 1.10 STORM SEWER MANHOLES A. Payment will be made at the unit price bid for manholes of each type furnished and installed. This item shall include but is not limited to the manhole riser sections, excavation, any special bedding and backfill, reinforced concrete manhole support, the ring and cover, any grade rings, all other appurtenances, the connection of the manhole to the main line and any lateral lines, and other incidental work. The quantity eligible for payment shall be the total number of manholes furnished and installed in accordance with the plans and specifications. 1.11 REMOVE EXISTING ASPHALT PAVEMENT A. Applicable Street Restoration Ordinance: City of Lubbock Ordinance No. 2007-00122 calls for the following pavement restoration requirements for excavations in existing street pavements: "If excavation of an asphalt street in good condition is approved, and 25% or more of the asphalt street surface (or 50% or more of a designated thoroughfare street) is 01267209 MEASUREMENT AND PAYMENT 01020 - 4 11/11 NWLDIP — PHASE I disturbed, a complete block to block, curb to curb pavement repair, including removal and replacement of the complete pavement surface, will be required." "If the existing pavement is Portland Cement Concrete Pavement (PCC), the concrete shall be cut first with a saw to a minimum depth of half the thickness of the concrete which shall also cut the reinforcing steel. The concrete can then be broken out with an air chisel or pavement breaker. No more than 6 inches of PCC shall be broken back beneath the saw cut." The quantities for pavement removal and new pavement in these measurement and payment clauses reflect the adopted ordinance for the pavement condition. For this project, PCC includes continuously -reinforced concrete pavement, non -reinforced concrete pavement, valley gutters, concrete spandrels, and other driving or parking surfaces associated with car and truck traffic, concrete curb and gutter excluded. B. Quantity eligible for payment will be the actual quantity, in square yards, of Type 1 or Type 2 asphalt paving removed subject to the defined maximum quantity and dimensions. Payment will be made at the unit price bid per square yard of asphalt pavement removed._, The unit price bid shall include sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock Stockpile location as specified, labor and -> equipment, and any items necessary and incidental to the work. C. Type 1 asphalt pavement thickness is generally hot -mix asphaltic concrete (HMAC) over flexible base plus any patches, maintenance seal coats, and level -up asphalt courses. Also included in the Type I pavement thickness is the surface course of HMAC over asphalt - stabilized base. Type I thickness is generally considered to be a nominal 1.5-inch mat thickness, however this definition will include HMAC surface mats up to 2.5-inch thickness with occasional 4-inch thicknesses occurring at random intervals of small extent. y' D. Type 2 asphalt pavement thickness is generally asphalt stabilized base in thoroughfares to a nominal 9-inch overall thickness placed on prepared subgrade. The Type 2 asphalt tA pavement thickness is thus considered to be a nominal 9-inch overall combined mat thickness, however this definition will include asphalt -stabilized base up to 10 inches combined mat thickness with occasional 12-inch overall thicknesses occurring at random -; ' intervals of small extent. E. The maximum quantities eligible for payment under this item are as follows: 1. Fordham Street (Line E Sta. 17+81 to 27+60), complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 25 feet for the length of the pipeline under asphalt surface. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), complete removal of Type I existing asphalt pavement for a maximum eligible width of 25 feet for the length of pipeline Y installed under asphalt surface. 3. Grinnell Street a. (Line E Sta. 30+25 to 55+94), complete removal of Type 1 existing asphalt , pavement for a maximum eligible width of 27 feet for the length of pipeline 3 installed under asphalt surface, tunneled reaches excluded. b. (Line E Sta. 55+94 to 67+62), complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 25 feet for the length of pipeline i installed under asphalt surface. 4. Knoxville Avenue (Line E Sta. 67+44 to 74+13) complete removal of Type I existing asphalt pavement for a maximum eligible width of 25 feet for the length of pipeline installed under asphalt pavement, tunneled reaches excluded. 01267209 MEASUREMENT AND PAYMENT 01020 - 5 11/11 NWLDIP— PHASE I 5. Erskine Street a. (Line E Sta. 74+13 to 75+67), complete removal of Type 1 existing asphalt pavement for a maximum eligible width of 23 feet for the length of the pipeline installed under asphalt surface, tunneled reaches excluded. b. (Line E Sta. 75+67 to 77+64), complete removal of Type I existing asphalt pavement for a maximum eligible width of 19 feet for the length of the pipeline installed under asphalt surface, tunneled reaches excluded. C. (Line E Sta. 77+64 to 113+64), removal of existing pavement to width shown in plans for Erskine Street regrading. F. Pavement removal outside of the width dimension necessary for trenching and/or equipment benching shall be coordinated with the Engineer and concurrence received prior to removal. G. Pavement removal for isolated areas of pavement damage by Contractor, such as but not limited to gouging, heaving, lifting, equipment leaks, or scarring, to pavement that would otherwise not require removal, shall be repaired by the Contractor but will not be eligible for payment. H. Pavement overlying tunnel installation reaches shall not be removed except at tunnel access shafts unless directed by the Engineer to repair isolated areas of Contractor - damaged pavement under 1.9.17 above. I. Removal of pavement overlying otherwise undisturbed flexible base and subgrade materials shall be done in such a manner that the flexible base and subgrade materials remain densified, to grade, and suitable for subsequent pavement operations. J. Measurement will be for the actual number of square yards of Type I or Type 2 eligible pavement removed up to the maximum eligible quantity dimensions defined in this paragraph 1.11. 1.12 ROADWAY EXCAVATION A. Payment will be made at the unit price bid per cubic yard of excavation, as quantified on the plans for the portion of Erskine Street to be repaved. This item shall include but is not limited to all excavation and hauling, as well as all labor and equipment necessary to bring Erskine Street to the lines and grades shown on the plans. Measurement will be for the actual number of eligible cubic yards of roadway excavation up to the maximum eligible quantity. 1.13 SUBGRADE PREPARATION (12") A. Payment will be made at the unit price bid per square yard for subgrade preparation, density -controlled, at the unit price bid per square yard, complete in place, for the subgrade preparation depth listed. This item shall include but is not limited to hauling, wetting, rolling, compacting, testing, grading, materials, and all other items necessary and incidental to the work. The maximum quantities eligible for payment are as follows: 1. Fordham Street (Line E Sta. 17+81 to 27+60), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 01267209 MEASUREMENT AND PAYMENT 01020 - 6 t, 11/11 NWLDIP—PHASE 1 f', 3. Grinnell Street a. (Line E Sta. 30+25 to 35+58), a maximum eligible width of 26 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. b. (Line E Sta. 35+58 to 55+94, a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. C. (Line E Sta. 55+94 to 67+62), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. 4. Knoxville Avenue (Line E Sta. 67+44 to 74+13), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 5. Erskine Street a. (Line E Sta. 74+13 to 75+67), a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. b. (Line E Sta. 75+67 to 77+64), a maximum eligible width of 18.5 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. C. (Line E Sta. 77+64 to 113+64), subgrade preparation limits as shown in plans for Erskine Street regrading. B. Subgrade preparation outside the width dimension that is necessary for trenching and/or equipment benching shall be coordinated with the Engineer and concurrence received prior to beginning work. C. Subgrade preparation shall not be eligible for measurement or payment when such preparation is within a pavement restoration area that is not eligible for measurement or payment. D. Existing subgrade to remain in place that is damaged by Contractor shall be repaired by Contractor, and such repair shall not be eligible for measurement or payment. E. Measurement will be for the actual number of eligible square yards of subgrade preparation up to the maximum eligible quantity dimensions defined in this paragraph 1.13. 1.14 FLEXIBLE BASE A. Payment will be made at the unit price bid per square yard for flexible base, density - controlled, complete in place in accordance with the plans and specifications. This item shall include but is not limited to materials, hauling, spreading, wetting, rolling, -4 compacting, blading, testing, and all other items necessary and incidental to the work. The 3 maximum quantities eligible for payment are as follows: ' 1. Fordham Street (Line E Sta. 17+81 to 27+60), a maximum eligible width of 22 feet. over the installed storm sewer pipeline for the length of pipeline installed by open ? cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. i 3. Grinnell Street a. (Line E Sta. 30+25 to 35+58), a maximum eligible width of 26 feet over the installed pipeline for the Iength of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. g- 01267209 MEASUREMENT AND PAYMENT 01020 - 7 _} 11/11 j i` NWLDIP —PHASE I b. (Line E Sta. 35+58 to 55+94), a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. C. (Line E Sta. 55+94 to 67+62), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. 4. Knoxville Avenue (Line E. Sta. 67+44 to 74+13), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 5. Erskine Street a. (Line E Sta. 74+13 to 75+67), a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. b. (Line E Sta. 75+67 to 77+64), a maximum eligible width of 18.5 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. C. (Line E Sta. 77+64 to 113+64), subgrade preparation limits as shown in plans for Erskine Street regrading. B. Flexible base width outside the minimum width dimension necessary for trenching and/or equipment benching shall be coordinated with the Engineer and concurrence received prior to beginning work. C. Flexible base shall not be eligible for measurement or payment when such flexible base is within a pavement restoration area that is not eligible for measurement or payment. D. Existing flexible base to remain in place that is damaged by Contractor shall be repaired by Contractor, and such repair shall not be eligible for measurement or payment. E. Measurement will be for the actual number of eligible square yards of flexible base up to the maximum eligible quantity dimensions in this paragraph 1.14. 1.15 PRIME COAT A. Payment will be made at the unit price bid per square yard for prime coat, complete in place, installed in accordance with the plans and specifications. This item shall include but not be limited to materials, equipment, labor, freight, hauling, spraying and all other items necessary and incidental to the work. The maximum quantities eligible for payment are as follows: 1. Fordham Street (Line E Sta. 17+81 to 27+60), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 3. Grinnell Street a. (Line E Sta. 30+25 to 35+58), a maximum eligible width of 26 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. b. (Line E Sta. 35+58 to 55+94, a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. C. (Line E Sta. 55+94 to 67+62), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. 01267209 MEASUREMENT AND PAYMENT 01020 - 8 N WLDIP — PHASE 1 4. Knoxville Avenue (Line E Sta. 67+44 to 74+13), a maximum eligible width of 24 F feet over the installed pipeline for the length of pipeline installed by open cut i method under asphalt or concrete pavement, tunnel access shafts inclusive. 5. Erskine Street ' a. (Line E Sta. 74+13 to 75+67), a maximum eligible width of 22 feet over the u installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive., b. (Line E Sta. 75+67 to 77+64), a maximum eligible width of 18.5 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. C. (Line E Sta. 77+64 to 113+64), subgrade preparation limits as shown in plans for Erskine Street regrading. B. Where existing flexible base is to remain in place, the Owner can waive the prime coat requirement depending on the actual oil residual evident in the existing flexible base. Where such eligible prime coat is waived, eligible quantity will be reduced accordingly. C. Where existing flexible base is to be primed at a rate less than specified, and at such reduced rate as directed by the Owner, such eligible quantity will be measured for payment l at the unit bid price without reduction in unit bid price. D. Prime Coat applied to surfaces that are otherwise ineligible for payment or measurement, such prime coat shall also be ineligible for measurement or payment. E. Measurement will be for the actual number of eligible square yards of prime coat up to the maximum eligible quantity dimensions in this paragraph 1.15. 1.16 HOT -MIX ASPHALTIC CONCRETE PAVEMENT (TYPE C) (2") A. Payment will be made at the unit price bid per square yard for hot -mix asphaltic concrete (HMAC), Type C mix, 2 inches thickness after compaction and rolling. This item shall include but not be limited to materials, hauling, placing, compacting, rolling, testing, reflective pavement markings, reflective raised pavement markers, tack coat, and all other 1 items necessary and incidental to the work. The maximum quantities eligible for payment are as follows: 1. Fordham Street (Line E Sta. 17+81 to 27+60), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 2. Detroit Avenue (Line E Sta. 27+60 to 30+25), a maximum eligible width of 22 feet over the installed storm sewer pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 3. GrinnelI Street a. (Line E Sta. 30+25 to 35+58), a maximum eligible width of 26 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. b. (Line E Sta. 35+58 to 55+94, a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. C. (Line E Sta. 55+94 to 67+62), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed under asphalt or concrete pavement, by open cut method, tunnel access shafts inclusive. 4. Knoxville Avenue (Line E Sta. 67+44 to 74+13), a maximum eligible width of 24 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. 01267209 MEASUREMENT AND PAYMENT 01020 - 9._ i N W LDIP —PHASE 1 5. Erskine Street a. (Line E Sta. 74+13 to 75+67), a maximum eligible width of 22 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. b. (Line E Sta. 75+67 to 77+64), a maximum eligible width of 18.5 feet over the installed pipeline for the length of pipeline installed by open cut method under asphalt or concrete pavement, tunnel access shafts inclusive. C. (Line E Sta. 77+64 to 113+64), subgrade preparation limits as shown in plans for Erskine Street regrading. B. HMAC shall not be eligible for measurement or payment when such HMAC is within a pavement restoration area that is not eligible for measurement or payment. C. Measurement will be for the actual number of eligible square yards of HMAC up to the maximum quantity dimensions defined in this paragraph 1.16. 1.17 STRIPING REFLECTIVE PAVEMENT MARKING A. Payment will be made at the unit price bid for reflective pavement marking as specified, furnished complete in place. 1.18 JUNCTION BOX A. Payment will be made at the unit price bid for each junction box furnished and installed. This item shall include but is not limited to the excavation required for junction boxes, density -controlled backfill, bedding, reinforcement, concrete, grade rings, anchor bolts, cast iron frame, cast iron cover, sealants, forms, connections to storm sewers, and all other items necessary and incidental to the work. The quantity eligible for payment will be the number of junction boxes installed in accordance with the plans and specifications. 1.19 STORMWATER SAMPLING STATION A. Payment will be made at the unit price bid for each stormwater sampling station furnished and installed. This item shall include but is not limited to the excavation required for the station structure the beddingand backfill reinforced concrete gratings and hatches stairs � �' g > and pipe connections to the storm sewer pipe. The quantity eligible for payment shall be the number of stormwater sampling stations furnished and installed in accordance with the plans and specifications. 1.20 COFFERDAMS A. Payment will be made at the unit price bid for each cofferdam installed, dewatered and removed. Partial payment can be requested for this item. After the installation of the cofferdam and dewatering of the work site, a request can be made for up to 60% of the total amount. The remaining 40% will be paid upon completion of the work being protected and subsequent removal of the cofferdam. Additional maintenance dewatering may be required after the initial dewatering at no additional compensation. The quantity eligible for payment shall be the number of cofferdams installed, dewatered and removed in accordance with the plans and specifications. The dewatering of cofferdams shall include surface or ground waters that intrude such that work would be impeded without the dewatering measures. --3 01267209 MEASUREMENT AND PAYMENT 01020 - 10 11/11 t NWLDIP — PHASE 1 1.21 HEADWALL AND WINGWALLS A. Payment will be made at the unit price bid for each headwall and wingwall furnished and installed. This item shall include but is not limited to the excavation required for the headwall and wingwall structure, excavation required for final grading, bedding and backfill, steel reinforcement, forms, concrete, all other appurtenances, stabilization grouting, and connection to the storm sewer pipe. The quantity eligible for payment will be the number of headwalls with attached wingwalls furnished and installed in accordance with the plans and specifications. 1.22 INLET STRUCTURE AND BASIN A. Payment will be made at the unit price bid for each inlet structure and basin furnished and installed. This item shall include but is not limited to the excavation required for the inlet structure, the excavation required for the storage basin surrounding the inlet structure, the excavation required for any final grading, the bedding and backfill, the reinforced concrete, access rings and covers, gratings and hatches, all other appurtenances, and connection to the storm sewer conduit. Permanent erosion control including articulated concrete block mattresses and geotextile fabric will be paid by a separate line item. The quantity eligible for payment shall be the number of inlet structures and basins furnished and installed in accordance with the plans and specifications. 1.23 EXCAVATION FOR CHANNELS A. Payment will be made at the unit price per cubic yard for excavation for channels. Measurement for excavation of drainage channels will be made for the volume, in cubic yards, of material to be removed as quantified in the plans. The unit price shall include all labor, equipment, and incidentals necessary to excavate to proper lines and grades as shown on the plans. 1.24 ARTICULATED CONCRETE BLOCK MATTRESSES AND GEOTEXTILE FABRIC A. Payment will be made at the unit price bid per square foot for articulated concrete block mattresses, complete in place in accordance with the plans and specifications. This item shall include but is not limited to articulated concrete block mattresses, geotextile fabric, and any other materials, anchorages, labor, equipment, and superintendence necessary to install the mattresses. The quantity eligible for payment will be the square footage of articulated concrete block mattresses installed in accordance with the plans and specifications. Material overlaps shall be in accordance with manufacturer requirements and will be considered incidental to this item. 1.25 SANITARY SEWER ADJUSTMENT A. Payment will be made at the unit price bid per linear foot for removal and replacement of sanitary sewer lines crossing the proposed storm sewer line. This item shall include but is not limited to pipe as specified, connection to existing sanitary sewer line, required pump around, and any other materials, labor, equipment, and superintendence necessary to install new sanitary sewer line at the listed diameters in accordance with the plans and specifications. i 1. Remove (cut) and replace 6-inch diameter sanitary sewer crossing. 2. Remove (cut) and replace 8-inch diameter sanitary sewer crossing. 01267209 MEASUREMENT AND PAYMENT 01020 - 11_ 11/11 i _ N W LD1P —PHASE 1 3. Remove (cut) and replace 12-inch diameter sanitary sewer crossing. 4. Remove (cut) and replace 24-inch diameter sanitary sewer crossing. (This line pertains to the Canyon Sanitary Sewer Crossing.) B. Payment will be made at the unit price bid for each sanitary sewer manhole installed at the Canyon Sanitary Sewer crossing. This item shall include but is not limited to the sanitary sewer manhole as specified, connection to existing sanitary sewer line, and any other materials, labor, equipment and superintendence necessary to install the new sanitary sewer manhole in accordance with the plans and specifications. 1.26 WATER LINE ADJUSTMENTS A. Payment will be made at the unit price bid per linear foot for replacement of water lines at system crossings and for relocation of water line around each tunnel access shaft along Knoxville Avenue. This item shall include but is not limited to pipe as specified, ductile iron fittings, connection to existing line, existing pipe removal and disposal, and any other materials, labor, equipment, and superintendence necessary to install new water line at all listed diameters in accordance with the plans and specifications. 1. Remove (cut) and replace 8-inch diameter water line in proposed trench location. (This line pertains to the Knoxville Avenue water line.) 2. Remove (cut) and replace 4-inch diameter water crossing. 3. Remove (cut) and replace 8-inch diameter water crossing. 4. Remove (cut) and replace 12-inch diameter water crossing. 1.27 REMOVE CONCRETE FLATWORK A. Payment will be made at the unit price bid per square yard for removing concrete flatwork. This item includes but is not limited to sawing, chipping, breaking, hauling, disposal or recycling, and all other items necessary and incidental to the work. Measurement will be for the actual square yards of concrete flatwork removed up to 12 inches flatwork thickness. The removal is primarily relative to the sidewalk in Buddy Holly Park / Fiesta Plaza near the system outfall. B. Contractor shall coordinate with the Engineer for actual removal limits. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal. 1.28 CONCRETE FLATWORK A. Payment will be made at the unit price bid per square yard for concrete flatwork. Where matching to existing flatwork, new flatwork shall conform to preconstruction grades, shapes, thicknesses up to 12 inches, and reinforcement. This item includes but is not limited to materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items necessary and incidental to the work. New proposed flatwork is primarily planned to replace the concrete flatwork removed in paragraph 1.27 above. The new proposed flatwork is primarily relative to the sidewalk in Buddy Holly Park / Fiesta Plaza near the system outfall. B. Extent of new construction is dependent upon agreed removal limits in paragraph 1.27 above. C. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal under paragraph 1.27 above. D. Measurement will be for the actual number of square yards of concrete flatwork constructed. 01267209 MEASUREMENT AND PAYMENT 01020 - 12 NWLDIP —PHASE 1 1.29 REMOVE CONCRETE CURB AND GUTTER A. Payment will be made at the unit price bid per linear foot for removing concrete curb and gutter, as called for in the plans. This item includes, but is not limited to sawing, chipping, breaking, hauling, disposal or recycling, and all other items necessary and incidental to the work. Measurement will be for the actual linear feet of concrete curb and gutter removed, within the allowable quantity specified in the plans. The removal is relative to Contractor access route at Fiesta Plaza. 1.30 CONCRETE CURB AND GUTTER A. Payment will be made at the unit price bid per linear foot for concrete curb and gutter. When matching existing curb and gutter, new curb and gutter shall conform to preconstruction grades, shapes, thicknesses, and reinforcement. This item includes, but is not limited to materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items necessary and incidental to the work. New curb and gutter is planned only for the curb and gutter removed in paragraph 1.29 above. B. Extent of new construction is dependent upon agreed removal limits in paragraph 1.29 above. C. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal under paragraph 1.29 above. D. Measurement will be for the actual linear feet of concrete curb and gutter constructed 1.31 REMOVE CONCRETE DRIVEWAYS A. Payment will be made at the unit price bid per square yard for removing concrete driveways up to 12 inches in thickness, as called for in the plans. This item includes but is not limited to sawing, chipping, breaking, hauling, disposal or recycling, and all other items necessary and incidental to the work. Measurement will be for the actual square yards of concrete driveway removed. The removal is relative to the driveway at the tunnel access shaft location on Knoxville Avenue, at Fiesta Plaza along ingress/egress route, and the driveways within new paving limits along Erskine Street. B. Contractor shall coordinate with the Engineer for actual removal limits. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal. 1.32 CONCRETE DRIVEWAYS A. Payment will be made at the unit price bid per square yard for concrete driveways. Where matching to existing paving, new driveways shall conform to preconstruction grades, shapes, thicknesses up to 12 inches, and reinforcement. This item includes but is not limited to materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items necessary and incidental to the work. New proposed driveways are primarily planned to replace the concrete driveways removed in paragraph 1.31 above. The new proposed driveways are primarily relative to the driveway at the tunnel access shaft location on Knoxville Avenue, at Fiesta Plaza along ingress/egress route, and the driveways within new paving limits along Erskine Street. 01267209 MEASUREMENT AND PAYMENT 01020 - 13 11/11 NWLDIP —PHASE 1 B. Extent of new construction is dependent upon agreed removal limits in paragraph 1.31 above. C. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal under paragraph 1.31 above. D. Measurement will be for the actual number of square yards of concrete driveway constructed. 1.33 REMOVE GRAVEL DRIVEWAYS A. Payment will be made at the unit price bid per square yard for removing gravel driveways up to 7 inches in thickness, as called for in the plans. This item includes but is not limited to sawing, chipping, breaking, hauling, disposal or recycling, and all other items necessary and incidental to the work. Measurement will be for the actual square yards of gravel driveway removed. The removal is relative to the driveways within new paving limits along Erskine Street. B. Contractor shall coordinate with the Engineer for actual removal limits. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal. 1.34 GRAVEL DRIVEWAYS A. Payment will be made at the unit price bid per square yard for gravel driveways. Where matching to existing paving, new driveways shall conform to preconstruction grades, shapes and thicknesses up to 7 inches. This item includes but is not limited to materials, labor, placement, subgrade preparation, and all other items necessary and incidental to the work. New proposed driveways are primarily planned to replace the gravel driveways removed in paragraph 1.33 above. The new proposed driveways are primarily relative to the driveways within new paving limits along Erskine Street. B. Extent of new construction is dependent upon agreed removal limits in paragraph 1.33 above. C. Quantities may be more or less than those listed depending upon agreed extent of compensation -eligible removal under paragraph 1.33 above. D. Measurement will be for the actual number of square yards of gravel driveway constructed. 1.35 VEGETATION RESTORATION (SEEDING AND SODDING) A. Payment will be made at the unit price bid for vegetation restoration by seeding or sodding as specified, furnished, installed and properly maintained. This item shall include but not be limited to the seed or sod, the proper preparation of the soil, and the adequate watering and fertilization until the vegetation is established. The quantity eligible for payment shall be the number of square yards of seeding or sodding, furnished, installed and maintained in accordance with the plans and specifications. Partial payment can be requested for this item. After the installation of the vegetation restoration measures, a request can be made for up to 60% of the total payment accrued. After the Engineer determines that the vegetation has been established, a request for the remaining 40% can be made. No additional payment will be made under this item for work that is being replaced due to noncompliance with the contract documents or for inadequate maintenance. The limit of measurement will be the total of the dedicated right-of-way plus the temporary construction easement. B. Re -vegetation for stabilization of other disturbed areas exceeding the limits above will be considered as included in the price bid for Stormwater Pollution Prevention Plan. 01267209 MEASUREMENT AND PAYMENT 01020 - 14 i_ 11/I1 j' NWLDIP— PHASE I 1.36 REMOVE AND REPLACE FENCING A. Payment will be made for removing and replacing various fencing types at the unit price bid per linear foot for listed types of fence removal and replacement. 1. Removal of existing welded scrap metal fence at east property line of Ortega property. This item shall include, but not be limited to, removal and disposal of existing fence posts, rails, gate, and any other items necessary and incidental to the work, complete in place. 2. Installation of new 6-foot chain link fence and gate at east property line of Ortega property. This item shall include, but is not limited to installing new galvanized chain link fabric, posts, rails, tension wires, and gate, complete in place, and any other materials, labor, equipment, and superintendence necessary to install the fence in accordance with the plans and specifications, complete in place. 3. Payment will be made for removing 8' chain link fence and salvaging the fabric for reuse, at the unit price bid for listed types of chain link fence removal. This item shall include, but not be limited to, removal and disposal of existing fence posts, braces, barbed wire arms, barbed wire, tension wires, rails, salvage of existing fence fabric, and any other items necessary and incidental to the work, complete in place. 4. Payment will be made at the unit price bid for salvaged 8' chain link fence. This item shall include but is not limited to installing salvaged chain link fence fabric, new posts, rails, tension wires, barbed wire and braces, complete in place, and any other materials, labor, equipment, and superintendence necessary to reinstall the fence in accordance with the plans and specifications, complete in place. 5. Payment will be made at the unit price bid for new 8' chain link fence. This item shall include but is not limited to installing new galvanized chain link fence fabric, posts, rails, tension wires, barbed wire and braces, complete in place, and any other materials, labor, equipment, and superintendence necessary to install the fence in accordance with the plans and specifications, complete in place. 6. Removal and replacement of wire fence along eastern boundary of TTU Native Rangeland property, between the proposed inlet and the maintenance facility fence line. This item shall include, but not be limited to, removal and disposal of existing t-posts, barbed wire, and any other items necessary and incidental to the work, as well as replacement with new t-posts and barbed wire, complete in place, and any other materials, labor, equipment, and superintendence necessary to reinstall the fence to pre -project conditions. 1.37 HEADWALL GRATES A. Payment will be made at the unit price bid for each grate associated with the project's outlet headwall. This item shall include, but not be limited to, materials, fabrication, galvanizing, assembly, mounting, labor, equipment, superintendence, and items necessary and incidental to the work, complete in place. 1.38 DEDUCTIONS AND ADDITIONS INDICATED ON DEDUCTION AND/OR ADDITION LINES OF THE BID FORM A. Where a deduction or an addition to the total bid price has been placed on the Bid Form by ; the Bidder, such deduction or addition shall be applied to the partial payments on a pro-rata basis. The pro -rated amount applied shall be based on the planned total length of conduit to be installed for the entire project as shown in the Bid Form, and as awarded by the Owner. 01267209 MEASUREMENT AND PAYMENT 01020 - 15_ 11/11 N WLD1P —PHASE I The percent of the entire project conduit -length awarded which is completely installed in accordance with the plans and specifications at the time of each partial payment shall determine the pro-rata amount applied. This pro-rata application of the deduction or addition to the total bid shall be applied to each partial payment until the addition or deduction has been fully accounted. Any addition or reduction remaining at the close of the project shall be applied to the final partial payment upon final Owner acceptance of the work. No deduction or addition indicated by the Bidder shall subsequently be used to change the unit prices entered on the bid form. PART 2-PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 1. 01267209 MEASUREMENT AND PAYMENT 01020 - 16 11/11 NWLDIP - PHASE 1 '# SECTION 01027 APPLICATIONS FOR PAYMENT 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. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Section 01620 — Measurement and Payment. B. Section 01028 - Change Order Procedures: Procedures for changes to the Work. C. Section 01330 - Submittal procedures. D. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E - Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. 01267209 APPLICATIONS FOR PAYMENT 01027 - 1 I 1/11 NWLDIP - PHASE 1 1.7 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267209 APPLICATIONS FOR PAYMENT 01027 - 2 11/11 I NWLDIP - PHASE 1 SECTION 01028 CHANGE ORDER 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. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated Price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.3 RELATED SECTIONS A. Section 01027 - Applications for Payment. B. Section 01330 - Submittal Procedures. C. Section 01600 - Product Requirements. D. Section 01700 - Contract Closeout. 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. ` g 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. �3 E 01267209 CHANGE ORDER PROCEDURES 01028 - 1_ 11/11 r- NWLDIP - PHASE 1 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.6 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description ofa proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.9 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. 01267209 CHANGE ORDER PROCEDURES 01028 - 2 11/11 NWLDIP - PHASE 1 B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267209 CHANGE ORDER PROCEDURES 01028 - 3 11/11 NWLDIP - PHASE 1 SECTION 01039 COORDINATION AND MEETINGS 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. Coordination. B. Progress meetings. C. Preconstruction meeting. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work ofseparate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. 13. Procedures for maintaining record documents. 01267209 COORDINATION AND MEETINGS 01039 - 1 NWLDIP - PHASE 1 14. Inspection and acceptance of equipment or improvements put into service during construction period. 15. Other items as deemed necessary by Owner or Engineer. D. Engineer will record minutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly intervals. B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: l . Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Engineer will record minutes and distribute copies to participants. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used 01267209 11/11 END OF SECTION COORDINATION AND MEETINGS 01039 - 2 NWLDIP - PHASE I SECTION 01100 SUMMARY OF WORK 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. Work covered by Contract Documents. B. Contract. C. Work sequence. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Project consists of Northwest Lubbock Drainage Improvements. 1. Project Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Work Summary 1. Project consists of approximately 2.3 miles of I5-foot by 7-foot, 10-foot by 10-foot, and 78-inch diameter gravity flow stormwater box and pipe, one stormwater sampling station, channel grading and earthwork for interception and storage of playa lake overflow, one inlet structure and street regrading and paving. 2. The work includes: a. Rigid wall and/or flexible wall pipe and box installation. b. Concrete box installation. C. Manhole installation. d. Stormwater sampling station installation. e. Channel grading, earthwork and construction of channel for intercepted overflow, and inlet structure. f. Grading and erosion protection around inlets and outlets. g. Street repair. h. Water main adjustment at Knoxville. i. Sanitary sewer adjustment near outfall. j. Regrading and repaving of affected portions of Erskine Street. 3. Requirements: a. Tunneling or boring and jacking is required for: 1) All depths to bottom of pipe bedding greater than 50 feet. 2) All Texas Department of Transportation right-of-way crossings. 3) BNSF right-of-way crossing. 4) All major city right-of-way crossings. 5) All major utility crossings. 6) Grinnell and N. Elgin intersection. 7) Grinnell and N. Indiana intersection. 8) N. Knoxville, between Grinnell and Erskine. 01267209 SUMMARY OF WORK 01100 - 1 11/11 NWLDIP - PHASE 1 9) Erskine and Texas Tech Parkway intersection. 10) All other locations identified in the drawings. b. Sheet pile cofferdams will be allowed for all lake -area work. C. Dewatering of lakes exterior to cofferdams to elevations below post -project elevations shown on the drawings will not be permitted. d. Open trench excavation will be limited to 800 feet unrepaired trench, but unrepaired trench must be trafficable. e. Open trench excavation not backfilled to grade will be limited to 200 linear feet along the trench axis unless otherwise approved by the Owner. 1.4 CONTRACT A. Project will be constructed under a general construction contract. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267209 SUMMARY OF WORK 01100 - 2 11/11 NWLDIP —PHASE l SECTION 01140 WORK RESTRICTIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Utility cutovers and interruptions. E. Noise restrictions. F. Occupancy requirements. 1.3 USE OF PREMISES Conditions and A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. In parks, in storm water storage and impoundment easements, and in other open areas, work is limited to a corridor of 100-foot total width along the proposed alignment, unless otherwise shown on the drawings, without prior approval from the Engineer, the Owner, and/or the easement property owner. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. b. Provide commercial and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected driveways. C. Driveways for residents who are handicapped in residential areas shall be kept in service to the extent feasible. Provide alternate assistance or access while driveway or street is blocked at any handicapped individual's residence. 3. Line R: a. This restriction applies where the Line R storm sewer is to be constructed within the easements shown on Texas Tech University property. The property boundaries shall be secured against vehicular and pedestrian entry whenever Contractor's forces are not actively working on site, or otherwise essentially continuously present. f _.: 01267209 WORK RESTRICTIONS 01140 - 1 11/11 NWLDIP —PHASE 1 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Construction of Line E along N. Knoxville Avenue, Station 67+00 to Station 75+00 and Line R, on the Texas Tech University Native Rangeland property will be limited to between December I and March 31. Texas Tech must be notified prior to starting construction in these areas. B. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. C. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. D. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 1.5 WORKING PERIOD A. Working Hours - Regular working hours shall be within an I hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight hour period between } 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities . that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: 1. New Year's Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) - 5. Where the observed holidays listed above fall on a Friday or a Monday, then the associated weekend shall be included as part of the non -work holiday period. 6. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 7. Christmas week. If Christmas Day falls on a Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on a Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval. Make application 21 calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the g Owner. Lighting shall be such that it does not cause nuisance conditions. C. The drawings contain specific requirements that affect certain areas of the work. D. Work within residential and lake areas will be restricted to Monday through Friday unless--> tunneling operations are in progress in a residential or lake area. Tunneling operations, once started, may proceed 24-hours per day if required to prevent a "lock up" of the carrier '? pipe in an unlined tunnel bore, until the specific drive between two adjacent access shafts is complete. A tunnel drive using a tunnel boring machine may not be started on a Wednesday unless the drive can be completed by close of work hours on the following , Friday. The same restriction applies to boring and jacking operations. Lake areas are defined as the lakes where inlet structures and headwalls and wingwalls will be located and extending in all directions to adjacent street curbs. 01267209 WORK RESTRICTIONS 01140 - 2 11/11 NWLDIP —PHASE I E. Contractor must observe working hours by City of Lubbock staff for dropoff of millings to the Caliche Canyon Landfill. Materials may be dropped off during that facility's working hours only, Monday through Friday, 8:00 a.m. to 5:00 p.m. The material will be accepted at the facility at 8425 N. Avenue P. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the Contractor's use for measuring noise levels. 1.7 WORK SEQUENCE RESTRICTIONS A. Trench dewatering operations and ground water control operations shall not discharge more than five acre-feet (1.63 million gallons) of water to a lake that does not have its storm sewer and inlet in place for conveying the discharge water away from the lake. B. The upstream end of each pipe segment at each lake shall not be placed closer than 40 feet from its horizontal position end point until all downstream storm sewers are in place and fully functional. The upstream end of the pipe shall be capped or plugged until such time as its associated inlet structure can be constructed; however, the joint shall remain fully useable and without damage once the cap or plug is removed. C. Multiple storm sewer segments may be constructed; however work shall be restricted to four concurrently active work sites. A work site performing only cleanup or maintenance activities will not count toward the four concurrent sites. D. Only sheet pile type of cofferdam construction is permissible. Closed cell, earthen dikes or other types of cofferdams shall not be used. E. The top elevation of one or two sheets of the sheet pile cofferdam may be set near, but not below, post -project water surface elevation shown on the plans for the applicable lake to aid in water surface drain -down after a storm event, and thus reduce delays in construction. F. Construction materials and debris in lake areas below flood elevations of the lakes shall be weighted, removed daily, or otherwise prevented from becoming floating hazards should precipitation runoff enter the lake areas. G. Contractor shall make every effort not to impede the water quality of any lake area due to construction debris. 1.8 ADVANCE NOTICE A Contractor shall provide a minimum of five days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single -page flyer to be placed by hand by the Contractor's forces on door handles or handed to applicable individuals at each route building. For apartment complexes, delivery of notice to the apartment managers or leasing offices will be sufficient. C. The text for the advance written notice will be provided by the Owner in written form and electronic form. D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. _ 01267209 WORK RESTRICTIONS 01140 - 3 11/I1 NWLDIP —PHASE 1 F. Single -page flyers shall be of a paper or post -card color other than white to direct the recipient's attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 1.9 SEISMOGRAPHS A. The Contractor shall place seismographs to measure earth surface vibrations along the route of construction as construction progresses. B. No seismograph shall be located more than 75 feet from trench excavation, trench backfill, access shaft excavation, access shaft backfill, boring and jacking, tunneling, microtunneling, or cased auger boring operation. C. Seismographs are not required at storm sewer inlet or outlet locations, or within lake areas where existing structures are more than 100 feet from the location of the construction operations in paragraph B above. D. Seismographs are not required where operations involve surface work for pavement flexible base, asphalt stabilized base, hot mix asphalt pavement, portland cement concrete pavement, joint sealing, site clean-up, or hauling, provided that vibratory compaction equipment is not used. E. Seismograph traces shall be labeled with dates, and with location of the seismograph trace by line designation and base line station plus offset to nearest one foot. F. Seismograph records shall be maintained on site and made available to the Owner during normal work hours. The Owner shall not be prohibited from, nor charged for, making copies of the seismograph records. Such copies shall be at Owner's expense. 1.10 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction unless construction operations are being performed within the boundary of the lake area. Lake area is defined in paragraph 1.5.D. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. 1.11 CORPS OF ENGINEERS PERMITS A. The Owner has made application to the U.S. Army Corps of Engineers for permits for construction work within wetland areas and within waters of the United States. B. The Contractor shall not disturb lake areas until such time as the Owner receives the permits. 01267209 WORK RESTRICTIONS 01140 - 4 _1 11/11 NWLDIP —PHASE 1 C. No claims by the Contractor for additional compensation will be approved where Corps of Engineers permits or the lack thereof, are cited as the reason for claiming additional compensation. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION 01267209 WORK RESTRICTIONS 01140 - 5 11/1I NWLDIP PHASE 1 SECTION 01310 PROGRESS SCHEDULES 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. Format. B. Content. C. Revisions to schedules. D. Submittals. 1.3 RELATED SECTIONS A. Section 01100 - Summary of Work. B. Section 01027 - Applications for Payment. C. Section 01330 - Submittal Procedures. 1.4 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches. D. Submit only if requested by Engineer or Owner at preconstruction or partnering conference. E. Maintain monthly updates to schedule. 1.5 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from Engineer. Indicate decision date for selection of finishes. 1.6 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. 01267209 11/11 PROGRESS SCHEDULES NWLDIP PHASE I M B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.7 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.8 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used 01267209 11/11 END OF SECTION PROGRESS SCHEDULES 01310 - 2 NWLDIP - PHASE 1 SECTION 01322 PHOTOGRAPHIC DOCUMENTATION 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 the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction DVDs. 4. Periodic construction DVDs. 1.3 RELATED SECTIONS A. Section 01020 — Measurement and Payment: Unit Prices for procedures for unit prices for extra photographs. B. Section 01330 - Submittal Procedures: For submitting construction photographs. 1.4 SUBMITTALS A. Submit two complete sets of preconstruction photographs or DVDs to Engineer. Both sets will be retained by the Owner and the Engineer. 1. Identification: On back of each print or DVD, provide an applied label or rubber- stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. Digital images shall be in a * jpg format. 3. Transcript: Prepared on 8-1/2-by-11-inch (A4) paper, punched and bound in heavy- duty, 3-ring, vinyl -covered binders. Mark appropriate identification on front and spine of each binder. Include a cover sheet with the same label information as the corresponding DVD. Include name of Project and date of DVD on each page. 01267209 PHOTOGRAPHIC DOCUMENTATION 01322 - 1 NWLDIP - PHASE l PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOTAPES, GENERAL A. Narration: Describe scenes on videotape by audio narration by microphone while videotape is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, direction (by compass point), and elevation or story of construction. B. DVD shall be provided in North American format to play on any DVD player or computer DVD drive sold in the United States. 3.4 CONSTRUCTION DVDS A. Preconstruction DVD: Before starting construction, record DVD of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition DVDs shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, or digitally video record the area in question and provide to Engineer. END OF SECTION --_ 01267209 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 11/11 NWLDIP -PHASE l SECTION 01330 SUBMITTAL PROCEDURES PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES Conditions and 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. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Owner or Engineer for Contractor's use in preparing submittals. B. 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. C. Submittals Schedule: Comply with requirements in Division 1 Section "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. D. 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. 01267209 SUBMITTAL PROCEDURES 01330 - 1_. 11/11 NWLDIP - PHASE I 3, Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 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 1.4.D.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. 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 four (4) 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. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. C. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. 01267209 SUBMITTAL PROCEDURES 01330 - 2 11/11 NWLDIP - PHASE I h. Submittal and transmittal distribution record. i. Remarks. j. 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. l . Number of Copies: Submit four copies of each submittal, unless otherwise indicated. The four 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 four copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. I . 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. 1r 1 b. Identification of products. C. Fabrication and installation drawings. d. Schedules. e. Design calculations. _ f. Compliance with specified standards. g. Notation of coordination requirements. I 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 24 by 36 inches. 3. Number of Copies: Submit five blue- or black -line prints of each shop drawing submittal. Owner and Engineer will retain all five prints. _ `r � f 01267209 SUBMITTAL PROCEDURES 01330 - 3 i- 11/11 i t.. NWLDIP - PHASE 1 D. Samples: Prepare physical units of materials or products, including the following: 1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. 2. Disposition: Maintain sets of approved test panels at Project site, available for quality -control comparisons throughout the course of construction activity. Test panels may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Test panels that are not designated as Owner's property, are the property of Contractor. Regardless of property ownership, test panels shall not be removed until approved to do so by the Engineer. 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. T 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 DVDs: Comply with requirements in Division 1 Section "Photographic Documentation". 01267209 SUBMITTAL PROCEDURES 01330 - 4 11/11 NWLDIP - PHASE l 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. 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 stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal stamp by the Owner or Engineer will also contain the following: a. Checking is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. 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. 6. In lieu of stamping, the Owner or Engineer can use a submittal review cover sheet that contains the same review comment categories and review language as in 3.2. B. 1-5 listed above. 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 01267209 SUBMITTAL PROCEDURES 01330 - 5_ 11/11 �j r NWLDIP - PHASE 1 SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 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 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in this section and shown on the drawings 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 Texas Commission on Environmental Quality (TCEQ) for failure to make required inspections, failure to properly document those inspections, failure to adequately implement the Storm Water Pollution Prevention measures specified or shown on the drawings in a manner to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ 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 Appendix A 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. 1.3 SUBMITTALS A. Submit three copies of Contractor's Storm Water Pollution Prevention Plan (SWP3). B. Engineer will distribute one submitted copy to the Owner, and retain the remaining two copies. C. SWP3 is considered an informational submittal. D. Furnish one copy of NOI and NOT to owner. 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 01267209 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 1 11/11 NWLDIP—PHASE I SECTION 01420 REFERENCES 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 of the specifications includes: 1. Summary of Industry Standards. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. 01267209 11/11 REFERENCES 01420 - 1 NWLDIP —PHASE 1 B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO American Association of State Highway and (202) 624-5800 Transportation Officials www.aashto.or ACI American Concrete Institute/ACI International (248) 848-3700 www.aci-int.org ACPA American Concrete Pipe Association (972) 506-7216 www.concrete-pipe. org Al Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 wvvw.aia.ora AISC American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc. (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.or� ANSI American National Standards Institute (212) 642-4900 www.ansi.org ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 1 ASTM American Society for Testing and Materials (610) 832-9585 www.astm.ora .. AWWA American Water Works Association (800) 926-7337 www.awwa.ors (303) 794-7711 j 01267209 REFERENCES 01420 - 2 11/11 N WLDIP —PHASE 1 CDA Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.com CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsim CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.or (703) 684-0300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 ,vvww.ejma_org FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) www.finglobal.com GRI Geosynthetic Research Institute (610) 522-8440 www.drexel.edu/gri NRMCA National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.org NSA National Stone, Sand and Gravel Association (800) 342-1415 www.aggregates.org (703) 525-8788 PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org SDI Steel Deck Institute (847) 458-4647 www.sdi.oM TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 01267209 REFERENCES 01420 - 3 I 1/11 NWLDIP —PHASE I D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (800) 214-4321 www.bocai.or (708) 799-2300 CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and (909) 472-4100 Mechanical Officials (The) www. iapmo.org ICBO International Conference of Building Officials (800) 2844406 www.icbo.org (562) 699-0541 ICC International Code Council (703) 931-4533 (Formerly: CABO - Council of American Building Officials) www.iccsafe.or SBCCI Southern Building Code Congress International, (205) 591-1853 Inc. www.sbcci.ora E. Abbreviations and Acronyms for Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers (601) 634-2355 CRD Standards www.usace.army.mil CFR Code of Federal Regulations (888) 293-6498 www.access.gpo.gov/nara/cfr (202) 512-1530 EPA Environmental Protection Agency (202) 260-2090 www.epa.gov FED -STD Federal Standard (See FS) FS Federal Specification (Available from DOD; GSA, and NIBS) 01267209 REFERENCES 01420 - 4 11/11 NWLDIP—PHASE 1 NIST National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA Occupational Safety & Health Administration (800) 321-6742 (See CFR 29) (202) 219-5000 ww,,v.osha.gov TCEQ Texas Commission on Environment Quality (806) 796-7092 www.tceg.state.tx.us (512) 239-1000 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267209 REFERENCES 01420 - 5 11/11 NWLDIP —PHASE I SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Dewatering facilities and drains. 3. Project identification and signs. 4. Field offices. 5. Storage and fabrication sheds. 6. Cofferdams. 7. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Tree and plant protection. 4. Site enclosure fence. 5. Security enclosure and lockup. 6. Barricades, warning signs, and lights. 7. Security guard. 1.3 RELATED SECTIONS A. Section 01356 - Stormwater Pollution Prevention. B. Section 01555 - Barricades, Signs and Traffic Handling. C. Section 02240 — Dewatering: For disposal of ground water at Project site. D. Section 02741 - Hot -Mix Asphalt Paving: For construction and maintenance of asphalt paving for temporary roads and paved areas. 01267209 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 11/11 N W LDIP — PHASE 1 1.4 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.5 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART2-PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Pavement: Comply with Division 2 Section 02741 "Hot -Mix Asphalt Paving". C. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water: Potable. 01267209 TEMPORARY FACILITIES AND CONTROLS 11/11 01500 - 2 NWLDIP —PHASE 1 PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: if sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant or pair of occupants. b. Provide a dedicated telephone line for each facsimile machine and computer with modem in each field office. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Contractor's field office. e. Contractor's emergency contact number. 01267209 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 11/11 NWLDIP —PHASE I f. "On -call" personnel. g. Engineers' office. h. Owner's office. i. Principal subcontractors' field and home offices. 3. Provide an answering machine or voice mail service on superintendent's telephone. 4. Furnish superintendent with electronic paging device for use when away from field office, or provide a portable cellular telephone with voice mail capability for superintendent's use in making and receiving telephone calls when away from field office. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. Submit location of these facilities to Owner for approval. 1 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion, B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly-` associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare two project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions E' of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. 1. Project sign to include the following information. List all items on separate lines of the sign. a. City of Lubbock, Texas b. Capital Improvements C. Northwest Lubbock Drainage Improvements Project d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Parkhill, Smith & Cooper, Inc., Lubbock, Texas Hugo Reed and Associates, Inc., Lubbock, Texas j f. Project Serving the Citizens of Lubbock, Texas 1- 2. Engage an experienced sign painter to apply graphics for Project identification signs. 3. Prepare temporary signs to provide directional information to construction personnel and visitors. 4. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. E 5. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over ; exterior primer. is 01267209 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 1 1 11/I1 i� .t N W LDIP —PHASE 1 i_ E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. F. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 10 persons at Project site. Keep office clean and orderly. 1. Furnish and equip offices as follows: a. Desk and four chairs, four -drawer file cabinet, a plan table, a plan rack, and bookcase. b. Water cooler and private toilet complete with water closet, lavatory, and medicine cabinet with mirror. G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Tree and Plant Protection: Comply with requirements in Division 2 Section "Tree and Plant Protection". B. Site Enclosure Fence: When excavation begins, install portable chain -link enclosure fence with lockable entrance gates. Locate where determined sufficient to accommodate construction operations and to protect the site. Install in a manner that will prevent people, dogs, and other animals from easily entering site except by entrance gates. C. Security Guard: Provide a uniformed security guard at all construction sites when site is left unattended. This requirement applies 24 hours a day 7 days a week including weekends and holidays. D. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for erecting structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and public of possible hazard. Where appropriate and needed, provide lighting, including flashing amber lights. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 01267209 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 11/11 NWLDIP — PHASE 1 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 01267209 TEMPORARY FACILITIES AND CONTROLS 01500 - 6 11/11 NWLDIP —PHASE 1 SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 - PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 CONCRETE TRAFFIC BARRIERS A. Concrete traffic barriers may be concrete barriers as shown on the drawings, Texas Department of Transportation concrete barriers, or may be other concrete barriers that have proven performance. 2.3 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004 (TxDOT) Item 662. B. Layout, color and placement shall conform with the TMUTCD and be verified by the Owner's representative before installation. PART 3 - EXECUTION 3.1 GENERAL A. For this project a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose his own TCP. Contractor - proposed major modifications to the Traffic Control Plan shall bear the seal of a Registered Professional Engineer. If his plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent 01267209 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 11/11 NWLDIP — PHASE 1 person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. 6 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 01267209 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 2 11/11 NWLDIP —PHASE 1 SECTION 01576 WASTE MATERIAL DISPOSAL 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. Disposal of waste material and salvageable material. 1.3 RELATED SECTIONS A. Section 02240 — Dewatering. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Utilities. D. Section 13282 — Contaminated Groundwater Treatment. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit 'disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project or other private property. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas; Parkhill, Smith & Cooper, Inc. and Hugo Reed and Associates, Inc. as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. D. Materials from contaminated groundwater treatment shall not be disposed except in compliance with state and federal regulations. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations shown on drawings outside the limits of Project. a_ 01267209 WASTE MATERIAL DISPOSAL 01576 - 1 11/11 NWLDIP —PHASE I B. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02221 — Removing Existing Pavements. C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Coordinate the delivery of salvageable material to a specified location with the Engineer. 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the Caliche Canyon Landfill or the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project or other private property if approved by the Owner and when written permission is obtained from property owner. See Paragraph 1.4 C above. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There will be a tipping fee of $28.25 per ton for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There will also be a fee of $15.00 per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. END OF SECTION 01267209 WASTE MATERIAL DISPOSAL 01576 - 2 11/11 NWLDIP —PHASE l SECTION 01600 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES Conditions and A. This Section includes the following administrative and procedural requirements: product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. 1.3 RELATED SECTIONS A. Section 01420 - References for applicable industry standards for products specified. B. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store materials in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 8. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 9. Protect stored products from damage. 01267209 11/11 PRODUCT REQUIREMENTS 01600 - 1 NWLDIP —PHASE 1 1.5 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. PART 2 - PRODUCTS 2.1 COMPARABLE PRODUCTS A. Where products or manufacturers are specified by name, submit the following, in addition to other required submittals, to obtain approval of an unnamed product: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of engineers and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION Not Used END OF SECTION 01267209 PRODUCT REQUIREMENTS 01600 - 2 11/11 r NWLDIP — PHASE 1 SECTION 01700 CONTRACT CLOSEOUT PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. 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 maned 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. 01267209 CONTRACT CLOSEOUT 01700 - 1 11/11 NWLDIP — PHASE I 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer as project 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 01267209 CONTRACT CLOSEOUT 01700 - 2_ 11/11 c N WLDIP —PHASE 1 SECTION 02082 PRE -CAST CONCRETE MANHOLES AND VAULTS 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 of the specifications pertains to pre -cast concrete manholes and related items. 1.3 RELATED SECTIONS A. Section 02084 — Frames, Grates, Rings, and Covers. B. Section 02317 — Excavation and Backfill for Utilities. C. Section 02635 — Centrifugally Cast Fiberglass Pipe. D. Section 02637 — Filament Wound Fiberglass Pipe. E. Section 02638 — Reinforced Concrete Pipe. F. Section 02639 — Reinforced Concrete Box. G. Section 02730 — Sanitary Sewer Line Construction; for sanitary sewer manholes. H. Section 03300 — Cast -in -Place Concrete. 1.4 REFERENCES A. ASTM A 307 - Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. B. ASTM C 443 - Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. C. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. D. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. E. ASTM C 858 — Underground Precast Concrete Utility Structure. F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. - H. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) 1. ASTM D 2997 - Specification for Centrifugally Cast Fiberglass (Glass -Fiber -Reinforced Thermosetting Resin) Pipe 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: 1. Shop drawings of manhole sections and base units and construction details, including reinforcement, jointing methods, materials, and dimensions. ( 01267209 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 1 11/11 NWLDIP — PHASE I 2. Summary of criteria used in the manhole design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 478 and design criteria as established in Paragraph 2.1 E of this Specification. 3. Shop drawings of precast concrete vault, including reinforcement, jointing, methods, materials, and dimensions. 4. Summary of criteria used in the vault design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast vault design is in full accordance with ASTM C 857 and ASTM C 858 latest revisions, except as modified herein and on the drawings for internal pressure requirements. 5. Materials to be used for pipe/box connections at manhole/vault walls. 6. Materials to be used for stubs and stub plugs, if required. 7. Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts and benches. 8. Material to be used for sealing of riser joints. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. Each section or part of manhole or vault shall be labeled with the manhole designation or vault designation from the drawings to which that section or part belongs, plus a sequence designation of stacking the manhole or vault sections. Each section or part shall be labeled prior to being shipped from the manufacturer's plant. Any manhole or vault section arriving from the manufacturer without a manhole designation applied to it shall not be unloaded. B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART2-PRODUCTS 2.1 PRE -CAST CONCRETE MANHOLES A. Provide manhole sections, base sections, and related components conforming to ASTM C 478, except as modified herein and on the drawings for internal pressure requirements. Provide base riser section with integral floors, unless shown otherwise. Provide adjustment rings which are standard components of the manufacturer of the manhole sections. Mark date of manufacture and name or trademark of manufacturer on inside of barrel. Mark outside and inside of barrel with manhole designation from the drawings and stacking sequence as required in paragraph 1.6.A. B. Provide reinforced concrete risers constructed from 60-inch-diameter standard reinforced concrete manhole sections unless otherwise indicated on Drawings. Combine various lengths of manhole sections to total the correct height with the fewest joints. Wall sections I shall be designed for depth and loading conditions as required in Paragraph 2.1 E, but shall not be less than 6 inches thick. Base section shall have a minimum thickness of 12 inches 01267209 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 2 11/11 4 �,s NWLDIP—PHASE 1 under the invert. In situations where the depth from the ground surface to the flowline of the storm sewer conduit is less than 15 feet, 48 inch diameter standard reinforced concrete manhole sections may be used for the riser. Each riser section shall be numbered and labeled inside and outside from base to top cone section with the sequence of manhole stakeout. C. Provide eccentrically reducing cone tops to receive cast iron frames and covers designed to support an H-20 loading, unless indicated otherwise. D. Provide precast concrete vaults as indicated on plans, conforming to ASTM C 857 and ASTM C 858 latest revision. Vault should be of Type VCP 100100, or as shown on plans, as manufactured by Vaughn Concrete Products, or approved equal. Openings shall be precast as shown on plans. Conform to manufacturer's guidelines for clear cover between pipe O.D. and vault wall. E. Design Loading Criteria: The manhole walls, transition slabs, cone tops, and manhole base slab shall be designed, by the manufacturer, to the requirements of ASTM C 478 for the depth as shown on Drawings and to resist the following loads. 1. AASHTO H-20 loading applied to the manhole cover and transmitted down to the transition and base slabs. 2. Unit soil weight of 120 pcf located above all portions of the manhole, including base slab projections. 3. Lateral soil pressure based on saturated soil conditions producing an at -rest equivalent fluid pressure of 100 pcf. 4. Internal liquid pressure based on a unit weight of 62.4 pcf for the full height of the manhole. 5. Dead load of manhole sections fully supported by the transition and base slabs. F. The minimum clear distance between any two wall penetrations shall be 12 inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. G. For sealants used between concrete riser sections, refer to Section 02082, 2.7 B. H. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 15 psi internal pressure, with only minor weeping over 15 psi internal pressure. Such watertightness shall be proven by a hydrostatic test of four hours duration. I. Manhole sections must withstand an internal pressure, without backfill and without exceeding allowable stress in wall reinforcement, as follows: 1. Total hydrostatic head of 34.5 feet if manhole height exceeds 34.5 feet. 2. If manhole height is less than 34.5 feet in height, the lower one-third of the manhole height must withstand 15 psi internal pressure. Above one-third the manhole height, the internal pressure may be reduced at the rate of 2.31 feet of rise equal to 1 psi pressure reduction. J. Where internal pressure requirements cannot be met, use ASTM C76 Class III pipe with stress in wall reinforcement not to exceed 16 Ksi. K. Provide ASTM C443 joints for all ASTM C76 riser sections. 2.2 CAST -IN -PLACE CONCRETE A. Conform to requirements of Section 03300 — Cast -in -Place Concrete. B. Channel Inverts: Concrete for inverts not integrally formed with manhole base shall be either 5 sack premix (bag) concrete or Class A concrete, with a minimum compressive strength of 4000 psi. 01267209 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 3 11/11 NWLDIP —PHASE 1 2.3 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland Cement. 2.5 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings and Covers. 2.6 PIPE TO MANHOLE/VAULT CONNECTIONS FOR STORM SEWERS A. For smooth wall pipe (Fiberglass), attach a 360' pullout prevention flange as shown on drawings. B. Where pullout prevention flanges are not furnished, Engineer will specify the alternate permissible connection (exterior wall roughening plus waterstop as required by Engineer). C. Grout space between the pipe and manhole -wall conforming to ASTM C 1107 for all pipe materials. 2.7 SEALANT MATERIALS A. Provide sealing materials between precast concrete adjustment ring and manhole cover frame, such as ConSeal CS-202 Butyl Sealant or approved equal. B. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. C. Provide rubber gaskets for ASTM C443 joints. 2.8 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02317 - Excavation and Backfill for Utilities. 2.9 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to 98 percent of maximum Standard Proctor Density according to ASTM D 698 prior to 0 t 01267209 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 4 11/11 NWLDIP —PHASE 1 placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. 3.2 MANHOLE BASE SECTIONS AND FOUNDATIONS ,. A. Scarify and compact base material to 98% ASTM D698 standard proctor density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. 3.3 PRE -CAST MANHOLE SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Install precast adjustment rings above tops of cones as required to adjust the finished elevation and to support the manhole frame. C. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. Pressure and leakage requirements in paragraph 2.1 apply. D. Do not incorporate manhole steps in manhole sections. 3.4 PIPE CONNECTIONS AT MANHOLES A. Ensure that the pipe will not pull out of manhole by using flange or corrugations as shown on plans. B. Grout all space between pipe and manhole wall with non -shrink grout. Coat receiving surfaces with an epoxy bonding agent. 3.5 INVERTS FOR STORM SEWERS A. Construct invert channels to provide a smooth flow transition waterway with no disruption of flow at pipe -manhole connections. Conform to following criteria: 1. Slope of invert bench: '/2 inch per foot minimum; I inch per foot maximum 2. Depth of bench to invert shall be equal to i/2 the largest diameter pipe, entering the manhole. 3. Invert slope through manhole: 0.10-foot drop across manhole with smooth transition of invert through manhole, unless otherwise indicated on Drawings. B. Form invert channels with concrete if not integral with manhole base section. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. 3.6 MANHOLE FRAME AND ADJUSTMENT RINGS A. Combine precast concrete adjustment rings so that the elevation of the installed casting cover matches the pavement surface. Seal between adjustment ring and the precast top section with approved sealant material. Seal between adjustment rings with approved sealant material. Set the cast iron frame on the adjustment ring in a bed of approved sealant. The sealant bed shall consist of two beads of sealant, each bead having minimum dimensions of 1/2-inch thick and 3/4-inch wide. 01267209 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 5 11/11 NWLDIP —PHASE 1 B. For manholes in unpaved areas, top of frame shall be set flush with existing ground line unless otherwise indicated on Drawings. In unpaved areas, encase the manhole frame in mortar or non -shrink grout placed flush with the face of the manhole ring and the top edge of the frame. Provide a rounded corner around the perimeter. 3.7 BACKFILL A. Place and compact backfill materials in the area of excavation surrounding manholes in accordance with requirements of Section 02317 - Excavation and Backfill for Utilities. Provide cement stabilized backfill material, as specified for the storm sewer pipe, from manhole foundation up to an elevation 12 inches over each pipe connected to the manhole, unless otherwise shown on the drawings. Provide trench zone backfill, as specified for the adjacent utilities, above the cement stabilized backfill. Provide cement stabilized backfill to a greater depth if required by the manhole manufacturer. 3.8 TESTING A. Vacuum test manhole according to ASTM C 1244. Refer to Section 02533 — Acceptance Testing For Storm Sewers. 3.9 PROTECTION A. Protect manholes from damage until work has been finally accepted. Repair damage to manholes at no additional cost to Owner. END OF SECTION 01267209 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 6 11/11 NWLDIP—PHASE 1 if SECTION 02084 i FRAMES, GRATES, RINGS, AND COVERS 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 of the specifications covers gray iron castings for use as manhole frames and lids, gratings, grate frames, and rings. 1.3 RELATED SECTIONS A. Section 02082 — Pre -cast Concrete Manholes and Vaults. B. Section 03300 — Cast -in -Place Concrete. C. Section 05500 — Metal Fabrications. D. Section 05530 — Gratings. 1.4 REFERENCES A. AASHTO - American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 - Specification for Gray Iron Castings. C. ASTM A 615 - Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement. D. AWS - D 12.1 Welding Reinforcing Steel. 1.5 SUBMITTALS A. Submit product data in accordance with Section 01330 Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include setting drawings for location and installation of castings and anchorage devices. PART 2-PRODUCTS -, 2.1 GENERAL CASTINGS A. Castings for frames, grates, rings and covers shall conform to ASTM A 48, Class 35. Provide locking covers if indicated on Drawings. 01267209 FRAMES, GRATES, RINGS, AND COVERS 02084 - 1 11/11 I _, NWLDIP — PHASE 1 B. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. C. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Standard dimensions for manhole covers are 32 inches in diameter. Cast dimensions may vary by +/- 1/16 inch per foot. Weight shall not vary from published weight by more than +/- 5 percent. D. Castings shall be clean, free from blowholes and other surface imperfections. Cast holes in covers shall be clean and symmetrical, free of plugs. 2.2 FRAMES AND COVERS FOR MANHOLES A. Where indicated on the drawings, provide manhole frames and covers, East Jordan Iron Works 1430A City of Lubbock storm sewer manhole lid and ring with Epic® pick bar, labeled "Storm Sewer" for storm drain, with a minimum weight of 314 lbs, or approved equal, or East Jordan Iron Works V-2432 Watertight sanitary sewer manhole frame and cover, labeled "Sanitary Sewer" for sanitary sewer in floodplain with a minimum weight of 475 lbs, or approved equal. 2.3 SPECIAL FRAMES AND COVERS FOR MANHOLES A. Where indicated on the drawings, provide watertight manhole frames and covers with a minimum of four one -inch anchor bolt holes in the frame flange. Supply watertight manhole covers and frames meeting Neenah R-1916-D (335 pounds), Neenah R-1916-E (410 pounds), Neenah R-1916-F (330 pounds), Neenah R-1916-F I (375 pounds), or equal to fit cone section and adjustment rings, and to allow for anchor bolts extending into the cone section. Frame and cover shall be suitable for internal low pressure storm water service to 20 pounds per square inch internal pressure. B. Anchor lid with manufacturer's recommended size, number, and strength of bolts and nuts. C. Lid to be stamped "Storm Sewer" for storm drain manholes and "Sanitary Sewer" for sanitary sewer manholes. D. Anchor frame with 7/8-inch Hilti stainless steel bolt or stainless steel threaded rod with washer and nut. Embed anchor bolts a minimum of three inches into concrete cone section of manhole, exclusive of length required to penetrate adjustment rings. Use a minimum of four bolts evenly spaced on the frame circumference. Minimum pullout force per bolt to be 3,000 pounds in tension. Use anchor bolts equal to Hilti HVA System or Hilti Kwik Bolt II System. Total anchor bolt length dependent on frame thickness and number of grade rings. Top nuts, after tightening, shall leave at least three full threads of the bolt showing above the nut. Test each anchor bolt for pull-out by exerting vertical lifting force on each bolt equivalent to 150 pounds. 2.4 CASTINGS FOR INLET STRUCTURES A. Where indicated on the drawings, provide manhole frames and covers, East Jordan Iron Works 1420 with 189 lb. lid, or approved equal. B. Where indicated on the drawings for the inlet, provide top flange manhole frame and grated cover, East Jordan Iron Works V-2880 or approved equal. 01267209 FRAMES, GRATES, RINGS, AND COVERS 02084 - 2 11/11 NWLDIP —PHASE 1 PART 3 - EXECUTION 3.1 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. Keep castings plumb, level, true, and free of rack. Measure location accurately from established lines and grades. Brace or anchor frames temporarily in formwork until permanently set. C. At manholes, wedge the manhole covers and grates with hammered -in -place metal wedges to prevent removal unless wedges are first removed. Metal wedges must be removable by sledge hammer. D. At inlets, prior to final acceptance, tack weld grates to frames. Tackwelds shall be diagonally across the grate from one another, weld bead length of one to one and one-half inches in length, each. Minimum of two tack weld beads per grate. END OF SECTION 01267209 FRAMES, GRATES, RINGS, AND COVERS 02084 - 3 11/11 NWLDIP —PHASE I SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter, miscellaneous items. 1.3 RELATED SECTIONS A. Section 02300 — Earthwork. B. Section 02317 — Excavation and Backfill for Utilities. C. Section 02741— Hot -Mix Asphalt Paving. D. Section 03300 — Cast -in -Place Concrete. 1.4 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. Stake and flag locations. C. Prior to removal of any concrete curb and gutter, Contractor shall survey the section of curb and gutter to determine existing grades and elevations. Submit survey field notes to the Engineer prior to removal of curb and gutter. All curb and gutter will be installed to the original grades and elevations unless otherwise approved by the Owner and Engineer. 01267209 REMOVING EXISTING PAVEMENTS 02221 - 1 11/11 NWLDIP —PHASE 1 3.2 PROTECTION A. Protect the following from damage or displacement: 1. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 3. Utilities designated to remain. 4. Pavement and utility structures designated to remain. 5. Bench marks, monuments, and existing structures designated to remain. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. I. Salvaged asphalt pavement and asphalt stabilized base inside the city limits shall be salvaged and delivered to Caliche Canyon Landfill, located at 8425 N. Avenue P. Material may be delivered Monday through Friday between 8:00 a.m. and 5:00 p.m. Salvage to depth indicated in drawings and general notes. Material shall be crushed to a maximum diameter of 2-inches. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork or 02317 — Excavation and Backfill for Utilities as applicable to the specific portion of the work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 01267209 REMOVING EXISTING PAVEMENTS 02221 - 2 11/11 NWLDIP —PHASE l PART 3 - EXECUTION 3.1 PROJECT CONDITIONS A. Preserve and protect existing trees and plants to remain from foliage, branch, trunk, or root damage that could result from construction operations. B. TTU Rangeland property is vegetated with native plant material. Minimize damage to existing trees and plants on this property to the extent possible. C. Prevent following types of damage: 1. Compaction of root zone by foot or vehicular traffic, or material storage. 2. Trunk damage from equipment operations, material storage, or from nailing or bolting. 3. Trunk and branch damage caused by ropes or guy wires. 4. Root poisoning from spilled solvents, gasoline, paint, and other noxious materials. 5. Branch damage due to improper pruning, trimming or striking with construction equipment. 6. Damage from lack of water due to: a. Cutting or altering natural water migration patterns near root zones. b. Failure to provide adequate watering. Contractor to provide supplemental watering of landscaping during construction once every seven days during the growing season where natural water migration patterns near root zones have been cut or altered, whether permanent or temporary. 7. Damage from alteration of soil pH factor caused by depositing lime, concrete, plaster or other base materials near roots. 8. Cutting of roots larger than 1 % inches in diameter. 3.2 PREPARATION A. Install temporary fencing located as indicated or outside the drip line of trees and shrubs to protect remaining vegetation from construction damage. B. Protect tree root systems from damage due to noxious materials caused by runoff or spillage while mixing, placing, or storing construction materials. Protect root systems from flooding, eroding, or excessive wetting caused by dewatering operations. C. Do not store construction materials, debris, or excavated material within the drip line of remaining trees. Do not permit vehicles or foot traffic within the drip line; prevent soil compaction over root systems. D. Do not allow fires under or adjacent to remaining trees or other plants. E. Contractor to provide supplemental water to,areas being served by a sprinkler system that is taken out of service during construction. 3.3 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. B. Do not excavate within drip line of trees, unless otherwise indicated. C. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. I. Relocate roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and relocate them without breaking. If encountered immediately adjacent to location of new 01267209 TREE AND PLANT PROTECTION 02231 - 3 d NWLDIP — PHASE 1 construction and relocation is not practical, cut roots approximately 3 inches back from new construction. 2. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. 3. Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. 3.4 REGRADING A. Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by qualified arborist, unless otherwise indicated. 1. Prune tree roots exposed during grade lowering. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots with sharp pruning instruments; do not break or chop. B. Where existing grade is 6 inches or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. C. Where existing grade is more than 6 inches, but less than 12 inches, below elevation of finish grade, place drainage fill, filter fabric, and topsoil on existing grade as follows: 1. Carefully place drainage fill against tree trunk approximately 2 inches above elevation of finish grade and extend not less than 18 inches from tree trunk on all sides. For balance of area within drip -line perimeter, place drainage fill up to 6 inches below elevation of grade. 2. Place filter fabric with edges overlapping 6 inches minimum. 3. Place fill layer of topsoil to finish grade. Do not compact drainage fill or topsoil. Hand grade to required finish elevations. 3.5 TREE PRUNING A. Prune remaining trees affected by temporary and new construction. B. Prune remaining trees to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by qualified arborist. C. Prune trees according to ANSI A300 and as recommended by qualified arborist. D. Cut branches with sharp pruning instruments; do not break or chop. E. Chip branches removed from trees. Dispose of chips to West Texas Region Disposal Facility or recycle to landscaping company. 3.6 TREE REPAIR AND REPLACEMENT A. Promptly repair trees damaged by construction operations within 24 hours. Treat damaged trunks, limbs, and roots according to written instructions of the qualified arborist. B. With prior approval from the Owner, remove and replace dead and damaged trees that the qualified arborist determines to be incapable of restoring to a normal growth pattern. 1. When trees other than those designated for removal are destroyed or badly damaged as a result of construction operations, remove and replace with same size, species, and variety up to and including 8 inches in trunk diameter. Trees larger than 8 inches in diameter shall be replaced with an 8 inch diameter tree of the same species and #_ . _ 01267209 TREE AND PLANT PROTECTION 02231 - 4 l I/11 NWLDIP —PHASE 1 variety and total contract amount will be reduced by an amount determined from the following formula: 2. 0.7854 x D2 x $38.00 where D is diameter in inches of tree or shrub trunk measured 12 inches above grade. 3. Tree replacements shall not be considered for acceptance until survival through two growing seasons has been accomplished. 3.7 DISPOSAL OF WASTE MATERIALS A. Burning is not permitted. B. Remove excess excavated material, displaced trees, and excess chips from Owner's property. For materials not recycled, dispose at West Texas Region Disposal Facility. 01267209 11/11 END OF SECTION TREE AND PLANT PROTECTION 02231 - 5 NWLDIP —PHASE 1 SECTION 02240 DEWATERING 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 construction dewatering. 1.3 RELATED SECTIONS A. Section 02260 — Excavation Support and Protection. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Utilities. 1.4 PERFORMANCE REQUIREMENTS A. Dewatering Performance: Design, provide, test, operate, monitor, and maintain a dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable subgrades. 1. Work includes removing dewatering system when no longer needed. 2. Maintain dewatering operations to ensure erosion is controlled, stability of excavations and constructed slopes is maintained, and flooding of excavation and damage to structures are prevented. 3. Prevent surface water from entering excavations by grading, dikes, or other means. 4. Accomplish dewatering without damaging existing buildings adjacent to excavation. 1.5 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements, prior to beginning dewatering operations, that might be misconstrued as damage caused by dewatering operations. B. Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions encountered. C. Submit a ground and surface water control plan in accordance with requirements in this section. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform dewatering who has specialized in installing dewatering systems similar to those required for this Project and with a record of successful in-service performance. . _ 01267209 DEWATERING 02240 - 1 11/11 t_ NWLDIP — PHASE 1 B. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing dewatering systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: Engage a qualified professional engineer to prepare or supervise the preparation of data for the dewatering system including drawings, testing program, test result interpretation, and comprehensive engineering analysis that shows the system's compliance with specified requirements. C. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. 1.7 PROJECT CONDITIONS A. Project Site Information: A geotechnical report has been prepared for design of this Project and is available for information only. The report is not part of the Contract Documents. The opinions expressed in this report are those of the geotechnical engineer and represent interpretations of the subsoil conditions, tests, and results of analyses conducted by the geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data by Contractor. 1. Contractor shall be responsible for additional test borings and conduct other exploratory operations as may be necessary for designing the dewatering operations. B. Survey adjacent structures and improvements, employing a qualified professional engineer or surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewatering, resurvey benchmarks weekly, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. C. Normal water surface at the proposed system outfall is maintained at elevation 3178 by the top of Canyon Lake No. 2 dam. Cofferdams and construction dewatering must remain in place and operational until the flowline of the storm sewer exceeds the normal water surface of Canyon Lake No. 2. These units may not be removed until the storm sewer has been accepted by the Engineer. PART 2 - PRODUCTS Not Applicable PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 1. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area. 2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. 01267209 DEWATERING 02240 - 2 11/11 NWLDIP—PHASE 1 B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities outside of immediate project work area without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. 2. Provide discharge aeration device if less than 500 feet from receiving water body. 3.2 DEWATERING A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavation below ground -water level, place system into operation to lower water to specified levels and then operate it continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. 1. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. D. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. 1. Maintain piezometric water level a minimum of 24 inches below surface of excavation. E. Dispose of water removed from excavations in a manner to avoid endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner to avoid inconvenience to others. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. If dewatering system discharge point is less than 500 feet from receiving water body, route discharge through aeration device such that air is entrained in the water. F. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on a continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. 1. Remove dewatering system from Project site on completion of dewatering. This condition requires acceptance of the installed storm sewer from the outfall to the point where the flowline of the box exceeds elevation 3178, the normal water surface elevation of Canyon Lake No. 2 dam. Plug well holes in accordance with requirements of the Texas Water Well Drillers Regulations and the High Plains Underground Water Conservation District. G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations. END OF SECTION 01267209 DEWATERING 02240 - 3 11/11 NWLDIP — PHASE l SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES Conditions and A. This section of the specifications covers trench safety systems and excavations equal to or greater than five feet in depth. All excavation work performed for the project shall also comply with US Department of Labor Rules 29 CFR, OSHA Part 1926, Subpart P and all State and Local codes. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Utilities. 1.4 SUBMITTALS A. Conform to Section 01330 — Submittal Procedures. B. Prior to, or at the Pre -Construction Conference, the Contractor shall submit to Owner a "Trench Safety System Plan" sealed by a Professional Engineer registered in the State of Texas. Notice to Proceed with construction will not be issued by Engineer until Contractor has submitted a "Trench Safety System Plan' to Owner. The Trench Safety System Plan shall, at a minimum, conform to OSHA standards for sloping of sides, utilization of trench boxes, and/or utilization of shoring, sheeting and bracing methods. 1.5 QUALITY ASSURANCE A. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify IJ the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. B. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform work of this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in-service performance. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trench and excavations. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing excavation support and protection systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: As needed by the Contractor to assure worker safety and compliance with OSHA regulations, the Contractor shall be responsible for engaging a qualified professional engineer to prepare or supervise the preparation of 01267209 EXCAVATION SUPPORT AND PROTECTION 02260 - 1 II/I1 NWLDIP —PHASE I data for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the system's compliance with specified requirements. 1.6 PROJECT CONDITIONS A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. B. Project Site Information: A geotechnical report has been prepared for this Project and is available for information only. The report is not part of the Contract Documents. The opinions expressed in this report are those of the geotechnical engineer and represent interpretations of the subsoil conditions, tests, and results of analyses conducted by the geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data by Contractor. 1. Contractor shall be responsible for additional test borings and conduct other exploratory operations as may be necessary for designing the excavation safety systems. C. Survey adjacent structures and improvements, employing a qualified surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. I. During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. 1.7 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. PART2-PRODUCTS 2.1 MATERIALS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36. C. Steel Sheet Piling: ASTM A 328 or ASTM A 572 D. Wood: Soft or hard wood as required by design. E. Aluminum: Type 1061-T6, thickness as required by design. _.. 01267209 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 11/11 NWLDIP —PHASE 1 PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear of permanent construction and to permit forming and finishing of concrete surfaces. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at least three feet away from edge of trench, or as required by OSHA, whichever is greater. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 01267209 EXCAVATION SUPPORT AND PROTECTION 02260 - 3:_ I1/11 NWLDIP — PHASE I 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by removing excavation support and protection systems. END OF SECTION 01267209 EXCAVATION SUPPORT AND PROTECTION 02260 - 4 11/11 1 NWLDIP—PHASE I SECTION 02279 ARTICULATED CONCRETE BLOCK MATTRESSES FOR EROSION CONTROL PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction I Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. The Contractor shall furnish all labor, materials, equipment, and incidentals required and perform all operations in connection with the installation of cellular concrete mattresses in accordance with the lines, grades, design and dimensions shown on the Contract Drawings and as specified herein. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Utilities. D. Section 02318 — Borrow. E. Section 02320 — Utility Backfill Materials. 1.4 SUBMITTALS A. Shop Drawings. At least 30 days prior to the start of any installation of the cellular concrete mats, the Contractor shall submit to the owner shop drawings for the layout and details of the cellular concrete mats. The cellular concrete mats layout shall be to the lines and grades shown on the drawings. The shop drawings shall include layout, layout sequence, anchor details, mat junction details, anchor to mat connection details, and details for grade change. B. Representative Samples. The sources from which the Contractor proposes to obtain materials shall be selected well in advance of the time when the materials will be required in the work. Product literature and suitable samples of the cellular concrete mattresses, cable, fittings, anchors and filter fabric shall be submitted to the Engineer for approval, prior to delivery of any such material to the site of the work. All samples shall be obtained by the Contractor and delivered at his expense to a point designated by the Engineer at least 14 calendar days in advance of the time when the placing of the concrete mattresses is expected to begin. The contractor shall submit the cellular concrete block revetment system manufacturer's certification that the revetment system and components meet the requirements of this specification. C. Documentation of Testing. The contractor shall provide to the owner test results documenting that the revetment system has been tested under controlled flow conditions for hydraulic performance characteristics in accordance with FHWA-RD-89-199, utilizing a 2:1 slope in the direction of flow, as well as other calculations and testing in support of the proposed concrete block mattress system and geotextile. 01267209 ARTICULATED CONCRETE BLOCK 02279 - 1 11/11 MATTRESSES FOR EROSION CONTROL i t t NWLDIP —PHASE I D. Manufacturer Certificates of Compliance. 1. The Contractor shall furnish the manufacturer's certificates of compliance for cellular concrete mattresses, revetment cable, and any revetment cable fittings and connectors. The Contractor shall also furnish the manufacturer's specifications, literature, and any recommendations, if applicable, that are specifically related to the project. 2. Cellular concrete mattresses will only be accepted when accompanied by documented hydraulic performance characteristics that are derived from tests under controlled flow conditions. Testing guidelines shall conform to U.S. Federal Highway Administration and U.S. Bureau of Reclamation Testing Protocol as documented in "Minimizing Embankment Damage During Overtopping Flow", Report No. FHWA-RD-88-181 and all hydraulic performance testing shall be performed in a 2H:1 V flume. E. Alternative Materials. Alternative materials may be considered. Such materials must be pre -approved in writing by the Engineer prior to bid date. Alternative material packages must be submitted to the Engineer a minimum of fifteen (15) days prior to bid date. Submittal packages must include, as a minimum, the following: 1. Full-scale laboratory testing performed by the submitting manufacturer and associated engineered calculations quantifying the hydraulic capacity of the proposed cellular concrete mat system in similar conditions to the specific project. 2. A list of 5 comparable projects, in terms of size and applications, in the United States, where the results of the specific alternate revetment system use can be verified after a minimum of five (5) year of service life. The submittal shall include contact names, addresses and telephone numbers. 1.5 REFERENCES A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM C 33 — Concrete Aggregates. 2. ASTM C 150 — Portland Cement. 3. ASTM C 207 — Hydrated Lime Types. 4. ASTM C 595 — Blended Hydraulic Cements. 5. ASTM C 618 — Fly Ash and Raw or Calcined Natural Pozzolans for use in Portland Cement Concrete. 6. ASTM D 3786 - Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm Bursting Strength Tester Method. 7. ASTM D 4354 - Sampling of Geosynthetics for Testing. 8. ASTM D 4355 - Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus). 9. ASTM D 4491 - Water Permeability of Geotextiles by Permittivity. 10, ASTM D 4533 - Trapezoid Tearing Strength of Geotextiles. 11. ASTM D 4632 - Grab Breaking Load and Elongation of Geotextiles. 12. ASTM D 4751 - Determining Apparent Opening Size of a Geotextile. 13. ASTM D 4759 - Determining the Specification Conformance of Geosynthetics. 14. ASTM D 4833 - Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products. 15. ASTM D 4873 - Identification, Storage, and Handling of Geosynthetic Rolls. 16. ASTM D 6684 — Materials and Manufacture of Articulating Concrete Block (ACB) Revetment Systems. 17. ASTM D 6884 — Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems. 01267209 ARTICULATED CONCRETE BLOCK 02279 - 2 11/11 MATTRESSES FOR EROSION CONTROL NWLDIP —PHASE I B. FHWA—RD-88-181 C. TEX 6I6-J — Testing Construction Fabrics. D. TEX 735-I — Sampling Construction Fabrics. PART 2 - PRODUCTS 2.1 MATERIALS FOR CELLULAR CONCRETE BLOCKS A. Concrete shall conform to ACI requirements for normal weight concrete and shall conform to the requirements prescribed below: CLASS TYPE BLOCK WEIGHT BLOCK SIZE OPEN AREA % Lbs./Sq.ft. Length Inches Width Inches Height Inches 55 Closed 91-100 53-57 17.4 15.5 6.0 10 Compressive Strength Net Area Min. p.s.i. (mPa) Water Absorption Max. Ib/ft' k /m3 Avg. of 3 units Individual Unit Avg. of 3 units Individual Unit 4,000 27.6 3,500 24.1 9.1(160) 11.7 192 B. Testing in accordance with ASTM D 6684. 2.2 CELLULAR CONCRETE BLOCKS A. Cellular Concrete Blocks shall be either wet or dry cast as specified herein, or formed by a vibratory block forming machine. Cellular concrete blocks shall be interlocking; and penetrations shall be included for revetment cables as necessary to bind the individual blocks into mattresses in both the longitudinal and transverse directions. Cable penetrations shall prevent any exposure of cables to potential UV degradation within the dimensions of the individual blocks (i.e., cables shall not pass through open areas within the dimensions of individual blocks). The blocks shall be open or closed cell, as shown in the plans, and capable of articulation when formed into mattresses. The mats must be able to flex a minimum of 18" between any given row or column of blocks in the uplift direction and a minimum of 45' in the downward direction. 01267209 ARTICULATED CONCRETE BLOCK 02279 - 3 11/11 MATTRESSES FOR EROSION CONTROL t,. NWLDIP — PHASE l B. Polyester Revetment Cable and Fittings. 1. Revetment cable shall be constructed of high tenacity, low elongating, and continuous filament polyester fibers. Cable shall consist of a core construction comprised of parallel fibers contained within an outer jacket or cover. The weight of the parallel core shall be between 65% to 70% of the total weight of the cable. The revetment cable shall have the following physical properties: POLYESTER CABLE Nominal Cable Dia. Approx. Ave. Strength Weight per Length (in.) (Lbs) (kN) (Lbs)/100ft (k m) 1/4 3,000 13.3 2.2 0.03 5/ 16 7,000 31.1 4.4 0.07 3/8 10,000 44.5 5.5 0.08 1/2 15,000 66.7 9.7 0.14 2. Elongation requirements specified below are based upon stabilized new, dry cable. Stabilization refers to a process in which the cable is cycled fifty (50) times between a load corresponding to 200132 and a Ioad equal to l0%, 20% or 30% of the cable's approximate average breaking strength. Relevant elongation values are as shown in the table below. The tolerance on these values is + 5%. ELASTIC ELONGATION at Percent a a of Break Strength 10% 20% 30% 0.6 f 1.4 2.2 3. The revetment cable shall exhibit resistance to most concentrated acids, alkalis and solvents. Cable shall be impervious to rot, mildew and degradation associated with marine organisms. The materials used in the construction of the cable shall not be affected by continuous immersion in fresh or salt water. 4. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Revetment cable splicing fittings shall be selected so that the resultant splice shall provide a minimum of 60% of the minimum rated cable strength. Fittings such as sleeves and stops shall be aluminum and washers shall be stainless steel unless otherwise shown on the Contract Drawings. 5. The cables inserted into the mats shall form lifting loops at one end of the mat with the corresponding cable ends spliced together to form a lifting loop at the other end of the mat. The Engineer shall approve appropriate sleeves for use in order to splice the lifting loop. The cables shall be inserted after sufficient time has been allowed for the concrete to complete the curing process. C. Geotextile Fabric. 1. The cellular concrete mats shall be placed on a filter fabric as specified herein. Under no circumstances shall the filter fabric be affixed (i.e. chemically bonded to the blocks) to the mattress in a manner which would jeopardize the functionality of 01267209 ARTICULATED CONCRETE BLOCK 02279 - 4 11/11 MATTRESSES FOR EROSION CONTROL NWLDIP — PHASE 1 the filter fabric. Specifically, the filter fabric shall be independent of the block system. 2. Geotextile shall conform to Texas Department of Transportation Geotextile Performance Requirements (Type 2) and shall be of type US Fabrics 38ONW non- woven, or approved equal, typical equivalent sieve opening equal to 100. 3. The fabric shall be constructed exclusively of manmade thermoplastic fibers; shall be a non -woven geotextile fabric, and shall form a mat of uniform quality. 4. Fabric fibers may be continuous and oriented in a random pattern throughout the fabric. 5. The fabric shall be mildew resistant, rot -proof and shall be satisfactory for use in a wet soil and aggregate environment. 6. Packaging Requirements a. The fabric shall be packaged in rolls of the length and width specified. b. The fabric itself shall be uniformly wound onto suitable cylindrical forms or cores to aid in handling and unrolling. C. Each roll of fabric and the form or core upon which it is rolled shall be packaged individually in a suitable sheath, wrapper or container to help protect the geotextile from damage due to ultraviolet light and moisture during normal storage and handling. 7. Tagging or Labeling a. Each roll shall be identified by a tag or label securely affixed to the outside of the roll on one end. This tag or label must list the following required information (examples of each are shown in parentheses): 1) A unique roll number, serially designated (Roll No. 31275). 2) Manufacturer's lot number or control numbers, if any (Lot 290, control 6750). 3) Name of fabric manufacturer (Afghan Fabrics). 4) Date of Manufacture (Jan. 16, 1987). 5) Brand name of the product ("Fabriweld"). 6) Manufacturer's style or catalog designation of the fabric, if any ("300-X"). 7) Roll width in inches (Width-150 inches). 8) Roll length in yards (Length —100 yards). 9) Gross weight in pounds of entire package which is to include fabric core, wrapping and sheath or container identification tag, etc. (Gross — 147 pounds). 10) Tare weight in pounds of core, wrapping, sheath or container identification tag, etc. (Tare —18 pounds). 11) Net weight in pounds of fabric alone (Net Weight —129 pounds). D. Bedding shall be obtained from the designated sources and shall be selected to meet the quality and grading requirements of this specification. E. Equal to Annorflex product. 2.3 VISUAL INSPECTION A. All units shall be sound and free of defects that would interfere with either the proper placement of the unit or impair the performance of the system. Surface hairline cracks incidental to the usual methods of manufacture, or surface chipping resulting from customary methods of handling in shipment and delivery, shall not be deemed grounds for rejection. 01267209 ARTICULATED CONCRETE BLOCK 02279 - 5 11/11 MATTRESSES FOR EROSION CONTROL i( N WLDIP —PHASE 1 B. Cracks exceeding 0.05 inches in width and/or 1.0 inch in depth shall be deemed grounds for rejection. C. Chipping resulting in a weight loss exceeding 10% of the average weight of an individual block shall be deemed grounds for rejection. D. Blocks rejected at the job site shall be repaired with structural grout or replaced at the expense of the Contractor, as directed by the Engineer. 2.4 TESTING A. The Engineer shall be accorded proper access to facilities to inspect and sample the units at the place of manufacture from lots ready for delivery. B. Field installation procedures shall comply with the procedures utilized during the hydraulic testing procedures of the recommended system. All system restraints and ancillary components (such as synthetic drainage mediums) shall be employed as they were during testing. For example, if the hydraulic testing installations utilize a drainage layer then the field installation must utilize a drainage layer; an installation without the drainage layer will not be permitted. The drainage layer, if requested by the manufacturer, shall be furnished and installed by the Contractor at no additional compensation whether or not shown on the Engineer's plans. PART 3 - EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade surfaces, anchor trenches, and/or toe trenches on which the articulated concrete block mattresses and filter fabric are to be placed shall be cut or filled and graded to the lines and grades shown on the drawings. When fill to subgrade lines is required, it shall consist of approved materials and shall conform to the requirements of the specified class of fill in Section 02300 - Earthwork. Subgrade shall be compacted to 98% density, according to ASTM D698, for a depth of six inches. B. The slope shall be graded to a smooth plane surface free of slope deformities, roots, grade stakes, and stones which project normal to the local slope face to ensure that intimate contact is achieved between the slope face and the geotextile (filter fabric), and between the geotextile and the entire bottom surface of the cellular concrete blocks. No holes, "pockmarks", slope board teeth marks, footprints, or other voids greater than 0.5 inch in depth normal to the local slope face shall be permitted. No grooves or depressions greater than 0.5 inch in depth normal to the local slope face with a dimension exceeding 1.0 foot in any direction shall be permitted. The anchor trench hinge -point at the top of the slope shall be graded uniformly to assure intimate contact between all cellular concrete blocks and the underlying grade at the hinge -point. 3.2 GEOTEXTILE A. Geotextile shall be spread uniformly on the prepared subgrade surfaces. B. Sampling and Testing Requirements 1. Samples for testing purposes shall be taken in accordance with Test Method "Tex-735-I, Sampling Construction Fabrics." 2. Testing shall be in accordance with Test Method "Tex-6164, Testing Construction ,., Fabrics." 01267209 ARTICULATED CONCRETE BLOCK 02279 - 6 11/11 MATTRESSES FOR EROSION CONTROL NWLDIP —PHASE l C. Basis for Rejection 1. Should any individual sample selected at random from 100 rolls, or fraction thereof, fail to meet any specification requirement, then that roll shall be rejected and two (2) additional samples shall be taken, one (1) from each of two (2) other additional rolls selected at random from the same 100-roll lot, or fraction thereof. 2. If either of these two (2) additional samples fail to comply with any portion of the specification, then the entire quantity of rolls represented by that sample shall be rejected. 3.3 CELLULAR CONCRETE MATTRESSES A. The cellular concrete blocks will be placed on prepared subgrade in such a manner as to produce a smooth plane surface in intimate contact. No individual block within the plane of placed cellular concrete blocks will protrude more than one-half inch or as otherwise specified by the Engineer. Cellular concrete blocks shall be flush and develop intimate contact with the subgrade section, as approved by the Engineer. B. Proposed hand placing only is to be used in limited areas, specifically identified by the Engineer. C. The cellular concrete mats will be attached to a spreader bar or other approved device to aid in the lifting and placing of the mats in their proper position by the use of a crane or other approved equipment. The equipment used shall have adequate capacity to place the mats without bumping, dragging, tearing or otherwise damaging the underlying fabric. The mats will be placed side -by -side and/or end -to -end, so that the mats abut. Mat seams or openings between mats greater than two (2) inches will be backfilled with 4000 p.s.i. non -shrink grout or 4,000 p.s.i. concrete. Whether placed by hand or in large mattresses, distinct changes in grade that results in a discontinuous revetment surface in the direction of flow will require backfill at the grade change location so as to produce a continuous surface. D. Termination trenches and side trenches shall be backfilled and compacted flush with the top of the blocks. The integrity of the trench backfill must be maintained so as to ensure a surface that is flush with the top surface of the cellular concrete blocks for its entire service life. Toe trenches shall be backfilled as shown on the plans. Backfilling and compaction of trenches will be completed in a timely fashion. No more than 500 linear feet of placed cellular concrete blocks with non -completed anchor and/or toe trenches will be permitted at any time. 3.4 FINISHING ( A. Surface Treatment. If required on the plans, the voids of the cellular concrete mats for the limits shown on the drawings shall be filled with topsoil. The soil should then be seeded in accordance with Section 02920 — Lawns and Grasses. B. Inspection and Approval. Immediately prior to the placement of any required surface treatment, the Engineer shall inspect the installed cellular concrete mattresses for defects and/or damage. 3.5 CONTRACTOR QUALITY CONTROL z A. The Contractor shall inspect for compliance with contract requirements and record the inspection of all operations including but not limited to the following, as applicable:f 1. Preparation of surface to receive cellular concrete mattresses. 2. Individual concrete blocks and filter fabric soundness and free of defects. 01267209 ARTICULATED CONCRETE BLOCK 02279 - 7 11/11 MATTRESSES FOR EROSION CONTROL NWLDIP —PHASE l 3. Cables and fittings - breaking strength. 4. Compressive strength of concrete blocks. 5. Assembly of cellular concrete blocks bound by cables to form cellular concrete mattresses. 6. Placement of mattresses and filter fabric on the prepared subgrade. 7. Embedment of cables in the anchor trenches, side trenches, and toe trenches. END OF SECTION 01267209 ARTICULATED CONCRETE BLOCK 11/11 MATTRESSES FOR EROSION CONTROL 02279 - 8 4 NWLDIP—PHASE 1 SECTION 02300 EARTHWORK PART 1-GENERAL J 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 of the specifications refers to general excavation of various materials at storm sewer inlets, storm sewer outlets, channel grading, subgrade preparation related to paving,., i topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork, refer to Section 02317 — Excavation and Backfill for Utilities. L A S ONS 1.3 RELATED SECTIONS l A. Section 01400 — Quality Requirements. B. Section 01500 - Temporary Facilities and Controls. a C. Section 02231—Tree and Plant Protection. D. Section 02240 - Dewatering. E. Section 02260 - Excavation Support and Protection. F. Section 02317 — Excavation and Backfill for Utilities. G. Section 02318 — Borrow. H. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 1963• R 2002 Particle -Size Analysis of Soils ( � ) Y ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft—lb/ft3). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified . Soil Classification System) 01267209 EARTHWORK 02300 - 1 11/11 NWLDIP —PHASE 1 ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.5 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. 1. Utilities: Include on -site underground pipes, conduits, ducts, and cables. J. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as 01267209 EARTHWORK 02300 - 2 11/11 NWLDIP — PHASE 1 applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 3. Characteristics by laboratory analysis of flexible base. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 20 maximum, 5 minimum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source. No blending of sources and/or additive materials will be allowed. The material source shall be subject to approval by the Engineer. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. 2. Flexible base material shall conform to the following test requirements: Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" ''/z" #4 #40 % retained 0 01267209 11/11 10-35 30-50 45-65 70-85 EARTHWORK 02300 - 3 NWLDIP —PHASE 1 Atterberg Limits Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit 35 maximum Plasticity Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex- 116-E (Wet Ball Mill) the material shall have a value not to exceed 45. The percent of material passing the No. 40 sieve shall not increase by more than 20 during the test. G. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 5 minimum to 20 maximum Linear Shrinkage 2 minimum to 10 maximum Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. PART 3 - EXECUTION 3.I PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 01267209 EARTHWORK 02300 - 4 11/11 N WLDIP —PHASE 1 3.2 EXPLOSIVES A. Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. 1. Do not damage adjacent structures, property, or site improvements or weaken the bearing capacity of rock subgrade when using explosives. 2. Explosives shall not be used on the project except as a last resort when other construction methods have failed to perform satisfactorily. 3.3 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 3 feet of excavated material. Surface soil that is a heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. 3.4 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated cross sections, elevations and grades. 3.6 EXCAVATION FOR UTILITY TRENCHES A. Refer to Section 02317 — Excavation and Backfill for Utilities. 01267209 EARTHWORK 02300 - 5 11/11 N WLDIP — PHASE 1 3.7 SUBGRADE PREPARATION A. 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 a minimum of 98% of Standard Proctor Density at a moisture content within 2% of optimum. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 12 inches minimum for thoroughfares and streets greater than 36 feet in width, and 6 inches minimum for all other streets, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. At any time the Engineer may require proof rolling to test the uniformity of compaction. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall meet these requirements for materials and construction. Subgrade not covered with base material within 7 days of completion may be subject to retesting and reprocessing as determined by the Engineer. 3.8 FLEXIBLE BASE CONSTRUCTION A. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. B. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled as required to produce a uniform compaction of 98% of Standard Proctor Density at a moisture content 1%to 2% below optimum. C. Completed flexible base shall be cured for at least 7 days before finishing. During the curing period the street may be opened to traffic. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. D. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. E. 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. 3.9 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 3.10 UTILITY TRENCH BACKFILL A. Refer to Section 02317 — Excavation and Backfill for Utilities. 01267209 EARTHWORK 02300 - 6 11/11 I� NWLDIP — PHASE 1 3.11 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3.12 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.13 COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 98 percent of Standard Proctor Density at a moisture content within 2% of optimum. 2. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 95 percent of Standard Proctor Density at a moisture content within 2% of optimum. 3.14 TESTING A. Testing Agency: An independent testing agency hired by the Owner shall perform field quality control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following approximate locations and frequencies, or as otherwise required by the Engineer: 1. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5000 sq. ft. or less of paved area, but in no case fewer than three tests. 2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Utilities. 01267209 EARTHWORK 02300 - 7 11/11 r _t N WLDIP —PHASE 1 D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 3.15 GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus I inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 3.16 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.17 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section 01576 — Waste Material Disposal. END OF SECTION 01267209 EARTHWORK 02300 - 8 11/11 NWLDIP — PHASE I SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES 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 of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including storm sewers, manholes and other pipeline structures. 1.3 RELATED SECTIONS A. Section 01400 —Quality Requirements. B. Section 01500 —Temporary Facilities and Controls. C. Section 01555 —Barricades, Signs and Traffic Handling. D. Section 02082 — Pre -cast Concrete Manholes and Vaults. E. Section 02221— Removing Existing Pavements. F. Section 02231 —Tree and Plant Protection. G. Section 02240 — Dewatering. H. Section 02260 — Excavation Support and Protection. I. Section 02300 — Earthwork. J. Section 02318 - Borrow K. Section 02320 — Utility Backfill Materials. 1.4 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. or to limits of trench under box as specified. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a minimum of 12" above the top of the pipe. D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from one trench sidewall to opposite sidewall. E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill. 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 1 11/11 NWLDIP —PHASE I F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems: Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 - Dewatering. I. Seepage: Water intrusion from groundwater into an excavation or trench via the sidewalls and floor of the excavation or trench such that sidewall material and excavated floor material are not displaced by hydraulic pressure or flow, and the flow rate of groundwater intrusion is such that the excavation or trench will not accumulate more than a 3-inch depth in the floor of the excavation or trench in a 24-hour period if not removed by pumping, bailing or other methods, or not intercepted by an external groundwater dewatering system. J. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. K. Excavation Drainage: Removal of surface water in trench by sump pumping or other approved means. L. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. M. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. N. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. O. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 2 11/11 NWLDIP—PHASE I P. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. Q. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection. R. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. S. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.5 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.6 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.7 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit a ground and surface water control plan in accordance with requirements in this Section and Section 02240 - Dewatering. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Utility Backfill Materials. 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 3 _ 11/11 y€ NWLDIP— PHASE 1 E. Submit record of location of storm sewer as installed, referenced to survey control points. Include locations of utilities encountered that are not shown on drawings or are rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer. 1.8 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Utility Backfill Materials. B. Owner's independent testing agency will perform field density tests of trench backfill representative of each 500 linear feet of trench and each one -foot of lift thickness, as a minimum. C. Once within pavement subgrade depth under paved areas, Owner's independent testing agency will perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. D. Failing tests will be charged to the Contractor, which shall include pro-rata technician time, mileage and expenses. PART 2-PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Utility Backfill Materials. PART 3 - EXECUTION 3.1 INSTALLATION A. Install flexible pipe storm sewer to conform to the trench details shown in the drawings. B. Install rigid pipe or concrete box storm sewer to conform with the trench details shown in the drawings. 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 4 11/11 dF NWLDIP —PHASE I _9 3.2 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs and Traffic Handling and the drawings. B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. D. Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02221 - Removing Existing Pavements. E. Install and operate necessary dewatering and surface water control measures to conform with Section 02240 - Dewatering. F. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings, and in accordance with requirements of Section 02231 - Tree and Plant Protection. B. Protect and support above -grade and below -grade utilities except for water and sewer which are to remain. All crossing water and sewer lines must be cut and replaced. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to Owner. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Determine trench excavation widths using the following schedule as related to pipe type: Minimum Trench Maximum Trench Type Width, Feet Width, Feet t Flexible Pipe Storm Sewer O.D. + 2'-0" O.D. + 4'-0" -1 Rigid Pipe Storm Sewer O.D. + 2'-0" O.D. + 5'-0" Concrete Box Storm Sewer O.D. + 2'-0" O.D. + 4'-0" t In situations where benching of trench is required for lowering excavator below grade, bench width of approximately 22'-0" is incorporated to allow the excavator to make a 900 pivot unless Contractor chooses to "walk" the excavator on a ramp into and out of the f trench. C. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In park, - roadside ditch and golf course areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. In rangeland and cultivated farm land, topsoil shall be considered to be the uppermost five feet of soil, or less if a calcium carbonate 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 5__ NWLDIP —PHASE I caliche layer is encountered at less than five-foot depth. Depth of topsoil may vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trench makes it uneconomical or impractical to pump from the surface elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. E. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. F. Shoring of Trench Walls. 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2. For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. 3. Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, waters, and braces in place as long as required to support sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. 4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment. 5. If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a 1-inch-thick steel plate. Fill voids left on removal of supports with compacted backfill material. G. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: 1. Make trench excavations of sufficient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced. 3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact backfill materials against undisturbed trench walls and foundation. 4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. 5. Contractor shall provide trench safety equipment and protection for Owner's tests within the trench as required in paragraph 3.11.13 and Section 01400 — Quality Requirements. 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 6 11/11 NWLDIP—PHASE 1 3.5 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 - Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming with requirements of Section 02318 - Borrow. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. D. Protect topsoil from intermixing with undesirable materials. 3.6 GROUND WATER CONTROL A. Implement ground water control according to Section 02240 - Dewatering. Provide a stable trench to allow installation in accordance with the Specifications. 3.7 TRENCH FOUNDATION A. Excavate bottom of trench to uniform grade to achieve stable trench conditions and satisfactory compaction of foundation or bedding materials. B. Install trench dams of cement stabilized backfill at every 200 ft. of trench length between manholes and between manholes and inlets as shown on plans. 3.8 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on Drawings. C. For conduit installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and r t compaction of the material against undisturbed soil. E. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. F. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. Remove sandbags and other suitable means prior to backfilling where these items are located. G. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are not allowed. 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 7 I NWLDIP —PHASE 1 H. For cement stabilized backfill, vibrate with concrete vibrator to consolidate material under haunches. Use minimum two-inch diameter vibrator, vibrate backfill continuously along entire length of conduit leaving no unconsolidated lengths or areas. If compaction is required to fill all voids with cement stabilized backfill, then hand operated tampers may be used. 3.9 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. Maximum unrepaired pavement surface shall be limited to 800 feet unless otherwise approved by Owner and Engineer. B. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. Cut off sheeting 1.5 feet or more above the crown of the pipe. Remove trench supports within 5 feet from the ground surface. C. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 1. Cement Stabilized Backfill/Lean Concrete Backfill a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. C. Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least 30 when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square -inch needle. This equates to a penetration resistance of approximately 300 pounds per square inch. This is not a strength requirement for the cement stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square -inch needle. The Contractor shall take no less than four penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. Such readings shall be taken prior to commencing backfill operations. 2. Pea Gravel a. Place in depths as shown on plans. b. Use vibratory equipment or shovel -slicing to ensure placement under the haunches of the pipe. 3. Native Material/Borrow Material a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by trench sheep's foot or by vibratory equipment to a minimum of 98 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 8 11/11 NWLDIP —PHASE 1 4. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by sheep's foot, by steel wheel roller or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 5. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on drawings. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 - Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Owner's testing agency on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following approximate frequencies and conditions, unless otherwise directed by Engineer. 1. A minimum of one test for every 500 linear feet of compacted trench zone backfill material for each 12 inches of backfill. 2. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone. 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 5. Two verification tests will be performed adjacent to in -place tests that show density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. e� 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 9 1I/11 f _, NWLDIP —PHASE 1 F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 - Waste Material Disposal END OF SECTION 01267209 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 10 I1/11 NWLDIP —PHASE 1 SECTION 02318 BORROW 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. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Engineer. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 02300 - Earthwork. C. Section 02317 - Excavation and Backfill for Utilities. D. Section 02260 - Excavation Support and Protection. E. Section 02920 - Lawns and Grasses. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) 7 01267209 BORROW 02318 - 1 11/11 I NWLDIP —PHASE 1 ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.5 DEFINITIONS A. Refer to Section 02300 — Earthwork and Section 02317 — Excavation and Backfill for Utilities. 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART 2 - PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 or more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has a site development permit. 01267209 BORROW 02318 - 2 N WLDIP —PHASE 1 4. Borrow from an existing playa lake. If this playa lake is located within the Lubbock ETJ a cut and fill plan will be required and must be approved prior to any excavation. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. Contractor shall be responsible for securing and testing samples at his expense. Engineer may run parallel tests of materials furnished by Contractor. All borrow sites shall comply with the requirements of the permit. F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION 01267209 BORROW 02318 - 3 11/11 NWLDIP—PHASE I k_ SECTION 02320 UTILITY BACKFILL MATERIALS PARTI-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 of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete" sand. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 6. Borrow material. 7. Pea Gravel. 1.3 RELATED SECTIONS A. Section 02300 — Earthwork. B. Section 02317 — Excavation and Backfill for Utilities. C. Section 02318 — Borrow. 1.4 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.5 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 - Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft ). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 01267209 UTILITY BACKFILL MATERIALS 02320 - 1 11/11 NWLDIP —PHASE I L. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex-106-E - Test Method - Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. 1.6 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. E. For each delivery of material, provide a delivery ticket which includes source location. 1.7 TESTS A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART2-PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. "Concrete" Sand 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 2. Gradation shall conform to ASTM C136 and the following limits. SIEVE PERCENT PASSING 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 45 to 80 No. 30 25 to 55 No. 50 10 to 30 No. 100 2 to 10 01267209 UTILITY BACKFILL MATERIALS 02320 - 2 11/11 NWLDIP —PHASE 1 B. Cement Stabilized Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water —to -cement ratio = .6 to 0.75 with slump not to exceed three (3) inches. 3. Maximum aggregate size shall not exceed 1.5-inch diameter for backfilling pipe sizes 48 inches and greater in diameter. 4. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. C. Lean Concrete Backfill 1. Cement content 4 sack mix per cubic yard. 2. Water/cement ratio = .53. D. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. E. Topsoil 1. Provide topsoil material that is free of stones greater than 1-inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. 2. Surface should be made clear of rock and other debris before planting in accordance with Section 02920 — Lawns and Grasses. 3. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Utilities of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. F. Borrow 1. Refer to Section 02318 — Borrow. 2. Use Class A borrow under roadways and Class B elsewhere as specified in Section 02318 — Borrow. G. Pea Gravel 1. Pea gravel shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 2. Pea gravel shall be graded within the following limits: SIEVE PERCENT PASSING Yz" 100 3/8" 85 to 100 No. 4 10 to 30 No. 8 0 to 10 No. 16 0 to 5 H. It is the intent that materials excavated from trench or cut and cover operations be used as i backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2.1.D. Where material must be imported to bring a trench to grade, then the 01267209 UTILITY BACKFILL MATERIALS 02320 - 3 11/11 NWLDIP —PHASE 1 material requirements of paragraph 2.1.F.2 shall be followed. Where street flexible base is involved, the flexible base shall meet the requirements of Section 02300. Where cuttings or spoil from excavation operations have been mixed with carrier fluids that contain additives (such as those by Baroid Drilling Fluids, Cetco, Cross Tech, Federal Summit Drilling Fluids, Kem-Tron, Parchem, Polymer Drilling Systems, Wyo-Ben, and others), such cuttings or spoil shall be considered as unsuitable for backfill and shall not be used for backfill. Where cuttings or spoil have been mixed with water only, such cuttings or spoil may be used for backfill provided the material's water content can be satisfactorily reduced to optimum and specified compaction density can be achieved. 2.2 MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for Owner verification testing at the source or at the production plant. E. Native material from excavations for storm sewer, tunneling, inlets and so forth requires testing only when questionable material is encountered. PART 3 - EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top 3 feet of excavated material shall be salvaged and used as topsoil. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. Contractor shall furnish the materials from locations in the off -site source as concurred by the Engineer. [i 01267209 UTILITY BACKFILL MATERIALS 02320 - 4 11/11 r� 1_ NWLDIP—PHASE I C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. D. Pea gravel shall be consolidated upon placement by using rodding or pneumatic vibratory methods. Shovel slicing shall be used as necessary to ensure filling of voids, filling around and under haunches of pipe and filling of spaces. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at or from: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials and retrieval of samples. END OF SECTION 01267209 UTILITY BACKFILL MATERIALS 02320 - 5 11/I1 NWLDIP— PHASE I SECTION 02425 TUNNEL EXCAVATION AND PRIMARY LINER PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Tunnel construction by placement of a primary liner for installation of box storm sewer using a 2-pass method. Placement of the box storm sewer inside the tunnel constructed with a primary liner shall be in accordance with Section 02426 — Storm Sewer Pipe in Tunnels. B. Various construction methods for tunneling, including tunnel boring machine (TBM), hand tunneling, or shield. Liners include rib and lagging, steel liner plate, bolted steel liner, box tunnels, and segmented concrete. Liners may be expanded or grouted. Circular liners shall be 4-flange steel liner plate, and grouted in place. C. Contractor shall install liner types specified or as shown on the Drawings. Where not otherwise indicated, Contractor shall use techniques and liner methods appropriate for the prevailing ground conditions. 1.3 REFERENCE STANDARDS A. American Association of State Highway and Transportation Officials (AASHTO). B. American Railway Engineering Association (AREA) Manual for Railway Engineering. C. American Society for Testing and Materials (ASTM). 1. ASTM A 36 - Standard Specifications for Structural Steel. 2. ASTM A 283 - Standard Specifications for Low and Intermediate Tensile Strength Carbon Steel Plates. 3. ASTM A 307 - Standard Specifications for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 4. NFPA 70 —National Electrical Code D. Occupational Safety and Health Administration (OSHA). 1.4 DEFINITION A. Primary liner is the first tunnel support installed by the Contractor in a 2-pass method. B. Carrier pipe is the storm sewer pipe or box as specified in Section 02426 — Storm Sewer Pipe or Box in Tunnels. C. Zone of Active Excavation. Area located within a radial distance about a surface point directly above the face of excavation equal to the depth to the bottom of excavation. D. Critical Structure. Any building, structure, bridge, pier, or similar construction partially or entirely located within a zone of active excavation. E. Tunnel Boring Machine (TBM). Mechanized and fully shielded excavating equipment that is steerable, guided and articulated, with man entry. 01267209 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 1 11/11 NWLDIP —PHASE 1 F. Tunneling Methodology. A written description, together with supporting documentation that defines Contractor's plans and procedures for the tunneling operations. G. Shield. Fabricated ground support, usually circular in section, providing a 360 degree protection to those working in it. Shield will have a cutting edge, and be equipped with independently operated hydraulic propulsion rams, allowing it to be steered. Liner is erected within a tail attached to the shield. H. Open Face. The face of a heading or tunnel which is unsupported during excavation (e.g., in hand mining or shield excavation). I. Closed Face. The face of a heading or tunnel which is provided support during the excavation process from a TBM, where the cutter head allows both partial exposure of the face and full closure, by means of hydraulically operated gates, also referred to as shielded face. 1.5 SUBMITTALS A. Make submittals in accordance with Section 01330 - Submittal Procedures. B. The following submittals are required: 1. Tunneling Methodology. A brief description of proposed tunnel methodology for review. The description should be sufficient to convey the following: a. Proposed method of tunnel construction and type of face support and lining system. Indicate proposed method for each pipeline segment. b. Manufacturer and type of tunneling equipment proposed; type of lighting and ventilation systems. C. Number and duration of shifts planned to be worked each day. Contractor shall comply with the provisions of Section 01140 — Work Restrictions. d. Sequence of operations. e. Location of access shafts and work sites. f. Method of spoil transportation from the face, surface storage, and disposal location. g. Method of installing box storm sewer. h. Identification of critical utility crossings and special precautions proposed. i. Manufacturer and type of any chemical grout proposed. If cementitious grout is proposed, furnish mix design. Cementitious grout shall have a compressive strength of not less than 1,000 psi unless otherwise specified. 2. Drawings and Calculations. Submit for record purposes, drawings and calculations for any tunnel support system designed by the Contractor. Drawings shall be adequate for construction, and include installation details. Documents must be signed and sealed by a Professional Engineer registered in the State of Texas. Calculations shall include clear statement of criteria used for the design, as described in Paragraph 1.6, Design Criteria. 3. Quality Control. Submit for review a brief description of quality control methods including: a. Method and frequency of survey control. b. Example of tunnel daily log. C. Instrumentation plan showing location and frequency of monitoring relative to critical structures within the zone of active excavation. d. Settlement survey plan (may be included in instrumentation plan). 4. Geotechnical Investigation. When geotechnical investigations are conducted by the Contractor, submit results to the Owner for record purposes. 01267209 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 2 1I/11 NWLDIP —PHASE 1 5. Monitoring Plans: a. Instrumentation Monitoring Plan. Submit for review, a monitoring plan prior to construction, that includes a schedule of instrumentation design, layout of instrumentation points, equipment installation details, manufacturer's catalog literature, and monitoring report forms. b. Surface Settlement Monitoring Plan. Submit a settlement monitoring plan for review prior to construction. The plan shall identify the location of settlement monitoring points, reference benchmarks, survey frequency and procedures, and reporting formats. 6. Structures Assessment. Submit preconstruction and post -construction assessment reports for critical structures, namely those located within the zone of active excavation from the proposed tunnel centerline. Photographs or a video of any existing damage to structures in. the vicinity of the storm sewer alignment shall be included in the assessment reports. 7. The readings of all monitoring shall be submitted to the Owner. 8. Daily Reports. The shift log as defined in Paragraph 3.4, Pipe jacked Tunneling Data, shall be maintained by the Contractor and must be made available to the Owner on request. The shift log shall contain the daily rate of advance. Where a tunnel boring machine is used, the monitored pressures for fluid circulation and jacking force shall also be recorded. 1.6 DESIGN CRITERIA A. The primary liner shall be designed by the Contractor's Professional Engineer for appropriate loading conditions and deflection criteria, including but not limited to: the overburden and lateral earth pressures; handling and installation stresses; loads imposed by the tunnel shield or tunnel boring machine thrust jacks; subsurface soil and water loads; grouting; and other conditions of service. Contractor shall be responsible for the design of the primary liner to carry construction loads in combination with overburden, earth and hydrostatic loads. B. The criteria to be used at railroad crossings shall be Cooper E-80 locomotive loading distributions in accordance with AREA specifications for culverts. In the design, account for additive loadings due to multiple tracks. Liner type for railroad crossings shall be as specified. C. The criteria for truck loading shall be HS-20 vehicle loading distributions in accordance with AASHTO. HS-20 vehicle loading shall be used for all areas outside of railroad right- of-way. D. The liner system shall be compatible with any special requirements shown on the Drawings. E. Circular liner design shall conform to AASHTO "Design Specifications for Tunnel Liner Plate", Section 16. Because of the temporary nature of the tunnel liner and the various liner methods and materials available, such liner design and selection shall be performed by the Contractor or the primary liner supplier. The design shall be sealed by a professional engineer and submitted to the Engineer in accordance with paragraph 1.4.13.2 of this specification. Minimum factors of safety shall be those selected by the designing engineer, but in no case shall they be less than any factors of safety listed in the AASHTO specifications. Soil loads may be based on actual laboratory density compaction curves for the tunnel location. In lieu of such compaction curves, the minimum dry soil density shall not be less than 120 pounds per cubic foot. The design of the tunnel primary liner shall also withstand grouting pressures when the subsurface voids are grouted. �j 01267209 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 3 11/11 P. `t NWLDIP —PHASE I PART 2 - PRODUCTS 2.1 TUNNEL LINERS A. Tunnel liners can be composed of steel liner plates bolted together, steel ribs with bolted steel liner plate lagging, steel ribs with timber lagging, or other suitable design. B. Steel liner plate shall be manufactured from steel conforming to ASTM A 569, as manufactured by AK Steel Corporation, Commercial Intertech, Inc., Contech Construction Products, or equal, and certified by manufacturer for compliance with the ASTM designation. Steel liner plate shall be of 2-flange or 4-flange design. 1. Plates shall be punched for bolting on both longitudinal and circumferential seams for 4-flange plates. 2. Plates shall be punched for bolting on circumferential seams for 2-flange plates. 3. Plates shall be of uniform fabrication and those intended for one size and type of tunnel liner shall be interchangeable. 4. Material used for construction of liner plates shall be in good condition. 5. A sufficient number of bolted steel liner plates shall be equipped with grout holes furnished with plugs. 6. Grout holes shall be located near plate center and spaced sufficiently close for grouting the tunnel's exterior annular space. C. Steel ribs shall meet the requirements of ASTM Designation A36 or other ASTM designation specifically for structural steel. Bolts and nuts for joining steel rib circumferential sections shall conform to ASTM designations for the intended application. D. Bolts and nuts for joining steel liner plate shall conform to ASTM Designation A153 where possible. Where manufacturing, product application, design, or availability warrants variation from ASTM A153, the bolts and nuts proposed for use within a variance shall meet ASTM designation for such materials, finishes, and strength in the proposed application. E. Steel materials are not required to be galvanized or otherwise plated with corrosion resistant material. F. Timber lagging shall be of the thickness, wood type and grade sufficient for the loads expected to be imposed and for the duration of support (including grouting of voids external to the tunnel liner) anticipated prior to completely grouting the annular space between the primary tunnel liner and the carrier pipe. 1. Timber material used for construction of timber lagging shall be in good condition. 2. A sufficient number of grout holes with plugs shall be provided in the lagging. PART 3 - EXECUTION 3.1 PREPARATION A. Use methods for tunneling operations that will minimize ground settlement. Select a method which will control flow of water, prevent loss of soil into the tunnel, and provide stability of the face under anticipated conditions. B. Conduct tunneling operations in accordance with applicable safety rules and regulations, OSHA standards, and Contractor's safety plan. Use methods which include due regard for safety of workmen, adjacent structures, utilities, and the public. C. Maintain clean working conditions inside the tunnel and shafts. 01267209 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 4 N WLDIP —PHASE 1 D. For tunneling under railroad embankments, highways, or streets, perform the installation so as to avoid interference with the operation of the railroads, highways, or streets, except as approved by the owner of the facility. E. Support the ground continuously in a manner to prevent loss of ground and keep the perimeters and faces of the tunnel stable. F. The completed primary tunnel lining shall have full bearing against the ground. The peripheral space between the support elements and the excavated surface shall be grouted or shall be closed by expanding the support elements against the ground to achieve full bearing as the tunnel advances. G. Ground Conditions. The Contractor may perform additional exploration by geotechnical borings in advance of construction to define necessary parameters for design of the primary tunnel liner, planning and designing the ground water control system, and for selection of tunneling method and equipment to successfully complete each tunnel reach. H. The Contractor shall be aware that various existing soil borings or wells, where indicated on the Drawings, may coincide with the proposed tunnel alignment. These may or may not have been backfilled with grout and, therefore, caution should be used in tunneling through these locations. Contractor shall take mitigating measures to counter any effect these boreholes or wells may have on tunneling operations. 3.2 GROUND WATER CONTROL A. The Contractor shall provide the necessary ground water control measures to perform the work and to provide safe working conditions. B. Contractor shall anticipate that portions of the tunnel excavation may be below the ground water table and in cohesionless soils, even if not indicated on the soil borings, and in conditions which may require a ground water control system for the tunneling operations. Contractor shall install filter fabrics, backer rods and other means as necessary to prevent piping of fines into tunnel. The tunnel face may be submerged and affected by ponded water for an extended period of time in the vicinity of lake areas. The Contractor shall provide support and means to keep soils in place when submerged conditions prevail. C. If the Contractor chooses pumping installations to control the ground water level or installs a pervious liner through water bearing layers, the Contractor shall install and maintain an instrumentation system to monitor the water level and to detect any movement in adjacent structures and property. D. The dewatering system for tunnels shall remain in operation until the carrier conduit has been installed and the annular space is fully grouted and the grout has cured for at least 5 days, or until a watertight liner designed for hydrostatic pressures is installed. E. Tunneling for which ground water control is necessary shall not proceed until monitoring data indicate that the ground water control system is operating in accordance with the Contractor's plan. F. Groundwater control shall conform to the requirements of Section 02240 - Dewatering. 3.3 EQUIPMENT A. The Contractor shall be responsible for selection of tunneling equipment which, based on past experience, has proven to be satisfactory for excavation of the soils to be encountered. B. The Contractor shall employ tunneling equipment that will be capable of handling the various anticipated ground conditions and which minimizes loss of soil ahead of the face and allows satisfactory support of the excavated face. 0I267209 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 5 11/I1 NWLDIP—PHASE I C. A TBM or shield shall conform to the shape of the tunnel with a uniform perimeter that is free of projections that could produce over excavation or voids. An appropriately sized over cutting head may be provided to facilitate steering. In addition it shall: 1. Be capable of full directional guidance. 2. Be capable of full face closure, or permit ready installation of breasting boards. 3. Be equipped with appropriate tail in which liner is erected. 4. Be capable of correcting roll. 5. Be designed to handle adverse ground conditions including ground water ingress. 6. Be equipped with visual display to show the operator actual position of TBM or shield relative to design reference. D. Air Quality. Provide equipment to maintain proper air quality of tunnel operations during construction in accordance with OSHA requirements. E. Enclose lighting fixtures in watertight enclosures with suitable guards. Provide separate circuits for lighting and other equipment. F. Electrical systems shall conform to requirements of National Electrical Code - NFPA70. 3.4 TUNNELING DATA A. Maintain shift logs of construction events and observations. The Owner shall have access to the Contractor's logs with regard to the following information: 1. Location of face by station and progress of tunnel drive during shift. 2. Hours worked per shift on tunneling operations. 3. Completed field forms for checking line and grade of the tunneling operation, showing achieved tolerance relative to design alignment. Steering control logs will generally be acceptable for shield or TBM driven tunnels. 4. Location, elevation and brief soil descriptions of soil strata and strata boundaries. 5. Ground water control operations and piezometric levels, ground water inflow location and rates. 6. Observation of any lost ground or other ground movement. 7. Any unusual conditions or events. 8. Reasons for operational shutdown in the event a drive is halted. 9. Time of grouting and pressure for grouting. 10. Advance rate per day and, for TBM, pressure applied for advancement. B. Primary liner shall be clearly marked with paint every 20 feet along the tunnel with distance in feet from centerline of the preceding shaft. 3.5 TUNNEL EXCAVATION AND PRIMARY LINER INSTALLATION A. Tunnel Excavation. 1. Conduct tunneling operations in accordance with applicable safety rules and regulations, and Contractor's safety plan. Use methods which include due regard for safety of workmen, adjacent structures, utilities, and the public. 2. Tunnel excavation shall remain within the easements and rights -of -way indicated on the Drawings, to the lines and grades shown on the Drawings. The excavation shall be of sufficient size to allow the installation of the storm sewer conduit to the lines and grades indicated on the Drawings. 3. Open -face excavations: a. Keep the face breasted or otherwise supported and prevent falls, excessive raveling, or erosion. Maintain standby face supports for immediate use when needed. 01267209 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 6 11/1I NWLDIP — PHASE I b. During shut -down periods, support the face of the excavation by positive means; no support shall rely solely on hydraulic pressure. C. Prevent loss of material at face even under submerged conditions. 4. Closed -face excavation: a. Control volume of spoil removed. Determine that the advance rate and the excavation rate are compatible to avoid over excavation or loss of ground. b. When cutting head is withdrawn for any purpose, keep excavated face supported and stabilized. C. When the face of the machine is open for maintenance, monitor conditions that might threaten the stability of the heading. Take appropriate action to prevent or limit influx of soils and water which would threaten the stability of the heading. 5. Whenever there is an identified condition which could endanger the tunnel excavation or adjacent structures, operate continually for 24 hours a day, including weekends and holidays, without intermission until the condition no longer exists. B. Determination of primary liner size and section shall be the sole responsibility of the Contractor, unless otherwise shown on the drawings, to match the construction methods and equipment described in the tunneling methodology submittal. Tunnels shall be of sufficient size to permit efficient excavation operations, to provide sufficient working space for placing the primary tunnel liner, and to allow for installation of the storm sewer conduit. C. Primary Liner Installation: I. Contractor's method shall ensure full bearing of the soil against the primary liner without significant settlement or movement of the surrounding soil. Voids behind a nonexpandable liner (e.g., bolted steel liner plates) shall be grouted behind the nonexpandable liner. Box tunnel where the ground is excavated to a continuously true shape may be ungrouted. 2. When using a TBM or tunnel shield, advance the equipment only far enough to permit construction of one primary liner set, entirely within the equipment shield. 3. After grouting, deflection of liner shall be no more than allowable, nor shall the liner be distorted by excessive pressure. 4. No more than six linear feet along the axis of the tunnel may remain ungrouted at any given time. D. Grouting: Requirements pertaining to grout mix design and tunnel grouting are provided in Section 02430 - Tunnel Grout. 3.6 CONTROL OF TUNNEL LINE AND GRADE A. Construction Control. 1. The Contractor will establish the baselines indicated on the Drawings. Contractor shall check baselines at the beginning of the Work and report any errors or discrepancies to the Engineer. 2. Use the baselines to establish and maintain construction control points, reference lines, and grades for locating tunnel. 3. Establish control points sufficiently far from the face so as not to be affected by tunneling operations. B. Benchmark Movement. The Contractor shall ensure that if settlement of the ground surface occurs during construction which affects the accuracy of the temporary benchmarks, the Contractor shall detect and report such movement and reestablish temporary bench marks. The locations of the permanent monumentation benchmarks are indicated on the Drawings. y} 01267209 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 7_ 11/11 t_ NWLDIP —PHASE I Advise the Engineer of any settlement affecting the permanent monumentation benchmarks. C. Line and Grade. 1. Maintain a means sufficient to check alignment and grade continuously. 2. Check the survey control for tunneling against an aboveground undisturbed reference at least once each week and once for each 250 feet of tunnel constructed. 3. When excavation is off line or grade, make alignment corrections to avoid reverse grades in gravity storm sewers. 4. Construct primary liner to such tolerances that permit the installation of storm sewer conduit to be completed to the tolerances given in Section 02426 — Storm Sewer Pipe or Box in Tunnels. D. Earth Movement. The Contractor shall be responsible for damages due to settlement from any construction -induced activities or occurrences. 1. The Contractor shall survey the crown, invert, and springline on each side of the primary liner at 50-foot intervals, or a minimum of once per shift, or more frequently if line and grade tolerances have been exceeded, to ensure the alignment is within the tolerances specified. The survey shall be conducted immediately behind the tunnel excavation to allow immediate correction of misalignment. 2. If settlement of the ground surface should occur during construction of the tunnel that will affect the accuracy of temporary benchmarks, it shall be the Contractor's responsibility to detect and report such movement. The locations of the permanent monumentation benchmarks are indicated on the Drawings; the Contractor may use these to verify temporary benchmark accuracy. Advise the Engineer of any settlement affecting the permanent monumentation benchmarks. Upon completion, the field books pertaining to monitoring of the permanent monumentation benchmarks shall be submitted to the Engineer. 3.7 MONITORING A. Instrumentation Monitoring. Instrumentation specified shall be accessible at all times to the Owner or Engineer. Readings shall be submitted promptly to the Engineer. 1. Install and maintain an instrumentation system to monitor and detect movement of the ground surface and adjacent structures. Establish vertical control points at a distance from the construction areas that avoids disturbance due to ground settlement. 2. Installation of the instrumentation shall not preclude the Owner, through an independent contractor or consultant, from installing instrumentation in, on, near, or adjacent to the construction work. Access shall be provided to the work for such independent installations. 3. Instruments shall be installed in accordance with the manufacturer's recommendations. B. Surface Settlement Monitoring 1. Establish monitoring points on all critical structures. 2. Record location of settlement monitoring points with respect to construction baselines and elevations. Record elevations to an accuracy of 0.01 feet for each monitoring point location. Monitoring points should be established at locations and by methods that protect them from damage by construction operations, tampering, or other external influences. 3. Ground surface elevations must be recorded on the centerline ahead of the tunneling operations at a minimum of 100-foot intervals or at least three locations per tunnel drive. For primary lined tunnels greater than 60 inches cut diameter or horizontal 01267209 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 8 NWLDIP —PHASE 1 span also record similar data at approximately 20 feet each side of the centerline. Settlement monitoring points must be clearly marked by studs or paint for ease of locating. 4. Railroads. Monitor ground settlement of track subbase at centerline of each track. 5. Utilities and Pipelines. Monitor ground settlement directly above and 10 feet before and after the utility or pipeline intersection. C. Reading Frequency and Reporting. The Contractor shall submit records of readings from the various instruments and survey points to the Engineer. 1. Instrumentation monitoring results to be read at the frequency specified and unless otherwise specified, shall be started prior to the passing of the zone of active excavation and until no further detectable movement occurs. 2. Surface settlement monitoring readings shall be taken: a. Prior to the zone of active excavation reaching that point, b. When the tunnel face reaches the monitoring point (in plan), and C. When the zone of active excavation has passed and no further movement is detected. 3. All monitoring readings shall be submitted promptly to the Owner. 4. Immediately report to the Owner any movement, cracking, or settlement which is detected. S. Following substantial completion, but prior to final completion, make a final survey of all monitoring points. 3.8 DISPOSAL OF EXCESS MATERIAL A. Remove spoil from the job site and dispose in accordance with Section 01576 - Waste Material Disposal. END OF SECTION 01267209 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 9 11/11 F � NWLDIP —PHASE 1 SECTION 02426 STORM SEWER PIPE OR BOX IN TUNNELS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Handling, transporting, and installing sewer line in primary lined tunnels. 1.3 SUBMITTALS A. Submittals shall be made in accordance with Section 01330 - Submittal Procedures. B. Provide a brief description of method of transporting carrier pipe or box conduit into the tunnel; method of hoisting and positioning conduit; method of jointing and aligning conduit; and blocking plan. C. Submit buoyant force calculations, bulkhead design, and blocking details. The calculations shall include an analysis of the stresses and deformation induced on the carrier conduit. Have the submittal signed and sealed by a Professional Engineer registered in the State of Texas. PART 2 - PRODUCTS 2.1 STORM SEWER MATERIAL AND FITTINGS A. The storm sewer may consist of fiberglass reinforced mortar pipe (FRMP), reinforced concrete pipe (RCP), or reinforced concrete box (RCB) in the locations indicated. B. Contractor shall be responsible for selecting appropriate pipes, pipe joints, boxes, and box joints to safely carry the loads imposed during construction. 2.2 FIBERGLASS PIPE A. Provide fiberglass pipe, joints, and fittings in accordance with Section 02635 - Centrifugally -Cast Fiberglass Pipe and/or Section 02637 — Filament Wound Fiberglass Pipe. 2.3 REINFORCED CONCRETE PIPE/BOX A. Provide reinforced concrete pipe, joints, and fittings in accordance with Section 02638 - Reinforced Concrete Pipe. B. Provide reinforced concrete box, joints, and fittings in accordance with Section 02639 - Reinforced Concrete Box. 01267209 STORM SEWER PIPE OR BOX IN TUNNELS 02426 - 1 11/11 NWLDIP —PHASE 1 2.4 ANNULAR GROUT A. Provide for grouting of the annular space between pipe and tunnel liner as specified in Section 02430 - Tunnel Grout. PART 3 - EXECUTION 3.1 INSTALLATION TOLERANCES A. Prior to installing the storm sewer pipe/box, verify that the primary liner has been constructed so that the sewer pipe/box may be placed in conformance with specified lines and grades. 3.2 PIPE HANDLING A. Handle and transport pipe/box into the tunnel in a manner that prevents damage to the pipe/box, joints and gaskets. Do not install pipe/box damaged during placement operations. Contractor may propose repair procedures for review and approval of the Engineer. 3.3 TUNNEL CLEANUP A. Prior to pipe/box placement in the tunnel, remove temporary tunnel utilities, such as electrical and ventilation. Remove loose material, dirt, standing water, and debris prior to pipe/box placement. B. Temporary steel construction tracks or steel pipe/box skids may be left in place if they do not interfere with alignment of the storm sewer pipe/box or interfere with final placement of the annular grout. Steel tracks and steel pipe skids shall have openings to allow annular grout to flow into and fill voids. 3.4 INVERT PIPE SUPPORT A. Provide support adequate to establish final pipe/box grade. Support may include screeded concrete, steel beam, or other method as designated by the Contractor's Engineer. Secure the support to the pipe/box or primary liner. If concrete is used for support, cure it a minimum of 12 hours prior to setting pipe/box. 3.5 JOINING PIPE IN TUNNELS A. Join pipe/box segments to properly compress the gaskets and allow for the correct final positioning of the pipe/box for line and grade. Closely align pipe/boxes by bringing them loosely together by means of hydraulic jacks, locomotives, pipemobiles, or winches. Once pipes/boxes have been loosely joined, pull them home by means of a hydraulic tugger or other similar method suitably protecting pipe and joints against damage. Impact jointing such as ramming with locomotives or other mechanical equipment is not permitted. 3.6 BLOCKING PIPE IN TUNNEL AND BULKHEADS A. Install a pipe blocking system. The pipe blocking shall position the storm sewer pipe/box in the tunnel to allow a minimum of 4 inches of grout to be placed between the storm sewer pipe/box and the tunnel primary liner or casing. 01267209 STORM SEWER PIPE OR BOX IN TUNNELS 11/11 02426 - 2 NW LDIP —PHASE 1 B. Secure blocking rigidly in place without dependence on wedges so that it cannot be dislodged during pipe/box placement and grouting operations. C. Construct bulkheads to withstand imposed grout pressure without leakage. Provide adequate venting for bulkheads. END OF SECTION 01267209 STORM SEWER PIPE OR BOX IN TUNNELS 11/11 02426 - 3 N WLDIP —PHASE 1 SECTION 02430 TUNNEL GROUT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES Conditions and A. Mix design requirements, testing, furnishing and production of grout for: I. Pressure grouting of bolted liner plates for shafts. 2. Pressure grouting of primary tunnel liner. 3. Pressure grouting ofjacked pipe. 4. Annular grouting of cased or uncased storm sewer pipe or box (storm sewer conduit). 5. Grouting of the annular space between the storm sewer conduit and the primary tunnel liner. 6. Grouting voids in ground resulting from caving, loss of ground, or settlement. 7. Grouting of manholes constructed in shafts. B. Compaction grouting is not part of this specification. 1.3 DEFINITIONS A. Pressure Grouting. Filling a void behind a liner or pipe or box conduit with grout under pressure sufficient to ensure void is properly filled but without overstressing temporary or permanent ground support, or causing ground heave to occur. B. Back Grouting. Secondary pressure grouting to ensure that voids have been filled between primary tunnel or shaft liners and the surrounding ground. C. Annular Grouting. Filling the annular space between the carrier pipe or box and the primary tunnel liner by pumping. D. Ground Stabilization Grouting. The filling of voids, fissures, or under -slab settlement due to caving or loss of ground by injecting grout under gravity or pressure to fill the void. 1.4 REFERENCE STANDARDS A. ASTM C 138. Standard Test Method for Unit Weight, Yield and Air Content (Gravimetric) of Concrete. B. ASTM C 144. Standard Specification for Masonry Mortar. C. ASTM C 150. Standard Specification for Portland Cement. D. ASTM C 494. Standard Specification for Chemical Admixture for Concrete. E. ASTM C 618. Standard Specification for Fly Ash and Raw or Calcinated Natural Pozzolan for use as a Mineral Admixture in Portland Cement Concrete. F. ASTM C 869. Standard Specification for Foaming Agents and in Making Preformed Foam for Cellular Concrete. G. ASTM C 937. Standard Specification for Grout Fluidifier for Preplaced Aggregate Concrete. 01267209 TUNNEL GROUT 02430 - 1 11/11 .': NWLDIP —PHASE 1 H. ASTM C 939. Test Method for Flow of Grout for Preplaced Aggregate Concrete. I. ASTM C 940. Standard Test Method for Expansion and Bleeding of Freshly Mixed Grout for Preplaced Aggregate Concrete. J. ASTM C 942. Standard Test Method for Compressive Strength of Grout for Preplaced Aggregate Concrete into Laboratory. K. ASTM C 953. Standard Test Method for Time of Setting of Grout for Preplaced Aggregate Concrete in the Laboratory. L. ASTM C 1017. Standard Specification for Chemical Admixture for use in Producing Flowing Concrete. M. U.S. Army Corps of Engineers Specification CRD C 621, Non -shrink Grout. 1.5 SUBMITTALS A. Make submittals in accordance with Section 01330 - Submittal Procedures. B. Submit a description of materials, grout mix, equipment and operational procedures to accomplish each grouting operation. The description may include sketches as appropriate, indicating type and location of mixing equipment, pumps, injection points, venting method, flowlines, pressure measurement, volume measurement, grouting sequence, schedule, and stage volumes. C. Submit a grout mix design report, including: 1. Grout type and designation. 2. Grout mix constituents and proportions, including materials by weight and volume. 3. Grout densities and viscosities, including wet density at point of placement. 4. Initial set time of grout. 5. Bleeding, shrinkage/expansion. 6. Compressive strength. 7. Method to be used in applying grout. D. For cellular grout, also submit the following: 1. Foam concentrate supplier's certification of the dilution ratio for the foam concentrate. 2. A description of the proposed cellular grout production procedures. E. Maintain and submit logs of grouting operations indicating pressure, density, and volume for each grout placement. PART 2 - PRODUCTS 2.1 MATERIALS A. Grout Type Applications. 1. Grout for pressure grouting and back grouting: Sand -cement mortar mix. 2. Grout for annular grouting: Low density (cellular) grout or sand -cement mortar mix. 3. Grout for filling space around manholes in shafts: Sand -cement mortar mix. 4. Ground stabilization: Sand -cement mortar mix. B. Do not include toxic or poisonous substances in the grout mix or otherwise inject such substances underground. 01267209 TUNNEL GROUT 02430 - 2 11/11 NWLDIP—PHASE 1 2.2 GROUT A. Employ and pay for a commercial testing laboratory to prepare and test the grout mix design. Develop one or more mixes based on the following criteria as applicable: I. Size of the annular void between storm sewer conduit and liner, or size of the void between primary liner and the surrounding soil. 2. Absence or presence of groundwater. 3. Adequate retardation. 4. Non -shrink characteristics. 5. Pumping distances. B. Prepare mixes that satisfy the required application. Materials used in grout mix shall meet the following standards: I. Cement: ASTM C 150. 2. Fly Ash: ASTM C 618. 3. Water: Potable. 4. Foam: ASTM C 869. 5. Slurry: ASTM C 138. 6. Cellular Grout: ASTM C 138. 7. Sand for sand -cement mortar mix: ASTM C 144. C. Provide grout that meets the following minimum requirements: 1. Minimum 28-day unconfined compressive strength: 1000 psi for sand -cement mortar grout; 300 psi for cellular grout. 2. Determine strength by ASTM C 942. D. Fluidifier. Use a fluidifier, meeting ASTM C 937, that holds the solid constituents of the grout in colloidal suspension and is compatible with the cement and water used in the grouting operations. E. Admixtures. 1. Use admixtures meeting ASTM C 494 and ASTM C 1017 as required, to improve pumpability, to control time of set, to hold sand in suspension and to reduce segregation and bleeding. 2. For cellular grout, do not use foam or admixtures that promote steel corrosion. 3. Ensure that admixtures used in a mix are compatible. Provide written confirmation from the admixture manufacturers of their compatibility. F. Mineral Filler: Filler used in grout shall be fly ash composed of finely divided siliceous residue and in accordance with ASTM C 618, Class C. The maximum amount of fly ash shall not exceed 10 percent (10%) of the cement by weight, and flyash shall not substitute for cement content. PART 3 - EXECUTION 3.1 PREPARATION A. Notify the Engineer at least 24 hours in advance of grouting operations. B. Select and operate grouting equipment to avoid damage to new or existing underground utilities and structures. C. In selection of grouting placement consider pipe flotation, length of pipe, length of tunnel, depth from surface, type of sewer pipe, type of pipe blocking and bulkheading, grout volume and length of pipe to be grouted between bulkheads. D. Operate any dewatering systems until the grouting operations are complete, and grout has cured for at least five days. 01267209 TUNNEL GROUT 02430 - 3 11/11 t� ii NWLDIP — PHASE I 3.2 EQUIPMENT A. Batch and mix grout in equipment of sufficient size and capacity to provide the necessary quality and quantity of grout for each placement stage. B. Use equipment for grouting of a type_and size generally used for the work, capable of mixing grout to a homogeneous consistency, and providing means of accurately measuring grout component quantities and accurately measuring pumping pressures. Use pressure grout equipment which delivers grout to the injection point at a steady pressure. 3.3 PRESSURE GROUTING FOR PRIMARY TUNNEL AND SHAFT LINER A. Perform grouting operations to fill voids outside of the primary tunnel or shaft liner. B. For nonexpendable primary liners installed behind a shield or tunnel boring machine (TBM), fill voids with sand -cement grout promptly after each ring of the liner is out of the shield. Keep the grout pressure below a value that may cause damage or distortion to the installed liner plate rings. Provide seals on the tail of the shield or TBM which will prevent grout from spilling. C. For nonexpandable primary liners installed by hand mining or in shafts, grout once every 4 feet or more frequently if conditions dictate. D. Control grout pressures so that tunnel or shaft liner is not overstressed, and ground heave is avoided. E. For liner requiring grout, perform back grouting once each shift, or more often if required to ensure that all voids are filled. 3.4 ANNULAR GROUTING FOR SEWER LINE IN TUNNELS A. Fill the annular space between the sewer pipe and the tunnel primary liner, casing or ground, with grout. B. Placement 1. Placement Limits: The limits of each grout placement stage shall be predetermined by the size and capacity of the batching equipment and the initial set time of the proposed grout. Under no circumstances shall placement continue at a grout port longer than that period of time for the mix to take initial set. Grout hole spacing and locations shall be located according to the number of stages necessary to grout tunnel liners. A stage or lift cannot be installed on another lift until a proper set has been attained. Have placement procedures approved by the admixture or additive manufacturer. 2. Limit pressure on the annular space to prevent damage or distortion to the pipe or box sewer or liner. Define the limiting and estimated required pressure range. Provide an open ended, high point tap or equivalent vent and monitor it at the bulkhead opposite to the point of grouting. 3. Pump grout until a material discharging is similar in consistency to that at point of injection. 4. In a primary lined tunnel, limit length of pipe or box installed to 200 feet or less before grouting the same length of sewer line. Repeat this cycle until all pipe or box is installed and grouted. C. Remove temporary bulkheads installed for grouting. D. Batch and mix cellular grout mechanically to ensure consistency of the mix. Wet solids thoroughly before introduction of the foaming agent. Operate the batching system to ._t 01267209 TUNNEL GROUT 02430 - 4 11/11 i5 i NWLDIP—PHASE 1 maintain slurry weight within 3 percent of design density. Introduce foam into slurry in accordance with the manufacturer's recommendations. 3.5 GROUND STABILIZATION GROUTING A. Completely fill voids outside the limits of excavation caused by caving or collapse of ground. Fill with gravity or pressure injected sand -cement grout as necessary to fill the void. B. Take care in grouting operations to prevent damage to adjacent utilities or public or private property. Grout at a pressure that will not distort or imperil any portion of the work or existing installations or structures. C. Verify that the void has been filled by volumetric comparisons and visual inspection. In the case of settlement under existing slabs, take cores as directed by the Engineer, at no additional cost to the Owner, to demonstrate that the void has been filled. 3.6 FIELD QUALITY CONTROL A. Owner will perform field quality control and verification testing. The approximate frequency of testing is as listed below or as otherwise directed by the Engineer. B. Pressure Grouting for Primary Tunnel and Shaft Liners. 1. For each shaft, make one set of four compressive test specimens for each 30-foot depth and one set for any remaining portion less than a 30-foot increment. 2. Make one set of four compressive test specimens for every 600 feet of primary lined (non -expandable) tunnel requiring grout. For less than 600 feet of primary lined length, make a minimum of one set of four compressive test specimens for each grout lift. C. Annular Grouting for Sewer Line in Tunnels. 1. Make one set of four compressive test specimens for every 600 feet of sewer conduit installed in primary lined tunnel. For less than 600 feet of primary lined length, make a minimum of one set of four compressive test specimens for each grout lift. 2. For cellular grout, check the slurry density both at point of batching and placement at least twice each hour in accordance with ASTM C 138. Record density, time, and temperature. Density must be within 3 percent of design density at point of batching and 5 percent of design density at point of placement. D. Ground Stabilization Grouting. Make one set of four compressive test specimens for every location where ground stabilization grouting is performed. E. Such testing shall be at Owner's expense, except that Contractor will be charged for failing tests. Failing test charges to Contractor shall include actual test charges plus pro-rata technician charges, pro-rata mileage charges, pro-rata trip charges and other such charges that are billed to the Owner by the Owner's testing agency. Contractor shall assist Owner or Owner's representative with access to the site of the work and materials to be tested. END OF SECTION 01267209 TUNNEL GROUT 02430 - 5 11/11 NWLDIP —PHASE 1 SECTION 02533 ACCEPTANCE TESTING FOR PIPE STORM SEWERS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Acceptance testing of storm sewers including: 1. Visual inspection of storm sewer pipes. 2. Mandrel testing for flexible wall storm sewer pipes. 3. Leakage testing of storm sewer pipes. 3 4. Leakage testing of manholes. 5. Video record of storm sewer interior. 1.3 REFERENCES Conditions and A. ASTM C 924 - Standard Practice for Testing Concrete Pipe Sewer Lines by Low -Pressure Air Test Method. B. ASTM C 1103 — Standard Practice for Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines. C. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. D. ASTM F 1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air. 1.4 PERFORMANCE REQUIREMENTS A. Leakage testing for pipe sewer and manhole is required. All flexible wall and semi -rigid wall pipe shall be mandrel tested regardless of location. B. Flexible pipe, including "semi -rigid" pipe, is required to show no more than 5 percent deflection of the original pipe diameter. Test pipe no sooner than 30 days after backfilling of a line segment but prior to final acceptance using a standard mandrel to verify that installed pipe is within specified deflection tolerances. Alternate method in lieu of a mandrel may be used with Engineer's approval. C. Maximum allowable leakage for Infiltration or Exfiltration. 1. The total exfiltration, as determined by a hydrostatic head test, shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of 6 feet above the crown of the pipe at the upstream manhole or 6 feet above the groundwater elevation, whichever is greater. The low-pressure air test listed below may be used in lieu of a hydrostatic head test. 2. When pipes are installed more than 6 feet below the groundwater level, an infiltration test shall be used in lieu of the exfiltration test. The total infiltration shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours. Groundwater 01267209 ACCEPTANCE TESTING FOR PIPE STORM SEWERS 02533 - 1 NWLDIP — PHASE 1 t elevation must be at least 6 feet above the crown of the pipe at the upstream manhole. 3. Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this section, for measuring leakage in pipe storm sewers. Perform leakage testing to verify that leakage criteria are met. D. Perform air testing in accordance with requirements of this section and the referenced standards in paragraph 1.2. Refer to Table 02533-2, Time Allowed For Pressure Loss From 3.5 psig to 2.5 psig, Table 02533-3, Minimum Testing Times for Low Pressure Air Test, and Table 02533-4, Vacuum Test Time Table, at the end of this Section. Hydrostatic head test may be used in lieu of low pressure air tests. 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Test Plan: Before testing begins and in adequate time to obtain approval through the submittal process, prepare and submit a test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for deviations from the Drawings and Specifications. C. Test Reports: Submit test reports for each test on each segment of storm sewer. 1.6 GRAVITY STORM SEWER QUALITY ASSURANCE A. Repair, correct, and retest manholes or sections of pipe or box which fail to meet specified requirements when tested. 1.7 SEQUENCING AND SCHEDULINGry A. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed sewer remains untested at any one time, unless otherwise authorized by the Engineer. B. Coordinate testing schedules with Engineer. Perform testing under observation of. Engineer. PART 2-PRODUCTS 2.1 DEFLECTION MANDREL A. Mandrel Sizing. The rigid mandrel shall have an outside diameter (O.D.) equal to 95 percent of the inside diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for I.D. controlled pipe. Dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. B. Mandrel Design. The rigid mandrel shall be constructed of a metal or a rigid plastic material that can withstand 200 psi without being deformed. The mandrel shall have nine or more "runners" or "legs" as long as the total number of legs is an odd number. The barrel section of the mandrel shall have a length of at least 75 percent of the inside diameter of the pipe. The rigid mandrel shall not have adjustable or collapsible legs which would allow a reduction in mandrel diameter during testing. A proving ring shall be provided and used for modifying each size mandrel. 01267209 ACCEPTANCE TESTING FOR PIPE STORM SEWERS 02533 - 2 11/11 NWLDIP —PHASE I C. Proving Ring. Furnish a "proving ring" with each mandrel. Fabricate the ring of 1/2-inch-thick, 3-inch-wide bar steel to a diameter 0.02 inches larger than approved mandrel diameter. D. Contractor shall provide Owner with manufacturer's Inside Diameter Values for all applicable flexible wall pipe. 2.2 EFLLTRATION TEST A. Water Meter: Obtain a transient water meter from the City for use when water for testing will be taken from the City system. Conform to City requirements for water meter use. Metered volume will be used to determine charges to Contractor by City for water used. B. Test Equipment: 1. Pipe plugs. 2. Pipe risers where the manhole cone is less than 6 feet above highest point in pipe or service lead. 2.3 INFILTRATION TEST A. Test Equipment: 1. Calibrated 90 degree V-notch weir. 2. Pipe plugs. 2.4 LOW - PRESSURE AIR TEST A. Minimum Requirement for Equipment: 1. Control panel. 2. Low-pressure air supply connected to control panel. 3. Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable of withstanding internal test pressure without leaking or requiring external bracing. 4. Air hoses from control panel to: a. Air supply. b. Pneumatic plugs. C. Sealed line for pressuring. d. Sealed line for monitoring internal pressure. B. Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe on the ground. Pressurize plugs to 25 psig, or less if plug manufacturer's recommended maximum pressure is less than 25 psig; then pressurize sealed pipe to 5 psig. Plugs are acceptable if they remain in place against the test pressure without external aids. C. For 54-inch diameter pipe, apparatus for testing one joint at a time shall be furnished by the Contractor and used for single joint testing. 2.5 GROUND WATER DETERMINATION A. Equipment: Pipe probe or small diameter casing for ground water elevation determination. Ground water elevation must be detennined at each end of each test section. 4 01267209 ACCEPTANCE TESTING FOR PIPE STORM SEWERS 02533 - 3 11/11 NWLDIP—PHASE 1 PART 3 - EXECUTION 3.1 PREPARATION A. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters, pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection. B. The selection of test methods and pressures for storm sewers shall be determined based on ground water elevation. Determine ground water elevation using equipment and procedures conforming to Section 02240 - Dewatering. If no ground water control is required for pipe installation, then ground water will not be considered a factor. 3.2 MANDREL TESTING FOR GRAVITY STORM SEWERS A. Perform deflection testing on flexible and semi -rigid pipe to confirm pipe has no more than 5% deflection of the original pipe diameter. Mandrel testing shall conform to ASTM D 3034, except that 5% is maximum permissible deflection. Perform testing no sooner than 30 days after backfilling of line segment, but prior to final acceptance testing of the line segment. B. Pull the approved mandrel through sewer sections. Replace any section of storm sewer not passing the mandrel. Mandrel testing is not required for stubs of one standard joint length or less. C. Retest repaired or replaced sewer sections. 3.3 LEAKAGE TESTING FOR GRAVITY STORM SEWERS A. Test Options: 1. Test gravity storm sewer pipes for leakage by either exfiltration or infiltration methods, as appropriate, or with low pressure air testing. 2. Test new storm sewer manholes with water or low pressure air. Manholes tested with low pressure air shall undergo a physical inspection prior to testing. 3. Leakage testing shall be performed after backfilling of a line segment. 4. If no installed piezometer or monitoring well is within 500 feet of each end of the sewer segment, Contractor shall provide a temporary piezometer or monitoring well at each end of storm sewer segment being tested for this purpose. If no groundwater is encountered during pipe installation, then this requirement will be waived. B. Compensating for Ground Water Pressure: 1. Where ground water exists, install a pipe nipple at the same time storm sewer line is placed. Use a 1/2-inch capped pipe nipple approximately 10 inches long. Make the installation through manhole wall on top of the sewer line where line enters manhole. 2. Immediately before performing line acceptance test, remove cap, clear pipe nipple with air pressure, and connect a clear plastic tube to nipple. Support tube vertically and allow water to rise in the tube. After water stops rising, measure height in feet of water over invert of the pipe. Divide this height by 2.3 feet/psi to determine the ground water pressure to be used in line testing. C. Exfiltration test: 1. Determine ground water elevation. 2. Plug sewer in downstream manhole. 3. Plug incoming pipes in upstream manhole. 4. Install riser pipe in outgoing pipe of upstream manhole. 01267209 ACCEPTANCE TESTING FOR PIPE STORM SEWERS 02533 - 4 Y_ 11/11 I NWLDIP — PHASE 1 5. Fill sewer pipe and manhole or pipe riser, if used, with water to a point 6-1/2 feet above highest point in sewer pipe or ground water table, whichever is highest. 6. Allow water to stabilize for one to two hours. Take water level reading to determine drop of water surface, in inches, over a one -hour period, and calculate water loss (1 inch of water in 4 feet diameter manhole equals 8.22 gallons) or measure the quantity of water required to keep water at same level. Loss shall not exceed that calculated from allowable leakage according to Table 02533-1 at the end of this Section, or exceed the allowable leakage in Section 03301 as applicable. D. Infiltration test: Ground water elevation must be not less than 6.0 feet above highest point of sewer pipe. 1. Determine ground water elevation. 2. Plug incoming pipes in upstream manhole. 3. Insert calibrated 90 degree V-notch weir in pipe on downstream manhole. 4. Allow water to rise and flow over weir until it stabilizes. 5. Take five readings of accumulated volume over a period of 2 hours and use average for infiltration. The average must not exceed that calculated for 2 hours from allowable leakage according to the Table 02533-1 at the end of this Section, or exceed allowable leakage in Section 03301 as applicable. E. Low - Pressure Air Test: When using this test conform to ASTM C 924, ASTM C 1103, or ASTM F 1417, as applicable, with holding time not less than that listed in Table 02533-2. 1. Air testing for sections of pipe shall be limited to lines less than 54-inch average inside diameter. 2. The minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch during a joint test shall be 10 seconds, regardless of pipe size. 3. For pipe sections less than 54-inch average inside diameter: a. Determine ground water level. b. Plug both ends of pipe. For concrete pipe, flood pipe and allow 2 hours to saturate concrete. Then drain and plug concrete pipe. C. Pressurize pipe to 4.0 psig. Increase pressure 1.0 psi for each 2.3 feet of ground water over highest point in system. Allow pressure to stabilize for 2 to 4 minutes. Adjust pressure to start at 3.5 psig (plus adjustment for ground water table). See Table 02533-2 at the end of this Section. d. To determine air loss, measure the time interval for pressure to drop to 2.5 psig. The time must exceed that listed in the Table 02533-2 at the end of this Section for pipe diameter and length. F. Retest: Any section of pipe which fails to meet requirements shall be repaired and retested. G. Joint repair for reinforced concrete pipe joints failing the leakage test shall be through the use of Avanti International Scotch -Seal 5600 series water -activated foam overlaid with non -shrink epoxy grout. Submit repair procedure to Engineer for approval prior to joint repair activities. H. Joint repair for fiberglass pipe shall be by field lay-up of resins, fiberglass sheets and fiberglass adhesives. Procedure shall be as required by pipe manufacturer. Submit procedure to Engineer for approval prior to joint repair activities. 3.4 TEST CRITERIA TABLES , A. Exfiltration and Infiltration Water Tests: Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this Section. 01267209 ACCEPTANCE TESTING FOR PIPE STORM SEWERS 02533 - 5 11/11 NWLDIP —PHASE 1 Table 02533-1 WATER TEST ALLOWABLE LEAKAGE VOLUME PER INCH OF DEPTH IN DIAMETER OF RISER ALLOWANCE LEAKAGE RISER OR STACK IN PIPE SIZE IN GALLONS/MINUTE INCHES INCH' GALLONS INCHES PER 100 FT. 1 0.7854 .0034 24 0.0158 2 3.14I6 .0136 30 0.0197 2.5 4.9087 .0212 36 0.0237 3 7.0686 .0306 42 0.0276 4 12.5664 .0544 48 0.0316 5 19.6350 .0850 54 0.0355 6 28.2743 .1224 60 0.0395 8 50.2655 .2176 72 0.0473 For other diameters, multiply square of diameters by value Equivalent to 50 gallons per inch of for 1" diameter. inside diameter per mile per 24 hours. 01267209 ACCEPTANCE TESTING FOR PIPE STORM SEWERS 02533 - 8 ? Lt. 11/11 NWLDIP —PHASE 1 Table 02533-2 TIME ALLOWED FOR PRESSURE LOSS FROM 3.5 PSIG TO 2.5 PSIG Pipe Dia. (in) Min. Time min:sec) Length for Min. Time (ft) Time for Longer Length (sec) 'Specification Time for Len th L Shown min:sec 100 (ft) 150 (ft) 200 (ft) 250 (ft) 300 (ft) 350 (ft) 400 (ft) 450 (ft) 500 (ft) 550 (ft) 600 (ft) 24 22:40 99 13.676L 22:48 1 34:11 45:35 56:59 1 68:23 79:47 1 91:10 102:34 113:58 125:22 136:46 30 28:20 80 21.369L 35:37 53:25 71:14 89:02 106:51 124:39 142:28 160:16 178:04 195:53 213:41 36 34:00 66 30.771 L 51:17 76:56 102:34 128:13 153:51 179:30 205:09 230:47 256:26 282:04 307:43 42 39:40 57 41.883L 69:48 104:42 139:37 174:31 209:25 244:19 279:13 314:07 349:02 383:56 418:50 54 51:00 44 69.236L 115:24 173:05 230:47 288:29 346:11 403:52 461:34 519:16 576:58 634:40 692:21 01276209 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 9 11/11 NWLDIP — PHASE 1 Table 02533-3 MINIMUM TESTING TIMES FOR LOW PRESSURE AIR TEST LENGTH FOR PIPE MINIMUM MINIMUM TIME FOR LONGER DIAMETER TIME TIME LENGTH INCHES SECONDS FEET SECONDS 24 1360 99 13.676 L 30 1700 80 21.369 L 36 2040 66 30.771 L 42 2380 57 41.883 L 54 3060 44 69.236 L 01276209 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 10 11/11 NWLDIP —PHASE I Table 02533 — 4 MANHOLE VACUUM TEST TIME TABLE Depth, Feet Diameter, Inches 48 60 1 66 72 Time, Seconds 8 20 26 29 33 10 25 33 36 41 12 30 39 43 49 14 35 46 51 57 16 40 52 58 67 18 45 59 65 73 20 50 65 72 81 22 55 72 79 89 24 59 78 87 97 26 64 85 94 105 28 69 91 101 113 30 74 98 108 121 The values listed above are taken from ASTM Specification C1244-93 "Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test." END OF SECTION 01276209 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 11 11/11 NWLDIP—PHASE 1 SECTION 02631 STORM SEWERS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Storm sewers and appurtenances. 1.3 RELATED SECTIONS A. Section 01576 — Waste Material Disposal. B. Section 02082 — Pre -cast Concrete Manholes and Vaults. C. Section 02221 — Removing Existing Pavements. D. Section 02231—Tree and Plant Protection. E. Section 02240 — Dewatering. F. Section 02300 — Earthwork. G. Section 02317 — Excavation and Backfill for Utilities. H. Section 02320 — Utility Backfill Materials. I. Section 02425 — Tunnel Excavation and Primary Liner. J. Section 02426 — Storm Sewer Pipe or Box in Tunnels. K. Section 02533 — Acceptance Testing for Pipe Storm Sewers. L. Section 02632 — Cast -in -Place Headwalls and Wingwalls. M. Section 0263 5 —Centrifugally Cast Fiberglass Pipe. N. Section 02637 — Filament Wound Fiberglass Pipe. O. Section 0263 8 — Reinforced Concrete Pipe. P. Section 02639 - Reinforced Concrete Box. Q. Section 02741— Hot -Mix Asphalt Paving. R. Section 02751— Portland Cement Concrete Pavement. S. Section 02764 — Pavement Joint Sealants. T. Section 02920 — Lawns and Grasses. 1.4 SUBMITTALS Conditions and A. Conform to the requirements of Section 01330 — Submittal Procedures. B. Laying schedule for storm sewer pipe or box. 1. Show or list station limits for each type pipe or box. 2. Where installation method is at Contractor's option, show or list station limits for installation method for each type pipe. 3. Permissible pipe and box materials for the various storm sewers for the project are indicated on the drawings for the base bid for this project. C. Submittals required for each type pipe or box are listed in the submittals paragraph for each type pipe in the various pipe and box specifications sections. 01267209 11/11 STORM SEWERS 9 02631 - 1 , t_ 1'. 1 N W LD1P —PHASE 1 1.5 QUALITY ASSURANCE A. Conform to Section 02533 — Acceptance Testing for Storm Sewers. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. Comply with Section 0I600 — Product Requirements. B. Handle pipe, boxes, fittings, and accessories carefully with approved handling devices. Do not drop or roll pipe off trucks or trailers. Materials cracked, gouged, chipped, dented, or otherwise damaged shall not be used for installation. C. Store pipe and fittings on heavy timbers or platforms to avoid contact with the ground. D. Unload pipe, boxes, fittings, and appurtenances as close as practical to the location of installation to avoid unnecessary handling. E. Keep interiors of pipe, boxes and fittings free of dirt and foreign matter. PART 2-PRODUCTS 2.1 PIPE AND BOX A. Pipe and box materials for storm sewers shall be of the sizes and types indicated on the drawings. B. Conform to applicable pipe or box material specification section. 2.2 PIPE MATERIAL SCHEDULE A. Pre -cast Concrete Manholes and Vaults — Section 02082. B. Centrifugally Cast Fiberglass Pipe — Section 02635. C. Filament Wound Fiberglass Pipe — Section 02637. D. Reinforced Concrete Pipe — Section 02638. E. Reinforced Concrete Box —Section 02639. 2.3 BEDDING, BACKFILL AND TOPSOIL MATERIAL A. Bedding and Backfill Material: Comply with the following specification sections and the drawings: l . Section 02317 — Excavation and Backfill for Utilities. 2. Section 02320 — Utility Backfill Materials B. Topsoil: Section 02320 — Utility Backfill Materials. PART 3 - EXECUTION 3.1 PREPARATION A. A. Set up street detours and barricades in preparation for excavation. Conform to requirements of Section 01555 — Barricades, Signs and Traffic Handling and the traffic control plans indicated on the drawings. Provide advance notices as required under Section 01140 — Work Restrictions. B. Maintain barricades and warning lights for streets and intersections while work is in progress or where affected by the work and is considered hazardous to traffic movements. 01267209 STORM SEWERS 02631 - 2 11/11 N WLD1P — PHASE 1 s C. In lake areas set up tree protection in accordance with Section 02231 — Tree and Plant Protection. D. Immediately notify the agency or company owning utility lines which are damaged, broken or disturbed. Obtain approval from Owner and controlling agency for repairs or relocations, either temporary or permanent. E. Remove old pavements and structures including sidewalks and driveways in accordance with requirements of Section 02221 - Removing Existing Pavements. F. Install and operate necessary dewatering and surface water control measures in accordance with Section 02240 - Dewatering. G. Install and maintain storm water pollution prevention measures as required by the TPDES permit and comply with Section 01356 — Storm Water Pollution Prevention Plan. 3.2 EXCAVATION A. Earthwork. Refer to Section 02317 - Excavation and Backfill for Utilities and as indicated on drawings. B. Line and Grade. Contractor shall establish the line and grade as indicated on drawings. Maintain this control for a minimum of 100 feet behind and ahead of the laying operation. Use amply sized grade boards. Protect grade boards and location stakes from damage or dislocation. Use of laser beam equipment to establish and maintain proper line and grade of the work is acceptable. C. Trench Excavation. Excavate pipe and box trenches to a level as indicated on the trench detail drawings. Backfill the excavation with the specified bedding material to the level indicated on the drawings or as specified for the pipe or box type. Tamp and compact backfill to provide bedding at the indicated grade. Form the bedding foundation to the minimum depth indicated on the drawings or as specified. 3.3 PIPE/BOX INSTALLATION A. Install in accordance with the drawings and as specified in this Section. Conform with pipe ILA or box specifications sections listed in paragraph 2.2 as applicable. Where manufacturer's installation recommendations conflict with drawings and specifications, the Engineer shall make the determination on installation requirements. No additional compensation to Contractor will be made for such determinations. B. Install and maintain excavation supports. Conform with Section 02260 — Excavation Support and Protection. C. Install pipe or box (pipe/box) only after excavation is completed, bottom of trench is shaped, bedding material is installed, and trench has been approved by the Engineer. D. Install pipe/box to the line and grade indicated on Drawings. Place pipe/box so that it has continuous bearing of barrel on bedding material and is laid in the trench so the interior surfaces of the pipe follow the grades and alignments indicated. E. Install pipe/box with the spigot ends toward the direction of flow. F. Form a concentric joint with each section of adjoining pipe/box to prevent offsets. G. Place and drive home newly laid sections with come -a -long winches to eliminate damage to sections. Use of back hoes or similar powered equipment will not be allowed for placing or joining pipe/box, unless protective measures are provided and approved in advance by the Engineer. H. Keep interior of pipe clean as installation progresses. Where cleaning after laying the pipe is difficult because of small pipe size, use a suitable swab or drag inside the pipe and pull it forward past each joint immediately after the joint has been completed. Maintain clean gaskets and gasket sealing surfaces. 01267209 STORM SEWERS 02631 - 3 I NWLDIP —PHASE 1 I. Keep excavations free of water during construction and until final inspection. J. When work is not in progress, cover the exposed ends of pipes/boxes with a plug or cap specifically designed as plug or cap to prevent foreign material from entering the pipe/box. Use plugs for bell or female end ofjoint. Use caps for spigot or male end ofjoint. 3.4 PIPE/BOX INSTALLATION OTHER THAN OPEN CUT A. For installation of pipe/box by tunneling and use of a tunnel liner through which the carrier pipe/box is installed, conform to the requirements of Section 02425 — Tunnel Excavation and Primary Liner, and Section 02426 — Storm Sewer Pipe or Box in Tunnels. 3.5 INSTALLATION OF APPURTENANCES A. Construct manholes to conform to requirements of Section 02082 - Precast Concrete Manholes and Vaults. Install frames, grate rings and covers to conform to requirements of Section 02084 - Frames, Grates, Rings and Covers. B. Install headwalls and wingwalls to conform to requirements of Section 02632 — Cast -in - Place Headwalls and Wingwalls. Install inlets and control structures according to the drawings and Section 03300 — Cast -in -Place Concrete. C. Excavate and backfill headwalls, wingwalls, inlets, and control structures in accordance with Section 02300 - Earthwork. D. Adjust manhole covers to finish grade conforming to requirements of Section 02082 — Precast Concrete Manholes and Vaults. 3.6 TEST A. Conform to requirements of Section 02533 — Acceptance Testing for Storm Sewers. B. Provide video record of interior in accordance with Section 02533 — Acceptance Testing for Storm Sewers. 3.7 BACKFILL AND SITE CLEANUP A. Backfill trench after pipe installation is inspected and approved by the Engineer. B. Bed pipes with materials conforming to requirements of Section 02320 - Utility Backfill Materials and as indicated on drawings. C. Backfill and compact soil in accordance with Section 023 17 - Excavation and Backfill for Utilities. D. Repair and replace removed or damaged pavement and sidewalks as specified in the following applicable sections and shown on the drawings: 1. Unpaved roadway surfaces consisting of flexible base as the surface course: Section 02300 - Earthwork. 2. Flexible base under paved roadway: Section 02300 — Earthwork. 3. Asphalt stabilized base: Section 02741— Hot -Mix Asphalt Paving. 4. Hot -mix surface or wearing course: Section 02741— Hot -Mix Asphalt Paving. 5. Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks: Section 02751— Portland Cement Concrete Pavement. 6. Sealing pavement joints: Section 02764 — Pavement Joint Sealants. 01267209 STORM SEWERS 0263 l - 4 11/I1 NWLDIP —PHASE 1 E. In unpaved areas, grade surface as a uniform slope to natural grade as indicated on the drawings. Provide the minimum depth of topsoil of 12 inches, unless otherwise indicated on the drawings or specified to be a greater depth, and seed or sod according to requirements of Section 02920 — Lawns and Grasses, and Section 02317 — Excavation and Backfill for Utilities. F. In paved areas clean street in which storm sewer is placed by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. G. Clean haul streets and other paved areas used during construction by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. H. Street cleaning to take place within 10 calendar days after street repairs are complete. I. Dispose of dirt, rock and debris from cleaning according to Section 01576 — Waste Material Disposal. END OF SECTION 01267209 STORM SEWERS 02631 - 5 11/11 (J NWLDIP —PHASE 1 SECTION 02632 CAST -IN -PLACE HEADWALLS, WINGWALLS AND INLETS PARTI- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Cast -in -place headwalls and wingwalls for storm sewers. 1.3 RELATED SECTIONS A. Section 03300 — Cast -in -Place Concrete 1.4 REFERENCES A. ASTM C 270 - Specification for Mortar for Unit Masonry. 1.5 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures. B. Submit shop drawings for approval of design and construction details for cast -in -place units which differ from units shown on Drawings. C. Submit reinforcing schedule and shop drawings. PART 2 - PRODUCTS 2.1 MATERIALS A. Concrete: Conform to Section 03300 — Cast -in -Place Concrete, unless otherwise indicated on drawings. B. Reinforcing Steel: Conform to requirements of Section 03300 — Cast -in -Place Concrete. C. Mortar: Conform to requirements of ASTM C 270, Type S using Portland cement. D. Miscellaneous metals: Cast-iron frames, grates, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings, and Covers. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines and grades are correct. B. Verify compacted subgrade will support loads imposed by inlets. 01267209 CAST -IN -PLACE HEADWALLS, WINGWALLS AND INLETS 02632 - 1 11/11 N WLDIP — PHASE 1 3.2 INSTALLATION A. Construct inlets, headwalls, and wingwalls complete in place to the dimensions, lines and grades as shown on drawings. B. Excavate in accordance with requirements of Section 02317 - Excavation and Backfill for Utilities. C. Forms will be required for both the outside and inside faces of concrete inlet walls; however, if the nature of the material excavated for the inlet is such that it can be hand trimmed to a smooth vertical face, and the vertical face will not deform or displace under concrete placing operations, the outside forms may be omitted with approval of Engineer. D. Place reinforcing steel to conform to details shown on the drawings. Provide a positive means for holding steel cages in place during concrete placement. Welding of reinforcing steel is not permitted unless noted on the drawings. The maximum variation in reinforcement position is plus or minus 10 percent of wall thickness or plus or minus I/2 inch, whichever is less. Regardless of variation, the minimum cover of concrete over reinforcement as shown on the drawings shall be maintained. E. Chamfer exposed edges unless otherwise indicated on Drawings. 3.3 FINISHES A. Cut off pipe leads neatly at the inside face of headwall or inlet. Point up with mortar. B. Finish concrete surfaces in accordance with requirements of Section 03300 — Cast -in -Place Concrete. C. Special finishes are shown on the drawings. 3.4 BACKFILL A. Backfill the area of excavation surrounding each completed inlet according to the requirements of Section 02317 - Excavation and Backfill for Utilities. END OF SECTION 01267209 CAST -IN -PLACE HEADWALLS, WINGWALLS AND INLETS 11/11 02632 - 2 : F" NWLDIP— PHASE 1 SECTION 02635 CENTRIFUGALLY CAST FIBERGLASS PIPE 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. Centrifugally cast fiberglass reinforced polymer mortar pipe for storm sewers (CCFRPM). 1.3 REFERENCES A. ASTM D 2412 — Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. B. ASTM D 3262 - Standard Specification for "Fiberglass" (Glass Fiber Reinforced Thermosetting Resin) Sewer Pipe. C. ASTM D 3681 - Method for Determining Chemical Resistance of Reinforced Thermosetting Resin Pipe in Deflected Condition. D. ASTM D 4161 - Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting Resin) Pipe Joints Using Flexible Elastomeric Seals. E. ASTM F 477 - Standard Specification for Elastomeric Seals (Gaskets) Joining Plastic Pipe. F. AW WA M45 — Fiberglass Pipe Design. 1.4 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Provide sufficient data for the Engineer to properly evaluate the pipe. C. Submit product data and shop drawings with the following information: 1. Design dimensions and details for pipe and fittings indicating alignment, grade, and laying dimensions. 2. Fabrication details, details of fittings and flanges, details of specials, and proposed welding procedures. 3. Show station numbers for pipe and fittings corresponding to Drawings. 4. Properties and strength of the pipe and pipe design analysis. 5. Instruction on storage, handling, transporting, and installation. 6. Standard catalog sheet. D. Test Reports: Provide test reports upon request, certifying that the pipe has been tested in accordance with and meets or exceeds minimum requirements of ASTM D 3262 and ASTM D 3681. 01267209 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 1 11/11 NWLDIP — PHASE 1 m PART2-PRODUCTS 2.1 MATERIALS A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been collected from applications of a composite material of similar construction and composition as the proposed product. B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. Glass fibers commonly known as "china glass" shall not be used. C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents and other coloring agents, if used, shall in no way be detrimental to the performance of the product nor shall they impair visual inspection of the finished products. E. Elastomeric Gaskets: Supply from an approved gasket manufacturer in accordance with ASTM F 477, when no contaminant is identified and suitable for the service intended. Gaskets shall either be affixed to the pipe by means of a suitable adhesive or shall be installed in such a manner so as to prevent the gasket from rolling out of the pre-cut groove in the pipe or sleeve coupling. F. Equal to Hobas Pipe USA, Inc. product. 2.2 MANUFACTURE AND CONSTRUCTION A. Pipes 1. Furnish pipes in the diameters specified and within the tolerances specified below. 2. Manufacture pipe by the centrifugal casting process to result in a dense, nonporous, corrosion -resistant, consistent composite structure to meet the operating conditions as shown on the Drawings. 3. Do not use stiffening ribs or rings. B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D 4161. Joints at tie-ins, when needed, may utilize fiberglass gasket -sealed closure couplings. C. Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass fiber reinforced overlays. D. Manhole Connections: Provide a water stop flange (wall pipe) for connection to a cast -in - place manhole base or other structure. E. Grout Ports: Provide grout ports in the wall of pipe when required. Provide plugs of 316 stainless steel or other corrosion -resistant material compatible with the pipe. Grout port plugs shall be designed and installed to meet the test pressure of the pipe. F. Centrifugally cast fiberglass pipe for jacking, boring or tunneling shall meet the requirements of the pertinent ASTM specifications. Pipe shall be marked to identify pipe for jacking, boring or tunneling. G. Refer to Sections: 1. Section 02425 — Tunnel Excavation and Primary Liner. 2. Section 02441 — Microtunneling and Pipe -Jacked Tunnels. 01267209 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 2 11/11 i' i _ i NWLDIP —PHASE I 2.3 DIMENSIONS A. Diameters: The actual outside diameter of the pipes shall be in accordance with Table 3 of ASTM D 3262 for gravity sewers. For other diameters, OD's shall be per manufacturer's literature. - B. Lengths: The pipe standard length will be approximately 20 feet. A maximum of 10 percent of the lengths, excluding special order pipes, may be supplied in random lengths. C. Wall Thickness: The minimum wall thickness shall be the stated design thickness. The minimum single point thickness shall not be less than 90 percent of the stated design thickness. D. End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8". E. Tolerance of Fittings: The tolerance of the angle of an elbow and the angle between the main and leg of a wye or tee shall be plus or minus 2 degrees. The tolerance on the laying length of a fitting shall be plus or minus 2 inches. F. Pipe and joints shall be capable of withstanding long-term internal hydrostatic pressure of 15 psi without structural failure. Slight weeping at joints shall not be considered a p " structural failure. Jets of water discharged at joints shall be considered to be structural failure. Joint leakage that results in jets of water from the joint while under surcharge r = hydraulic conditions will not be permitted because of the potential for jetting the backfill f while under pipe surcharge operation and potentially forming a cavity in the backfill. This criteria applies to all joints. Owner reserves the right to require the Contractor's pipe manufacturer to perform a pressure test on a joint at the manufacturer's facilities or via a j contract testing entity, to be witnessed b the Owner and/or Engineer to rove the joint's g tY, Y g� p compliance with the specifications, addenda and manufacturer's representations. Such manufacturer's facility test shall be for each 2000 feet, or fraction thereof, of each diameter size, stiffness class and material type of pipe to be furnished on the project. The manufacturer shall provide all materials and test apparatus for the pressure and leakage test, including facilities to maintain internal pressure, replenish pipe water holding capacity, and for rotating the pipe as necessary for observation of the water leakage defined in the above paragraphs. The internal test pressure will be allowed to "bleed off' to a lower limit of 12 psi, but must be returned to 15 psi within 10 minutes of reaching the 12 psi lower test limit. The manufacturer shall conduct a safety briefing for the Owner and/or Engineer prior to joint make-up and the pressure test. No test joints shall be assembled unless witnessed by the Owner or Engineer and each joint shall be made-up the same as for the field installation on this project. The Contractor shall be expected to make-up the joints in the same manner and with the same types and quantities of materials and same procedures in order to meet specifications. Once the test joint, and/or joints, are made and the pipe is safely secured, the test pipe shall be filled with water and the test pressure range of 12 to 15 psi maintained as noted above in this paragraph. The duration of holding the test pressure range for each individual test run shall not be less than 24 continuous hours, unless the pipe is emptied at the Owner's or Engineer's request for rotation of the pipe joint. In such case, the pipe may be depressurized and emptied of water for the rotational activity, and such rotation of the test pipe shall be performed when requested by the witnessing Owner or Engineer. A limit of one rotation activity for each test is hereby established. Such interruption of the pressure test shall not require that the 24-hour test period start over. The elapsed time prior to rotation activity shall count toward the total 24- hour pressure test period. The test apparatus shall include chart recorders for continuous recording of each test for pressure and duration. Additional instrumentation and recording devices shall be used for maintaining a record of the joint leakage volume over the duration 01267209 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 3 11/11 NWLDIP —PHASE I of each test. One photocopy of the recorded test data for each passing test shall be made available to the Owner for the Owner's records. Concurrent tests on the different joint types, pipe diameters and pipe materials may be performed at the manufacturer's discretion. Pipe joint failure, as defined above, at any time during the 24-hour test period shall be considered as a failing test. Re -testing shall begin anew the 24-hour test period. The Owner and/or Engineer can require the joint test to be conducted at manufacturer's maximum deflection of the pipe joint. The Owner and/or Engineer shall not be prohibited from videotaping and/or photographing, for each test, the materials for each test, joint make-up activity, testing apparatus, immediate test area, and the test itself. Other portions of the manufacturer's facility and operations shall not be videotaped or photographed without written permission from the manufacturer. The manufacturer is hereby notified that such videotapes and/or photographs, by the nature of the Owner being a municipality, become public documents. The Owner, Engineer and their representatives shall not be required to sign confidentiality consent agreements. 2.4 STIFFNESS CLASSES A. Stiffness class of CCFRPM pipe shall not be less than that indicated on the drawings. However, that CCFRPM pipe within a primary tunnel liner wherein all voids and annular spaces are grouted shall not have a stiffness of less than 36 psi. B. Stiffness class of CCFRPM in a pipe jacking operation shall be governed either by the ring deflection limitations or by a pipe design providing longitudinal strength required by the jacking method and shall satisfy design requirements stated below. Submit design calculations as required in Paragraph 1.3, Submittals. 1. Pipe stress calculations based on jacking loads shall be performed to conform to Section 02441 - Microtunneling and Pipe -Jacked Tunnels. 2. Ring deflection calculations shall conform with design requirements of AWWA Manual of Water Supply Practices: Fiberglass Pipe Design, AWWA M45. The pipe deflection calculations shall ensure that predicted deflection will be less than 5 percent under long-term loading conditions (soil prism load) for the highest density of soil overburden and surcharge loads. Deflection on calculations shall be prepared using long-term (drained) values for soil parameters. 2.5 TESTING A. Pipes shall be tested in accordance with ASTM D 3262, as applicable, except that the factory hydrostatic pressure testing is not required except as defined in this specification section. B. Joints: Coupling joints shall be qualified per the tests of Section 7 of ASTM D 4161. C. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall be equal to the rated stiffness class of the pipe. 2.6 INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with 01267209 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 4 NWLDIP—PHASE 1 adequate advance notice of when and where the production of those pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform the Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. 2.7 PACKAGING, HANDLING, AND SHIPPING A. Packing, handling, and shipping should be done in accordance with the manufacturer's recommendations. B. Pipe markings shall be in accordance with ASTM D 3262. C. Additional pipe markings shall indicate the project segment in which the pipe will be installed. Such additional markings shall be placed on both the interior and exterior surfaces of the pipe and shall not cover any other pipe markings. Pipe arriving at the work site without required markings shall not be unloaded. Such additional markings are not required to be stenciled, but shall be legible. PART 3 - EXECUTION 3.1 INSTALLATION A. Install pipe and fittings in accordance with project plans and specifications and the manufacturer's requirements. B. The manufacturer must supply a suitable qualified field service representative to be present periodically during the installation of pipe, if requested. C. Pipe Bedding: Conform to requirements of Section 02317 - Excavation and Backfill for Utilities. D. Pipe Handling: Use textile slings, other suitable material or forklift. Chains or cables shall not be used. E. Jointing: 1. Clean ends of pipe and coupling components. 2. Check pipe ends and couplings for damage. Correct any damage found. 3. Coupling grooves must be completely free of dirt. Maintain a clean sealing gasket. 4. Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only lubricants approved by the pipe manufacturer. 5. Use suitable auxiliary equipment and end protection to push or pull the pipes together. 6. Do not exceed forces recommended by the manufacturer for coupling pipe. If excessive.force is required, remove coupling, determine source of problem, and correct it. 7. Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer. F. If pressure grouting of the pipe is conducted as part of a pipe jacked tunnel installation, seal the grout holes with liner resin to a thickness equal to the pipe liner thickness, or with a threaded plug for that purpose. Coat threaded plugs with manufacturer's polyester resin for additional corrosion and abrasion resistance. G. Field Tests: 1. Refer to Section 02533 — Acceptance Testing for Storm Sewers. END OF SECTION 01267209 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 5 11/11 NWLDIP —PHASE I SECTION 02637 FILAMENT WOUND FIBERGLASS PIPE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES Conditions and A. Filament wound fiberglass reinforced thermosetting resin mortar pipe for storm sewers (F W FRTRM). 1.3 REFERENCES A. ASTM D 2412 — Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. B. ASTM D 3262 - Standard Specification for "Fiberglass" (Glass Fiber Reinforced Thermosetting Resin) Sewer Pipe. C. ASTM D 3681 - Method for Determining Chemical Resistance of Reinforced Thermosetting Resin Pipe in Deflected Condition. D. ASTM D 4161 - Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting Resin) Pipe Joints Using Flexible Elastomeric Seals. E. ASTM F 477 - Standard Specification for Elastomeric Seals (Gaskets) Joining Plastic Pipe. F. AWWA M 45 — Fiberglass Pipe Design. 1.4 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Provide sufficient data for the Engineer to properly evaluate the pipe. C. Submit product data and shop drawings with the following information: 1. Design dimensions and details for pipe and fittings indicating alignment, grade, and laying dimensions. 2. Fabrication details, details of fittings and flanges, details of specials, and proposed welding procedures. 3. Show station numbers for pipe and fittings corresponding to Drawings. 4. Properties and strength of the pipe and pipe design analysis. 5. Instruction on storage, handling, transporting, and installation. 6. Standard catalog sheet. 7. Quality assurance and quality control test results D. Test Reports: Provide test reports, certifying that the pipe has been tested in accordance with and exceeds minimum requirements of ASTM D 3262 and ASTM D 3681. 01276209 FILAMENT WOUND FIBERGLASS PIPE 02637 - 1 11/11 it 1 NWLDIP —PHASE I t_ PART 2-PRODUCTS 2.1 MATERIALS A. Resin Systems: Use only approved polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from applications of a composite material of similar construction and composition as the proposed product. B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. Glass fibers commonly known as "china glass" shall not be used. Glass fibers shall be resin coated prior to incorporation into the pipe wall structure such that potential wicking is avoided. C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents and other coloring agents, if used, shall in no way be detrimental to the performance of the product nor shall they impair visual inspection of the finished products. E. Elastomeric Gaskets: Supply from an approved gasket manufacturer in accordance with ASTM F 477, when no contaminant is identified and suitable for the service intended. Gaskets shall either be affixed to the pipe by means of a suitable adhesive or shall be installed in such a manner so as to prevent the gasket from rolling out of the pre-cut groove in the pipe or sleeve coupling. Manufacturer shall certify that the adhesives and lubricants that it used on the gaskets are not detrimental to the gaskets. F. Equal to U.S. Composite Pipe South, LLC, Flowtite product. 2.2 MANUFACTURE AND CONSTRUCTION A. Pipes I . Furnish pipes in the diameters specified and within the tolerances specified below. 2. Manufacture pipe by the filament winding process on a spinning mandrel to result in a dense, nonporous, corrosion -resistant, consistent composite structure to meet the operating conditions as shown on the Drawings. 3. Do not use stiffening ribs or rings to achieve required pipe stiffness. 4. Pipe shall meet the following cell limits of ASTM D 3262: a. Type 1— Glass fiber reinforced thermosetting polyester resin mortar. b. Liner 1. C. Grade 1. d. Stiffness class as specified herein or as shown on the drawings. The higher stiffness class stated between specifications and drawings shall be the minimum permissible. B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D 4161. Joints at tie-ins, when needed, may utilize fiberglass gasket -sealed closure couplings. The elastomeric gaskets shall be the sole means for achieving and maintaining water tightness. C. Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding operating conditions when installed. They may be molded or manufactured from mitered sections of pipe joined by glass fiber reinforced overlays. 01276209 FILAMENT WOUND FIBERGLASS PIPE 02637 - 2 11/11 N WLDIP —PHASE l D. Manhole Connections: Provide a water stop flange (wall pipe) for connection to a cast -in - place manhole base or other structure, especially when cast -in -place, unless water tight boots are provided with the manhole. E. Grout Ports: Provide grout ports in the wall of pipe when required. Provide plugs of 316 stainless steel or other corrosion -resistant material compatible with the pipe. Grout port plugs shall be designed and installed to meet the test pressure of the pipe. F. Filament wound fiberglass pipe for jacking, boring or tunneling shall meet the requirements of the pertinent ASTM specifications and shall have increased stiffness where necessary to resist jacking, boring or tunneling loads. Pipe shall be marked to identify pipe for jacking, boring or tunneling. G. Refer to Sections: 1. Section 02425 — Tunnel Excavation and Primary Liner. 2. Section 02441 — Microtunneling and Pipe -Jacked Tunnels. 2.3 DIMENSIONS A. Diameters: The actual inside diameter of the pipes shall be in accordance with Table 2 of ASTM D 3262 for gravity sewers. B. Lengths: The pipe standard length will be approximately 20 feet. Isolated, minimum numbers of joints less than 20 feet in length may be supplied in order to accommodate distances between appurtenances. C. Wall Thickness: The minimum wall thickness shall be the stated design thickness. The ) minimum single point thickness shall not be less than 95 percent of the stated design thickness. D. End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of ) 1/8". Pipe ends shall be essentially square to the pipe axis in accordance with ASTM D 3262. E. Tolerance of Fittings: The tolerance of the angle of an elbow and the angle between the main and leg of a wye or tee shall be plus or minus l degree. The tolerance on the laying length of a fitting shall be plus or minus 2 inches. F. Pipe and joints shall be capable of withstanding long-term internal hydrostatic pressure of 15 psi without structural failure. Slight weeping at joints shall not be considered a structural failure. Jets of water discharged at joints shall be considered to be structural failure. Joint leakage that results in jets of water from the joint while under surcharge hydraulic conditions will not be permitted because of the potential for jetting the backfill while under pipe surcharge operation and potentially forming a cavity in the backfill. This criteria applies to all joints. Owner reserves the right to require the Contractor's pipe manufacturer to perform a pressure test on a joint at the manufacturer's facilities or via a contract testing entity, to be witnessed by the Owner and/or Engineer to prove the joint's compliance with the specifications, addenda and manufacturer's representations. Such manufacturer's facility test shall be for each 2000 feet, or fraction thereof, diameter size, stiffness class, and material type of pipe to be furnished on the project. The manufacturer shall provide all materials and test apparatus for the pressure and leakage test, including facilities to maintain internal pressure, replenish pipe water holding capacity, and for rotating the pipe as necessary for observation of the water leakage defined in the above paragraphs. The internal test pressure will be allowed to "bleed off' to a lower limit of 12 psi, but must be returned to 15 psi within 10 minutes of reaching the 12 psi lower test limit. The manufacturer shall conduct a safety briefing for the Owner and/or Engineer prior to joint make-up and the pressure test. No test joints shall be assembled unless witnessed by the Owner or Engineer and each joint shall be made-up the same as for the field installation on this project. The Contractor shall be expected to make-up the joints in the same manner 01276209 FILAMENT WOUND FIBERGLASS PIPE 02637 - 3 11/11 NWLDIP —PHASE 1 and with the same types and quantities of materials and same procedures in order to meet specifications. Once the test joint, and/or joints, are made and the pipe is safely secured, the test pipe shall be filled with water and the test pressure range of 12 to 15 psi maintained as noted above in this paragraph. The duration of holding the test pressure range for each individual test run shall not be less than 24 continuous hours, unless the pipe is emptied at the Owner's or Engineer's request for rotation of the pipe joint. In such case, the pipe may be depressurized and emptied of water for the rotational activity, and such rotation of the test pipe shall be performed when requested by the witnessing Owner or Engineer. A limit of one rotation activity for each test is hereby established. Such interruption of the pressure test shall not require that the 24-hour test period start over. The elapsed time prior to rotation activity shall count toward the total 24-hour pressure test period. The test apparatus shall include chart recorders for continuous recording of each test for pressure and duration. Additional instrumentation and recording devices shall be used for maintaining a record of the joint leakage volume over the duration of each test. One photocopy of the recorded test data for each passing test shall be made available to the Owner for the Owner's records. Concurrent tests on the different joint types, pipe diameters and pipe materials may be performed at the manufacturer's discretion. Pipe joint failure, as defined above, at any time during the 24-hour test period shall be considered as a failing test. Re -testing shall begin anew the 24-hour test period. The Owner and/or Engineer can require the joint test to be conducted at manufacturer's maximum deflection of the pipe joint. The Owner and/or Engineer shall not be prohibited from videotaping and/or photographing, for each test, the materials for each test, joint make-up activity, testing apparatus, immediate test area, and the test itself. Other portions of the manufacturer's facility and operations shall not be videotaped or photographed without written permission from the manufacturer. The manufacturer is hereby notified that such videotapes and/or photographs, by the nature of the Owner being a municipality, become public documents. The Owner, Engineer and their representatives shall not be required to sign confidentiality consent agreements. 2.4 STIFFNESS CLASSES A. Stiffness class of FWFRTRM pipe shall not be less than that indicated on the drawings. However, that FWFRTRM pipe within a primary tunnel liner wherein all voids and annular spaces are grouted shall not have a stiffness of less than 36 psi. B. Stiffness class of FWFRTRM in a pipe jacking operation shall be governed either by the ring deflection limitations or by a pipe design providing longitudinal strength required by the jacking method and shall satisfy design requirements stated below. Submit design calculations as required in Paragraph 1.3, Submittals. 1. Pipe stress calculations based on jacking loads shall be performed to conform with Section 02441 - Microtunneling and Pipe -Jacked Tunnels. 2. Ring deflection calculations shall conform with design requirements of AWWA Manual of Water Supply Practices: Fiberglass Pipe Design, AWWA M45. The pipe deflection calculations shall ensure that predicted deflection will be less than 5 percent under long-term loading conditions (soil prism load) for the highest density of soil overburden and surcharge loads. Deflection on calculations shall be prepared using long-term (drained) values for soil parameters. 01276209 FILAMENT WOUND FIBERGLASS PIPE 02637 - 4 11/11 NWLDIP — PHASE 1 2.5 TESTING A. Pipes shall be tested in accordance with ASTM D 3262, as applicable, except that the factory hydrostatic pressure testing is modified in paragraph 2. 3. F of this specification. B. Joints: Coupling joints shall be qualified per the tests of Section 7 of ASTM D 4161. C. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D 2412 shall be equal to the rated stiffness class of the pipe. 2.6 INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform the Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. 2.7 PACKAGING, HANDLING, AND SHIPPING A. Packing, handling, and shipping should be done in accordance with the manufacturer's recommendations. B. Pipe markings shall be in accordance with ASTM D 3262. C. Additional pipe markings shall indicate the project segment in which the pipe will be installed. Such additional markings shall be placed on both the interior and exterior surfaces of the pipe and shall not cover any other pipe markings. Pipe arriving at the work site without required markings shall not be unloaded. Such additional markings are not required to be stenciled, but shall be legible. PART 3 - EXECUTION 3.1 INSTALLATION A. Install pipe and fittings in accordance with project plans and specifications and the manufacturer's requirements. B. The manufacturer must supply a suitable qualified field service representative to be present periodically during the installation of pipe, if requested C. Pipe Bedding: Conform to requirements of Section 02317 - Excavation and Backfill for ? Utilities. D. Pipe Handling: Use textile slings, other suitable material or forklift. Chains or cables shall not be used. E. Jointing: 1. Clean ends of pipe and coupling components. 2. Check pipe ends and couplings for damage. Correct any damage found. 3. Coupling grooves must be completely free of dirt. Maintain a clean sealing gasket. 4. Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only. lubricants approved by the pipe manufacturer. 01276209 FILAMENT WOUND FIBERGLASS PIPE 02637 - 5 i_ 7 11/11 NWLDIP —PHASE I 5. Use suitable auxiliary equipment and end protection or grip banding to push or pull the pipes together. 6. Do not exceed forces recommended by the manufacturer for coupling pipe. If excessive force is required, remove coupling, determine source of problem, and correct it. 7. Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed one-half the deflection permitted by the manufacturer. 8. Do not "over -home" the pipe within the joint (c.e., do not exceed the manufacturer's homing depth of the pipe). F. If pressure grouting of the pipe is conducted as part of a pipe jacked tunnel installation, seal the grout holes with liner resin to a tickness equal to the pipe liner thickness or with a threaded plug for that purpose. Coat threaded plugs with manufacturer's polyester resin for additional corrosion and abrasion resistance. G. Field Tests: 1. Refer to Section 02533 — Acceptance Testing for Storm Sewers. END OF SECTION 01276209 FILAMENT WOUND FIBERGLASS PIPE 02637 - 6 11/11 NWLDIP—PHASE 1 SECTION 02638 REINFORCED CONCRETE PIPE PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Reinforced concrete pipe for storm sewers. 1.3 REFERENCES A. ASTM C 76 - Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. B. ASTM C 361 — Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. C. ASTM C 443 - Joints for Circular Concrete Sewer and Culvert Pipe. D. ASTM C 497 - Method of Testing Concrete Pipe, Sections, or Tile. E. ASTM C 655 - Reinforced Concrete D-load Culvert, Storm Drain and Sewer Pipe. F. ASTM C 822 - Standard Definitions and Terms Relating to Concrete Pipe and Related Products. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures. B. Submit complete product data for pipe, fittings and gaskets for approval. Indicate - conformance to appropriate reference standards. C. Provide manufacturer's certificate of conformance to the specifications. The manufacturer shall provide load testing facilities for performing manufacturer's load tests in conformance with ASTM C 655 or ASTM C 76 as applicable, or shall arrange for an independent laboratory to perform load tests. 1. Lot size shall be the total number of joints of pipe of a specific diameter to be supplied on the project, regardless of D-Load. However, the load test shall not be run on a single D-Load of pipe if different D-Loads are being supplied for a single pipe diameter. If different diameters are supplied, there will be different lots and lot sizes. If different D-Loads are being supplied for a single diameter, at least one -.. representative joint of pipe for each D-Load must be included in the sample size, even if it causes the number of samples to exceed the ASTM sample size. 2. Sample size for testing shall be in accordance with ASTM C 655, paragraph 10,IJ "Acceptance of Pipe by Load Testing" for each lot of pipe. Sampling and testing shall be for each size of pipe to be furnished for the project; however, the sample i size is not based on each D-Load rating. For example, if the indicated ASTM sample size is 4 joints of 48-inch diameter pipe, the four joints of pipe need not be for the same reach of storm sewer or for the same D-Load. However, if three D-Loads are within the four joint sample size, then at least one joint of each D-Load rating must j be included. 01267209 REINFORCED CONCRETE PIPE 02638 — 1 11/11 i N WLDIP —PHASE I 3. Sampling shall be at random in accordance with paragraph 4.1.1 of ASTM C 655, provided that the D-Load representation specified herein is maintained. 4. Load testing for precast reinforced concrete pipe shall be to the formation of 0.01-inch crack. 5. Pipe that has been used in the 0.01-inch crack load tests, meets the strength requirements, and is otherwise in conformance with the specifications, may be used in the project. D. For jacking pipe, submit drawings and data describing grouting port design and closure procedures when required by Section 02430 — Tunnel Grout, including liner repair, as applicable. Grouting port closure shall meet the same durability, strength, corrosion resistance and internal pressure resistance as the remainder of the pipe. PART2-PRODUCTS 2.1 REINFORCED CONCRETE PIPE A. Acceptable types and classes of pipe are shown on the drawings. B. Circular reinforced concrete pipe shall conform to requirements of ASTM C 76, where such C76 pipe is required or permissible on the drawings. Lifting holes will not be permitted. Pipe shall have rubber gasketed joints conforming to ASTM C 443. C. Reinforced concrete D-load pipe shall conform to the requirements of ASTM C 655, where C655 pipe is required on the drawings or permissible. Lifting holes will not be permitted. Pipe shall have rubber gasketed joints conforming to ASTM C 443. D. Reinforced concrete pipe for jacking, boring or tunneling shall meet the requirements of the pertinent ASTM specifications. Pipe shall be marked to identify pipe for jacking, boring or tunneling. E. All reinforced concrete pipe and pipe joints shall be capable of withstanding long-term internal hydrostatic pressure shown on the drawings without failure, and without exceeding 16 ksi stress limit in the wall reinforcement due to the internal hydrostatic pressure. Slight weeping at joints shall not be considered a structural failure. Jets of water discharged at joints shall be considered to be structural failure. Joint leakage that results in jets of water from the joint under surcharge hydraulic conditions will not be permitted because of the potential for jetting the backfill while under pipe surcharge operation and potentially forming a cavity in the backfill. This criteria applies for all joints. Owner reserves the right to require the Contractor's pipe manufacturer to perform a pressure test on a water -tight joint, at the manufacturer's facilities, to be witnessed by the Owner and/or Engineer to prove the joint's compliance with the specifications, addenda and manufacturer's representations. Such manufacturer's facility test shall be for each diameter size and material type of pipe to be furnished on the project. The test pressure shall meet or exceed the maximum pressure listed on the drawings. The manufacturer shall provide all materials and test apparatus for the pressure and leakage test, including facilities to maintain internal pressure, replenish pipe water holding capacity, and for rotating the pipe as necessary for observation of the water leakage defined in the above paragraphs. The internal test pressure will be allowed to "bleed off' to a lower limit of 80 percent of the required pressure, but must be returned to the pressure listed in the drawings within 10 minutes of reaching the lower test limit. The manufacturer shall conduct a safety briefing for the Owner and/or Engineer prior to joint make-up and the pressure test. No test joints shall be assembled unless witnessed by the Owner or Engineer and each joint shall be made-up the same as for the field installation on this project. The Contractor shall be 01267209 REINFORCED CONCRETE PIPE 02638 — 2 11/11 NWLDIP —PHASE IIJ expected to make-up the joints in the same manner and with the same types and quantities 1 of materials and same procedures in order to meet specifications. Once the test joint and/or joints are made and the pipe is safely secured, the test pipe shall be filled with water and the test pressure range of 80 percent to 100 percent maintained as noted above in this paragraph. The duration of holding the test pressure range for each individual test run shall not be less than 24 continuous hours, unless the pipe is emptied at the Owner's or ' Engineer's request for rotation of the pipe joint. In such case, the pipe may be depressurized and emptied of water for the rotational activity, and such rotation of the test pipe shall be performed when requested by the witnessing Owner or Engineer. A limit of } one rotation activity for each test is hereby established. Such interruption of the pressure test shall not require that the 24-hour test period start over. The elapsed time prior to rotation activity shall count toward the total 24-hour pressure test period. The test apparatus shall include chart recorders for continuous recording of each test for pressure and duration. Additional instrumentation and recording devices shall be used for maintaining a record of the joint leakage volume over the duration of each test. One photocopy of the recorded test data for each passing test shall be made available to the Owner for the Owner's records. Concurrent tests on the different joint types, pipe diameters and pipe materials may be performed at the manufacturer's discretion. Pipe joint ? failure, as defined above, at any time during the 24-hour test period shall be considered as a failing test. Re -testing shall begin anew the 24-hour test period. The Owner and/or Engineer can require the joint test to be conducted at manufacturer's maximum deflection of the pipe joint. The Owner and/or Engineer shall not be prohibited from videotaping and/or photographing, for each test, the materials for each test, joint make-up activity, testing apparatus, immediate test area, and the test itself. Other portions of the manufacturer's facility and operations shall not be videotaped or photographed without written permission from the manufacturer. The manufacturer is hereby notified that such videotapes and/or photographs, by the nature of the Owner being a municipality, become public documents. The Owner, Engineer, and their representative shall not be required to sign confidentiality consent agreements. F. Refer to Section: l . Section 02425 — Tunnel Excavation and Primary Liner. 2. Section 0244I—Microtunneling and Pipe Jacked Tunnels. 2.2 JOINT SEALANT A. Rubber Gaskets 1. Furnish rubber gasket conforming to ASTM C 443 for circular reinforced concrete pipe. 2.3 MARKING A. The following information shall be clearly marked on each section of pipe: 1. The class or D-load of pipe. 2. The date of manufacture. 3. The name or trademark of the manufacture. 4. Pipe for jacking and boring shall be identified for the intended use. 5. Storm sewer line designation in which the pipe will be installed. Mark interior and exterior of pipe with line designation. Do not cover other pipe markings. Pipe 01267209 REINFORCED CONCRETE PIPE 02638 — 3 11/11 NWLDIP —PHASE 1 transported to the site without specified markings shall not be unloaded. These additional markings need not be stenciled, but shall be legible. 2.4 INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes; it in no way implies approval of products or tests. D. The Engineer and Owner shall be entitled to witness the load tests. The manufacturer must provide the Engineer with adequate advance notice of when and where the load tests will take place. The Engineer shall then make known whether or not the load tests will be observed. 2.5 CAUSES FOR REJECTION A. Pipe shall be subject to rejection for failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: 1. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint and the end crack is field repaired. 2. Defects that indicate imperfect proportioning, mixing and molding. 3. Surface defects indicating honeycombed or open texture. 4. Damaged ends, where such damage would prevent making a satisfactory joint, including failure to use chain or tie -down guards during transportation. 5. Exposed reinforcement not intended for tie to cast -in -place concrete. 6. Other damage or defects that, in the opinion of the Engineer, is detrimental to the function or longevity of the work. PART 3 - EXECUTION 3.1 INSTALLATION A. Conform to requirements of the following Sections, as applicable: 1. Section 02441 - Microtunneling and Pipe Jacked Tunnels. 2. Section 02448 - Pipe and Casing Augering for Sewers. 3. Section 02631 - Storm Sewers. B. Install reinforced concrete pipe in accordance with the Drawings. 3.2 TESTING A. Refer to Section 02533 — Acceptance Testing for Storm Sewers. END OF SECTION 01267209 REINFORCED CONCRETE PIPE 02638 — 4 11/11 NWLDIP —PHASE 1 SECTION 02639 PRECAST REINFORCED CONCRETE BOX PARTI-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. Pre -cast reinforced concrete box for storm sewers. 1.3 REFERENCES A. ASTM C 1577 — Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers Designed According to AASHTO LRFD. B. ASTM C 1619 — Elastomeric Seals for Joining Concrete Structures. C. ASTM C 1677 — Joints for Concrete Box, Using Rubber Gaskets. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. 1. Furnish design calculations to document design basis. 2. Furnish shop drawing details for wall thicknesses, haunch dimensions, details and dimensions of joints, size and placement and spacing of reinforcement, length dimension. 3. Manufacturer's instructions for field joining. 4. Other manufacturer's field installation requirements noting specifically where such requirements conflict with plans and specifications. 5. Gasket materials information, annual test report, certificate of compliance with applicable ASTMs, gasket lubricant certification. B. Provide manufacturer's certificate of conformance to the specifications, gaskets inclusive. C. For jacking boxes, submit shop drawings and data as in 1.4.A. 1-5 above. Include grouting port design and closure procedures for jacking boxes. Grouting port closure shall meet or exceed the same durability, strength, corrosion resistance, and internal pressure resistance as the remainder of the box. PART 2 - PRODUCTS 2.1 REINFORCED CONCRETE BOX A. Reinforced concrete box shall conform to requirements of ASTM C 1577. Lifting holes will not be permitted. Boxes shall have rubber gasketed joints conforming to ASTM C 1677. 01267209 PRECAST REINFORCED CONCRETE BOX 02639 — 1 l l/11 NWLDIP —PHASE 1 3 B. Reinforced concrete box for jacking, boring or tunneling shall meet the requirements of the pertinent ASTM specifications. Boxes shall be marked to identify box for jacking, boring or tunneling. C. Haunches for concrete box shall be the minimum stated in ASTM C 1577, Section 11.7, or smaller. Haunch dimensions larger than the standard dimensions will be cause for rejection. D. All reinforced concrete box and box joints shall be capable of withstanding long-term internal hydrostatic pressure shown on the drawings without failure, and without exceeding allowable stress limit in the wall reinforcement due to the internal hydrostatic pressure. Slight weeping at joints shall not be considered a structural failure. Jets of water discharged at joints shall be considered to be structural failure. Joint leakage that results in jets of water from the joint under surcharge hydraulic conditions will not be permitted because of the potential for jetting the backfill while under pipe surcharge operation and potentially forming a cavity in the backfill. This criteria applies for all joints. E. Contractor's precast reinforced concrete box manufacturer shall perform a proof -of -design hydrostatic test for each of the three conditions in ASTM C 1677, paragraph 9: 1. Boxes in straight alignment. 2. Boxes in maximum deflected position. 3. Off -center alignment. The internal hydrostatic test pressure shall not be less than l 1 psi nor more than 13 psi. The test duration shall be 48 continuous hours for each condition listed above. The manufacturer shall furnish the test stand, air -bleed valves, fill valves, drain valves, pressure regulators, pressure gauges, cranes, boxes, gaskets, chart recorders and other items necessary and incidental to perform the hydrostatic tests. No joints will be joined for the a_ tests except under the observation of the Owner, the Engineer, or other designated representative. The manufacturer shall conduct a safety briefing for the Owner and/or Engineer prior to joint makeup and the hydrostatic test. No joint shall be made or tested that cannot be repeatedly replicated in the field. The Contractor shall be expected to make up the joints in the same manner and with the same types and quantities of materials and same procedures in order to meet specifications. It is strongly recommended that the manufacturer furnish sufficient lengths of pipe or hoses such that valves, regulators and gauges can be remotely monitored and operated at a safe distance from the test stand. The test stand shall be such that water escaping the joint at any location can be readily observed. The test apparatus shall include chart recorders for continuous recording of each test for pressure and duration. One photocopy of recorded test data for each passing test shall be made available for the Owner's records. Concurrent tests may be performed at the manufacturer's discretion. Box joint failure, as defined above, at any time during the 48- hour test period for each condition shall be considered as a failing test. Re -testing shall begin anew the 48-hour test period. No concrete boxes shall be delivered to the project until the hydrostatic tests have been completed and meet joint integrity requirements herein. 01267209 PRECAST REINFORCED CONCRETE BOX 02639 — 2 11/11 NWLDIP—PHASE 1 For production joint testing, for each 2,000 linear feet of box produced, perform an external joint hydrostatic test equal to the procedure described in Hamilton Kent Tech Note "Joint Test Methodology (External)" using a 5 psi continuous hydrostatic test pressure for two hours. Such test shall be performed for straight alignment, maximum deflected position and off -center alignment. These production joint tests are considered to be go - no go spot checks on manufacturer's quality control for joint integrity. The Owner and/or Engineer shall not be prohibited from video recording and/or photographing, for each test, the materials for each test, joint make-up activity, testing apparatds, immediate test area, and the test itself. Other portions of the manufacturer's facility and operations shall not be video recorded or photographed without written permission from the manufacturer. The manufacturer is hereby notified that such video recordings and/or photographs, by the nature of the Owner being a municipality, become public documents. The Owner, Engineer, and their representative shall not be required to sign confidentiality consent agreements. F. Refer to Section: 1. Section 02425 — Tunnel Excavation and Primary Liner. 2. Section 02426 — Storm Sewer Pipe or Box in Tunnels. 2.2 JOINT SEALANT A. Rubber Gaskets 1. All precast reinforced concrete boxes furnished under this specification shall be fabricated and furnished with rubber gasket joints. Joints shall meet the requirements of ASTM C 1677. Gaskets, as a minimum, shall meet the requirements of ASTM C 1619, Class E for hydrostatic head not exceeding 30 feet. Gasket material shall be equal in properties to EPDM rubber material except where nitrile rubber gaskets are required for petroleum and solvent resistance. Where shown on the plans, furnish nitrile gaskets. Nitrile gaskets shall be clearly discernable from other gasket material by color or marking. 2.3 MARKING A. The following information shall be clearly marked on each section of box: 1. The specification designation. 2. The date of manufacture. 3. The name or trademark of the manufacturer. 4. Span and rise. 5. Design earth cover. 6. The word "Top" for box orientation. 7. Box for jacking and boring shall be identified for the intended use. 8. Storm sewer line designation in which the box will be installed. Mark interior and exterior of box with line designation. For boxes with nitrile gaskets, mark interior and exterior of box with an "N" suffix to the line designation. Do not cover other box markings. Boxes transported to the site without specified markings shall not be unloaded. These additional markings need not be stenciled, but shall be legible. r 01267209 PRECAST REINFORCED CONCRETE BOX 02639 — 3 _ 11/11 r t,_ 1 F, NWLDIP —PHASE l 2.4 INSPECTION A. The Engineer shall be entitled to inspect boxes or witness the box manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific boxes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those boxes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished boxes; it in no way implies approval of products or tests. D. The Engineer and Owner shall be entitled to witness the concrete strength tests and measure reinforcement size and placement. The manufacturer must provide the Engineer with adequate advance notice of when and where the production runs and materials testing will take place. The Engineer shall then make known whether or not the testing and production will be observed. 2.5 CAUSES FOR REJECTION A. Box shall be subject to rejection for failure to conform to any of the specification requirements. Individual sections of box may be rejected because of any of the following: I. Fractures or cracks passing through the wall, except for a single end crack that does not exceed the depth of the joint and the end crack is field repaired by the manufacturer. 2. Defects that indicate imperfect proportioning, mixing and molding. 3. Surface defects indicating honeycombed or open texture. 4. Damaged ends, where such damage would prevent making a satisfactory joint, including damage from failure to use chain or tie -down guards during transportation. 5. Exposed reinforcement not intended for tie to cast -in -place concrete. 6. Abnormalities in the ends of the box sections to the walls and center line of the box section, within the permissible limits of variation in ASTM C 1577, Section 11, except where beveled ends are specified. 7. Exceeding permissible variations in ASTM C 1577, Section 11. 8. Other damage or defects that, in the opinion of the Engineer, is detrimental to the function or longevity of the work. 9. During installation, bedding sand, dirt, debris or other contamination adhering to the gasket or joint lubricant shall be cause for rejection of that joint assembly. 10. Rolled or displaced gasket or failure to lubricate or relieve gasket shall be cause for rejection of a joint assembly. PART 3 - EXECUTION 3.1 INSTALLATION A. Conform to requirements of the following Sections, as applicable: 1. Section 02426 - Storm Sewer Pipe or Box in Tunnels 2. Section 02631 - Storm Sewers. B. Install reinforced concrete box in accordance with the Drawings and manufacturer's requirements. 01267209 PRECAST REINFORCED CONCRETE BOX 02639 — 4 11/11 NWLDIP —PHASE 1 C. Handle precast box sections according to manufacturer's instructions. D. Keep tongue and groove joints and gaskets free of debris, soil, bedding, material, and other foreign material. Joints made in the field with contaminated gaskets or contaminated receiving groove ends shall be removed and surfaces thoroughly cleaned prior to remaking the joint. If cleaning is insufficient in the opinion of the Engineer, then replacement box sections will be used and the rejected box sections removed from the site. E. Each box section shall be thoroughly and uniformly in contact with the bedding material prior to backfill operations, maintaining alignment and grade. F. In case of horizontal misalignment, Contractor may gradually curve the alignment to return to planned alignment through the use of beveled joints, or by "pulling" straight joints at no more than one-half of the manufacturer's recommended maximum joint deflection. G. Straight and beveled joints shall be fully -homed by using approved tuggers or other methods recommended by the manufacturer. Homing or assembling joints using recommended methods is prohibited. H. When deflecting or "pulling" joints, the joint shall be first fully -homed prior to deflecting the assembled joint. I. Perform backfill in accordance with Section 02317 — Excavation and Back -fill for Utilities and the drawings. 3.2 TESTING A. Refer to Section 02533 — Acceptance Testing for Storm Sewers. B. There is not a field acceptance joint test specified for box storm sewer. C. Box storm sewer joints will be closely observed during construction for cleanliness of joints prior to makeup, for fully -homed condition, and for rolled or displaced gaskets. END OF SECTION 01267209 PRECAST REINFORCED CONCRETE BOX 11/11 02639 — 5 i NWLDIP — PHASE 1 SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS 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. This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.3 RELATED SECTIONS A. Section 01039 - Coordination and Meetings. B. Section 01330 — Submittal Procedures. 1.4 MATERIAL SCHEDULE A. All water supply lines shall be C900 DR18 PVC pipe except as noted below. B. Miscellaneous piping shall be furnished and installed as indicated on the drawings. Sanitary sewer piping shall be as specified in Section 02730 (Sewer Line Construction). 1.5 SUBMITTALS A. Submit all manufacturer's data for all pipe, valves and fitting including all pipe thickness class calculations. PART 2 - PRODUCTS 2.1 PVC PIPE A. PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA C-900, Class 150 (DR 18) for sizes < 14" diameter. B. PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA C-905, PR = 235(DR 18) for sizes >14" diameter. C. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 01267209 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 1 11/11 NWLDIP — PHASE 1 2.2 DUCTILE IRON PIPE (DIP) A. Ductile iron pipe shall be manufactured in accordance with AWWA C151. In general, ductile iron pipe shall have flanged fittings when installed above and below ground. Pipe thickness shall be as required for the scheduled internal working pressure with minimum Thickness Class 50. Thickness for buried pipe shall be computed in accordance with AWWA C150 for appropriate depths of cover. B. All ductile iron pipe shall have an exterior bituminous coating and shall be cement lined in conformance with AWWA C104. C. Flanged joints shall meet the requirements of AWWA C115. Bolts and nuts shall be of the best quality mild steel and shall have hexagonal heads. Suitable rubber ring gaskets shall be provided in all flanged joints. Flanges shall be of ductile iron. D. Mechanical joints and push -on joints shall conform to the requirements of AWWA C111 unless otherwise specified. E. The pipe shall be new and of best quality in materials and workmanship. All pipe shall be subjected to thorough inspection at the job site before being placed. Any piece found to be defective shall be rejected and removed from the project. 2.3 EXTERIOR DUCTILE IRON PIPE COATING A. Surface Preparation — Solvent wipe all surfaces to remove oil, grease, or other contaminants. Measure existing surface profile of substrate. If existing profile is 1.5 mils or greater, hand or power tool clean all rusted areas per SSPC — SP2 or SSPC-SP3. If profile is less than 1.5 mils, brush-off blast entire surface per SSPC-SP7. B. Prime Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. C. Second Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. 2.4 PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. I. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. 2. Al I flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B 16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. B. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA C110. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. 1. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the AWWA specifications C 104 and C 106 respectively. 2. All ductile iron fittings shall be cast from the same quality of metal used in casting the j ductile iron pipe and shall be subjected to the same test requirements. Marking and _ weighing shall be as required for the ductile iron pipe. 01267209 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 2 1 I/11 NWLDIP —PHASE 1 Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.5 PIPE JOINTS A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C111. C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B 16.1 (Class 125) rated for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints. D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other paragraphs or as recommended by the manufacturer. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily under the various conditions encountered. 2.6 TAPPING SLEEVES A. Tapping sleeves shall be full wrap -around type. The sleeves shall be stainless steel or cast iron tapping sleeves as manufactured by Mueller, M & H or Clow Corporation and shall be Class 150. 2.7 POLYETHYLENE WRAP A. All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a polyethelene material meeting the requirements of ASTM D 1248. The wrapping shall extend beyond the valve or fitting a minimum of 6 inches. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2" duct type. 2.8 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated steel construction shall be used for all couplings. PART 3 - EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 01267209 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3 11/11 NWLDIP — PHASE 1 i 3.2 INSPECTION A. The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING A. Before being placed, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. J B. All foreign matter or dirt shall be removed from the inside ofthe pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is placed, and it shall be kept clean by approved means during and after laying. C. At time when pipe placing is not in progress, the open ends of pipe shall be closed by approved means, and no water shall be allowed to enter the pipe. 0I267209 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 4 11/11 ll r_ NWLDIP —PHASE 1 3.8 LAYING AND JOINTING DUCTILE IRON PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. 1. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. 2. The jointing shall be completed for all pipe laid each day, in order not to leave joints open overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no water shall be permitted to enter the pipe. 3. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 4. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 5. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping - The last 8 in. outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. l . The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. 2. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints - Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. 1. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. D. Push -On -Joints - The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. 1. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. 2. The spigot end of the pipe shall be entered into the socket with care used to keep the joint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that 01267209 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5 11/11 i_ NWLDIP —PHASE 1 the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. 3. The jointing shall be completed for all pipe laid each day, in order not to leave open joints overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. 4. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. 5. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS A. Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. B. Valve boxes shall be firmly supported and maintained centered and plumb overthe wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. 3.10 EXCAVATION AND TRENCHING A. The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be forty-eight (48) inches unless otherwise specifically shown on the drawings. B. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches or as shown on the plans. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. C. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. D. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. E. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151 TRENCH SAFETY for guidelines on trench shoring methods for pipelines. F. If ledge rock, rock fragments or other unyieldingmaterial is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. G. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the drawings and specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. 01267209 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6 11/11 i NWLDIP — PHASE 1 I. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines ofwhich he has been advised, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. J. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, and at contractor's expense. K. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. L. Blasting for excavation of solid rock will not be permitted. M. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 3.11 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From l foot above the top of the pipe to the existing ground, however, material containing stones up to 4-inches in their greatest dimension may be used. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to the centerline of the pipe with selected backfill material free from rocks or boulders greater than 2 inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfi ll material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 8-inches in thickness and compacted by tamping to a density of not less than 98% of maximum density at optimum moisture as determined by AASHTO Method T-180. The Contractor shall use special care in placing this portion of the backfill to insure placement under and around the pipe and to avoid injuring or moving the pipe. D. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. Where tamping is required, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 98% of maximum density at optimum moisture as determined by ASTM D 698. E. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust backing shall be applied to all pipe lines at all tees, plugs, caps, and bends. Concrete shall be used for backing the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast - In -Place Concrete, except a minimum compressive strength of2500 psi will be acceptable. The backing shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the 01267209 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7 11/11 NWLDIP —PHASE I maximum thrust anticipated and as required by the Engineer. The backing shall be so placed that the pipe and fitting joints will be accessible for repair. 3.12 MARKING TAPE A. All pipes installed in an open trench will be identified with the appropriate color and description of 3 inch wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of 12 to 18 inches. Install the tape detectable from the top of finished grade with a metal detector above non-metallic (PVC) pipe material. 3.13 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: I . Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. 2. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. 3. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): Ductile Iron: L _ SDfP 133,200 where: PVC: L = ND� 7,400 L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested S = Length of pipe D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.14 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all potable water pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651. T I 01267209 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8 c_. s 11/11 NWLDIP — PHASE I B. After disinfection has been completed and the pipe is filled with water, the City will sample the water in the pipe for bacteriological testing. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures are necessary to achieve an acceptable result. 3.15 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01267209 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9 11/11 NWLDIP —PHASE 1 X SECTION 02730 SANITARY SEWER LINE CONSTRUCTION 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 of the specifications covers all piping, manholes and accessories required for the sanitary sewer line portion of the project. All materials used in construction of sewer lines shall be of the type and class as shown on the plans and as specified herein for the various items of construction. 1.3 RELATED SECTIONS A. Section 01039 - Coordination and Meetings. B. Section 01300 - Submittals. C. Section 02082 - Precast Manholes and Vaults for Storm Sewer Manholes. D. Section 02317 - Excavation and Backfill for Utilities. E. Section 02320 - Utility Backfill Materials. F. Section 02665 - Piping, Valves and Fittings. 1.4 APPROVED MATERIAL Unless otherwise shown on the plans or specified herein, sewer piping shall be "approved type pipe". Approved type pipe shall be one of the following: A. Flexible Pipe Materials: 1. Polyvinyl Chloride (PVC, ASTM F 679). B. Non -Metallic pipe location wire. In the event that non-metallic pipe material is installed along or across an access road, a durable metal wire shall be installed in the trench with the pipe to facilitate locating the pipe in the future. 1.5 SUBMITTALS A. Submit all manufacturers' data on all pipe, fittings and materials to be used on the project, including pipe thickness class calculations. 1.6 SEPARATION CRITERIA A. New sanitary sewer pipe shall be installed no closer to any water line than 9 feet in all directions. Parallel water and sewer lines must be installed in separate trenches. 1 01267209 SANITARY SEWER LINE CONSTRUCTION 02730 - 1 11/11 N WLDIP —PHASE 1 B. Where a new sanitary sewer pipe crosses a water line, the sewer pipe within 9 feet of the crossing shall be constructed either of PVC or other material as specified and placed no closer than 6 inches from the water line, measured between the nearest outside pipe diameters. The water line shall be located above the sewer line wherever possible and one length of sewer pipe must be centered on the water line. PART 2-PRODUCTS 2.1 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe shall conform to the requirements of ASTM F679, SDR 35 as shown on the plans. B. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. 2.2 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted to the Engineer for approval before items are shipped. Bolted and gasketed covers shall be furnished at the locations identified on the drawings. F 2.3 PRECAST REINFORCED CONCRETE MANHOLES (WITH EPDXY COATING) A. Manholes shall be tongue and groove precast reinforced concrete epoxy coated manholes, constructed in accordance with ASTM C 478 of the diameter indicated on the drawings. Concrete manholes shall be provided with a flat top cone unless otherwise shown on the drawings. B. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints. All joints shall receive double row of sealant. Manholes shall be epoxy coated as specified in Section 09703. 2.4 ROCK EMBEDMENT MATERIAL A. Where rock embedment is required it shall conform to the following gradation: (ASTM D 2321): % by Weight Passing 1" sieve 100 Passing No. 4 sieve 0 - 10 Passing No. 200 sieve 0 - 5 r 01267209 SANITARY SEWER LINE CONSTRUCTION 02730 - 2 I1/11 1 NWLDIP — PHASE 1 B. Crushing shall result in a product in which the coarse aggregate shall have at least 85% by weight of particles with one or more fractured faces and 65% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM D2321. The coarse aggregate shall not show evidence of disintegration nor show a total loss greater than 20% when subjected to five cycles of the sodium sulphate accelerated soundness test as specified in AASHTO T 104. PART 3 - EXECUTION 3.1 GENERAL A. All sewer pipe and fittings shall be unloaded, handled, laid, jointed and tested for defects in the manner herein specified. 3.2 INSPECTION A. The pipe and fittings shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected and the Contractor shall remove such defective material from the site of the work. B. The Contractor shall be responsible for all materials furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has been damaged in handling after delivery. 3.3 EMBEDMENT MATERIAL A. Embedment is defined as the portion of backfill from the bottom of the trench to a point either six inches or one foot above the top of pipe depending on the type of pipe and the depth. Materials for embedment: I . Rock embedment shall be as that specified in this section, Article 2.7. 3.4 BACKFILL MATERIAL A. Backfill is defined as portion of backfill above the embedment to the existing ground. B. Backfill according to Section 023I7 — Excavation and Backfill for Utilities. 3.5 PIPE LAYING IN TRENCH A. After the trench has been properly fine graded, the pipe shall be laid in accordance with the following specifications. Each length of pipe shall be inspected for defects and shall be thoroughly cleaned inside and outside of the spigot before being lowered into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction ofthe flow. All pipe shall be laid true to the lines and grades as established by the drawings using a laser beam to control the grade of each joint of pipe. 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 trench floor and to allow ample space for properly jointing the pipe. 01267209 SANITARY SEWER LINE CONSTRUCTION 02730 - 3 NWLDIP —PHASE 1 B. Installation and jointing of the pipe shall be in accordance with the manufacturer's recommendations except where the requirements of these specifications are more strict. 1. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be plugged by approved means. No pipe shall be laid in water, or when trench conditions or weather is unsuitable for such work. 2. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. 3.6 EMBEDMENT AND BACKFILLING CONSTRUCTION A. Pipe Embedment I . Flexible Pipe Trench Depths - Place rock material in the trench following fine grading. The bedding material shall be laid in the pipe trench, shaped, smoothed to grade. Vibratory compaction shall be used to consolidate the material. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. a. After pipe has been laid, place additional rock material in the trench around the haunches up to the springline of the pipe (6" lift maximum). Make certain the rock material is placed under the haunches. Vibratory compaction shall be used to consolidate the material. b. The initial backfill (rock material) shall then be placed (6" lift maximum) to a point above the top of pipe as shown on the plans. Vibratory compaction shall be used to consolidate the material. C. Support pipe on cement stabilized backfill and encase top of pipe in cement stabilized backfill as shown on the drawings where crossing storm sewer box excavation. 2. Trench Backfill - From the top ofthe pipe embedment to finish grade shall be backfilled by tamping. Conform to density and moisture requirements in Section 02317 — Excavation and Backfill for Utilities. B. Testing - Pipe embedment will be periodically tested for compaction. Final backfill above pipe embedment shall not be placed until the embedment is approved by the Engineer. 3.7 MANHOLE CONSTRUCTION A. General - Manholes shall be constructed at the locations shown on the plans or as directed by the Engineer. The manholes shall be constructed in accordance with the details shown on the plans and as specified herein for precast reinforced concrete or fiberglass manholes. Concrete for manhole bases shall meet the requirements of the Section 03410 - Precast Concrete Sanitary Sewer Manholes. B. Precast Reinforced Concrete Manholes - After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans. 1. On straight runs the pipe shall be laid through the manholes, and upon completion ofthe invert the top half of the pipe shall be broken out. On manholes where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will permit and shall be given a smooth trowel finish. 01267209 SANITARY SEWER LINE CONSTRUCTION 02730 - 4 11/11 NWLDIP — PHASE I Where the concrete bottom has properly cured for not less than 24 hours the precast manhole shall be installed, Ram-Nek flexible plastic gaskets shall be used in the tongue and groove joints. The bottom ring shall be grouted in as shown on the plans. Either concrete grade rings or brick shall be used to adjust the manhole frame to the proper grades; the maximum extension of the top section shall not exceed 12 inches. 3.8 LEAKAGE TEST A. Leakage tests shall be made by the Contractor on all sewer lines after installation. The tests on the sewer lines shall be made on sections of pipe between manholes. Each section ofsewer line shall be tested in accordance with ASTM D 3212 (latest revision). B. If a test fails to meet the minimum allowable requirements of the test, the Contractor shall immediately determine the cause, make the necessary repairs and retest. All testing and repair work shall be done at the Contractor's expense. C. Leakage testing will not bel2erformed until all backfill material required has been placed and densified for a period of 30 days. 3.9 DEFLECTION TEST A. A deflection test shall be made by the Contractor on all flexible sewer pipe. The test shall not be made on a section of sewer until all the backfill on that section has been in place for 30 days. B. The deflection test shall be run using a rigid Go -No Go full circle mandrel with a diameter equal to 95% of the inside diameter of the pipe. The Contractor shall submit shop drawings of the mandrel to the Engineer for approval prior to using the mandrel for testing. C. The test shall be performed without mechanical pulling devices. Wherever possible and practical, the testing shall be initiated at a downstream manhole and proceed upstream. D. No pipe shall exceed a deflection of 5% of the inside diameter of the pipe. All excess deflections shall be corrected. The Contractor shall excavate to the point of the excess deflection, correct the deficiency and retest the pipe. If the pipe retest fails the 5% allowable deflection, the pipe shall be replaced. 3.10 CLEANUP A. After the construction work is completed and before final acceptance by the Owner, the Contractor shall remove all rubbish, excess materials from excavations and other debris from the site of the work, and all trench surfaces shall be bladed and all depressions caused by settlement shall be filled. The cost of cleanup shall be included in the bid prices for the various units of work. END OF SECTION 01267209 SANITARY SEWER LINE CONSTRUCTION 02730 - 5 11/11 �y NWLDIP —PHASE 1 SECTION 02741 HOT -MIX ASPHALT PAVING (NWLDIP VERSION) 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. Hot -mix asphalt paving. B. Hot -mix asphalt patching. C. Asphalt surface treatments. D. Pavement -marking paint. E. Cold milling of existing hot -mix asphalt pavement. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 02300 - Earthwork. C. Section 02764 - Pavement Joint Sealants. 1.4 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. Type "D" HMAC — Mix design shall be used on streets with flexible base. C. Type "C" HMAC — Mix design shall be used on streets with asphalt -stabilized base. 1.5 REFERENCES AASHTO T 102 Spot Test of Asphaltic Materials AASHTO T 245 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus AASHTO M 248 Standard Specification for Ready -Mixed White and Yellow Traffic Paints Al MS-2 (1994) Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types Al MS-22 Construction of Hot Mix Asphalt Pavements ASTM C 29/C 29M (1991; Rev. A) Unit Weight and Voids in Aggregate 01267209 HOT -MIX ASPHALT PAVING 02741 - 1 11/11 NWLDIP —PHASE I ASTM C 88 (1990) Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 127 (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate ASTM C 128 (1993) Specific Gravity and Absorption of Fine Aggregate ASTM C 131 (1996) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 (1996; Rev. A) Sieve Analysis of Fine and Coarse Aggregates ASTM C 188 (1995) Density of Hydraulic Cement ASTM D 70 (1982; R 1990) Specific Gravity of Semi -Solid Bituminous Materials ASTM D 75 (1987; R 1992) Sampling Aggregates ASTM D 242 (1995) Mineral Filler for Bituminous Paving Mixtures ASTM D 546 (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials ASTM D 692 (1994; Rev. A) Coarse Aggregate for Bituminous Paving Mixtures ASTM D 854 (1992) Specific Gravity of Soils ASTM D 946 (1982; R 1993) Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D 979 (1996) Sampling Bituminous Paving Mixtures ASTM D 995 (1995; Rev. B) Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures ASTM D 1073 (1994) Fine Aggregate for Bituminous Paving Mixtures ASTM D 1075 (1996) Effect of Water on Cohesion of Compacted Bituminous Mixtures ASTM D 1188 (1996) Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens ASTM D 1559 (1989) Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus 01267209 HOT -MIX ASPHALT PAVING 02741 - 2 11/11 ' N WLDIP —PHASE 1 ASTM D 2027 l ASTM D 2041 ASTM D 2172 ASTM D 2726 ASTM D2950 ASTM D 3203 ASTM D 3381 ASTM D3405 ASTM D3549 ASTM D 6927 TEX-126-E TEX-204-F TEX-224-F TEX-227-F TxDOT Item 300 TxDOT Item 301 TxDOT Item 340 TxDOT Item 345 TxDOT Item 585 TxDOT Item 662 01267209 11/11 Standard Specificaton for Cutback Asphalt (Medium -Curing Type) (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures (1996; Rev. A) Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures (1992) Viscosity -Graded Asphalt Cement for Use in Pavement Construction Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens Standard Test Method for Marshall Stability and Flow of Bituminous Mixtures Molding, Testing and Evaluating Bituminous Black Base Materials Design of Bituminous Mixtures Determining Flakiness Index Determination of Maximum Theoretical Specific Gravity of Bituminous Mixtures (Rice Method) (2004) Asphalt, Oils and Emulsions (2004) Asphalt Antistripping Agents (1995) Specification for Hot Mix Asphaltic Concrete Pavement (1995) Specification for Asphaltic Stabilized Base (Plant Mix) (2004) Ride Quality for Pavement Surfaces (2004) Work Zone Pavement Markings HOT -MIX ASPHALT PAVING 02741 - 3 NWLDIP—PHASE 1 TxDOT Item 666 (2004) Reflectorized Pavement Markings TxDOT Item 672 (2004) Raised Pavement Markers 1.6 SUBMITTALS A. Product Data 1. For each type of product indicated. Include technical data and tested physical and performance properties. B. Job -Mix Designs 1. Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained in Chapter III, Marshall Method of Mix Design, of Al MS-2. Formulas shall indicate physical properties of the mixes as shown by tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new job -mix formula for each source change. Job mix shall be for this specific project. Job mixes developed for other projects, although they may have similar requirements, will be rejected without review. C. Qualification Data 1. Submit qualifications for product manufacturers. D. Material Test Reports 1. Specific gravity test of asphalt 2. Coarse aggregate tests 3. Weight of slag test 4. Percent of crushed pieces in gravel 5. Fine aggregate tests 6. Specific gravity of mineral filler 7. Bituminous mixture tests 8. Aggregates tests 9. Bituminous mix tests 10. Pavement courses E. Product Submittals 1. Pavement marking materials. 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. g B. Asphalt -Paving Publication: Comply with TxDOT Item 345 "Asphalt Stabilized Base" ai (Plant Mix) unless other requirements are indicated herein, for asphalt stabilized base. Comply with TxDOT Item 340 "Hot Mix Asphaltic Concrete Pavement" for hot mix i wearing course unless other requirements are indicated herein. C. Mock -Up Test Section i J 1. Prior to full production of the binder and wearing course[s], prepare a quantity of bituminous mixture according to the job -mix formula. Construct a test section 200 feet long by not less than 10 feet wide and of the same compacted depth � J specified for the construction of the course which the test section represents. The } 01267209 HOT -MIX ASPHALT PAVING 02741- 4_ 11/11 { Q .' NWLDIP —PHASE I underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. Test not less than two samples of the mixture produced at the plant for gradation, asphalt cement content, stability, flow, air voids, voids in mineral aggregate, and in weight. Obtain not less than three cores from the test strip for density and thickness tests. Check the test section for smoothness and finish surface texture. if the test section should prove to be unsatisfactory, make the necessary adjustments to the mix design, plant operation, transportation, laydown, and/or rolling procedures. Additional test sections, as required, shall be constructed and evaluated for conformance to the specified requirements. When test sections do not conform to specified requirements, remove and replace the bituminous pavement. A marginal quality test section that has been placed in an area of little or no traffic may be left in place only if approved by the Engineer. if a second test section also does not meet specified requirements, remove both sections at the Contractor's expense. Full production shall not begin without the Engineer's approval. D. Required Data I . Job -mix formula shall show the following: a. Source and proportions, percent by weight, of each ingredient of the mixture; b. Correct gradation, the percentages passing each size sieve listed in the specifications for the mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture; C. Amount of material passing the No. 200 sieve determined by dry sieving; d. Number of blows of hammer compaction per side of molded specimen; e. Temperature viscosity relationship of the asphalt cement; f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; g. Asphalt absorption by the aggregate; h. Effective asphalt content as percent by weight of total mix; i. Temperature of the mixture immediately upon completion of mixing; j. Asphalt viscosity grade and/or penetration range; and k. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 1.8 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. 1.9 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 deg F. 2. Asphalt Base Course: Minimum surface temperature of 40 deg F and rising at time of placement. 3. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement. f 01267209 HOT -MIX ASPHALT PAVING 0274I - 5 11/I1 NWLDIP—PHASE 1 1.10 MIXING PLANT A. Provide mixing plant capable of meeting the needs of the project B. At no time shall the plant hinder the progress of the project. PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate — Coarse aggregate shall conform to ASTM D692. a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed faces for both Type "C" HMAC, and Type "D" HMAC when tested in accordance with Test Method TEX-460-A, Part I, "Determination of Crushed Face Count." b. Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced by the addition of crushed concrete to a maximum of 20% by weight (class A minimum). The crushed concrete shall be processed and blended at the contractor's batch plant. The material shall be processed to remove wood, steel and other objectionable materials so as to produce a crushed aggregate in conformance with these specifications. 2. Fine Aggregate — fine aggregate shall conform to ASTM D 1073. a. The fine aggregate shall be that part of the material passing the No. 10 sieve and shall consist of sand and/or screenings. The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6. The plasticity index of the screenings shall not exceed 9. b. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. 3. Mineral Filler a. Mineral filler shall conform to ASTM D242 and consist of thoroughly dry stone dust, portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent by Weight Retained on No. 30 Sieve 0-5 Percent by Weight Retained on No. 80 Sieve 25 maximum Percent by Weight Retained on No. 200 Sieve 45 maximum 01267209 HOT -MIX ASPHALT PAVING 02741 - 6 I1/11 .. NWLDIP —PHASE 1 B. Asphalt 1. Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or performance grade 64-28 S or L, AASHTO Performance Graded Binder Specification (MP 1). 2. The Contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. 3. The optimum asphalt content shall be determined by the Marshall Stability method. The percent asphalt content in produced HMAC surface shall be optimum plus or minus 0.30% for Type "C" and Type "D" HMAC. 4. The asphalt content of the asphalt -stabilized base paving mixture shall not be below optimum, or vary from the specified design asphalt content by more than plus ( 0.5 percent dry weight, based on total mixture. j C. Prime Coat 1. The surface shall be primed using an application of 0.20 to 0.30 gallons per square yard of MC asphalt conforming to ASTM D 2027 — MC 30. D. Tack Coat 1. The asphaltic material for tack coat shall meet the requirements for one of the following: a. Cut -Back Asphalt RC-250. b. Performance Grade PG 64-28 binder. C. Slow rate cure SS-1H emulsified asphalt. d. Medium rate cure MS-1 emulsified asphalt. e. Emulsified asphalt Prime & Tack (EAP&T). E. Joint Sealant I. ASTM D 3405 or AASHTO M 301, hot -applied, single -component, polymer - modified bituminous sealant. F. Mix Design 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and complying with the following requirements: a. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course a. Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed hot in a mixing plant in accordance with v these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 345 "Asphalt Stabilized Base" (Plant Mix). b. The Contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: 9v Sieve Size 1-1/2" '/o" ''/2" #4 #40 Percent Retained by Weight 0 8-30 30-55 50-70 70-90 h Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 01267209 HOT -MIX ASPHALT PAVING 02741 - 7 11/11 NWLDIP — PHASE I 01267209 11/11 C. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. d. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. The percent asphaltic material shall be determined in accordance with Test Method Tex.-126-E or Test Method Tex.-204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall the asphalt content be less than 4% or more than 9% by weight. Asphalt for the mixture shall meet the requirements of TxDOT Item 300 "Asphalt, Oils, and Emulsions". The grade of asphalt and source must be approved by the Engineer prior to use. e. Marshall Criteria (Asphalt -Stabilized Base) Percent asphalt content Optimum percent No. Blows (each end of specimen) 75 Stability (Lb.) 1500 min. Flow (units of 0.01-inch) 8 min. 16 max. Percent air voids 2 min. 5 max. Molding temperature for Marshall criteria shall be 275 degrees F for both Performance Grade binders and AC-10 asphaltic cement. Surface Course a. Hot mix asphalt concrete surface shall consist of a minimum 1 and %2 inch thick compacted mixture of coarse aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 "Hot Mix Asphaltic Concrete Pavement". b. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat or elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. C. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOT Item 301 "Asphalt Antistripping Agents," and shall be added at the manufacturer's recommended dosage and temperature range. d. Type "C" or Type "D" Hot Mix Asphaltic Concrete (HMAC) shall be used for asphalt -paved street repairs on this project. See paragraph 1.3, Definitions in this specification section. The Contractor shall provide a current HMAC mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Type "C" (Coarse Graded Surface Course) Percent passing 3/4" 95 - 100 Percent passing 3/8" 70 - 85 Percent passing No. 4 43 - 63 Percent passing No. 8 32 - 44 Percent passing No. 30 14 - 28 Percent passing No. 50 7 - 21 Percent passing No. 200 2-7 HOT -MIX ASPHALT PAVING 02741 - 8 r_ NWLDIP —PHASE I Tvoe "D" (Fine Graded Surface Course Percent passing 1/2" 98 - 100 Percent passing 3/8" 85 - 100 Percent passing No. 4 50 - 70 Percent passing No. 8 35 - 46 Percent passing No. 30 15 - 29 Percent passing No. 50 7 - 20 Percent passing No. 200 2-7 Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 e. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. f. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows: Marshall Criteria Type "C" Type "D" Percent asphalt content Optimum plus 0.25% to 0.50% No. Blows (each end of specimen) 75 50 Stability (Lb.) 1500 1200 Flow (units of 0.01 inch) 8 min 16 max 8 min l8 max Percent Air Voids 2 min 5 max 3 min 6 max Molding temperature for Marshall criteria shall be 275 -degrees F for both Performance Grade binders and AC-10 asphaltic cement. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application I. Immediately following the surface preparation, apply the prime coat bituminous material by means of the bituminous distributor. Apply the bituminous material at a pressure range of 25 to 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply the bituminous material so that 01267209 HOT -MIX ASPHALT PAVING 02741 - 9 I 1/11 f N WLDIP — PHASE 1 uniform distribution is obtained over the entire surface to be treated with slight puddling on the surface. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each application, so that flow from the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Immediately after the application, remove the building paper and apply bituminous material to spots missed by the distributor. B. Curing 1. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours, or longer as may be necessary, to attain penetration into the foundation course and evaporation of the volatiles from the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and reprming deficient areas. C. Temperature 1. Maintain application temperature between 68 ° F and 149 ° F. D. Protection 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. 3.3 TACK COAT A. Application 1. Apply the tack coat when the surface to be treated is clean and dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of the bituminous distributor, within the limits of temperature specified herein and at a rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material. Following the application of bituminous material, allow the surface to cure without being disturbed for period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. Tack coat shall not be applied in the presence of blowing sand, dirt, dust, leaves, or debris unless prior approval is received from the Engineer. B. Temperature I. Maintain application temperature between 122' F and 185° F. C. Material Test I . Perform spot test for asphalt in accordance with AASHTO T102 on each shipment. D. Traffic Controls I. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 01267209 HOT -MIX ASPHALT PAVING 02741 - 10 11/11 NWLDIP — PHASE 1 3.4 ASPHALT STABILIZED BASE COURSE (ASB) A. ASB shall not be placed when air temperature as reported by the National Weather Service is below 45 degrees F and falling. B. ASB shall be placed at a temperature between 255 and 285 degrees F during the months of June, July and August. During other months, ASB shall be placed at a temperature between 275 and 325 degrees F. C. Any ASB material that is above, or below the specified temperature range may be rejected. No payment will be made for any rejected material. D. ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Engineer. The material shall be placed in such a manner than when properly compacted the finished course is smooth, of uniform density, and in conformance with required cross -sections and grades. 3.5 SURFACE COURSE A. HMAC shall be placed with a minimum compacted thickness of 1 '/2 inches unless otherwise shown on the plans. B. Laying of HMAC shall not start until sunrise, and must stop one hour before sunset. C. Air temperature requirements as follows: 1. November 1 to April 1 HMAC shall not be placed when the air temperature is below 55 degrees F and falling. HMAC may be placed when the air temperature is above 50 degrees F and rising. 2. April 1 to November 1 HMAC shall not be placed when the air temperature is below 50 degrees F and falling. HMAC may be placed when the air temperature is above 45 degrees and rising. Air temperature shall be determined by the Texas Tech University Mesonet hourly report. D. If the temperature of any HMAC, measured while passing through the lay down machine, is 25 degrees F more or less than the mixing temperature, that load shall be rejected. No payment will be made for rejected material. E. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. F. Raking loose material back across the HMAC mat will not be permitted. G. Wings of the laydown machine may not be dumped unless they are dumped after every load. H. A level up course, 'h inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. I. 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. J. Adjacent to curbs, gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be''/4 inch above the curb or flush structure. K. All joints shall present the same texture, density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive day's 01267209 HOT -MIX ASPHALT PAVING 02741-1 l 11/11 N WLDIP —PHASE I pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constricted pavement shall be painted with a thin uniform coat of hot bituminous material (tack coat) before the fresh mixture is placed. L. Rolling with three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. On super -elevated curves rolling shall begin at the low side and progress toward the high side. M. The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted to stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected immediately by the use of rakes and fresh mixture where required. N. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. O. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to the Engineer, the maximum deviation shall not exceed 1/8 inch in 10 feet. An acceptable 10 foot straight edge shall be provided by the Contractor. Any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8 inch maximum deviation requirements may be waived by the Engineer. 3.6 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. 3.7 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vibratory -plate compactors in areas inaccessible to rollers. l . Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. 01267209 HOT -MIX ASPHALT PAVING 02741- l2 i; NWLDIP — PHASE l C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course has been uniformly compacted to the following density: 1. Average Density: 96 percent of reference laboratory density (Marshall specimens) according to AASHTO T 245, but not less than 94 percent nor greater than 100 percent, provided also that the field -compacted density is not less than 93 percent nor more than 97 percent when compared to the maximum theoretical laboratory density as determined by TEX-227-F (Rice Method) or ASTM D 2041 (Rice Test). D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.8 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: I. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. 4. Defects in surface course smoothness shall be remedied as directed by the Engineer using methods specified in TxDOT Item 585 "Ride Quality for Pavement Surfaces." 3.9 PAVEMENT MARKING A. Work Zone Pavement Markings — See Section 01555, Barricades, Signs and Traffic Handling, paragraph 2.3. B. Permanent Pavement Markings I. Permanent pavement markings including raised pavement markers shall be identical in size, shape, color and location to pavement markings that exist prior to commencing work. 2. Before removing existing pavement markings or existing paving, the Contractor shall inventory existing pavement markings. The inventory shall include all information necessary to replace the markings in their original location following pavement reconstruction. 3. Materials and installation for surface markings shall be in accordance with TxDOT Item 666, Type I (thermoplastic), except markings may be applied between September 31 and March 1 if temperature and moisture limitations are not exceeded. 01267209 HOT -MIX ASPHALT PAVING 02741 - 13 NWLDIP— PHASE l 4. Materials and installation for raised pavement markers shall be in accordance with TxDOT Item 672, Class B. C. Elimination of Pavement Markings 1. Existing pavement markings and raised pavement markers that are in conflict with work zone pavement markings shall be removed. 2. Work zone markings that are not eliminated by street construction performed by the Contractor shall be removed as described in this paragraph. 3. Approved methods for removal of markings on asphalt surfaces: a. Surface treatment application at least two feet in width. b. Water or water -sand blasting. C. Other methods proven to be successful to the Owner. 4. Approved methods for removal of markings on concrete surfaces: a. Burning performed in such a manner that does not damage concrete. b. Water or water -sand blasting. C. Other methods proven to be successful to the Owner. 5. Removal of raised pavement markers and adhesive shall be by mechanical methods. 3.10 FIELD QUALITY CONTROL A. Testing Agency: Owner will perform field tests for compliance and inspections and prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. B. Additional testing and inspecting will be performed to determine compliance of original work that is questionable in meeting specifications, determine compliance of replaced work, or determine compliance of additional work with specified requirements. C. Deliveries: Provide weigh ticket for each load of paving mixture delivered to site. D. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D 3549. E. Surface Smoothness: Finished surface of each hot -mix asphalt course will be tested for compliance with smoothness tolerances. F. In -Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to ASTM D 979 or AASHTO T 168. 1. Reference laboratory density (Marshall specimens) will be determined by averaging results from three Marshall patties of hot -mix asphalt -paving mixture delivered to site, prepared according to AASHTO T 245, and compacted according to job -mix specifications. Sampling of the delivered paving mixture shall be at the following frequency for each continuous production run. a. 200 tons or less — one sample (three Marshall patties). b. 201 tons to 800 tons — two samples (six Marshall patties). C. Greater than 800 tons — three samples (nine Marshall patties). d. A continuous production run will be considered as the type of paving mixture delivered to the site in one day from one production run. C. Where more than one sample is called for, samples shall be distributed through the production run of asphalt mixture. f. Sampling may be done from the delivery vehicle, the laydown machine hopper (or window if a pick-up type machine is used), or from the layer behind the laydown machine. g. Once a sampling point is selected, that same point (truck, hopper, window, layer) shall be used for subsequent samples. e.� 01267209 HOT -MIX ASPHALT PAVING 02741 - 14 I1/11 t t N W LDIP —PHASE I h. Asphalt mixture samples shall be tied to station and offset of placement in the project. 2. Reference theoretical maximum density will be determined by ASTM D 2041 or TEX-227-F. 3. In -place density of compacted pavement will be determined by testing core samples of each lift or each layer according to ASTM D 1188 or ASTM D 2726. Testing of a single core where reported results represent more than one lift or layer of compacted asphalt is prohibited. Field locations of core samples shall be decided by the Engineer. The approximate frequency of testing will be as follows, unless otherwise directed by the Engineer: a. For 500 sq. yd. or less of contiguously placed pavement: One core sample for each lift or layer of installed pavement. b. For 501 sq. yd. to 1,000 sq. yd. of contiguously placed pavement: Two core samples for each lift or layer of installed pavement. C. For 1,001 sq. yd. to 2,000 sq. yd. of contiguously placed pavement: Three core samples for each lift or layer of installed pavement. d. For 2,001 sq. yd. to 3,000 sq. yd. of contiguously placed pavement: Four core samples for each lift or layer of installed pavement. e. For 3,001 sq. yd. and greater of contiguously placed pavement: Base number of cores on two per 660 linear feet of pavement length, with no more than 660 linear feet between core samples, but in no case less than four core samples for each lift or layer of installed pavement. G. Remove and replace or install additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. H. Failing tests shall be charged to the Contractor. Failing test charges shall include pro-rata technician charges, actual failing test charge, pro-rata mileage charge, and other pro -rated charges. 3.11 DISPOSAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. 1. Do not allow excavated materials to accumulate on -site. END OF SECTION ,_. 01267209 HOT -MIX ASPHALT PAVING 02741 - 15 11/11 t_ NWLDIP—PHASE l SECTION 02751 PORTLAND CEMENT CONCRETE PAVEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Concrete pavement. B. Curb and gutter..^ C. Driveways (alleys). D. Sidewalks. 1 E. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement, curb and gutter, driveway (alleys), and sidewalks as part of 1 storm sewer installation. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. 1.3 RELATED SECTIONS A. Section 02221— Removing Existing Pavements. B. Section 02300 — Earthwork. C. Section 02741— Hot -Mix Asphalt Paving. D. Section 02764 — Pavement Joint Sealants. E. Section 03300 — Cast -in -Place Concrete. 1.4 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.5 SUBMITTALS A. Submit product data in accordance with Section 01330 — Submittal Procedures, B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 1 11/11 .i N W LDIP —PHASE I 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or adhesive. S. Joint fillers. E. Shop drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement 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. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. Refer to Section 03300 — Cast -in -Place Concrete for additional codes and standards. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.7 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. B. Form -Release Agent: Commercially formulated form -release agent with a maximum of 350 g/1 volatile organic compounds (VOC's) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 2 11/11 NWLDIP—PHASE I C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets, shall be 6" x 6" — 10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, I1, or III or ASTM G 176 IA, IIA, or IIIA for air entrained. I . Fly Ash: ASTM C 618, Type C. C. Aggregate: ASTM C 33, uniformly graded, from a single source, with coarse aggregate as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or D concrete shall be crushed limestone (Brownwood type or equivalent). Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No. 16 20-55 3/4 inch 10-40 No. 30 45-75 1 /2 inch 40-75 No.50 70-90 No.4 95-100 No. 100 98-100 ;1, 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 3 j 11/11 a� .1 NWLDIP —PHASE 1 Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to c . roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. D. Water: ASTM C 94. a 2.4 ADMIXTURES A. 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. B. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type III. C. Specific gravity - .91 D. Tensile Strength — 70,000 psi to 100,000 psi E. Length — 2" 2.6 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Texture Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. 2. Concrete paver units shall meet all requirements of ASTM C-936 and C-33 and shall be laid in a two by two unit basket weave pattern. 3. Color as selected by Owner. To be a contrasting color with the adjacent surfaces. tq 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 4 11/11 NWLDIP —PHASE 1 4. Prefabricated ramp surfaces shall be used where required by the Texas Accessibility Standards. 5. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. 6. Texture surface requirements for ramps may be modified by Owner at any time to comply with Texas Accessibility Standards. No additional compensation will be made for such modification. C. Bonding Agent I . Polyvinyl acetate or acrylic base. D. Sand Cushion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive 1. ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit project requirements. 2.8 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: I. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification 1. The following City of Lubbock classes of concrete shall be used: Class A Curb and gutter, sidewalks, curb ramps, medians, and driveways. Class B Alley returns and alley paving. Class C Valley gutters, fillets, and concrete street pavement. Class D Lubbock Power and Light encasements. Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or other special design. E. Mix Design 1. At least 30 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test (not to exceed 181/6). b. A 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 C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 5 j 11/11 NWLDIP—PHASE 1 Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Maximum Gal Maximum Slump Class Cement per CY Water per Sack Inches - A 5.0 6.5 4 B 5.5 5.5 3 C 6.0 6.0 3 D 4.5 6.5 4 E 7.0 5.0 As specified by Concrete batch plant F. Strength Requirements 1. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders or beams. COMPRESSIVE FLEXURAL Class 3 Day 7 Day 28 Day A - 2100 3000 - B 2500 3000 - - C - 2500 3600 600 (28 day) D - - 2500 - E Unless otherwise specified 500 (16 hr) G. Properties 1. Air Entrainment: 5%+/- l %z% ASTM C 260. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than LO lb/cu.yd. (where applicable). 3. Flyash: Not more than 30% by absolute volume of cement. 2.9 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. B. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum -type batch machine mixer. 1. For mixers of 1 cu. yd. or smaller capacity, 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. 2. For mixers of capacity larger than I cu. yd., increase mixing time by 15 seconds for each additional I cu. yd.. 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. _d 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 6 11/11 NWLDIP—PHASE I PART 3 - EXECUTION 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRS1's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at li locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 7 11/11 1 l NWLDIP —PHASE 1 2. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Curb and Gutter 1. Place 3/4" pre -molded expansion joints at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. 2. Locate construction joints of at least 1/4" depth at 10 foot intervals. E. Sidewalk 1. Place %" expansion joint material where new construction abuts an existing structure, sidewalk, etc. 2. Place expansion joints at 36 ft. spacing (max). 3. Place weakened plane joints at 5 ft. spacing (max). They shall be '/4" wide by %" deep. F. Driveways and Pavements 1. Install dowel bars and support assemblies at joints. Dowel bar spacing and size as directed by Engineer. Lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 2. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Radius: 1/4 inch. b. Bottom Width: 3/8 inch. C. Top Width: % inch. d. Depth: 1 5/8 inch. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing - concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 8 11/11 N WLDIP — PHASE I Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if approved by Engineer. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. I. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. J. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. K. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. I. When air temperature has fallen to, or is expected to fall below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. L. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. M. Concrete placement may not occur during periods where there are sustained winds of 25 mph or greater. 3.6 CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating, or finishing operations is prohibited. 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 9 11/11 NWLDIP —PHASE 1 B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Burlap Finish: For sidewalks, drag a seamless strip of damp burlap across float - finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2. Medium -to -Fine -Textured Broom Finish: For curb and gutter, draw a soft bristle broom across float -finished concrete surface perpendicular to line of traffic to provide a uniform, fine -line texture. 3. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways (alleys), provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: 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. 3.8 PAVEMENT MARKINGS A. Pavement markings shall be as described in paragraph 3.9 of Section 02741, Hot -Mix Asphalt Paving. _ 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 10 I1/11 N W LD1P — PHASE 1 3.9 FIELD QUALITY CONTROL A. Owner will sample materials delivered to site of the work, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing will be performed according to the following requirements and frequency, unless otherwise directed by the Engineer: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: ASTM C 143; one test at point of placement for each compressive -strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressive -strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of $ compressive -strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. 6. Compressive -Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd.. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly u. selected batches or from each batch if fewer than five are used. C. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. i D. Contractor shall pay for failing tests, including failing test charge, pro-rata technician time, - mileage and other associated charges. E. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following LA test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core tests will be made to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 11 3 11/11� f NWLDIP —PHASE l 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete should structural analysis or test strength indicate deficiency in the work. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores will be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores will be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F to 80 degrees F, and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). d. Contractor shall fill core holes with minimum 4,000 psi nonshrink grout at no additional cost to Owner. 3.10 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. DriIl test cores where directed by Engineer when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material from construction traffic. Sweep concrete pavement not more than two days before date scheduled for opening section to public traffic. END OF SECTION 01267209 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 12 11/11 NWLDIP — PHASE 1 SECTION 02764 PAVEMENT JOINT SEALANTS 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. Expansion and contraction joints within portland cement concrete pavement. B. Joints between portland cement concrete and asphalt pavement. 1.3 RELATED SECTIONS A. Section 02741 — Hot -Mix Asphalt Paving. B. Section 02751— Portland Cement Concrete Pavement. 1.4 REFERENCES A. ASTM C 1193 — Use of Joint Sealants B. ASTM D 5249 — Backer Material for Use With Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints C. ASTM D 1751 — Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) D. ASTM D 3405 — Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements E. ASTM D 3406 — Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements F. ASTM C 920 — Elastomeric Joint Sealants 1.5 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint -sealant samples in 1/2-inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: 1. Materials forming joint substrates and joint -sealant backer materials have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 01267209 PAVEMENT JOINT SEALANTS 02764 - 1 11/11 NWLDIP—PHASE 1 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 01267209 PAVEMENT JOINT SEALANTS 02764 - 2 11/ll 1, NWLDIP —PHASE I PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751. C. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL" or "Gardox". 1. Hot poured sealant for joints between portland cement concrete and bituminous concrete shall conform to ASTM D 3405. 2. Hot poured sealant for all other joints in portland cement concrete pavement shall conform to ASTM D 3406. 3. Cold poured joint sealant shall conform to ASTM C 920. D. Mix material in accordance with manufacturer recommendations. 2.2 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint- sealant - substrate tests and field tests. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 01267209 PAVEMENT JOINT SEALANTS 02764 - 3__ 11/11 NWLDIP—PHASE l 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. l . Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 01267209 PAVEMENT JOINT SEALANTS 02764 - 4 11/11 N WLDIP —PHASE 1 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. 01267209 11/11 END OF SECTION PAVEMENT JOINT SEALANTS 02764 - 5i � i NWLDIP—PHASE I SECTION 02831 CHAIN LINK FENCES AND GATES 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. Fence framework, fabric, barbed wire and accessories. B. Excavation for post bases and concrete foundation for posts. C. Manual gates and related hardware. 1.3 RELATED SECTIONS A. Section 03300 - Cast -in -Place Concrete: Concrete anchorage for posts. 1.4 REFERENCES A. Chain Link Fence Manufacturers Institute (CLFMI)-Product Manual. B. ASTM F567 Standard Practice for Installation of Chain -Link Fence. 1.5 SUBMITTALS A. Shop Drawings and Product Data 1. Provide data on fabric, barbed wire, posts, accessories, fittings and hardware. 1.6 QUALITY ASSURANCE A. Manufacturer 1. Company specializing in manufacturing the products specified in this section with a minimum of five years experience. B. Installer 1. Perform work in accordance with CLFMI - Product Manual. 1.7 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on the shop drawings. 01267209 CHAIN LINK FENCES AND GATES 02831 - 1 11/11 NWLDIP —PHASE 1 PART 2 - PRODUCTS 2.1 MATERIALS AND COMPONENTS A. Conformance: Conform to CLFMI Product Manual requirements for Light Industrial fencing. B. Galvanizing Requirements: Hot -dip galvanize component metal parts of fence other than aluminum coated fabric, barbed wire and fabric ties. For galvanized components provide 2.0 ounces minimum zinc coating per square foot of surface in accordance with ASTM A-123. C. Woven Wire Fabric 1. Height 8 feet new (salvage fabric is both 6 feet and 8 feet height at Texas Tech University property) 2. Wire Type Aluminum -coated steel D. Barbed Wire Strands 1. Number N/A 2. Wire Type Aluminum -coated steel E. Posts 1. Type I, round posts. F. Terminal Posts, Braces, Rails and Gate Materials l . Type I, round G. Barbed Wire Supporting Arms 1. 45 degree angle New fence and salvage 8-foot fence. 2. Vertical Salvage 6-foot fence. H. Fabric Ties 1. Type I Aluminum -coated steel I. Tension Wire 1. Type[ Aluminum -coated steel (or aluminum) J. Gates N/A PART 3 - EXECUTION 3.1 INSTALLATION A. Install framework, fabric, accessories and gates in accordance with ANSI/ASTM F567, manufacturers recommendations and as follows: 1. Set posts in concrete PER ASTM F567, "Alternate Method." 2. Provide top rail through line post tops and splice with 6 inch long rail sleeves. 3. Stretch fabric between terminal posts or at intervals of 100 feet maximum, whichever is less. 4. Position bottom of fabric 2 inches above finished grade. 3.2 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/4 inch. B. Maximum Offset From True Position: one inch. 01267209 11/11 END OF SECTION CHAIN LINK FENCES AND GATES 0283 I - 2� g� 3 t t NWLDIP—PHASE I SECTION 02920 LAWNS AND GRASSES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY Conditions and A. This section refers to establishment of grasses for park and range areas damaged or removed by construction activities. All park areas are to be re -sodded using approved methods and materials. All range areas are to be re -seeded using approved methods and materials. Where re -seeding is specified, plant seed in accordance with method recommended by the U.S.D.A. Natural Resources Conservation Service. Disturbed areas or submergence in parks that are barren of vegetation immediately prior to construction of storm sewers, inlets, outlets, tunnel access shafts, etc. must be stabilized in accordance with the SWP3 but are not required to be seeded or sodded. 1.3 RELATED SECTIONS A. Section 02300 - Earthwork B. Section 02317 - Excavation and Backfill for Utilities C. Section 02318 - Borrow D. Section 02320 - Utility Backfill Materials 1.4 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Range: For the purposes of meeting the re -vegetation requirements required under this project, range shall be defined as all areas outside of those defined as park in paragraph I A.F. F. Park: A formally designated park by the City of Lubbock as indicated on the plans, storm water conveyance and storage easements within lake areas (with lake area as defined in specification Section 01140, paragraph 1.5.13), storm water storage impoundment easements, and surface channel easements or right-of-ways that serve as surface water flow conveyances between lake areas. 01267209 LAWNS AND GRASSES 02920 - 1 11/11 NWLDIP —PHASE l 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass, identifying source, including name and telephone number of supplier. 2. Certification that any trees, sod or seed are coming from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any park or range area, submit video tape or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful park and range grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.8 SCHEDULINGkj A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial IJ Completion. 1. Seeding: February - May 2. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecasted weather _ conditions permit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re -seed or re -sod areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. D. Planting on Texas Tech native rangeland and golf course properties must be performed within time window as specified in the drawings when practical. These areas should receive only the mixes specified and no temporary mix over seeded. 01267209 LAWNS AND GRASSES 02920 - 2__ I1/11 i_, N WLDIP —PHASE I 1.9 RANGE MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established, but for not less than 40 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep range uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water range at a minimum rate of/z inch per week for 4 weeks after planting. D. Mow grass at Rawls course as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 4 inches to 6 inches high. E. Range Seeding/Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least I lb/1000 sq. ft. to lawn area. 1.10 PARK MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established, but for not less than the following periods: 1. Sodded Lawns: 30 calender days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep area uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of I inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1/2 inch to 2 inches high. E. Park Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 Ib/1000 sq. ft. to lawn area. 01267209 LAWNS AND GRASSES 02920 - 3 11/11 NWLDIP—PHASE 1 PART2-PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, diy, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Texas Tech Rawls Golf Course property: Buffalograss. 2. Texas Tech Native Rangeland property: 50% Buffalograss, 50% Big Bluestein. 3. All other vegetated areas to receive seed: Buffalograss (Buchloe dactyloides) 2.2 TURFGRASS SOD A. Texas Tech Rawls Golf Course and Native Rangeland properties should be seeded as in 2.1. B. Turfgrass Sod: Approved, complying with TP1's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. C. Turfgrass Species: 1. Parks: Bermudagrass (Cynodon dactylon tiffway cultivar) 2.3 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. B. Minimum finish topsoil thickness shall be 12 inches in accordance with specification Section 02631, unless actual topsoil thickness on the drawings or otherwise specified show topsoil to be a greater thickness. The greater thickness requirement shall govern. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 01267209 11/11 LAWNS AND GRASSES 02920 - 4 N WLDIP —PHASE I PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 PARK AND RANGE PREPARATION A. Limit subgrade preparation to areas to be planted. B. Subgrade Over Excavated Trench: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. C. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: - 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.4 SEEDING OF RANGE GRASSES A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. 01267209 LAWNS AND GRASSES 02920 - 5 11/11 NWLDIP —PHASE I B. Sow seed at the rate of 20 lb. of pure live seed (pls) per acre. C. Roll lightly, and water with fine spray. 3.5 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. l . Mix slurry with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. 3.6 SODDING OF PARKS A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.7 RENOVATION OF PARKS AND RANGES A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 4, 01267209 LAWNS AND GRASSES 02920 - 6 11/11 NWLDIP —PHASE 1 3.8 SATISFACTORY PARKS AND RANGES A. Satisfactory Seeded Range: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 inches by 5 inches. B. Satisfactory sodded park or range: At end of maintenance period, a healthy, well -rooted, even -colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish park or range grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 3.9 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. END OF SECTION 01267209 LAWNS AND GRASSES 02920 - 7 11/11 NWLDIP — PHASE 1 SECTION03300 CAST -IN -PLACE CONCRETE 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, but is not limited to cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Cast -in -place concrete includes but is not limited to the following: 1. Foundations and footings. 2. Slabs -on -grade. 3. Inlets, headwalls and wingwalls. 4. Cast -in -place manhole bases and manhole riser supports. C. Cast -in -place concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the requirements of Section 02751 - Portland Cement Concrete Pavement. 1.3 SUBMITTALS A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. B. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, curing compounds, and others if requested by Engineer. C. Design Mixes: For each concrete mix. D. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design tests. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering of formwork are Contractor's responsibility. G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing reshoring. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." •i 01267209 CAST -IN -PLACE CONCRETE 03300 - 1 11/11 NWLDIP —PHASE 1 2. ACI 318, 'Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Materials and installed Work may require testing and retesting at any time during progress of Work. C. 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. D. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART 2-PRODUCTS 2.1 FORM MATERIALS A. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, earth, or another acceptable material that is nonreactive with concrete and will produce required finish surfaces. Provide lumber dressed on at least two edges and one side for tight fit. B. Form Release Agent: Provide commercial formulation form release agent with a maximum of 350 g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 2. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed surface. 3. Furnish ties with integral water. Barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615 Grade 60, deformed. B. Steel Wire: ASTM A 82, plain, cold -drawn steel. C. Welded Wire Fabric: ASTM A 185. D. Welded Deformed Steel Wire Fabric: ASTM A 497. 01267209 CAST -IN -PLACE CONCRETE 03300 - 2 11/11 NWLDIP — PHASE l E. Supports for Reinforcement: Bolsters, chairs and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar -type supports complying with CRSI specifications. 1. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 2. For exposed -to -view concrete surfaces where legs of supports are in contact with forms, provide supports with legs that are protected by plastic (CRSI, Class 1) or stainless steel (CRSI, Class 2). 3. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. I . Use one brand of cement throughout Project unless noted otherwise. B. Fly Ash: ASTM C 618, Type C. C. Normal -Weight Aggregates: ASTM C 33, size 57 and as specified here. Provide aggregates from a single source for exposed concrete. 1. Local aggregates not complying with ASTM C 33, but that have shown by special test or actual service to produce concrete of adequate strength and durability, may be used when acceptable to the Owner's representative. D. Water: Potable. E. Admixtures, General: Provide concrete admixtures that contain not more than 0.I percent chloride ions. F. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. G. Water -Reducing Admixture: ASTM C 494, Type A, or other type approved for fabricator's units. H. High -Range Water -Reducing Admixture: ASTM C 494, Type F or Type G. I. Water -Reducing, Accelerating Admixture: ASTM C 494, Type E. J. Water -Reducing, Retarding Admixture: ASTM C 494, Type D. K. Water Proofing Admixture: IPANEX (800) 523-3834. L. Concrete Hardener: Euclid Surf -Hard concrete floor hardening liquid. See drawings for specific location applications. 2.4 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Cement Grout: Portland cement, ASTM C 150 (Type I), and clean, natural sand, ASTM C 404. Mix a ratio of 1.0 part cement to 3.0 parts sand, by volume, with minimum water required for placement and hydration. C. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. D. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -forming curing compound complying with ASTM C 309, Type 2, Class A. Moisture loss not more than r 1.0 lb/sq.yd. when applied at 200 sq. ft./gal. t E. Bonding Agent: Polyvinyl acetate or acrylic base. Bonding agent shall not be re -emulsifiable. F. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 01267209 CAST -IN -PLACE CONCRETE 03300 - 3 11/11 :E �r { NWLDIP — PHASE 1 2.5 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 1. 3000 psi minimum, 28-day compressive strength. 2. Type I cement. 3. Fly Ash: Allow up to 25% of cementitious material. 4. Minimum Slump: 4 inches. 5. Maximum Slump: 6 inches. 6. Maximum Water Cementitious Water Ratio: .55. 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. D. Water related structures mix design: Provide normal weight concrete with the following properties: I . 4500 psi minimum, 28-day compressive strength. 2. Type I cement 3. Fly Ash: 25% of total cementitious weight. 4. Minimum slump: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio:.40 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 2.6 ADMIXTURES A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 01267209 CAST -IN -PLACE CONCRETE 03300 - 4 NWLDIP —PHASE I 2.7 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following AC1347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly buttjoints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten 01267209 CAST -IN -PLACE CONCRETE 03300 - 5 1_ 11/11 i �s NWLDIP — PHASE 1 forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. 1. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS DI A. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads designed and accepted for this purpose may be used for slabs. C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. 01267209 CAST -IN -PLACE CONCRETE 03300 - 6 11/11 NWLDIP — PHASE l B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. D. Ends of storm sewer pipe to be embedded in cast -in -place walls shall be in place prior to setting formwork and reinforcement, floor slab inclusive. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form -coating compound before placing reinforcement. B. Do not allow excess form -coating material to accumulate in forms or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not acceptable. 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, nodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hol lows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. 01267209 CAST -IN -PLACE CONCRETE 03300 - 7' 11/11 NWLDIP — PHASE I F. Cold -Weather Placement: Comply with provisions ofACI 306 and as follows. Protect concrete work fi-om physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. I . Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified. I . Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. 4. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. 1. Water may be added to the concrete at the project site, subject to the following conditions: 1. Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. 3. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to mix. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form -facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. Rough -formed finish permissible two -feet below finish grade and lower. B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. Smooth -formed finish required from two -feet below finish grade to top of structure. 01267209 CAST -IN -PLACE CONCRETE 03300 - 8 11/11 NWLDIP —PHASE 1 C. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than I day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to inlet floors, outlet aprons, and cast -in -place manhole bases. 1. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove with a mild detergent or a mild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view. 1. After floating, begin first trowel -finish operation using a power -driven or hand trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance. C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply according to l manufacturer's instructions after screeding and bull floating, but before power floating and u troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. CuringMethods: Cure concrete b curing compound, and moisture -retaining cover curing. Y g P g g D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: j 1. Apply curing compound to concrete slabs as soon as final finishing operations are i complete (within 2 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray or roller according to manufacturer's ? 1 directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 01267209 CAST -IN -PLACE CONCRETE 03300 - 9 11/I1 I-" NWLDIP — PHASE 1 2. Use membrane curing compounds that will not affect surfaces to be covered with finish materials applied directly to concrete. E. Curing Unformed Surfaces: Cure unformed surfaces, including slabs, and other flat surfaces, by applying the appropriate curing method. F. Curing Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by curing compound. 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -coating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to Engineer. B. Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over 1 /4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete. 01267209 CAST -IN -PLACE CONCRETE 03300 - 10 1 l/11 NWLDIP — PHASE 1 D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and single holes indicate weeping and leakage under adjacent hydrostatic head, seal with Avanti International Scotch Seal 5600 urethane, water -activated grout prior to dry packing. F. Perform structural repairs with prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. G. Repair methods not specified above may be used, subject to acceptance of Engineer. Primary considerations shall be structural integrity and water -tightness under operation. 3.15 HYDRAULIC LEAKAGE REPAIR A. Joints, embedments and penetrations that exhibit leakage or weeping when under adjacent hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 water -activated urethane grout. Procedures and surface finish over urethane grout shall be as approved by the Engineer. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed by Owner at the following approximate frequency, unless otherwise directed by the Engineer: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed. One test for each set of compressive strength cylinders cast. 01267209 CAST -IN -PLACE CONCRETE 03300 - 11 11/11 i_ t NWLDIP — PHASE I b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of air -entrained concrete. C. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressive -strength specimens. One test for each set of compressive strength cylinders cast. d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for each compressive -strength test, unless otherwise directed. Mold and store cylinders for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, testing from at least five randomly selected batches or from each batch iffewer than five are used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Additional tests of in -place concrete will be made when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods. C. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or C. Insufficient or inadequate concrete curing; or 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in failed testing to resolve the acceptability of Questionable Concrete, including test cost, technician time, mileage and other expenses specific to the failed test. 01267209 CAST -IN -PLACE CONCRETE 03300 - 12 1I/11 NWLDIP —PHASE 1 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable ifthe average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION 01267209 CAST -IN -PLACE CONCRETE 03300 - 13 11/11 NWLDIP — PHASE 1 SECTION 03410 PRECAST CONCRETE SANITARY SEWER MANHOLES 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 precast concrete units, used for construction of the following: 1. Sanitary Sewer Manholes. 1.3 RELATED SECTIONS A. Section 02665 - Piping, Valves and Fittings. B. Section 03300 - Cast -in -Place Concrete. 1.4 SUBMITTALS A. General: Submit the following according to Conditions of Contract and Division 1 Specification Sections. B. Product data and instructions for manufactured materials and products. Include manufacturer's certifications and laboratory test reports as required. C. Mix design reports of proposed concrete mix as specified in Part 2 of this Section. D. Shop drawings prepared by or under the supervision of a qualified professional engineer, showing complete information for fabrication and installation of precast concrete units. Indicate member dimensions and cross-section; location, size, and type of reinforcement, including special reinforcement; and lifting devices necessary for handling and erection. 1. Indicate layout and dimensions, and identify each precast unit corresponding to sequence and procedure of installation. Indicate welded connections by AWS standard symbols. Detail inserts, connections, and joints, including accessories and construction at openings in precast units. 2. Provide location and details of anchorage devices that are to be embedded in other construction. Furnish templates, if required, for accurate placement. E. Test reports as required by provisions of this Section. 1.5 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of following codes, specifications and standards, except as otherwise indicated: 1. ACI 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. AWS D1.1, "Structural Welding Code: Steel." 1; 01267209 PRECAST CONCRETE 03410 - 1 11/11 SANITARY SEWER MANHOLES NWLDIP —PHASE 1 4. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." 5. Prestressed Concrete Institute (PCI) MNL 116, "Manual for Quality Control for Plants and Production of Precast Concrete Products." 6. PCI MNL 120 "Design Handbook - Precast and Prestressed Concrete (3rd Edition). B. Design by Fabricator: Design precast units to support superimposed dead loads and live loads as required for compliance with local governing code requirements. C. Fabrication Qualifications: Produce precast concrete units at fabricating plant engaged primarily in manufacturing of similar units, unless plant fabrication or delivery to Project site is impractical. 1. If units are not produced at precast concrete fabricating plant, maintain procedures and conditions for quality control that are equivalent to plant production. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver the amount of precast concrete units needed in a timely manner to the Project site to ensure installation continuity. B. Store and handle the units at the Project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 - PRODUCTS 2.1 FORMWORK A. Provide forms and, where required, form facing materials of metal, plastic, wood, or another acceptable material that is nonreactive with concrete and will produce required finish surfaces. B. Accurately construct forms, mortar -tight, of sufficient strength to withstand pressures due to concrete placing operations, temperature changes, and for prestressed, pre -tensioning, and detensioning operations. Maintain formwork to provide completed precast concrete units of shapes, lines, and dimensions indicated, within fabrication tolerances specified in PCI MNL 116. C. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted for approval before items are shipped. D. Resilient materials for connectors and filler rings shall be manufactured of natural or synthetic rubber and shall conform to the requirements prescribed in Table I of ASTM C923. E. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. ConSeal CS-102 flexible plastic gaskets or approved equal shall be used in all joints. All joints shall be primed prior to the application of the joint sealing material. 2.2 REINFORCING MATERIALS k A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Steel Wire: ASTM A 82, plain, cold -drawn steel. C. Welded Wire Fabric: ASTM A 185. 01267209 PRECAST CONCRETE 03410 - 2 11/11 SANITARY SEWER MANHOLES i { NWLDIP —PHASE 1 D. Welded Deformed Steel Wire Fabric: ASTM A 497. E. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing, complying with CRSI recommendations. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I or Type III. B. Use only one brand and type of cement throughout Project, unless otherwise acceptable to Owner's representative. C. Aggregates: ASTM C 33, and as specified here. Provide aggregates from a single source for exposed concrete. l . Local aggregates not complying with ASTM C 33, but that have shown by special test or actual service to produce concrete of adequate strength and durability, may be used when acceptable to the Owner's representative. D. Lightweight Aggregate: ASTM C 330. E. Water: Potable. F. Admixtures, General: Provide admixtures for concrete that contain not more than 0.1 percent chloride ions. G. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. H. Water -Reducing Admixture: ASTM C 494, Type A, or other Type approved for fabricator's units. 2.4 GROUT MATERIALS A. Cement Grout: Portland cement, ASTM C 150 (Type I), and clean, natural sand, ASTM C 404. Mix at ratio of 1.0 part cement to 3.0 parts sand, by volume, with minimum water required for placement and hydration. B. Products: Subject to compliance with requirements, provide one of the following: 2.5 MIX PROPORTION AND DESIGN A. Prepare design mixes for each type of concrete required. B. Design mixes may be prepared by independent testing facility or by qualified precast manufacturing plant personnel at precast manufacturer's option. C. Proportion mixes by either laboratory trial batch or field experience methods using materials to be employed on the Project for each type of concrete required complying with ACI 318. 1. Produce standard -weight concrete consisting of specified portland cement, aggregates, admixtures, and water to produce the following properties: a. Compressive strength--5000 psi minimum at 28 days. b. Release strength for prestressed units--3500 psi. 2. Cure compression test cylinders using same methods as for precast concrete work. D. Submit written reports to Owner of proposed mix for each type of concrete at least 15 days prior to start of precast unit production. Do not begin concrete production until mixes and evaluations have been reviewed by Owner. E. Adjusting Concrete Mixes: Mix design adjustments may be requested when characteristics of materials, job conditions, weather, test results, or other circumstances warrant. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by Owner's representative before using in the Work. 01267209 PRECAST CONCRETE 03410 - 3 11/11 SANITARY SEWER MANHOLES NWLDIP — PHASE 1 F. Admixtures: Use air -entraining admixture in concrete, unless otherwise indicated. 1. Use water -reducing admixtures in strict compliance with manufacturer's directions. Admixtures to increase cement dispersion, or provide increased workability for low -slump concrete, may be used subject to Owner's acceptance. 2. Use amounts as recommended by admixture manufacturer for climatic conditions prevailing at time of placing. Adjust quantities of admixtures as required to maintain quality control. 2.6 FABRICATION A. General: Fabricate precast concrete units complying with manufacturing and testing procedures, quality control recommendations, and dimensional tolerances ofPCI MNL-1 16 and as specified for types of units required. B. A shorter mixing time than that specified in ASTM C 94 may be required during hot weather or under conditions contributing to rapidly setting concrete. 1. When the air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time 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. C. Cast -in openings larger than 12 inches in diameter or 12 inches square in accordance with final shop drawings. Other smaller holes may be field cut by trades requiring them, as acceptable to Owner's representative. D. Coat surfaces of forms with bond -breaking compound before reinforcement is placed. Provide commercial formula form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and that will not impair subsequent treatments of concrete surfaces requiring bond or adhesion. Apply in compliance with manufacturer's instructions. E. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete. F. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcement by metal chairs, runners, bolsters, spacers and hangers, as required. G. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position while placing concrete. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. H. PIace concrete in a continuous operation to prevent seams or planes of weakness from forming in precast units, complying with requirements of ACI 304. Thoroughly consolidate placed concrete by internal and external vibration without dislocating or damaging reinforcement and built-in items. I. Identify pick-up points and orientation in structure with permanent markings, complying with markings indicated on final shop drawings. Imprint casting date on each precast unit on a surface that will not show in the finished structure. J. Cure by low-pressure steam, steam vapor, radiant heat and moisture, or another similar process to accelerate concrete hardening and to reduce curing time. K. Finish formed surfaces of precast concrete as indicated for each type of unit, and as follows: 1. Standard Finish: Normal plant -run finish produced in forms that impart a smooth finish to concrete. Small surface holes caused by air bubbles, normal color variations and form joint marks, and minor chips and spalls will be tolerated. Major or unsightly imperfections, honeycomb, or structural defects are not permitted. 'r 01267209 PRECAST CONCRETE 03410 - 4 j I I/11 SANITARY SEWER MANHOLES NWLDIP —PHASE 1 2.7 SOURCE QUALITY CONTROL A. The Owner may employ an independent testing laboratory to evaluate precast manufacturer's quality control and testing methods. B. The precast manufacturer shall allow Owner's testing facility access to materials storage areas, concrete production equipment, and concrete placement and curing facilities. Cooperate with Owner's testing laboratory and provide samples of materials and concrete mixes as may be requested for additional testing and evaluation. C. Dimensional Tolerances: Units having dimensions smaller or greater than required and outside specified tolerance limits may be subject to additional testing as specified here. D. Precast units having dimensions greater than required will be rejected if the appearance or function of the structure is adversely affected or if larger dimensions interfere with other construction. Repair or remove and replace rejected units, as required, to meet construction conditions. E. Strength of precast concrete units will be considered potentially deficient if the manufacturing processes fail to comply with any of the requirements that may affect the strength ofthe precast units, including the following conditions: 1. Failure to meet compressive strength tests requirements. 2. Concrete curing, and protection of precast units against extremes in temperature not as specified. 3. Precast units damaged during handling and erection. F. Defective Work: Remove precast concrete units that do not conform to specified requirements, including strength, tolerances, and finishes. Replace with precast concrete units that meet requirements of this section. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Erection Tolerances: Install precast units without exceeding tolerance limits specified in PCI MNL-127, "Recommended Practice for Erection of Precast Concrete." 1. Grouting Connections and Joints; After precast concrete units have been placed and secured, grout open spaces at connection and joints as follows: 2. Cement grout consisting of 1 part portland cement, 2-1/2 parts sand, and only enough water to properly mix and hydrate. 3. Provide forms or other acceptable method to retain grout in place until sufficiently hard to support itself. Pack spaces with stiff grout material, tamping until voids are completely filled. Place grout to finish smooth, plumb, and level with adjacent concrete surfaces. Keep grouted joints damp for not less than 24 hours after initial set. Promptly remove grout material from exposed surfaces before it hardens. B. Precast Reinforced Concrete Manholes 1. After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans. 2. The pipe shall be laid through the manholes and, upon completion of the invert, the top half of the pipe shall be removed. Where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will permit and shall be given a smooth trowel finish. 01267209 PRECAST CONCRETE 03410 - 5 11/11 SANITARY SEWER MANHOLES NWLDIP — PHASE 1 3. When the concrete bottom has properly cured for not less than 24-hours, the precast manhole shall be installed. ConSeal CS-102 flexible plastic gaskets or equal shall be used in the tongue and groove joints and the joint between the manhole bottom section and the manhole base. The bottom ring shall be grouted in as shown on the plans. Concrete grade rings shall be used to adjust the manhole frame to the proper grades; the maximum extension of the top section shall not exceed 12-inches. C. Manhole Testing A leakage test shall be performed on each manhole installed in this project. The manhole leakage test shall not be performed until a backfill around the manhole has been in place in for at least 48 hours. Manhole leakage tests may be performed by one of two methods: 1. A hydrostatic exfiltration test or 2. A vacuum test. a. Manhole Hydrostatic Exfiltration Test 1) All wastewater lines entering the manhole shall be temporarily plugged with an internal pipe plug. The manhole shall be filled with water to the manhole ring and allowed to stand for 24 hours in order to allow saturation of the concrete. Following the 24-hour saturation period, the manhole shall be refilled with water to the manhole ring and the test period begun. The contractor shall provide test equipment in which the volume of water lost can be accurately metered or measured. The minimum test period shall be one hour. The maximum allowable loss rate shall not be greater than 0.025 gallons per foot of manhole diameter per foot of manhole depth per hour. 2) The exfiltration test shall only be performed in the presence of the Owner's representative. Any manhole which fails the hydrostatic exfiltration test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. b. Manhole Vacuum Test 1) The manhole vacuum test shall be equal to that offered and described by Cheme Industries Inc., 5700 Lincoln Drive, Minneapolis, MN 55436, telephone (612) 933-5501, or equivalent. Manufacturer's literature, procedures and recommendations shall be submitted to the Engineer. 2) Any manhole which fails the vacuum test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. Manhole vacuum tests shall only be performed in the presence of the Engineer. Contact the Engineer at least 48 hours in advance of testing activities. END OF SECTION 01267209 PRECAST CONCRETE 03410 - 6 11/11 SANITARY SEWER MANHOLES -1 I £ NWLDIP — PHASE I SECTION 05500 METAL FABRICATIONS 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. Shop fabricated ferrous metal items, prime painted and galvanized. B. Steel pipe handrails. 1.3 RELATED SECTIONS A. Section 03300 - Cast -In -Place Concrete. B. Section 05530 — Gratings. 1.4 DESIGN REQUIREMENTS A. Railings 1. Railing assembly including wall rails, and attachments to resist loads as defined in ASTM E985 without damage or permanent set as tested in accordance with ASTM A935. 1.5 REFERENCES A. ASTM A36 - Structural Steel. B. ASTM A48 - Gray Iron Castings. C. ASTM A53 - Pipe, Steel Black and Hot -Dipped, Zinc -coated Welded and Seamless. D. ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. E. ASTM A 153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. F. ASTM A283 - Carbon Steel Plates, Shapes, and Bars. G. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. H. ASTM A384 - Safeguarding Against Warpage and Distortion During Hot -Dip Galvanizing of Steel Assemblies. I. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. J. ASTM A786 - Rolled Steel Floor Plates. K. ASTM A935 - Steel, Sheet and Strip, Heavy Thickness Coils, High Strength, Low -Alloy, Columbium or Vanadium, or Both, Hot -Rolled. L. ASTM B221 - Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. M. ASTM B241 - Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube. N. ASTM E985 - Permanent Metal Railing Systems and Rails for Buildings. O. AWS A2.0 - Standard Welding Symbols. 01267209 METAL FABRICATIONS 05500 - 1 11/11 NWLDIP —PHASE 1 P. AWS D1.1 - Structural Welding Code. Q. FS-S 3)25 - Shield, Expansion; Nail Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry). R. SSPC - Steel Structures Painting Council. 1.6 SUBMITTALS A. Shop Drawings and Product Data 1. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. 2. Include erection drawings, elevations, and details where applicable. 3. Indicate welded connections using standard AWS A2.0 welding symbols. Indicate net weld lengths. 4. Indicate adjacent construction and required anchorages to be provided by other sections. 5. Submit manufacturer's standard printed descriptive product literature for manufactured items. B. Design Data 1. Submit design calculations for metal stairs. C. Samples 1. Submit 1 sample of elbow, tee, wall bracket, escutcheon and end stop. D. Certification: Submit Welder's certificate verifying AWS qualification within the previous 12 months. 1.7 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings and as instructed by manufacturer. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Cast Metal Products 1. Barry Pattern & Foundry Co. 2. GS Metals 3. Neenah Foundry B. Substitutions: Under provisions of Section 01600 — Product Requirements. 2.2 MATERIALS A. General 01267209 1I/11 I . Aluminum Sections: ASTM B221. 2. Steel Sections: ASTM A36. 3. Steel Tubing: ASTM A500, Grade B. 4. Steel Plates: ASTM A283. 5. Steel Pipe: ASTM A53, Grade B Schedule 40. 6. Aluminum Pipe: ASTM B241 7. Fasteners: FS-S-325, type as required by condition indicated. METAL FABRICATIONS 05500 - 2 r NWLDIP — PHASE 1 8. Bolts, Nuts, and Washers: ASTM A307 galvanized to ASTM A153 for galvanized components. 9. Welding Materials: AWS D1.1; type required for materials being welded. 10. Shop and Touch -Up Primer: SSPC 15, Type 1, red oxide. 11. Touch -Up Primer for Galvanized Surfaces: Zinc rich type. B. Railings, Galvanized 1. Steel System a. Rails and Posts: ASTM A53, Grade B Schedule 40, seamless, 12 inch outside diameter steel pipe; welded joints. b. Fittings: Elbows, T-shapes, escutcheons; cast steel. C. Mounting: Adjustable brackets and flanges, with steel inserts for casting in concrete and with steel brackets for embedding in masonry. d. Exposed Fasteners: Flush countersunk screws or bolts; consistent with design of railing. e. Splice Connectors: Concealed spigots. 2.3 FABRICATION A. General 1. Fit and shop assemble in largest practical sections for delivery to site. 2. Fabricate items with joints tightly fitted and secured. 3. Continuously seal joined members by continuous welds. 4. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. 5. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. 6. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. B. Railings 1. Fabricate with all joints welded and ground smooth. 2. Return rails to within 1/4 inch of wall surface. 3. Finish rail end with terminal caps. 2.4 FINISHES A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Galvanized items Specified or Scheduled to be galvanized with 1.25 oz/sq ft zinc coating in accordance with ASTM A123. All ferrous metal shall be galvanized. 1. Damaged galvanized coating may be repaired, at Engineer's discretion only, with ZRC Cold Galvanizing Compound or other UL-recognized cold galvanizing compound. 2. Apply compound in accordance with manufacturer's directions. 3. Galvanized material which, in the opinion of the Engineer, has the coatings too extensively damaged for meaningful touch-up or repair, shall be rejected and removed from the site of the work. 01267209 METAL FABRICATIONS 05500 - 3 11/11 NWLDIP — PHASE 1 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3.2 PREPARATION A. Supply items required to be cast into concrete or embedded in masonry with setting templates, to appropriate sections. 3.3 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated on shop drawings. D. Perform field welding in accordance with AWS D1.1. E. Obtain Engineer approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. G. Mechanically cut galvanized finish surfaces. Do not flame cut. H. Anchor grating by bolting through flange blocks. I. Railing Posts 1. Set posts in steel sleeves cast into concrete. 2. Interior diameter of sleeve: Minimum 1 inch larger than outside diameter of post. 3. Fill sleeve with non -shrink grout. 3.4 ERECTION TOLERANCES A. General I. Maximum Variation From Plumb: 1/4 inch in 10 feet. 2. Maximum Offset From True Alignment: 1/4 inch. END OF SECTION 01267209 METAL FABRICATIONS 11/11 05500 - 4 r NWLDIP—PHASE 1 SECTION 05530 GRATINGS 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 the following: 1. Metal bar grating. 1.3 RELATED SECTIONS A. Conform with Section 05500 — Metal Fabrications for fabricated pipe grates and fabricated bar grates located at headwalls and wingwalls. 1.4 SUBMITTALS A. Product Data: For the following: 1. Clips and anchorage devices for gratings. 2. Formed -metal plank grating. B. Shop Drawings: Show fabrication and installation details for gratings. Include plans, elevations, sections, and details of connections. Show anchorage and accessory items. Provide templates for anchors and bolts specified for installation under other Sections. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing gratings similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. B. Metal Bar Grating Standards: Comply with applicable requirements of the following: 1. Non -Heavy -Duty Metal Bar Gratings: Comply with NAAMM MBG 531, "Metal Bar Grating Manual for Steel, Stainless Steel, and Aluminum Gratings and Stair Treads." 1.6 PROJECT CONDITIONS A. Field Measurements: Where gratings are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 01267209 GRATINGS 05530 - 1 11/11 L _. NWLDIP —PHASE 1 1.7 COORDINATION A. Coordinate installation of anchorages for gratings, grating frames, and supports. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. PART 2-PRODUCTS 2.1 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A36 B. Wire rod for Grating Cross Bars: ASTM A510 C. Galvanized Steel Sheet: ASTM A653, structural quality, Grade 33, with G90 Coating. 2.2 FASTENERS A. General: Provide Type 304 or 316 stainless -steel fastener. Select fasteners for type, grade, and class required. 2.3 FABRICATION A. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Form from materials of size, thickness, and shapes indicated, but not less than that needed to support indicated loads. C. Shear and punch metals cleanly and accurately. Remove burrs. D. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. E. Fit exposed connections accurately together to form hairline joints. F. Welding: Comply with AWS recommendations and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. G. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure gratings, frames, and supports rigidly in place and to support indicated loads. H. Edges of grating shall be banded with bars of the same size as bearing bars unless otherwise shown on plans. 2.4 METAL BAR GRATINGS A. Fabricate welded steel grating as follows: 1. 2 '/a x 3/16 bearing bars at 1 3/16 inches and cross bars at 4 inches. B. Traffic Surface for Steel Bar Gratings: As follows: 1. Serrated. i r � 01267209 GRATINGS 05530 - 2 11/11 ;r NWLDIP — PHASE l i_ C. Steel Finish: As follows: I. Hot dipped galvanized with a coating weight of not less than 1.8 oz/sq foot of coated surface. D. Fabricate cutouts in grating sections for penetrations indicated. Arrange cutouts to permit grating removal without disturbing items penetrating gratings. I. Edge -band openings in grating that interrupt four or more bearing bars with bars of the same size and material as bearing bars. E. Do not notch bearing bars at supports to maintain elevation. 2.5 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish gratings, frames, and supports after assembly. C. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot -dip process complying with ASTM A 123. All ferrous items shall be galvanized. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing gratings to in -place construction. Include threaded fasteners for concrete and masonry inserts, through -bolts, lag bolts, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from established lines and levels and free from rack. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete or masonry. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade the surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 3.2 INSTALLING METAL BAR GRATINGS A. General: Install gratings to comply with recommendations of referenced metal bar grating standards that apply to grating types and bar sizes indicated, including installation clearances and standard anchoring details. B. Attach removable units to supporting members with type and size of clips and fasteners indicated or, if not indicated, as recommended by grating manufacturer for type of installation conditions shown. 01267209 GRATINGS 05530 - 3 11/11 r�. N WLDIP —PHASE 1 C. Attach nonremovable units to supporting members by welding where both materials are the same; otherwise, fasten by bolting as indicated above. 3.3 ADJUSTING AND CLEANING A. Galvanized Surfaces: Clean field welds, bolted connections, and abraided areas and repair galvanizing to comply with ASTM A780. 01267209 11/11 END OF SECTION GRATINGS 05530 - 4 I_. N WLDIP —PHASE 1 SECTION 09703 REHABILITATION AND CORROSION PROTECTION 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. This specification covers all labor, materials, equipment and services necessary to complete the rehabilitation and installation of corrosion protection for lift station wet wells and manholes as herein specified. 1.3 RELATED SECTIONS A. Environmental, Health, and Safety. 1.4 REFERENCES A. ASTM D638 - Tensile Properties of Plastics. B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. ASTM D4541 - Pull -off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584 - Volatile Matter Content. F. ASTM D543 - Resistance of Plastics to Chemical Reagents. G. ASTM C109 - Compressive Strength Hydraulic Cement Mortars. H. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. I. - ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. J. SSPC SP-13/NACE No. 6 — Surface Preparation of Concrete. K. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. L. NACE - The published standards of National Association of Corrosion Engineers (MACE International), Houston, TX. M. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. N. Los Angeles County Sanitation District — Evaluation of Protective Coatings for Concrete. O. SSPWC 210-2.3.3 - Chemical resistance testing published in the Standard Specifications for Public Works Construction (otherwise known as "The Greenbook"). 1.5 SUBMITTALS j A. Product Data: € 1. Technical data sheet on each product used. 2. Material Safety Data Sheet (MSDS) for each product used. 3. Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein. _. 01267209 REHABILITATION AND CORROSION PROTECTION 09703 - 1 11/11 N WLDIP —PHASE l 4. Technical data sheet and project specific data for repair materials to be topcoated with the coating product(s) including application, cure time and surface preparation procedures. B. Contractor Data: 1. Current documentation from coating product manufacturer certifying Contractor's training and equipment complies with the Quality Assurance requirements specified herein. 2. Five (5) recent references of Contractor indicating successful application of coating product(s) of the same material type as specified herein, applied by spray application within the municipal wastewater environment. 1.6 QUALITY ASSURANCE A. Coating product(s) shall be capable of being installed and curing properly within the specified environment(s). Coating product(s) shall be resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering to the substrates and repair product(s). B. Repair product(s) shall be fully compatible with coating product(s) including ability to bond effectively to the host substrate and coating product(s) forming a composite system. C. Contractor shall utilize equipment for the spray application of the coating product(s) which has been approved by the coating product manufacturer; and, Contractor shall have received training on the operation and maintenance of said equipment from the coating product manufacturer. D. Contractor shall be trained by, or have their training approved and certified by, the coating product manufacturer for the handling, mixing, application and inspection of the coating product(s) to be used as specified herein. E. Inspectors shall be trained in the use of testing or inspection instrumentation and knowledgeable of the proper use, preparation and installation of the coating product(s) to be used as specified herein. F. Contractor shall initiate and enforce quality control procedures consistent with the coating product(s) manufacturer recommendations and applicable MACE or SSPC standards as referenced herein. G. Pre -construction meeting shall take place no less than two weeks prior to Contractor mobilization. All parties to have physical presence on the project during construction shall be present. At this meeting responsibilities and authorities during construction shall be discerned; comments and questions regarding materials and execution of these specifications shall be presented and addressed. 1.7 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. Protective coating materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. C. Protective coating materials are to be handled according to their material safety data sheets. 1.8 SITE CONDITIONS € f A. Contractor shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. B. Confined space entry, flow diversion and/or bypass plans shall be presented by Contractor j to Owner as necessary to perform the specified work. s 01267209 REHABILITATION AND CORROSION PROTECTION 09703 - 2 I 1/11 NWLDIP —PHASE 1 1.9 SPECIAL WARRANTY A. Contractor shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. PART 2 - PRODUCTS 2.1 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement) must cured a minimum of 28 days prior to application of the coating product(s). B. Remove existing coatings prior to application of the coating product(s) which may affect the performance and adhesion of the coating product(s). C. Thoroughly clean and prepare existing products to effect a seal with the coating product(s). 2.2 REPAIR AND RESURFACING PRODUCTS A. Repair products shall be used to fill voids, bugholes, and/or smooth transitions between components prior to the installation of the coating product(s). Repair materials must be compatible with the specified coating product(s) and shall be used and applied in accordance with the manufacturer's recommendations. B. Resurfacing products shall be used to fill large voids, lost mortar in masonry structures, smooth deteriorated surfaces and rebuild severely deteriorated structures. C. The following products may be accepted and approved if approved by the manufacturer(s) for suitability and compatibility in topcoating with the specified coating product(s) for use within the specifications: 1. 100% solids, solvent -free epoxy grout, including the specified coating product(s) enhanced with Raven Fortifier. 2. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be trowelled or pneumatically spray applied, such as Quadex Inc. Aluminaliner or Hyperform. 3. Polymer modified or enhanced cementitious patch and repair materials, including Quadex Inc. Hyperform enhanced with Raven WB. 2.3 COATING PRODUCTS A. Manufacturer: Raven Lining Systems, Inc., Tulsa, Oklahoma 800-324-2810, 918-615- 0020 or FAX 918-615-0140. B. Product: Raven 405 — 100% solids, solvent -free ultra high -build epoxy system exhibiting the following characteristics: 1. Product Type: amine cured epoxy 2. VOC Content (ASTM D2584): 0% 3. Compressive Strength, psi (ASTM D695): 18,000 (minimum) 4. Tensile Strength, psi (ASTM D638): 7,500 (minimum) 5. Flexural Modulus, psi (ASTM D790): 600,000 (minimum) 01267209 REHABILITATION AND CORROSION PROTECTION 09703 - 3 11/I1 NWLDIP —PHASE I 6. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) failure 7. Chemical Resistance (ASTM D543/G20) all types of service for: a. Municipal sanitary sewer environment b. Sulfuric acid, 30%. C. Sodium hydroxide, 5%. 8. Successful Pass: Sanitation District of L.A. County Coating Evaulation Study or SSPWC 210.2.3.3 (Greenbook "Pickle Jar" Chemical Resistance test). 2.4 COATING APPLICATION EQUIPMENT A. Manufacturer approved heated plural component spray equipment. B. Hard to reach areas, primer application and touch-up may be performed using hand tools. PART 3 - EXECUTION 3.1 EXAMINATION A. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. B. All structures to be coated shall be readily accessible to Contractor. C. New Portland cement concrete structures shall have endured a minimum of 28 days since manufacture prior to commencing coating installation. D. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated. E. Temperature of the surface to be coated should be maintained between 40 and 120 deg F. F. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense heat source. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. G. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify Owner, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. 3.2 SURFACE PREPARATION A. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the coating to the substrate shall be removed. B. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that sound substrate remains. C. Choice of surface preparation method(s) should be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and required cleanliness and profile of the prepared surface to receive the coating product(s). A. 01267209 REHABILITATION AND CORROSION PROTECTION 09703 - 4 11/11 N WLDIP — PHASE 1 D. Surface preparation method, or combination of methods, that may be used include high pressure water cleaning, water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as referenced in NACE No. 6/SSPC SP-13. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface suitable for the specified coating product(s). E. Infiltration shall be stopped by using a material which is compatible with the repair products and is suitable for topcoating with the coating product(s). 3.3 APPLICATION OF REPAIR AND RESURFACING PRODUCTS A. Areas where rebar has been exposed shall be repaired in accordance with the Project Engineer's recommendations. B. Optional insertion if rebar is known to be exposed, and replacement not required. Areas where rebar has been exposed and is corroded shall be first prepared in accordance with Section 3.2. The exposed rebar shall then be abrasive blasted and coated with coating product specified. C. Repair products shall be used to fill voids, bugholes, and other surface defects which may affect the performance or adhesion of the coating product(s). D. Resurfacing products shall be used to repair, smooth or rebuild surfaces with rough profiles to provide a concrete or masonry substrate suitable for the coating product(s) to be applied. These products shall be installed to minimum thickness as recommended within manufacturers published guidelines. Should structural rebuild be necessary, these products shall be installed to athickness as specified by the Project Engineer. E. Repair and resurfacing products shall be handled, mixed, installed and cured in accordance with manufacturer guidelines. F. All repaired or resurfaced surfaces shall be inspected for cleanliness and suitability to receive the coating product(s). Additional surface preparation may be required prior to coating application. 3.4 APPLICATION OF COATING PRODUCT(S) A. Application procedures shall conform to the recommendations of the coating product(s) manufacturer, including environmental controls, product handling, mixing, application equipment and methods. B. Spray equipment shall be specifically designed to accurately ratio and apply the coating product(s) and shall be in proper working order. C. Contractors qualified in accordance with Section 1.4 of these specifications shall perform all aspects of coating product(s) installation. D. Prepared surfaces shall be coated by spray application of the coating product(s) described herein to a minimum wet film thickness of 125 mils. E. Subsequent topcoating or additional coats of the coating product(s) shall occur within the product's recoat window. Additional surface preparation procedures will be required if this recoat window is exceeded. F. Coating product(s) shall interface with adjoining construction materials throughout the manhole structure to effectively seal and protect concrete or masonry substrates from infiltration and attack by corrosive elements. Procedures and materials necessary to effect this interface shall be as recommended by the coating product(s) manufacturer. G. Termination points of the coating product(s) shall be made at the manhole chimney joint, I" below normal flow levels at the bench or within the invert unless invert is specified to receive coating, and a minimum of 1" interfacing with each pipe penetration. 01267209 REHABILITATION AND CORROSION PROTECTION 09703 - 5 11/11 NWLDIP — PHASE 1 H. Optional Sewage flow shall be stopped, bypassed or diverted for application of the coating product(s) to the invert and interface with pipe materials. 3.5 TESTING AND INSPECTION A. During application a wet film thickness gauge, meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented and attested to by Contractor for submission to Owner. B. After the coating product(s) have set in accordance with manufacturer instructions, all surfaces shall be inspected for holidays with high -voltage holiday detection equipment. Reference NACE RPO 188-99 for performing holiday detection. All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional coating can be hand applied to the repair area. All touch-up/repair procedures shall follow the coating manufacturer's recommendations. Documentation on areas tested, results and repairs made shall be provided to Owner by Contractor. C. The sanitary sewer manholes coated shall be tested for adhesion/bond of the coating to the substrate. Testing shall be conducted in accordance with ASTM D4541 as modified herein. Owner's representative shall select the manholes to be tested. A minimum of three 20 mm dollies shall be affixed to the coated surface at the cone area, mid section and at the bottom of the structure. The adhesive used to attach the dollies to the coating shall be rapid setting with tensile strengths in excess of the coating product and permitted to cure in accordance with manufacturer recommendations. The coating and dollies shall be adequately prepared to receive the adhesive. Failure of the dolly adhesive shall be deemed a non -test and require retesting. Prior to performing the pull test, the coating shall be scored to within 30 mils of the substrate by mechanical means without disturbing the dolly or bond within the test area. Two of the three adhesion pulls shall exceed 200 psi or concrete failure with more than 50% of the subsurface adhered to the coating. Should a structure fail to achieve two successful pulls as described above, additional testing shall be performed at the discretion of the Owner or Project Engineer. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Contractor. D. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Contractor. E. The municipal sewer system may be returned to full operational service as soon as the final inspection has taken place. END OF SECTION 01267209 REHABILITATION AND CORROSION PROTECTION 09703 - 6 3 11/11 NWLDIP—PHASE SECTION 13281 SOIL VAPOR EXTRACTION 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. Soil vapor extraction for control of subsurface volatile organic vapors from former leaking petroleum storage tank (LPST) site, northwest corner of U.S. 84 and Fordham Street. Site has been closed from the Texas Commission on Environmental Quality (TCEQ) list of active remediation LPST sites, and the underground tanks have been removed according to TCEQ publicly available records. 1.3 REFERENCES A. OSHA 29 CFR 1910 — Permissible Exposure Limits B. OSHA 29 CFR 1910 — Personal Protective Equipment C. OSHA 29 CFR 1910 — Safety and Health Plan D. OSHA 29 CFR 1910 —Hazard Communication E. OSHA29 CFR 1910 — Engineered Controls F. Texas Administrative Code Title 30 Part 1 Chapters 101 through 122 G. National Ambient Air Quality Standards H. High Plains Underground Water Conservation District — Well Closure Requirements. 1.4 SUBMITTALS A. Furnish schematic of soil vapor extraction and treatment system for record purposes. B. Furnish vapor extraction well locations on aerial photograph (photograph to be furnished) and piping layout. C. Furnish organic vapor monitoring program for record purposes. D. Furnish organic vapor concentration results from the monitoring program for record purposes. E. Provide anticipated operating characteristics of vacuum/blower equipment to include anticipated vacuum in inches of water or inches or millimeters of mercury. F. Provide copy of applications to TCEQ for emissions -related permit or waiver. G. Contractor may submit an alternate plan for intercepting volatile organic chemical (VOC) vapor intrusion into the work spaces prior to workers being exposed or developing VOC vapor concentration that exceeds the OSHA -defined lower flammable limit for safe work. 01267209 SOIL VAPOR EXTRACTION 13281- 1 11/11 N WLDIP — PHASE 1 PART 2 - PRODUCTS 2.1 MATERIALS A. None. B. The Contractor is encouraged to retain the services of a remediation specialist for remediation design, operation, monitoring, and closure. Soil vapor extraction systems are essentially remediation systems, although for this project the system is temporary and primarily for vapor control relative to the subsurface work spaces. C. The Contractor is encouraged to retain the services of an industrial hygienist or other qualified individual or organization for work space air monitoring, health and safety plans, and for advising the Contractor on personal protective equipment, if necessary. PART 3 - EXECUTION 3.1 EMISSIONS WAIVER AND LIMITS A. The Contractor shall initially request from the Texas Commission on Environmental Quality (TCEQ) a waiver from emissions rules since: 1. The emissions may meet de minimis waiver limits. 2. The installation is temporary. 3. Vapor intrusion into the excavated work might not occur such that engineered controls are necessary. B. In the event a waiver is not granted, the Contractor shall apply for a permit by rule, however the Contractor shall meet the emissions limits established in that permit. C. For the purposes of establishing a base for bidding purposes, the influent volatile organic chemical (VOC) content shall be based on a continuous concentration of up to 10,000 parts per million by volume (ppmv), dry basis. A start-up influent spike in concentration exceeding 10,000 ppmv lasting less than 72 hours shall not be justification for contract price adjustment. D. The treatment process shall reduce the VOC concentration to 20 ppmv dry basis prior to exhaust to the atmosphere, or more stringent emission limit if required by TCEQ. E. If combustion is used to reduce VOC concentration, prior to exhaust, then the exhaust concentration shall also be corrected to 3.0 percent oxygen in accordance with TCEQ emissions requirements. 3.2 INSTALLATION AND OPERATION A. Up to five vapor extraction wells of up to 40 feet depth below grade are allowed in the base bid, external to the primary excavation in order to intercept vapors prior to the work space. `-} B. Install pipes, headers, valves, treatment devices, motors, power, vacuum pumps or blowers, exhaust stack(s), other equipment necessary to vapor removal, treatment and operation. i y C. Install plastic sheeting at grade as necessary to prevent short-circuiting of the vapor _. extraction process. D. Exhaust flow shall not be discharged to the atmosphere less than 20 feet above grade. i E. Operate soil vapor extraction and treatment system until the advance of the work no longer ' requires its operation. F. Monitor influent and exhaust VOC concentrations per the requirements of the permit or waiver, but in no case less than at the beginning of a working shift and at the end of a working shift. 01267209 SOIL VAPOR EXTRACTION 13281- 2 11/11 �r ti N WLDIP —PHASE 1 3.3 G. Monitor VOC and oxygen concentrations and flammable limits in the excavation work spaces according to regulation and the safety and health plan. H. Work shall be suspended if flammable concentration achieves 25 percent of the lower flammable limit, or lower limit if OSHA limit is more stringent. Adjust vapor removal efforts to lower the vapor concentration to or below the OSHA -defined lower flammable limit for safe work. SYSTEM CLOSURE A. Close extraction wells according to TCEQ and High Plains Underground Water Control District requirements. B. Dispose, regenerate, or recycle treatment media in accordance with applicable regulations. C. Remove other equipment, piping, power sources, and leave site in former condition to the extent feasible. Feasibility will be determined by the Owner and Engineer. END OF SECTION 01267209 SOIL VAPOR EXTRACTION 13281 - 3 11/11 NWLDIP —PHASE I SECTION 13282 HYDROCARBON -CONTAMINATED GROUNDWATER TREATMENT Will be furnished in subsequent Addenda. 01267209 HYDROCARBON -CONTAMINATED 13282 - 1 11/11 GROUNDWATER TREATMENT APPENDIX A STORM WATER POLLUTION PREVENTION PLAN SKELETON NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT CITY OF LUBBOCK, TEXAS STORM WATER POLLUTION PREVENTION PLAN PART 1 - GENERAL 1.1 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in this section and shown on the drawings 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 Texas Commission on Environmental Quality (TCEQ) for failure to make required inspections, failure to properly document those inspections, failure to adequately implement the Storm Water Pollution Prevention measures specified or shown on the drawings in a manner to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ 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. This document 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. 1.2 SITE DATA A. Description 1. Northwest Lubbock Drainage Improvements Project — Gravity storm sewer providing positive control of area playa lakes B. Location 1. See Project Layout in plan sheets. C. Project Operator(s) 1. City of Lubbock, Texas Department of Street and Drainage Engineering 1625 13`' Street Lubbock, Texas 79401 2. Contractor(s) D. Nature of Construction Activities 1. Installation of gravity storm sewer system, demolition/repair of municipal paving, playa lake cut/fill E. Sequence of Scheduled Activities (The sequence of activities listed below is based on the opinions of the Engineer. Actual sequence of activities may vary based on Contractor's method of installation and should be documented by the Contractor.) 1. Demolition of existing municipal paving 2. Trenching 3. Storm Sewer Pipe Installation 4. Backfill/Compaction 5. Repair of municipal paving 6. Playa lake cut/fill 7. Construction of storm sewer inlet/outlet structures. 8. Finished grading, stabilization of disturbed areas. F. Site Area/Area to be Disturbed (See Table SP-1) G. Pre/Post-Construction Runoff Coefficients (100-Yr. 24-Hr.) l . Urban Areas — 0.66/0.66 2. Park Areas — 0.36/0.36 H. Soil Classifications (See Table SP-1, this specification section) 1. Receiving Body of Water (See Table SP-1, this specification section) 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 in a timely manner during the construction process to minimize erosion and sediment run-off. Structural practices shall include, but are not limited to the following devices in paragraphs 1.3.13 through 1.3.F. B. Stabilized Ingress/Egress 1. Stabilized access to and from construction areas shall be installed as soon as practical and may be addressed in one of the following manners: a. Gravel access drive of sufficient size to "knock -off' pollutants and tracked sediment from vehicle tires and to allow for wash -down. The aggregate should be 6 to 8 inches in diameter and placed in a layer with a minimum thickness of 6 inches. b. Concrete driveway (or other existing private paved area). C. Railroad timber platform with gravel base. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences 1. The Contractor may provide silt fences as a temporary structural practice to minimize erosion and sediment runoff. Silt fences shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). Final removal of silt fence barriers shall be upon approval of the Engineer. In general, silt fencing shall be provided as follows: a. Along the downhill perimeter edge of all areas disturbed. b. Along the top of the slope or top bank of drainage ditches, channels, swales, concrete valley gutters, etc. that traverse disturbed areas. C. Along the toe of cut slopes and fill slopes of the construction areas. d. Perpendicular to the flow in the bottom of existing drainage ditches, channels, swales, concrete valley gutters etc. that traverse disturbed areas or carry runoff from disturbed areas. e. Perpendicular to the flow in the bottom of new drainage ditches, channels, and swales. Silt fences should not be used in areas of concentrated flow. For these areas, check dams or sand bags should be used. E At the entrance to culverts that receive runoff from disturbed areas. 2 D. Straw Bales 1. The Contractor may provide bales of straw as a temporary structural practice to minimize erosion and sediment runoff. Bales 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, bales shall be placed as work progresses, bales shall be removed/replaced/relocated as needed for work to progress in the drainage area). Straw bales must remain in good condition, or be replaced. E. Dikes 1. Diversion dikes shall have a maximum channel slope of 2 percent and shall be adequately compacted to prevent failure. The minimum height measured from the top of the dike to the bottom of the channel shall be 18 inches. The minimum base width shall be 6 feet and the minimum top width shall be 2 feet. The Contractor shall ensure that the diversion dikes are not damaged by construction operations or traffic. F. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer strips. 3. Stabilization measures shall be implemented within 14 calendar days in areas where construction activities will cease for more than 21 calendar days. However, in semi -arid climates such as West Texas, stabilization measures should be implemented "as soon as practical." Where the initiation of stabilization measures by the 14'" calendar day after construction activity temporarily or permanently ceases is precluded by unsuitable conditions caused by weather, stabilization measures shall be initiated "as soon as practical' after conditions become suitable. 4. The following records must be maintained with the SWP3: a. Dates when major grading activities occur, b. Dates when construction activities temporarily or permanently cease on a portion of the site, C. Dates when stabilization measures are initiated. 1.4 ANTICIPATED SOURCES OF NON -STORM WATER DISCHARGES A. Water used for soil or base conditioning, or other uses such as for mortar, concrete, etc. B. Water used for vehicle washings. C. Water used for dust control. D. Pavement washwater (non -detergent) where spills of toxic or hazardous materials have occurred. 1.5 POLLUTION PREVENTION MEASURES A. All vehicles on -site shall be monitored for leaks. B. Concrete trucks shall be required to discharge surplus concrete or drum wash at a designated location. These waste materials shall be removed from the site at least once per 7 calendar days during dry periods and more frequently during expected wet periods. The materials shall be legally disposed off -site. Alternatively, concrete trucks shall not be allowed to discharge waste materials on -site. C. All products kept on -site shall be stored in their original containers with the manufacturer's label intact. Material safety data sheets (MSDS) shall be kept if applicable. All products shall be used in accordance with the manufacturer's instructions, and all spills shall be cleaned immediately. Containers shall not be exposed to precipitation. D. Final disposal of all excess product and product containers shall be accomplished according to the manufacturer's instructions and in accordance with all applicable rules, regulations, and laws. E. Contractor shall report any spills of reportable quantities of oil or other materials (if spills occur) to the appropriate regulating authorities. 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. Permittivity ASTM D 4491 0.2 sec — l AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 4 2.2 COMPONENTS 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 INSTALLATION OF SILT FENCES A. Silt fences shall extend a minimum of 16 inches above the ground surface and shall not exceed 34 inches above the ground surface. Filter fabric shall be from a continuous roll cut to the length of the barrier to avoid the use of joints. When joints are unavoidable, filter fabric shall be spliced together at a support post, with a minimum 6 inch overlap, and securely sealed. A trench shall be excavated approximately 4 inches wide and 4 inches deep on the upslope side of the location of the silt fence to anchor the bottom of the silt fence. The 4-inch by 4-inch trench shall be backfilled and the soil compacted over the filter fabric. Silt fences shall be removed upon approval by the Engineer. 3.2 INSTALLATION OF STRAW BALES A. Straw bales shall be placed in a single row, lengthwise on the contour, with ends of adjacent bales tightly abutting one another. Straw bales shall be installed so that bindings are oriented around the sides rather than along the tops and bottoms of the bales in order to prevent deterioration of the bindings. The barrier shall be entrenched and backfilled. A trench shall be excavated the width of a bale and the length of the proposed barrier to a minimum depth of 4 inches. After the bales are staked and chinked (gaps filled by wedging with straw), the excavated soil shall be backfilled against the barrier. Backfill soil shall conform to the ground level on the downhill side and shall be built up to 4 inches against the uphill side of the barrier. Loose straw shall be scattered over the area immediately uphill from a straw bale barrier to increase barrier efficiency. Each bale shall be securely anchored by at least two stakes driven through the bale. The first stake or rebar in each bale shall be driven toward the previously laid bale to force the bales together. Stakes or rebar shall be driven a minimum 18 inches deep into the ground to securely anchor the bales. 3.3 MAINTENANCE A. Maintenance and repair of all erosion, sedimentation, and stabilization measures identified in SWP3 and the drawings shall be performed in a timely manner on an as -needed basis. All control measures shall be kept in good operating condition to assure their effectiveness. The Contractor shall be responsible for implementation of specific measures and shall also be responsible for their maintenance and repair. If a control has been used incorrectly or it is performing inadequately, the Contractor must replace or modify the control as soon as practicable after discovery in order to maintain system integrity. 3.4 INSPECTIONS A. The Contractor shall provide a qualified person or persons to perform regular inspections of the measures and to complete appropriate inspection reports. 1. Inspections shall be performed on the following: a. Disturbed areas and storage areas exposed to precipitation shall be checked for evidence of and the possibility for discharge of pollutants. b. Erosion and sediment control measures identified in the SWP3 and its amendments shall be checked to assure they are performing the intended function. C. Storm water discharge locations shall be checked to determine if erosion control measures implemented are effective in the prevention of significant impacts upon the receiving waters identified in the SWP3. d. Vehicle ingress -egress areas shall be checked to determine if off -site tracking of sediment is being effectively controlled. 2. Regular inspections shall be performed at least once every fourteen (14) calendar days, and within twenty-four (24) hours after a rain event totaling one-half inch (0.5") or more. However, for portions of the site which have been finally stabilized or during seasonal dry periods, frequency of these inspections may be reduced to at least once each month. 3. If warranted based on inspection reports identifying specific needs, the site description information and the pollution prevention practices specified in the SWP3 shall be revised as appropriate. In no instance shall the required revisions be implemented later than seven (7) calendar days beyond the date of the inspection identifying the deficiencies. 4. Inspection reports shall be made for each inspection performed and shall be retained as part of the SWP3 for a minimum period of three (3) years from the date that an NOT is submitted. Inspection reports shall contain the following information: a. Summary of scope of the inspection b. Name(s) of person(s) performing the inspection C. Date(s) of the inspection d. Major observations with respect to the implementation of the various measures detailed in the SWP3 and its amendments e. Actions taken in accordance with Item 3.3 above 5. Where an inspection report does not identify any incidents of non-compliance, the report shall contain a certification that the facility is in compliance with the SWP3 and the published TPDES General Permit TXR150000. 6. All inspection reports shall be signed in accordance with requirements of the referenced General Permit. 7. Two copies of each inspection report shall be forwarded to the Engineer, one copy of which the Engineer will forward to the Owner. 2 TARLF, SP-1_ Si1MMARY nF SWP3 DATA PLAYA SITE/PAR DISTURBED RECEIVING NAME LAKE LAT. LONG. K AREA AREA SOIL TYPES1'2 BODY OF NO. N W (acres) (acres) WATER OUTFALL Arents and Pits (9), Berda Loam (10), N. Fork Double (YELLOWHOUSE --- 33036'42.8" 101052'30.0" --- 0.074 ac Berda Loam (11), Bippus Clay Loam, Mountain Fork DRAW) Frequently Flooded (15), Potter Loam Brazos River (38) 1. Soil types from Soil Survey of Lubbock County, Texas, 1979 by United States Department of Agriculture, Soil Conservation Service. Refer to this document for further descriptions and characteristics of soils listed. 2. ULC —Urban Land Complex; FSL — Fine Sandy Loam; CL — Clay Loam 7 v APPENDIX B TPDES GENERAL PERMIT TO DISCHARGE WASTES TXG830000 TCEQ Docket No. 2007-1523-IWD TPDES GENERAL PERMIT f NO. TXG830000 k} This permit supersedes and replaces TPDES General Permit No. TXG830000, issued on October 02, 2002. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY P.O. BOX 13087 Austin, TX 78711-3087 GENERAL PERMIT TO DISCHARGE WASTES under provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code Waters contaminated by petroleum fuel or petroleum substances, located in the state of Texas, may be discharged into or adjacent to water in the state, including exceptional, high, intermediate, limited or no significant aquatic life use receiving waters as designated in the Texas Surface Water Quality Standards only according to effluent limitations, monitoring requirements and other conditions set forth in this general permit, as well as the rules of the Texas Commission on Environmental Quality (TCEQ), the laws of the State of Texas, and other orders of the Commission of the TCEQ (Commission). The issuance of this, general permit does not grant to the permittee the right to use private or public property for conveyance of wastewater along the discharge route. This includes property belonging to, but not limited to, any individual, partnership, corporation or other entity. Neither does this general permit authorize any invasion. of personal rights nor any violation of federal, state, or local laws or regulations. It is the responsibility of the permittee to acquire property rights as may be necessary to use the discharge route. This general permit and the authorization contained herein shall expire at midnight five years after the date of issuance. ISSUED AND EFFECTIVE DATE: SEP 12 2008 F19UM CA-25y�e For the Commi ion :- TPDES General Permit TXG830000 TPDES GENERAL PERMIT NUMBER TXG830000 RELATING TO PETROLEUM FUEL OR PETROLEUM SUBSTANCE DISCHARGES Table of Contents Page PartI. Definitions ................................................................................................................................. 3 Part II. Permit Applicability and Coverage........................................................................................... 6 Section A. Discharges Covered......................................................................................... 6 Section B. Limitations on Coverage................................................................................. 6 Section C. Application for Coverage................................................................................ 7 Section D. Termination of Coverage................................................................................ 9 Section E. Authorization Under a TPDES Individual Permit ........................................... 9 Section F. Permit Expiration.......................................................................................... 10 PartIII. Permit Requirements............................................................................................................... 11 Section A. Effluent Limitations...................................................................................... 11 Section B. General Requirements................................................................................... 13 Section C. Discharges from Utility Vaults...................................................................... 14 Part IV. Standard Permit Conditions..................................................................................................... 15 PartV. Fees..........................................................................................................................................18 Page 2 TPDES General Permit TXG830000 Part I. Definitions The following words and terms, for the purposes of this general permit, shall have the following meanings. Aboveground storage tank system - An aboveground storage tank, all associated piping and ancillary equipment, spill and overfill prevention equipment, release detection equipment, corrosion protection system, secondary containment equipment, and all other related systems and equipment. Daily average limitations - The arithmetic average of results of analyses for a parameter from a minimum of four samples of the discharges that occur in a single calendar month. When results of analyses of four samples are not available in a single calendar month, the arithmetic average of the most recent results, not to exceed four, must be reported as the daily average concentration. Daily maximum limitations -The maximum concentration measured on a single day within a single calendar month. Facility - Any NPDES "point source" (as defined in 40 CFR 122.2) or any other facility or activity that is subject to regulation under the TPDES program Free product - Gasoline, diesel fuel, fuel oil, kerosene, jet fuel, or any other phase -separated petroleum substance. Gasoline - Leaded or unleaded gasoline, all grades of aviation gasoline, and all grades of gasohol. General permit - A permit issued under the provisions of 30 Texas Administrative Code (TAC), Chapter 205, authorizing the discharge of waste into or adjacent to water in the state for one or more categories of waste discharge within a geographical area of the state or the entire state as provided by Texas Water Code (TWC) §26.040. Grab sample - An individual sample collected in less than 15 minutes. Groundwater pump test - Short term pumping of groundwater to determine physical characteristics of an aquifer. Groundwater remediation - Treatment of contaminated groundwater to remove free product and to reduce or eliminate groundwater contamination. Land application — The spraying or spreading of wastewater onto the land surface; the injection of wastewater below the land surface; or the incorporation of wastewater into the soil so that the wastewater can either condition the soil or fertilize crops of vegetation grown in the soil. Motor fuel - A petroleum substance which is typically used to operate internal combustion engines (including stationary engines and engines used in transportation vehicles and marine vessels), and which is one of the following types of fuels: leaded or unleaded gasoline, aviation gasoline, No. 1 diesel fuel, No. 2 diesel fuel, and any grades of gasohol. Page 3 4 d TPDES General Permit TXG830000 Municipal separate storm sewer system (MS4) - A conveyance or system of conveyances (including roads with drainage systems, municipal streets, catch basins, curbs, gutters, ditches, man-made channels, or storm drains): (i) Owned or operated by the United States, a state, city, town, borough, county, district, association, or other public body (created by or pursuant to State law) having jurisdiction over disposal of sewage, industrial wastes, storm water, or other wastes, including special districts under State law such as a sewer district, flood control district or drainage district, or similar entity, or an Indian tribe or an authorized Indian tribal organization, or a designated and approved management agency under § 208 of the Clean Water Act (CWA); (ii) Designed or used for collecting or conveying storm water; (iii) Which is not a combined sewer; (iv) Which is not part of a publicly owned treatment works (POTW) as defined at 40 CFR § 122.2; and (v) Which does not include very discrete systems such as those serving individual buildings. See also 40 CFR 122.26 (b)(4), (7), and (16). Notice of change or NOC - A written submission to the Executive Director from a permittee authorized under a general permit, providing information on changes to information previously provided to the commission, or any changes with respect to the nature or operations of the regulated entity or the characteristics of the discharge. Notice of intent or NOI - A written submission to the Executive Director from an applicant requesting coverage under the terms of a general permit. Notice of termination or NOT - A written submission to the Executive Director from a permittee authorized under a general permit requesting termination of coverage. Operator — The person responsible for the overall operation of a facility. Owner — The person who owns a facility or part of a facility. Permittee — Any person issued an individual permit, order, or is authorized by a general permit. Petroleum fuel - Gasoline, diesel fuel, fuel oil, kerosene and jet fuel. Petroleum substance - Crude oil or any refined or unrefined fraction or derivative of crude oil which is liquid at standard conditions of temperature and pressure. Petroleum substance is limited to one or a combination of the substances or mixtures in the following list (except for any substance regulated as a hazardous waste under 30 TAC §335.1 (relating to Definitions)). a. Basic petroleum substances - Crude oils, crude oil fractions, petroleum feedstocks, and petroleum fractions. b. Motor fuels - See definition for "motor fuel" in this section. C. Aviation gasoline - Grade 80, Grade 100, and Grade 100-LL. d. Aviation jet fuels - Jet A, Jet A-1, Jet B, JP-4, JP-5, and JP-8. e. Distillate fuel oils - No. 1-D, No. 1, No. 2-D, and No. 2. f. Residual fuel oils - No. 4-D, No. 4-light, No. 4, No. 5-light, No. 5-heavy, and No. 6. Page 4 TPDES General Permit TXG830000 g. Gas -turbine fuel oils - Grade O-GT, Grade 1-GT, Grade 2-GT, Grade 3-GT, and Grade 4-GT. h Illuminating oils - Kerosene, mineral seal oil, long-time burning oils, 300 oil, and mineral colza oil. i. Solvents -Stoddard solvent, petroleum spirits, mineral spirits, petroleum ether, varnish makers' and painters' naphtha; petroleum extender oils, and commercial hexane. J. Lubricants - Automotive and industrial lubricants. K. Building materials - Liquid asphalt and dust -laying oils. L. Insulating and waterproofing materials - Transformer oils and cable oils. M. Used oils - See definition for "used oil" in this section. N. Any other petroleum -based material that has physical and chemical properties similar to the above materials and receiving approval by the Executive Director for designation as a petroleum substance. O. Examples of materials which are not petroleum substances include: aldehydes and ketones (e.g., acetone, methyl ethyl ketone); halogenated solvents (e.g., carbon tetrachloride, trichloroethylene), alcohols (e.g., methanol), phenols, nitrogen -containing compounds and oils containing polychlorinated biphenyl compounds. Pipeline vault - Any structure utilized to house pipelines for access to those pipelines. Site - The physical area where any system or activity authorized by this general permit is located. Site may include any adjacent land used in connection with the system or activity. Soil remediation - Treatment of contaminated soil to remove free product and to reduce or eliminate soil contamination. Texas Land Application Permit (TLAP) - A permit issued by the TCEQ for the land application and disposal of wastewater that does not result in a discharge to surface water in the state. Texas Pollutant Discharge Elimination System (TPDES) — The state program for issuing, amending, terminating, monitoring, and enforcing permits, and imposing and enforcing pretreatment requirements, under the Clean Water Act §§307, 402, 318, and 405, the Texas Water Code, and the Texas Administrative Code regulations. Underground storage tank system - An underground storage tank, all associated piping and ancillary equipment, spill and overfill prevention equipment, release detection equipment, corrosion protection system, secondary containment equipment, and all other related systems and equipment. Used oil - Any oil or similar petroleum substance that has been refined from crude oil, used for its designed or intended purposes, and contaminated by physical or chemical impurities; including spent motor vehicle and aircraft lubricating oils (e.g. car and truck engine oil, transmission fluid, and brake Page 5 j TPDES General Permit TXG830000 fluid), spent industrial oils (e.g., compressor, turbine, bearing, hydraulic, metalworking, gear, electrical, and refrigerator oils), and spent industrial process oils. Utility vault -Any manhole, conduit, or other structure utilized to house utility equipment. Part II. Permit Applicability and Coverage Section A. Discharges Covered This general permit regulates the surface discharge of water contaminated by petroleum fuel or petroleum substances resulting from: 1. Groundwater pump tests; 2. Groundwater, surface water, and soil remediation activities; 3. Cleanup activities following spills that occur during transportation of petroleum fuel or petroleum substances; 4. Removal of water from underground and aboveground storage tank systems previously containing petroleum fuel or petroleum substances; 5. Removal of accumulated groundwater from excavation sites; and 6. Removal of accumulated water from utility and pipeline vaults. Section B. Limitations on Coverage 1. Additional authorization may be required for discharges into or adjacent to water in the state, located within ten stream miles upstream of the Edwards Aquifer recharge zone, as defined in 30 Texas Administrative Code (TAC), Chapter 213 (relating to Edwards Aquifer). 2. Discharges shall not be authorized by this general permit where prohibited by: a. 30 TAC, Chapter 311 (relating to Watershed Protection); b. 30 TAC, Chapter 213 (relating to the Edwards Aquifer); or c. Any other applicable rules or laws. 3. This general permit does not authorize discharges into or adjacent to water in the state from activities that are regulated by the Railroad Commission of Texas, including crude oil facilities. 4. The Executive Director shall deny an application for authorization under this general permit, and may require that the applicant apply for a Texas Pollutant Discharge Elimination System (TPDES) individual permit, if the Executive Director determines that the discharge will not maintain existing uses of receiving waters. Additionally, the Executive Director may cancel, revoke, or suspend Page 6 TPDES General Permit TXG830000 authorization to discharge under this general permit based on a finding of historical and significant noncompliance with the provisions of this general permit. Denial of authorization to discharge under this general permit or suspension of a permittee's authorization under this general permit shall be done according to commission rules in 30 TAC, Chapter 205 (relating to General Permits for Waste Discharges). 5. This general permit does not limit the authority of a home -rule municipality provided by § 401.002 of the Texas Local Govermnent Code. 6. New sources or new discharges of the constituent(s) of concern to impaired waters are not authorized by this permit unless otherwise allowable under 30 TAC, Chapter 305 and applicable state law. Impaired waters are those that do not meet applicable water quality standard(s) and are listed on the Clean Water Act § 303(d) list. Constituents of concern are those for which the water body is listed as impaired. Discharges of the constituent(s) to impaired water bodies for which there is a total maximum daily load (TMDL) implementation plan are not eligible for this permit unless they are consistent with the approved TMDL and the implementation plan. The Executive Director may amend this general permit or develop a separate general permit for discharges to these water bodies. For discharges not eligible for coverage under this permit, the discharger must apply for and receive an individual or other applicable general TPDES permit prior to discharging. 8. Discharges that would adversely affect a listed endangered or threatened species or its critical habitat are not authorized by this permit. Federal requirements related to endangered species apply to all TPDES permitted activities, and site -specific controls may be required to ensure that protection of endangered or threatened species is achieved Section C. Application for Coverage Unless specifically exempted from the notice requirements under Part II, Section CA., applicants seeking authorization to discharge under this general permit must submit a completed Notice of Intent (NOI) on a form approved by the Executive Director. The NOI shall, at a minimum, include: the legal name and address of the owner and operator, the facility name and address, specific description of its location, type of facility or discharges, and the receiving waters. Discharges authorized under the previous general permit are required to submit a new NOI within 90 days of issuance of this general permit to continue authorization 2. Submission of an NOI is an acknowledgment that the conditions of this general permit are applicable to the proposed discharge, and that the applicant agrees to comply with the conditions of this general permit. If the discharge is not located within ten stream miles upstream of the Edwards Aquifer recharge zone, provisional authorization to discharge under the terms and conditions of this general permit begins 48 hours after a completed NOI is postmarked for delivery to the TCEQ. The NOI must be submitted to the address indicated on the NOI form. If TCEQ provides for electronic submittal of NOIs during the term of this general permit, provisional authorization begins 24 hours following receipt of the electronic NOI form by the TCEQ unless restricted by Part II, Section C.3. Following review of the NOI, the Executive Director shall either confirm coverage by providing a notification and an authorization number to the applicant or notify the applicant that coverage under this general permit is denied. Applicants seeking authorization to discharge to a municipal separate Page 7 f, �a TPDES General Permit TXG830000 storm sewer system must provide a copy of the NOI to the operator of the system at the same time an NOI is submitted to the TCEQ. 3. For discharges located within ten stream miles upstream of the Edwards Aquifer recharge zone, applicants must also submit a copy of the NOI to the appropriate TCEQ regional offices shown below. The applicant may not discharge until authorization is received from the regional office. Counties: Comal, Bexar, Medina, and Kinney Counties: Williamson, Travis, Hays 4. An NOI is not required if Contact: TCEQ Water Program Manager San Antonio Regional Office 14250 Judson Rd. San Antonio, Texas 78233-4480 (210) 490-3096 Contact: TCEQ Water Program Manager Austin Regional Office 2800 S IH 35, Suite 100 Austin, TX 78704-5712 (512) 339-2929 a. The discharge is from a utility vault and the discharge is in compliance with the requirements and provisions of Part III, Section C; or b. All free product is removed and disposed of following state law, and the remaining contaminated water is routed to an existing TPDES permitted wastewater treatment system, disposed of under authorization of a Texas Land Application Permit (TLAP), underground injection in accordance with 30 TAC Chapter 331, or other approved disposal method. c. The petroleum fuel or petroleum substance contaminated water is land applied at the site with no runoff to water in the state where: (1) The volume to be land applied is 1,000 gallons or less during any quarter, and discharge limitations in Part III, Section A. are satisfied based on either; (i) results of laboratory analyses; or (ii) written documentation demonstrating that the treatment system is properly operated and maintained and that the treatment efficiency is adequate to meet the effluent limits in the permit based on the intake concentrations; and Page 8 TPDES General Permit TXG830000 (2) The land application: (i) complies with 16 TAC, Chapter 76 (relating to Water Well Drillers and Water Well Pump Installers); or (ii) is conducted at a minimum distance of 500 feet from all water wells; and (3) The owner or operator maintains records to demonstrate compliance with the requirements of Part II, Section CA(c). 5. Authorization under this general permit is not transferable. If either the owner or operator of the regulated entity changes, then both the present owner and operator must submit a Notice of Termination (NOT) and the new owner and operator must submit an NOI. The NOT and NOI must be submitted no later than 10 days before the change. Permittees discharging to a MS4 must submit a copy of the NOT to the operator of the system at the same time the NOT is submitted to the TCEQ. 6. If the owner or operator becomes aware that it failed to submit any relevant facts, or submitted incorrect information, in an NOI, the correct information must be provided to the Executive Director in a Notice of Change (NOC) within 14 days after discovery. If relevant information provided in the NOI changes (for example, phone number or P.O. Box number) an NOC must be submitted within 14 days of the change. Permittees discharging to a MS4 must submit a copy of any NOC to the operator of the system at the same time the NOC is submitted to the TCEQ. Section D. Termination of Coverage A permittee shall terminate coverage under this general permit through the submittal of a NOT, on a from approved by the Executive Director, when the owner or operator of the facility changes; the discharge becomes authorized under an individual permit; the use of the property changes and is no longer subject to regulation under this general permit; or the discharge becomes unnecessary, is delayed, or is completed. Authorization terminates at midnight on the day that an NOT is postmarked for delivery to the TCEQ. Section E. Authorization Under a TPDES Individual Permit 1. Discharges eligible for authorization by this general permit may alternatively be authorized by an individual permit according to 30 TAC, Chapter 305 (relating to Consolidated Permits). 2. When an individual permit is issued for a discharge that is currently authorized under this general permit, the permittee shall submit an NOT to the Executive Director. Authorization under this general permit will be terminated when the Executive Director receives the NOT. Discharges from facilities currently authorized by a TPDES individual permit, and discharges from facilities currently authorized under another TPDES general permit, may only be authorized under this TPDES general permit if the following conditions are met: a. The discharges meet the applicability and eligibility requirements for coverage under this general permit; Page 9 TPDES General Permit TXG830000 b. The current individual permit does not contain numeric water quality -based effluent limitations for the discharge (unless the discharges that resulted in the limitations have ceased and any contamination that resulted in these limitations is removed or remediated); The Executive Director has not determined that continued coverage under an individual permit is required based on consideration of a total maximum daily loading (TMDL) model, anti - backsliding policy, history of substantive noncompliance, or other site -specific considerations; d. A previous application or permit for the discharge has not been denied, terminated, or revoked by the Executive Director as a result of enforcement or water quality related concerns. The Executive Director may provide a waiver to this provision based on new circumstances at the facility, or if there is a new facility owner or operator; and e. The applicant requests cancellation of the existing TPDES individual permit within 30 days after notice that authorization under this general permit is effective. 4. Discharges from new outfalls at facilities authorized under a TPDES individual permit, or under a different TPDES general permit, may be authorized under this general permit if the following conditions are met: a. The proposed discharges meet the applicability and eligibility requirements for coverage under this general permit; b. The current individual permit does not contain numeric water quality -based effluent limitations for discharges that are similar in nature to the proposed discharge (unless the discharges that resulted in the limitations have ceased and any contamination that resulted in these limitations is removed or remediated); c. The Executive Director has not determined that coverage under an individual permit is required based on consideration of a total maximum daily loading (TMDL) model, history of substantive non-compliance, or other site -specific considerations; and d. A previous application or permit for the proposed discharge has not been denied, terminated, or revoked by the Executive Director as a result of enforcement or water quality related concerns. The Executive Director may provide a waiver to this provision based on new circumstances at the facility, or if there is a new facility owner or operator. Section F. Permit Expiration This general permit is effective for five years from the date of issuance. Authorizations for discharge under the provisions of this general permit may be issued until the expiration date of the general permit. This general permit may be amended, revoked, or cancelled by the commission after notice and comment as provided by 30 TAC §§ 205.3 and 205.5. 2. If the Executive Director proposes to reissue this general permit before the expiration date, the general permit shall remain in effect after the expiration date for those existing discharges covered by the general permit in accordance with 30 TAC, Chapter 205. The general permit shall remain in effect for these discharges until the date on which the commission takes final action on the proposal Page 10 TPDES General Permit TXG830000 to reissue this general permit. No new NOIs will be accepted or new authorizations honored for authorization under the general permit after the expiration date. Upon issuance of a renewed or amended general permit, all facilities, including those covered under the expired general permit, shall submit an NOI according to the requirements of the new general permit, obtain a TPDES individual permit, or obtain a TLAP for those discharges. 4. According to 30 TAC § 205.5(d), if the commission has made a determination that the general permit will not be renewed at least 90 days before the expiration date, pennittees authorized under this general permit shall submit an application for an individual or alternative general permit before the expiration date. If the application for an individual or alternative general permit is submitted before the general permit expiration date, authorization under this expiring general pen -nit remains in effect until the issuance or denial of an individual permit or alternative general permit. Part III. Permit Requirements Section A. Effluent Limitations Unless specifically exempted from the NOI, under Part II, Section CA(a),(b), or (c), effluent discharged under the authority of this general permit must meet the following effluent limitations: Parameter Total Petroleum Hydrocarbons 1 Daily Maximum Limitations 15 m Daily Average Limitations 15 m Sample Type Grab Monitoring Frequency *One/week 2 Total Lead 3 0.10 m /L 0.10 m L Grab *One/week 4 Total Lead 3 0.02 m L 0.02 m L Grab *One/week 4 Benzene 0.005 m /L 5 0.005 m 5 Grab *One/week 2 Total BTEX 6 0.10 m L 5) 0.10 m /L 5 Grab *One/week 2 PAH 7 0.01 m L 0.01 m L Grab *One/month 8) H 9 Standard Units 6-9 Standard Units Grab *One/week MTBE 9 0.15 m 0.15 mg1L Grab I *One/week 4 *When discharging. (1) Total petroleum hydrocarbons must be analyzed using TCEQ Method 1005. (2) The permittee may request that the monitoring frequency be revised from once per week to once every two weeks if the permittee can demonstrate historical compliance with the effluent limitation for at least six consecutive months. This request must be made in writing to the TCEQ's Industrial Wastewater Pen -nits Team (MC-148) and must include the sworn statement listed in Part III, Section A. 3. If a subsequent noncompliance occurs, the monitoring frequency shall revert to once per week. (3) The daily maximum and daily average limitations for total lead are 0.02 mg/l for discharges located in the following counties: Anderson, Angelina, Camp, Cass, Cherokee, Collin, Page 11 TPDES General Permit TXG830000 Franklin, Gregg, Hardin, Harrison, Henderson, Hopkins, Houston, Hunt, Jasper, Jefferson, Kaufman, Liberty, Marion, Morris, Nacogdoches, Newton, Orange, Panola, Polk, Rains, Rockwall, Rusk, Sabine, San Augustine, Shelby, Smith, Titus, Trinity, Tyler, Upshur, Van Zandt, or Wood. For the other counties in the state, the daily maximum and daily average limitations are 0.10 mg/l. (4) If the permittee certifies in the NOI that none of the materials handled or stored at the site contained lead, lead additives or MTBE, then monitoring frequency is once per year. The permittee may also request that the monitoring frequency be revised from once per week to once per month if the permittee demonstrates historical compliance with the effluent limitation for at least six consecutive months. This request must be made in writing to the TCEQ's Industrial Wastewater Permits Team (MC-148) and must include the sworn statement listed in Part III, Section A. 3. If a subsequent noncompliance occurs, the monitoring frequency shall revert to once per week. (5) If petroleum fuel or petroleum substance contaminated water is land applied, without any discharge to water in the state, the daily maximum and daily average limitations for benzene are 0.05 mg/1 and the daily maximum and daily average limitations for BTEX are 0.5 mg/l. (6) BTEX shall be measured as the sum of benzene, toluene, ethylbenzene, and total xylenes. (7) Polynuclear aromatic hydrocarbons shall be measured as the sum of acenaphthene, acenaphthylene, anthracene, benzo(a)anthracene, benzo(b)fluoranthene, benzo(k)fluoranthene, benzo(ghi)perylenebenzo(a)pyrene, chrysene, dibenzo(a,h)anthracene, fluoranthene, fluorene, indeno(1,2,3-cd)pyrene, naphthalene, phenanthrene, and pyrene. (8) The permittee may request that the monitoring frequency be revised from once per month to once every three months, if the permittee can demonstrate historical compliance with the effluent limitation for at least six consecutive months. This request must be made in writing to the TCEQ's Industrial Wastewater Permits Team (MC-148) and must include the sworn statement listed in Part 111, Section A. 3. If a subsequent noncompliance occurs, the monitoring frequency shall revert to once per month. (9) MTBE is methyl tent -butyl ether. 2. The discharge of wastewater shall cease within 24 hours after the permittee learns that any listed individual polynuclear aromatic hydrocarbon has been detected at a concentration of 0.01 mg/l or greater. Following the guidelines of Part III, Section B.9, a written report shall be submitted to the TCEQ's Enforcement Division (MC-224), to the appropriate regional office, and the TCEQ's Industrial Wastewater Permits Team (MC-148) within five working days. The discharge may not be resumed without written authorization from the TCEQ's Industrial Wastewater Permits Team. 3. A request to the TCEQ's Industrial Wastewater Permits Team (MC-148) to reduce monitoring frequencies for total petroleum hydrocarbons, total lead, benzene, total BTEX, or MTBE must include the following certification statement and be signed by the owner and operator of the regulated activity: Page 12 I TPDES General Permit TXG830000 I certify that the effluent limits have not been exceeded for at least six consecutive months for the parameters that I am requesting to monitor for at a reduced frequency. This document, and all attachments, were prepared under my direction or supervision according to a system designed to assure that qualified people properly gather and evaluate the information submitted. Based on my review of the documents, an inquiry of the person or persons who manage the system, or an inquiry of the people directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Section B. General Requirements 1. There shall be no discharge of floating solids or visible foam other than in trace amounts, and no discharge of visible oil. 2. The discharge shall be to a splash pad or to a paved area to prevent erosion. The rate of discharge shall be controlled through best management practices to prevent flooding and erosion. 3. Mixing zones shall not encompass an intake for a domestic drinking water supply, and the discharge may never be located within 300 feet of the intake for a domestic drinking water supply. 4. The discharge must be a minimum distance of 500 feet from any water well. 5. The discharge shall not contain concentrations of taste or odor producing substances which would impart unpalatable flavor to food fish including shellfish, result in offensive odors arising from the receiving waters, interfere with the treatment of potable water, or otherwise interfere with the reasonable use of the water in the state. 6. Unless specifically exempted from the NOI under Part II, Section CA, the permittees shall notify the appropriate regional office at least 48 hours before initiating the discharge. 7. Facilities which generate industrial solid wastes, as defined in 30 TAC §335.1, shall comply with the provisions of 30 TAC, Chapter 335 (relating to Industrial Solid Waste and Municipal Hazardous Waste). If the requirements of 30 TAC, Chapter 335 do not apply, the solid wastes shall be disposed of in accordance with the Texas Health and Safety Code, Chapter 361. 8. Disposal of waste and wastewater shall be done in such a manner as to prevent nuisance conditions. 9. The permittee shall provide the following noncompliance notifications: a. The permittee shall take all steps necessary to prevent any adverse effect to human health or safety, or to the environment. The permittee shall immediately cease discharging whenever it is discovered the discharge may endanger human health or safety, or the environment and this noncompliance shall be reported to the TCEQ. Report of such information shall be provided orally or by facsimile (FAX) to the appropriate regional office within 24 hours of becoming aware of the noncompliance. A written submission of such information shall also be provided by the permittee to the regional office and the TCEQ's Enforcement Division (MC-224) within five working days of becoming aware of the noncompliance. The written submission shall Page 13 t TPDES General Permit TXG830000 contain a description of the noncompliance and its cause; the potential danger to human health or safety, or the environment, the period of noncompliance, including exact dates and times; if the noncompliance has not been corrected, the anticipated time it is expected to continue, and steps taken or planned to reduce, eliminate, and prevent recurrence of the noncompliance and to mitigate its adverse effects. b. In addition, any effluent violation which deviates from the permitted effluent limitation by more than 40% shall be reported by the permittee in writing to the Regional Office and the Enforcement Division (MC-224) within 5 working days of becoming aware of the noncompliance. c. Any noncompliance other than that specified in paragraphs (a) and (b) above, or any required information not submitted or submitted incorrectly, shall be reported to the Enforcement Division (MC-224) as promptly as possible. For effluent limitation violations, noncompliances shall be reported on the approved DMR form. 10. Air emissions for any regulated entity must comply with either 30 TAC § 106.533 (relating to Water and Soil Remediation) or 30 TAC, Chapter 116 (relating to Control of Air Pollution by Permits for New Construction or Modification), as appropriate. Section C. Discharges from Utility and Pipeline Vaults Discharges from telephone, electric, gas, cable, and/or pipeline vaults, or other telecommunication utility vaults, shall comply with the following requirements: 1. Except for utility vaults designed to automatically discharge accumulated water, through the use of submersible pumps or by gravity flow design, the utility shall test for hydrocarbon vapors using a standard explosimeter test. If the utility does not detect the presence of hydrocarbons, the following requirements of this Part III, Section CA are not required. If the utility detects the presence of hydrocarbon vapors, as indicated by the test, the utility shall air purge the vault. Following this initial air purging, but before discharging the contents of the vault, the utility shall again perform a standard explosimeter test. If the second test does not reveal hydrocarbon vapors, the following requirements of this Part III, Section CA are not required. If both tests reveal hydrocarbon vapors, the utility shall take a sample of the water and have a laboratory analysis performed to determine the concentrations of benzene and BTEX. If analyses indicate that the concentration of benzene is less than 0.005 mg/l, and that the concentration of BTEX is less than 0.10 mg/l, the following requirements of this Part III, Section C.1. are not required. If the concentration of benzene is greater than 0.005 mg/l, or the concentration of BTEX is greater than 0.10 mg/l, the utility must: submit an NOI for authorization to discharge under this general permit; land apply the water under the c _ [ions of Part II.C.4(c); apply for an individual permit; or dispose of the water through an existing TPDES permitted wastewater treatment system. t - Utility vaults that are designed to automatically discharge accumulated water, through the use of submersible pumps or by gravity flow design, should be examined for evidence of petroleum contamination on a schedule consistent with other routine utility inspections. The utility shall test for hydrocarbon vapors using a standard explosimeter test. If the utility detects the presence of hydrocarbon vapors, as indicated by the test, a sample of the discharge must be collected and a laboratory analysis performed to determine the concentration of benzene and BTEX. If an analysis Page 14 TPDES General Permit TXG830000 indicates that the concentration of benzene is greater than 0.005 mg/l, or the concentration of BTEX is greater than 0.10 mg/l, the utility must: submit an NOI for authorization to discharge under this general permit; land apply the water under the conditions of Part II.CA(d); apply for an individual permit; or dispose of the water through an existing TPDES permitted wastewater treatment system. 2. Discharges from electric utility vaults that contain oil -filled equipment (including transformers) must meet the following additional requirements: a. All oil -filled electrical equipment must be examined to determine if the equipment is leaking. If the equipment is submerged and can not be examined, the water must be visually examined for evidence of contamination. If there is no evidence of contamination from leaking equipment, there are no additional requirements before discharge. b. If contamination from oil -filled equipment exists, the equipment shall be examined to determine if the equipment is considered "non -PCB" according to Title 40 CFR Part 761. If the equipment is "non -PCB," the following requirements of this Part III, Section C.2 are not required. c. If contamination is from oil -filled equipment that is considered "PCB contaminated," according to Title 40 CFR Part 761, the water must either be collected and disposed of according to state law or the water shall be sampled, analyzed, and not exceed the concentration of 0.002 mg/1 for PCB. The utility must keep records of laboratory analyses at the utility's office nearest the discharge. The utility must maintain the records for a minimum of three years, and the records must be made readily available to TCEQ personnel upon request. 3. The discharge must not contain free product. 4. The discharge must not cause nuisance conditions. 5. Solid wastes shall be disposed of following the requirements of the Texas Health and Safety Code, Chapter 361. 6. The utility shall take all steps necessary to prevent any adverse effect to human health or safety, or to the environment. The utility shall immediately cease discharging whenever it is discovered the discharge may endanger human health or safety, or the environment. The problem shall be reported following the requirements in Part III, Section B.9. 7. For emergency repairs to utility equipment contained in utility vaults, where a discharge of petroleum contaminated water is necessary in order to protect that equipment or to facilitate repairs, the utility may discharge as necessary and not follow the requirements of Part III, Section B.1-7. Under these circumstances, the utility must notify the appropriate TCEQ regional office by telephone as soon as possible. 8. Discharges from pipeline vaults do not include discharges of water contaminated by petroleum product from the cleaning, repair, or testing of a pipeline. Page 15 11 TPDES General Permit TXG830000 Part IV. Standard Permit Conditions 1. The permittee has a duty to comply with all conditions in this general permit. Failure to comply -! with any condition is a violation of the general permit and the statutes under which the general permit was issued. Any violation may be grounds for enforcement action, for terminating coverage under this general permit, or for requiring a permittee to apply for and obtain either a TPDES individual permit or a TLAP. 2. It is not a defense for a permittee in an enforcement action that it would have been necessary to halt or reduce the permitted discharge to maintain compliance with conditions of the general permit. 3. The permittee shall at all times properly operate and maintain all facilities and systems of treatment and control (and related appurtenances) installed or used by the permittee to achieve compliance with conditions of the general permit. Proper operation and maintenance also includes adequate laboratory and process controls, and appropriate quality assurance procedures. This provision requires the operation of back-up or auxiliary facilities or similar systems only when necessary to achieve compliance with conditions of the general permit. 4. The permittee shall furnish any information, at the request of the Executive Director, which is necessary to determine whether cause exists for revoking, suspending, or terminating authorization under this general permit. The requested information must be provided within a reasonable time frame and in no case later than 30 days from the date of the request. 5. The permittee shall give notice to the Executive Director before physical alterations or additions to the permitted facility if such alterations would result in a violation of the general permit requirements. 6. Inspection and entry shall be allowed under Chapters 26-28 of the TWC; Health arid Safety Code §§ 361.032-361.033 and 361.037; and Title 40 of the Code of Federal Regulations (CFR) § 122.41(i). The statement in TWC § 26.014 that commission entry of a regulated entity shall occur in accordance with an establishment's rules and regulations concerning safety, internal security, and fire protection is not grounds for denial or restriction of entry to any part of the regulated entity, but merely describes the commission's duty to observe appropriate rules and regulations during an inspection. 7. Standard monitoring and reporting requirements are as follows: a. Samples shall be collected, and measurements shall be taken at times and in a manner so as to be representative of the monitored discharge; b. All samples must be collected according to the latest edition of "Standard Methods for the Examination of Water and Wastewater" (prepared and published jointly by the American Public Health Association, the American Waterworks Association, and the Water Pollution Control Federation), or the Environmental Protection Agency's, "Methods for Chemical Analysis of Water and Wastes" (1979), or the Environmental Protection Agency's, "Biological Field and Laboratory Methods for Measuring the Quality of Surface Waters and Effluents" (1973); Page 16 TPDES General Permit TXG830000 c. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater; d. The permittee shall ensure that properly trained and authorized personnel monitor and sample the discharge; e. The sampling point must be downstream of any treatment unit or technique; f. Monitoring results shall be provided at the intervals specified in the permit on an approved DMR (EPA Form 3320-1) that is signed and certified as required by Part IV.8. The permittee must submit the DMRs to the TCEQ's Enforcement Division (MC-224) on a quarterly basis, and the DMR must arrive by the 201h day in the months of April, July, October, and January. The self - report form for any given month shall be due for each discharge which is described by this permit whether or not a discharge is made for the month. If noncompliance with a discharge limitation occurs, the permittee shall provide notification according to Part III.B.9. g. The permittee shall retain all records related to the application, monitoring, or certification for a period of three years from the date of termination of the discharge. This period may be extended at the request of the Executive Director; and h. Records of monitoring activities must include: (1) date, time, and place of sample or measurement; (2) identity of individual who collected the sample or made the measurement; (3) date of laboratory analysis; (4) identity of the individual and laboratory that performed the analysis; (5) the technique or method of analysis; and (6) the results of the analysis or measurement. 8. All reports, NOIs, NOTs, NOCs, or other information requested by the Executive Director shall meet the requirements of 30 TAC § 305.128 (relating to Signatories to Reports). 9. Authorization under this general permit may be suspended or revoked for the reasons stated in 30 TAC § 205.4. Notifying the TCEQ of planned changes or an anticipated noncompliance does not stay any general permit condition. 10. This general permit does not convey any property rights of any sort, or any exclusive privilege. 11. If the permittee becomes aware that it failed to submit any relevant facts in an NOI, or submitted incorrect information in an NOI or in any report to the Executive Director, it shall promptly submit such facts or information. Page 17 TPDES General Permit TXG830000 12. The permittee is subject to administrative, civil, and criminal penalties, as applicable, under TWC §§ 7.051, 7.101, 7.148, and 7.149 for violations including, but not limited to, the following: (a) Violating Clean Water Act (CWA), Sections 301, 302, 306, 307, 308, 318, or 405, or any condition or limitation implementing any sections in a general permit issued under CWA, Section 402, or any requirement imposed in a pretreatment program approved under CWA, Section 402(a)(3) or 402(b)(8); (b) Intentionally or knowingly tampering with, modifying, disabling, or failing to use pollution control or monitoring devices, systems, methods, or practices required under this permit; and (c) Intentionally or knowingly makes or causes to be made a false material statement, representation, or certification in, or omits or causes to be omitted material information from, an application, notice record, report, plan, or other document including monitoring device Pp� p �P g g data, filed or required to be maintained by this permit. Part V. Fees 1. An NOI must include a $100 application fee. A fee is not required for submission of a NOT or NOC. 2. Annual Water Quality Fee - Facilities having an active authorization on September 1 of each year (have not submitted a NOT prior to this date) will be billed $500 for the following fiscal year. Page 18 s APPENDIX C TCEQ FACT SHEET AND EXECUTIVE DIRECTOR'S PRELIMINARY DECISION November 17, 2011 FACT SHEET AND EXECUTIVE DIRECTOR'S PRELIMINARY DECISION For proposed Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXG830000 to discharge into or adjacent to water in the state. Issuing Office: Texas Commission on Environmental Quality P.O. Box 13087 Austin, TX 78711 Prepared by: Yvonna Pierce Wastewater Permitting Section Water Quality Division (512) 239-6922 Date: January 22, 2008 Permit Action: Amendment with Renewal of General Permit TXG830000 I. Summary The Texas Commission on Environmental Quality (TCEQ) is proposing to amend and reissue a TPDES general permit authorizing discharges of water contaminated by petroleum fuel or petroleum substances. The general permit authorizes petroleum contaminated discharges from: groundwater pump tests; groundwater, surface water, and soil remediation activities; cleanup activities following spills that occur during transportation of petroleum fuel or petroleum substances; removal of water from underground and aboveground storage tank systems previously containing petroleum fuel or petroleum substances; removal of accumulated groundwater from excavation sites; and removal of accumulated water within utility and pipeline vaults. II. Executive Director's Recommendation The Executive Director has made a preliminary decision that this permit, if reissued, meets all statutory and regulatory requirements. It is proposed that the permit be reissued to expire five years from date of issuance in accordance with the requirements of 30 TAC §205.5(a). III. Permit Applicability A. This general permit authorizes the discharge of water contaminated by petroleum fuel or petroleum substances. The permit specifies which facilities may be authorized under this general permit and those which must be authorized by individual permit. B. The following discharges are not eligible for general permit coverage: (1) Discharges prohibited by 30 TAC, Chapter 311 (relating to Watershed Protection) and 30 TAC, Chapter 213 (relating to the Edwards Aquifer). (2) Discharges of the constituent(s) of concern to impaired water bodies for which there is a total maximum daily load (TMDL) implementation plan are not eligible for this permit unless they are consistent with the approved TMDL and the implementation plan. The executive director may amend this general permit or develop a separate general permit for discharges to these water bodies. For discharges not eligible for coverage under this permit, the discharger must apply for and receive an individual or other applicable general permit prior to discharging. Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 (3) Discharges into or adjacent to water in the state from facilities that are regulated by the Railroad Commission of Texas, including crude oil facilities. (4) Discharges determined by the executive director that do not maintain existing uses of receiving waters. (5) Discharges that would adversely affect a listed endangered or threatened species or its critical habitat are not authorized by this permit. Federal requirements related to endangered species apply to all TPDES permitted activities, and site -specific controls may be required to ensure that protection of endangered or threatened species is achieved. C. Facilities that dispose of wastewater by any of the following practices are not required to obtain coverage under this general permit nor an individual wastewater permit: (1) Recycling of the wastewater with no resulting discharge into or adjacent to water in the state. (2) Pumping and hauling of the wastewater to an authorized disposal facility. (3) Discharge to a publicly owned treatment work (POTW). (4) Underground injection in accordance with 30 TAC Chapter 331. (5) Discharge to above ground storage tanks with no resulting discharge into or adjacent to water in the state IV. Permit Effluent Limitations A. Unless specifically exempted from the notice requirements under Part II, Section CA. of the general permit, effluent discharged under the authority of this general permit must meet the following effluent limitations: Daily Maximum Daily Average Sample Monitoring Parameter Limitations Limitations Type Frequency Total Petroleum Hydrocarbons 1 15 mg/l 15 mg/l Grab One/week 2 Total Lead 3 0.10 mg/l 0.10 mg/l Grab One/week 4 Total Lead 3 0.02 mg/L 0.02 mg/L Grab One/week 4 Benzene 0.005 mg/L' 0.005 mg/L' Grab One/week 2 Total BTEX 6 0.10 mg/L' 0.10 mg/L s Grab One/week 2 PAW 0.01 mg/L 0.01 ing/L Grab One/month 8 pH 6 - 9.0 Standard Units N/A Grab One/week MTBE 9 0.15 mg/L 0.15 mg/L Grab One/week 4 Total petroleum hydrocarbons must be analyzed using TCEQ Method 1005. i' 2 The permittee may request that the monitoring frequency be revised from once per week to once every two weeks if the permittee can demonstrate historical compliance with the effluent limitation for at least six consecutive months. This request must be made in writing to the TCEQ's Industrial Team (MC-148) j ? i Page 2 j x Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 and must include the sworn statement listed in Part III, Section A.3. of the general permit. If a subsequent noncompliance occurs, the monitoring frequency shall revert to once per week. 3 The daily maximum and daily average limitations for total lead are 0.02 mg/1 for discharges located in the following counties: Anderson, Angelina, Camp, Cass, Cherokee, Collin, Franklin, Gregg, Hardin, Harrison, Henderson, Hopkins, Houston, Hunt, Jasper, Jefferson, Kaufman, Liberty, Marion, Morris, Nacogdoches, Newton, Orange, Panola, Polk, Rains, Rockwall, Rusk, Sabine, San Augustine, Shelby, Smith, Titus, Trinity, Tyler, Upshur, Van Zandt, or Wood. For the other counties in the state, the daily maximum and daily average limitations are 0.10 mg/l. 4 If the permittee certifies in the NOI that none of the materials handled or stored at the site contained lead, lead additives or MTBE, the monitoring frequency is once per year. The permittee may also request that the monitoring frequency be revised from once per week to once a month if the permittee demonstrates historical compliance with the effluent limitation for at least six consecutive months. This request must be made in writing to the TCEQ's Industrial Team (MC-148) and must include the sworn statement listed in Part III, Section A.3. of the general permit. If a subsequent noncompliance occurs, the monitoring frequency shall revert to once per week. 5 If petroleum fuel or petroleum substance contaminated water is land applied, without any discharge to water in the state, the daily maximum and daily average limitations for benzene are 0.05 mg/1 and the daily maximum and daily average limitations for total BTEX are 0.5 mg/l. 6 BTEX shall be measured as the sum of benzene, toluene, ethylbenzene, and total xylenes. ' Polynuclear aromatic hydrocarbons shall be measured as the sum of acenaphthene, acenaphthylene, anthracene, benzo(a)anthracene, benzo(k)fluoranthene, benzo(k)fluoranthene, benzo(ghi)perylene, benzo(a)pyrene, chrysene, dibenzo(a,h)anthracene, fluoranthene, fluorene, indeno(1,2,3-cd)pyrene, naphthalene, phenanthrene, and pyrene. 8 The permittee may request that the monitoring frequency be revised from once per month to once every three months, if the permittee can demonstrate historical compliance with the effluent limitation for at least six consecutive months. This request must be made in writing to the TCEQ's Industrial Team (MC-148) and must include the sworn statement listed in Part III, Section A.3. of the general permit. If a subsequent noncompliance occurs, the monitoring frequency shall revert to once per week. 9 MTBE is methyl tertiary -butyl ether. V. Changes From Existing General Permit A. The sampling frequency for pH was changed from once per day to once per week to be consistent with the sampling frequencies of the other parameters in the general permit. This general permit was first issued by the TCEQ on October 2, 2002 and no pH data was available for review at that time. A review of the pH data for 2005 (288 samples) showed only two exceedances (5.96 and 5.74), which justify a change in sampling frequency. B. Deleted the word subterranean from the definition of utility vault as these vaults may be located above ground. C. Added definitions for owner, operator, facility, land application, and permittee to clarify the requirements of the general permit and to be consistent with other TPDES general permits. Page 3 t, Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 D. Revised the language of the testing requirements for the determination of the presence of hydrocarbons in utility vaults for clarification of the methodology located in Part III, Section C. 1. E. Included language for endangered and threatened species regarding the limitation on coverage in Part II. Section B to be consistent with other TPDES general permits. This language lets permittees know that in addition to the general permit requirements, federal regulations regarding endangered or threatened species could require additional measures of protection or deny coverage under the general permit. F. Lowered the MTBE limitation to 0.15 mg/L to prevent water quality concerns regarding taste and odor. G. Included language to clarify to whom the permittee should submit the required information to resume discharging after an exceedence in PAH has occurred. H. Added an annual fee of $500 to help cover the cost of the implementation of this general permit and to be consistent with other issued wastewater general permits. I. Included a definition for pipeline vaults and included requirements for discharges from pipelines vaults in Part III, Section C. VI. Addresses Comments on this proposed general permit should be sent to: Office of the Chief Clerk (MC-105) TCEQ P.O. Box 13087 Austin, TX 78711-3087 (512)239-3300 Questions concerning this draft general permit should be directed to: Yvonna Pierce TCEQ Wastewater Permitting Section (MC-148) Water Quality Division, MC 148 P.O. Box 13087 Austin, TX 78711-3087 (512)239-6922 Supplementary information on this fact sheet is organized as follows: VII. Legal Basis VIII. Regulatory Background IX. Permit Coverage X. Technology -based Requirements XI. Water Quality -based Requirements XII. Monitoring XIII. Procedures for Final Decision XIV. Administrative Record Page 4 Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 VII. Legal Basis Section 26.121 of the Texas Water Code (TWC) makes it unlawful to discharge pollutants into or adjacent to water in the state except as authorized by a rule, permit, or order issued by the commission. TWC, §26.027 authorizes the conunission to issue permits and amendments to permits for the discharge of waste or pollutants into or adjacent to water in the state. TWC, §26.040 provides the commission with authority to amend rules adopted under §26.040 prior to amendment of the statute by House Bill (HB) 1542 in 1997, and to authorize waste discharges by general permit. On September 14, 1998, the TCEQ received authority from the United States Environmental Protection Agency (EPA) to administer the Texas Pollutant Discharge Elimination System (TPDES). The TCEQ and the EPA have signed a Memorandum of Agreement which authorizes the administration of the National Pollutant Discharge Elimination System (NPDES) program to the TCEQ as it applies to the State of Texas. A provision of the agreement reached between the two agencies in the transfer of this authority requires the commission to either repeal or replace its authorizations by rule, or amend them, as necessary, to meet the requirements of the Clean Water Act, (CWA). CWA, §§301, 304, and 401 (33 United States Code (USC), §§1331, 1314, and 1341) include provisions which state that NPDES permits must include effluent limitations requiring authorized discharges to: (1) meet standards reflecting levels of technological capability; (2) comply with EPA -approved state water quality standards; and (3) comply with other state requirements adopted under authority retained by states under CWA, §510, 33 USC, § 1370. Two types of technology -based effluent limitations must be included in the general permit. With regard to conventional pollutants, i.e., pH, biochemical oxygen demand (BOD), oil and grease, total suspended solids (TSS), and fecal coliform bacteria, CWA, §301(b)(1)(E) requires effluent limitations based on "best conventional pollutant control technology" (BCT). With regard to nonconventional and toxic pollutants, CWA, §301(b)(2)(A), (C), and (D) requires effluent limitations based on "best available technology economically achievable" (BAT), a standard which generally represents the best performing existing technology in an industrial category or subcategory. BAT and BCT effluent limitations may never be less stringent than corresponding effluent limitations based on best practicable control technology (BPT), a standard applicable to similar discharges before March 31, 1989 under CWA, §301(b)(1)(A). Frequently, EPA adopts nationally applicable guidelines identifying the BPT, BCT, and BAT standards to which specific industrial categories and subcategories are subject. Until such guidelines are published, however, CWA, §402(a)(1) requires that appropriate BCT and BAT effluent limitations be included in permitting actions on the basis of its best professional judgment (BPJ). This general permit was previously issued on October 2, 2002. VIII. Regulatory Background The regulation of water contaminated by petroleum fuel or petroleum substances was initially through authorization by rule, 30 TAC, §321, Subchapter H (relating to Petroleum Contaminated Discharges). This rule was originally adopted with an effective date of May 9, 1989. The commission was given authority to issue general permits in place of authorizations by rule through legislation, HB 1542, passed during the 75th legislative session. Further clarification of this general permit authority was provided in subsequent legislation, HB 1283, passed during the 76th legislative session. IX. Permit Coverage The purpose of the general permit is to regulate the surface discharges of water contaminated by petroleum fuel or petroleum substances into or adjacent to water in the state. To obtain authorization to discharge under this general permit, an applicant will need to use the following guidelines. Page 5 Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 A. Unless specifically exempted from the notice requirements under Part II, Section CA., applicants seeking authorization to discharge under this general permit must submit a completed Notice of Intent (NOI) on a form approved by the Executive Director. The NOI shall, at a minimum, include: the legal name and address of the owner and operator, the facility name and address, specific description of its location, type of facility or discharges, and the receiving waters. B. Submission of an NOI is an acknowledgment that the conditions of this general permit are applicable to the proposed discharge, and that the applicant agrees to comply with the conditions of this general permit. If the discharge is not located within ten stream miles upstream of the Edwards Aquifer recharge zone, provisional authorization to discharge under the terms and conditions of this general permit begins 48 hours after a completed NOI is postmarked for delivery to the TCEQ. The NOI must be submitted to the address indicated on the NOI form. If TCEQ provides for electronic submittal of NOIs during the term of this general permit, provisional authorization begins 24 hours following receipt of the electronic NOI form by the TCEQ unless restricted by Part II, Section C.3. Following review of the NOI, the Executive Director shall either confirm coverage by providing a notification and an authorization number to the applicant or notify the applicant that coverage under this general permit is denied. Applicants seeking authorization to discharge to a municipal separate storm sewer system must provide a copy of the NOI to the operator of the system at the same time an NOI is submitted to the TCEQ. C. For discharges located within ten stream miles upstream of the Edwards Aquifer recharge zone, applicants must also submit a copy of the NOI to the appropriate TCEQ regional office. For discharges located in Medina, Bexar, Comal, Kinney, or Uvalde counties, a copy of the NOI must be sent to the San Antonio regional office. For discharges located in Hays, Travis, or Williamson counties, a copy of the NOI must be sent to the Austin regional office. For applicants seeking authorization to discharge within ten stream miles upstream of the Edwards Aquifer recharge zone, authorization begins when the applicant receives written confirmation from TCEQ. D. An NOI is not required if: (1) The discharge is from a utility vault and the discharge is in compliance with the requirements and provisions of Part III, Section C of the general permit. The Executive Director considered the following in making this determination as required by 40 CFR 122.28(b)(2)(v): (a) Type of discharge: The discharge would be the result of accumulated water within a utility vault. (b) Expected nature of the discharge: The water discharged from a utility vault would primarily be rainfall runoff. Without the submission of an NOI, the permit would not allow a discharge to surface waters from a utility vault that contains hydrocarbon vapors or shows evidence of leaking oil -filled equipment. Also, the discharge must not contain free product, be considered "non -PCB" or have a PCB level not to exceed 0.002 mg/L PCB, and shall not contain a concentration of taste or odor producing substances that interfere with the production of potable water or interfere with the reasonable use of water in the state. (c) Expected volume of the discharge: On a daily basis, the volume is expected to be negligible to nonexistent. During rainfall events the volume is dependent on the amount of rainfall. (d) Other means of identifying discharges covered by this general permit: Each utility company can provide this information upon request. Page 6 Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 (e) Estimated number of discharges to be covered by the permit: Based on information provided by the Association of Electric Companies of Texas (AECT) there are thousands of utility vaults in the state that are eligible for discharge under this general permit. (2) All free product is removed and disposed of following state law, and the remaining contaminated water is routed to an existing TPDES permitted wastewater treatment system, disposed of under authorization of a Texas Land Application Permit (TLAP), underground injection in accordance with 30 TAC Chapter 331, or other approved disposal method. (3) The petroleum fuel or petroleum substance contaminated water is land applied at the site with no runoff to water in the state where: (a) the volume to be land applied is 1,000 gallons or less during any quarter, and discharge limitations in Part III, Section A are satisfied based on either; (i) results of laboratory analyses; or (ii) written documentation demonstrating that the treatment system is properly operated and maintained and that the treatment efficiency is adequate to meet the effluent limits in the permit based on the intake concentrations; and (b) the land application: (i) complies with 16 TAC, Chapter 76 (relating to Water Well Drillers and Water Well Pump Installers); or (ii) is conducted at a minimum distance of 500 feet from all water wells; and (c) the owner or operator maintains records to demonstrate compliance with the requirements of Part II, Section CA(d). E. Authorization under this general permit is not transferable. If the owner or operator of the regulated entity changes, the present owner and operator must submit a Notice of Termination (NOT) and the new owner and operator must submit an NOI. The NOT and NOI must be submitted not later than 10 days before the change. Permittees discharging to a MS4 must submit a copy of the NOT to the operator of the system at the same time the NOT is submitted to the TCEQ. F. If the owner or operator becomes aware that it failed to submit any relevant facts, or submitted incorrect information, in an NOI, the correct information must be provided to the executive director in a Notice of Change (NOC) within 14 days after discovery. If relevant information provided in the NOI changes (for example, phone number or P.O. Box number) an NOC must be submitted within 14 days of the change. Permittees discharging to a MS4 must submit a copy of any NOC to the operator of the system at the same time the NOC is submitted to the TCEQ. X. Technology -Based Requirements The limitations and conditions of the general permit have been developed to comply with the technology -based standards of the Clean Water Act. There are currently no nationally applicable guidelines identifying the BPT, BCT, and BAT standards, and the technology -based effluent limitations included in the general permit are based on BPJ. The parameters selected for BCT/BAT limits are the primary pollutants of concern for discharges r authorized in the general permit. The limitations for these parameters are: 15 mg/L total petroleum hydrocarbons, Page 7 Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 0.05 Benzene, 0.50 mg/L BTEX, 0.01 mg/L PAH, and between 6.0 to 9.0 standard units pH. These effluent limitations are economically achievable and are established at levels existing in the current TPDES General Permit TXG830000. XI. Water Quality -Based Requirements The Texas Surface Water Quality Standards found at 30 TAC, §307 state that "surface waters will not be toxic to man, or to terrestrial or aquatic life." The methodology outlined in the "Procedures to Implement the Texas Surface Water Quality Standards" is designed to insure compliance with 30 TAC, §307. Specifically, the methodology is designed to insure that no source will be allowed to discharge any wastewater which: (1) results in instream aquatic toxicity; (2) causes a violation of an applicable narrative or numerical state water quality standard; (3) results in the endangerment of a drinking water supply; or (4) results in aquatic bioaccumulation which threatens human health. TPDES permits contain technology -based effluent limits reflecting the best controls available. Where these technology -based permit limits do not protect water quality or the designated uses, additional water quality -based effluent limitations and/or conditions are included in the permits. State narrative and numerical water quality standards are used in conjunction with EPA criteria and other toxicity data bases to determine the adequacy of technology -based permit limits and the need for additional water -quality based controls. A review by the TCEQ's Water Quality Standards Team determined that the proposed technology -based effluent limits are protective of water quality. Water quality based effluent limits for total lead and benzene are continued from the existing permit. The effluent limit for methyl tertiary -butyl ether (MTBE) was changed from 0.24 mg/L to 0.15 mg/L. The daily maximum and daily average effluent limit of 0.100 mg/l for total lead was developed based on the protection for acute freshwater aquatic life toxicity in situations where little or no dilution occurs, and will help ensure that chronic criteria will be protected. Human health criteria is protected by the lead limit, since rapid dilution is expected for any discharges into waterbodies that are large enough to constitute a public drinking water supply or a sustainable fishery. The daily maximum and daily average effluent limit of 0.02 mg/L for total lead was developed for discharges into the Cypress, Sabine, and Neches river basins. The basis for this decision was that these water basins contain water that is soft in comparison to others in the State of Texas and the limit of 0.10 mg/1 would not be protective of the environment. For the protection of human health and to protect drinking water taste and odor the limitation of 0.24 mg/L for MTBE has been lowered to 0.15 mg/L at the recommendation of the TCEQ's Water Quality Standards Team. An EPA fact sheet dated December 1997 (EPA-822-F-97-009) recommends that MTBE levels be below the range of 0.020-0.040 mg/L in order to protect consumer acceptance (taste and odor) of public drinking water sources. This range is about 20,000 to 100,000 times lower than the range of exposure levels in which cancer and noncancer effects were observed; therefore, protecting water sources from unpleasant taste and odor will also protect consumers from potential health effects. However, the fact sheet also notes that some individuals may still detect MTBE below 0.020mg/L. Because of this, it is recommended that MTBE levels be no greater than 0.015 mg/L at drinking water intakes. Given the fact that drinking water supplies constitute large water bodies which provide rapid dilution for small and intermittent discharges such as those which would be covered by this general permit, it is the Water Quality Standards Team recommendation that an MTBE limit of 0.15 mg/L be placed in the general permit. Of the specific petroleum products of concern, the Texas Surface Water Quality Standards contain a numeric limit for benzene to protect human health. The applicable instream criteria are 0.005 mg/l for public drinking water sources, 0.106 mg/l to protect freshwater fisheries, and 0.0708 mg/l to protect saltwater fisheries. The general t�. Page 8 Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 permit specifies an effluent limit of 0.005 mg/l for benzene. This effluent limit is expected to meet water quality standards, including standards for drinking water sources. The BTEX effluent limit of 0.1 mg/1 remains protective of all BTEX constituents except for benzene when: (1) typical dilutions are assumed near the point of discharge for lakes and estuaries; (2) discharges are not large; or (3) discharges are not continuous. The numeric effluent limit for benzene is less than the maximum contaminant level (MCL) for this pollutant, and is also equal to the human health water quality standard for public drinking water sources. The toxicity of BTEX is extremely variable and depends on the relative concentration of each constituent. Criteria which have been derived for individual BTEX constituents are as follows: Chemical Water and Fish Consumption Freshwater Saltwater Aquatic Life Chronic Sustainable Fisheries Aquatic Life Chronic Sustainable Fisheries Benzene 0.005 tt 0.530 a 0.106 t 0.510 0.0708 t Ethylbenzene 0.700 tt 1.0900 29.0001 0.249 291 Toluene 1.000 tt 1.4500 28.9521 0.475 § 19.301 11 Xylene 10.000 tt 1.3400 No HH data 1 0.850 § No HH data t 30 TAC § 307, Table 3. § Derived by TCEQ staff from available data, in accordance with procedures in the Texas Surface Water Quality Standards, 30 TAC §307.6(c)(7) and 307.6(d)(8). # Calculated using an acute -to -chronic ratio of 10. ¶ Derived from EPA, National Recommended Water Quality Criteria:2002, EPA-822-R-02-047, November 2002; in accordance with procedures in the Texas Surface Water Quality Standards, 30 TAC §307.6(d)(8). tt Minimum Concentration Level (MCL). If the discharge is land applied, which does not allow any discharge to surface waters, the daily maximum and daily average limitations for benzene are 0.05 mg/l and the daily maximum and daily average limitations for total BTEX are 0.5 mg/l. These limitations are based on technology based BPJ limits as discussed in Section X. These limits are less stringent than the water quality based limitations above, which are based on human health criteria for direct discharge to surface waters. In order to achieve compliance with Texas water quality standards, permittees must meet the following narrative water quality requirements: A. There shall be no discharge of floating solids or visible foam in other than trace amounts and no discharge of visible oil. B. Concentration of taste and odor producing substances shall not interfere with the production of potable water by reasonable water treatment methods, impart unpalatable flavor to food fish including shellfish, result in offensive odors arising from the waters, or otherwise interfere with the reasonable use of the water in the state. Page 9 Fact Sheet and Executive Director's Preliminary Decision a TPDES General Permit No. TXG830000 The Texas Water Quality Standards also require that discharges shall not be acutely toxic to aquatic life, as determined by requiring greater than 50% survival in 100% effluent using a 24-hour acute toxicity test. This requirement, however, is typically only required for continuously flowing discharges or discharges with the potential to exert toxicity in the receiving stream, according to the state's implementation procedures. The discharges authorized under this general permit are not typically continuous flowing discharges and the limitations for pollutants of concern in the permit should preclude toxicity instreaim. The concentrations (LC 50) of these pollutants that exhibit 50% mortality are less protective than the concentrations in the permit. The EPA's document, Quality Criteria for Water 1986 (EPA 440/5-86-001), also called the "Goldbook" list the aquatic life criterion for Benzene as 5.3 mg/L which is less protective than the 0.005 mg/L limit in the draft permit. Toxicity data compiled by the Water Quality Assessment Team shows LC 50s for sensitive freshwater species as 9.5 mg/L for toluene, 21.8 mg/L for ethylbenzene, and 5.9 mg/L for xylenes. The LC 50s for marine species are 9.5 mg/L for toluene, 5.0 mg/L for ethylbenzene, and 7.4 mg/L for xylenes. Therefore, the limits in the draft permit of 0.005 mg/L for benzene, and 0.1 mg/L for BTEX should preclude toxicity instream, so the 24-hour toxicity tests are not required by the general permit. XII. Monitoring Monitoring is required by 40 CFR, § 122.44(i) for each pollutant limited in a permit to ensure compliance with the permit limits. The general permit has the following criteria established for monitoring. A. The permittee shall ensure that properly trained and authorized personnel monitor and sample the discharge. B. The sampling point must be downstream of any treatment unit or technique. C. All samples must be collected according to the latest edition of "Standard Methods for the Examination of Water and Wastewater" (prepared and published jointly by the American Public Health Association, the American Waterworks Association, and the Water Pollution Control Federation), or the Environmental Protection Agency's, "Methods for Chemical Analysis of Water and Wastes" (1979), or the Environmental Protection Agency's, "Biological Field and Laboratory Methods for Measuring the Quality of Surface Waters and Effluents" (1973). D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." E. With the exception of analytical results from utility vaults that have not submitted an NOI and from discharges that are land applied, all analytical results shall be reported on a Discharge Monitoring Report (DMR) (EPA Form 3320-1). The analytical results must be submitted to the TCEQ's Enforcement Division (MC-224), on a quarterly basis, and the DMR must arrive by the 20`h day in the months of April, July, October, and January. The self -report form for any given month shall be due for each discharge which is described by this permit whether or not a discharge is made for the month. If noncompliance with a discharge limitation occurs, the permittee shall provide notification according to Part III.B.9. XHL Procedures for Final Decision The memorandum of agreement between the EPA and TCEQ provides that EPA has no more than 90 days to comment, object, or make recommendations to the general permit before it is published in the Texas Register. According to 30 TAC, §205, when the draft general permit renewal and/or amendment is proposed, notice must be published, at a minimum, in a newspaper of general circulation. The commission may also publish notice in one or Page 10 Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 more additional newspapers of statewide or regional circulation. Mailed notice must also be provided to the following: A. The county judge of the county or counties in which the discharges under the general permit could be located; B. if applicable, state and federal agencies for which notice is required in 40 CFR, § 124.10(c); C. persons on a relevant mailing list kept under 30 TAC, §39.407, relating to Mailing Lists; and D. any other person the executive director or chief clerk may elect to include. After notice of the general permit is published in the Texas Register and the newspaper(s), the public will have 30 days to provide public comment on the proposed permit. Any person, agency, or association may make a request for a public comment hearing on the proposed general permit to the executive director of the TCEQ before the end of the public comment period. A public comment hearing will be granted when the executive director or commission determines, on the basis of requests, that a significant degree of public interest in the draft general permit exists. A public comment hearing is intended for the taking of public comment, and is not a contested case proceeding under the Administrative Procedure Act. The executive director may call and conduct public meetings in response to public comment. If the executive director calls a public meeting, the commission will give notice of the date, time, and place of the meeting, as required by commission rule. The executive director shall prepare a response to all significant public comments on the draft general permit raised during the public comment period. The executive director shall make the response available to the public. The general permit will then be filed with the commission to consider final y authorization of the permit. The executive director's response to public comment shall be made available to the public and filed with the chief clerk at least ten days before the commission acts on the general permit. XIV. Administrative Record The following section is a list of the fact sheet citations to applicable statutory or regulatory provisions and appropriate supporting references. A. 40 CFR Citations 40 CFR § 122 40 CFR § 124 40 CFR §136 B. TCEQ Rules 30 TAC Chapters 39, 205, 281, 305, 307, 309, 319, 321, 331, and 335. D. Letters/Memoranda/Records of Communication Letter to Yvonna Pierce of the TCEQ's Industrial Permits Team from Center Point Energy received June 16, 2006. Letter to Yvonna Pierce of the TCEQ's Industrial Permits Team from the Association of Electric Companies of Texas, Inc. dated May 24, 2006. Page 11 Fact Sheet and Executive Director's Preliminary Decision TPDES General Permit No. TXG830000 Letter to Yvonna Pierce of the TCEQ's Industrial Permits Team from Baker Botts L.L.P received April 26, 2006. Memo from the TCEQ's Water Quality Standards Team dated January 5, 2007. E. TPDES General Permit TXG830000 for discharges from water contaminated by petroleum product. F. Miscellaneous Texas Surface Water Quality Standards, 30 TAC Sections 307.1 - 307.10. "Procedures to Implement the Texas Surface Water Quality Standards," Texas Commission on Environmental Quality, January 2003. "TCEQ Guidance Document for Establishing Monitoring Frequencies for Domestic and Industrial Wastewater Discharge Permits," TCEQ Document No. 98-001.000-OWR-WQ, May 1998. Page 12 APPENDIX D TCEQ LPST TREATED WATER DISCHARGE NOTICE OF INTENT Notice of Intent (NOI) for Discharges of TCEQ Office Use Only �\ Petroleum Contaminated Water under TPDES Permit No.: MORE General Permit (TXG830000) RN: TCEQ CN: IMPORTANT: • Use the INSTRUCTIONS. to fill out each `question in this `form. • Use the attached CUSTOMER CHECKLIST to make certain all you filled out all required information. • Incoin lete a lications WILL` dela` a royal or result iii automatic Denial. Application Fee You must pay the $100 Application Fee to TCEQ for the application to be considered complete. Payment and NOI must be mailed to separate addresses. See instructions for correct mailing addresses. Did you know you can pay on line? Go to www.tceq.state.tx.us/epay Select Fee Type: General Permit Wastewater Discharge Application v Provide your payment information below, for us to verify payment of the application fee: ❑Mailed Check/Money Order No.: Name Printed on Check: ❑EPAY Voucher No.: Is the Payment Voucher copy attached? ❑ Yes Renewal of an existing General Permit Authorization Is this NOI being submitted to continue an ACTIVE authorization under a reissued general permit? ❑ Yes If Yes, what is the permit number issued by TCEQ? Permit No.: TXG83 [I No If No, a new permit number will be issued. A. OPERATOR ,(applicant) Read the instructions regardiri `who must apply' for the permit Co Applicatit/Permiitee may be required Is there a co -applicants}?, '[ Yes`- The Attachmeiit for Customer Information & Signature;Statement is attached far`_ each co applicant fi iNo If the applicant is currently a customer with TCEQ, what is the Customer Number (CN) issued to this entity? CN Search for your CN at: htt ://wwwl2.tce .texas. =ov/cr ub/index.cfm?ftiseaction=cust.CustSearch What is the Legal Name of the entity (applicant) applying for this permit? The legal name niust be spelled exactly as Bled with the Texas Secretary of State, County, or in the legal documentforming the entity.) What is the name and title of the person signing the application? (The person must be an executive official meeting signatory requirements in TAC 305.43(a ).) Prefix: First/Last Name: Suffix: (Mr. Ms, Miss) Title: Credential: What is the applicant's mailing address as recognized by the US Postal Service? You may verify the address at: http://zil)4.usL)s.com/zip4h,,,elcgMgjm Mailing Address: Internal Routing (Mail Code, etc.): City: State: TX ZIP Code: Mailing Information if outside USA Territory: Count Code: Postal Code: Phone No.: Extension: Fax No.: E-mail Address: Indicate the type of Customer: - Individual - , Sole Proprietorship-D.B.A. IM Limited Partnership Corporation RM Trust* FM Estate* FM Federal Government FM State Government County Government City Government FM Other Government Other*: *Read the instructions regarding 'who must apply' for the permit. Trust, Estate, General Partnership and Joint Venture require co- ermittees. TCEQ-10488 (09/01/2010) Notice of Intent for Discharges of Petroleum Contaminated Water Page 1 of 15 } under TPDES General Permit TXG830000 i# �_ r Independent Operator: E@Yes g No (If governmental entity, subsidiary, or part of a larger corporation, check "No".) Number of Employees: 20-20; 21-100; 101-250; 251-500; or EM501 or higher Customer Business Tax and Filing Numbers (This item is not applicable to Individuals, Government, or Sole Proprietor) REQUIRED for Corporations and Limited Partnerships State Franchise Tax ID Number: Federal Tax ID: Texas Secretary of State Charter (filing) Number: DUNS Number (if known): B OWNER '(applicant) _ Read the rnstcuctrons'regardrn' `who "must apply' for the permit Co Applrcant/Permrttee maybe required Is there a co ,apphcant(s)? ,: Yes The Attachment for Customer Informatrori & Signaiure.Stutement is attached for each co _apphcarif Is the Owner the same as the Operator? JoYes — go to section C ® No — fill out section B If the applicant is currently a customer with TCEQ, what is the Customer Number (CN) issued to this entity? CN Search for your CN at: htt ://wwwl2.tce .texas. ov/cr ub/index.cfm?fuseaction=cust.CustSearch What is the Legal Name of the entity (applicant) applying for this permit? The legal name must be spelled e-cactly as fled with the Texas Secretaty of State, County, or in the legal documentforming the entity.) What is the name and title of the person signing the application? The person must be an executive official meeting signatory requirements in TAC 305.43(a).) Prefix: First/Last Name: Suffix: Mr. Ms, Miss) Title: Credential: What is the applicant's mailing address as recognized by the US Postal Service? You may verify the address at: http://zip4.usps.com/zip4/Nvelcgmg.j'sg Mailing Address: Internal Routing (Mail Code, etc.): City: State: TX ZIP Code: Mailing Information if outside USA Territory: Country Code: Postal Code: Phone No.: Extension: Fax No.: E-mail Address: Indicate the type of Customer: FM Individual Sole Proprietorship-D.B.A. Limited Partnership RM Corporation Trust* Estate* Federal Government FM State Government County Government City Government Other Government Other*: *Read the instructions regarding `who must apply' for the permit. Trust, Estate, General Partnership and Joint Venture require co-perminees. Independent Operator: []Yes []No (If governmental entity, subsidiary, or part of a larger corporation, check "No".) Number of Employees: 0 0-20; 021-100; ❑101-250; []251-500; or []501 or higher Customer Business Tax and Filing Numbers (This item is not applicable to Individuals, Government, or Sole Proprietor) REQUIRED for Corporations and Limited Partnerships State Franchise Tax ID Number: Federal Tax ID: Texas Secretary of State Charter (filing) Number: DUNS Number (if known): C. ANNUAL BILLING:CONTACT " - The Permittee is responsible for paying the annual fee. The annual fee will be assessed to permits active on September 1 of each year. TCEQ will send a bill to the address provided in this section. The Permittee is responsible for terminating the permit when it is no longer needed. If there is more than one Permittee, which Permittee will be responsible for paying the annual fee? Permittee: TCEQ-10488 (0910V2010) Notice of Intent for Discharges of Petroleum Contaminated Water Page 2 of 15 under TPDES General Permit TXG830000 Is the billing address the same as the Permittee or the Co-Permittee identified above? Permittee Co-Permittee (Identify): EgNo, fill out Section C Prefix: First/Last Name: Suffix: (Mr. Ms, Miss) Title: Credential: Organization: Mailing Address: Internal Routing (Mail Code, etc.): City: State: TX ZIP Code: Mailing Information if outside USA Territory: Country Code: Postal Code: Phone No.: Extension: Fax No.: E-mail Address: D ::APPLICATION CONTACT,_ _ If TCEQ needs additional information regarding this application, who should be contacted? Prefix: First/Last Name: Suffix: (Mr. Ms, Miss) Title: Credential: Organization: Mailing Address: Internal Routing (Mail Code, etc.): City: State: TX ZIP Code: Mailing Information if outside USA Territory: Country Code: Postal Code: Phone No.: Extension: Fax No.: E-mail Address: REGULATED. ENTITY (RE)'INFQRMATION ON EROJECT OR SITE y<:, If the site of your business is part of a larger business site, a Regulated Entity Number (RN) may already be assigned for the larger site. Use the RN assigned for the larger site. Search TCEQ's Central Registry to see if the larger site may already be registered as a regulated site at: httpJ/wAk•w12.teeg.texas. ov/crpub/index.cfm?fuseaction=rcgent.RNSearch If the site is found, provide the assigned Regulated Entity Reference Number and provide the information for the site to be authorized through this application below. The site information for this authorization may vary from the larger site information. 1. TCEQ issued RE Reference Number (RN): RN 2. Name of project or site (the name known by the community where located): 3. Does the site have a physical address? If Yes, complete Section A for a physical address. If No, complete Section B for site location information. Section A: Enter the physical address for the site. Verify the address with USPS. If the address is not recognized as a delivery address, provide the address as identified for overnight mail delivery,911 emergency or other online map tools to confirm an address. Physical Address of Projector Site: Street Number: Street Name: City: State: TX ZIP Code: Section B: Enter the site location information. If no physical address (Street Number & Street Name), provide a written location access description to the site: (Ex.: located 2 miles west from intersection of Hwy 290 & IH35 accessible on Hwy 290 South) City where the site is located or, if not in a city, what is the nearest city: State: TX ZIP Code where the site is located: 4. County(s): 5. Latitude: Longitude: TCEQ-10488 (09/01/2010) Notice of Intent for Discharges of Petroleum Contaminated Water Page 3 of 15 under TPDES General Permit TXG830000 6. In your own words, briefly describe the primary business of the Regulated Entity: (Do not repeat the SIC and NAICS code) 1. 1 certify that the project/site is not located on Indian Country Lands? FlYes rl No If No, you must obtain authorization through EPA. Region VI. 2. The Standard Industrial Classification (SIC) code is: 3. Is this NOI being submitted due to a change in Owner or Operator? BYes 0 No, this is for a new discharge 4. Do any of the materials handled or stored at the site contain lead or lead additives? L-J Yes rfflNo 5. Do any of the substances at the facility include refined products or petroleum fuels containing MTBE? EmYes OnNo 6. Discharge Information a. How many outfalls will be used to discharge wastewater at this facility? Note: A DIVIR will be required for each outfall identified for this question. b. What is the name of the first water body to receive the discharge? c. What is the segment number(s) of the classified water body(s) that the discharge will eventually reach? d. Provide a complete description of the discharge route from each outfall to the nearest classified segment: 7. Edwards Aquifer Rule a. Is the discharge or potential discharge within the Recharge Zone of the Edwards Aquifer or within the Contributing Zone within the Transition Zone of the Edwards Aquifer? F79Yes MNo If Yes, coverage under this general permit is not attainable. (See instruction for more information.) b. Is the discharge or otential discharge within zero to ten (0 to 10) miles upstream of the Recharge Zone of the Edwards Aquifer? FM Yes Co If Yes, coverage under this general permit is not attainable. 8. Contact Responsible for Discharge Monitoring Reports (EPA 3320-f) Provide the name of the person and their complete mailing address delegated to receive and submit Discharge Monitoring Report Prefix: First/Last Name: Suffix: Title: Credential: Mailing Address: Internal Routing (Mail Code, etc.): City: State: TX ZIP Code: Mailing Information if outside USA Territory: Country Code: Postal Code: Phone No.: Extension: Fax No.: E-mail Address: Did you know you can submit DMR data on line? Go to Sign up now at https://-vvww6.tceg.state.tx.us/steers/ celn Establish an electronic reporting account when you get your permit number. l TosQ-1o48a(0e0mm0)Notice of Intent for Discharges of Petroleum Contaminated Water | / under TposSGeneral Permit TXma00000 Page ^o,10 G., CERTIFICATION. Check Yes to the certifications below. Failure to indicate "Yes" to ALL items may result in denial of coverage under the general permit. I certify that I have obtained a copy and understand the terms and conditions of the general permit TXG830000. I certify that the activities at this site qualify for coverage under the general permit TXG830000. I understand that a Notice of Termination (NOT) must be submitted when this authorization is no longer needed I understand that permits active on September 1 st of each year will be assessed an Annual Water Quality Fee. Typed or printed name Title ❑ Yes Yes ❑ Yes Yes certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry ofthe person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request. U (Use blue ink) Typed or printed name Title certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiryofthe person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request. Signat (Use blue ink) TCEQ-10488 (09/01/2010) Notice of Intent for Discharges of Petroleum Contaminated Water Page 5 of 15 under TPDES General Permit TXG830000 Attachment for Co -Applicant's Customer Information and Signature Statement The owner and operator as defined in the general permit must apply for coverage. If the owner or operator is one of the customer tvnes reauirine co -applicant, a Customer/Applicant section and sienature is reauired for each co-apmlicant. Co=A licant of the"-,` _ ; OWNER or OPERATOR If the applicant is currently a customer with TCEQ, what is the Customer Number (CN) issued to this entity? CN Search for your CN at: htt ://wwwl2.teec .texas. oy& ub/index.cfm?ftiseaction=cust.CustSearch What is the Legal Name of the entity (applicant) applying for this permit? (The legal name must be spelled exactl as rled with the Texas Secretary of State, County, or in the legal document or tnin the enti . What is the name and title of the person signing the application? (The person must be an executive official meeting signatory requirements in TAC 305.43(a ).) Prefix: First/Last Name: Suffix: (Mr. Ms, Miss) Title: Credential: Organization: Mailing Address: Internal Routing (Mail Code, etc.): City: State: TX ZIP Code: Mailing Information if outside USA Territory: Country Code: Postal Code: Phone No.: Extension: Fax No.: E-mail Address: Indicate the type of Customer: PM -Individual FM Sole Proprietorship-D.B.A. Limited Partnership Corporation Trust* Estate* IM Federal Government - State Government County Government LM City Government ` Other Government Other*: *Read the instructions regarding `who must app1 ' for the permit. Trust, Estate, General Partnership and Joint Venture require co- ermittees. Independent Operator: _ Yes No (If governmental entity, subsidiary, or part of a larger corporation, check "No".) Number of Employees: 0 0-20; 21-100; 10]-250; 251-500; or 501 or higher Customer Business Tax and Filing Numbers (This item is not applicable to Individuals, Government, or Sole Proprietor) REQUIRED for Corporations and Limited Partnerships State Franchise Tax ID Number: Federal Tax ID: Texas Secretary of State Charter (filing) Number: DUNS Number (if known): Certification for, . ; OPERATOR ;or,` OWNER „ Signature is for Co -Applicant (provide the name as in the customer section): I, Typed or printed name Title certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. 1 am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. 1 fiuther certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request. Signature: Date: (Use blue ink) TCEQ 10488 -Attachment For Customer Information and Signature of Co -Applicant's (09/01/2010) Page 1 Did you complete everything? Use this checklist to be sure! Are you ready to mail your form to TCEQ? Go to the General Information Section of the Instructions for mailing addresses. Have you also mailed your check and Payment Submittal Form to the Cashier's office? Go to the end of this document for the Payment Customer GP Notice of Intent Checklist TXG830000 This checklist is for use by the operator to ensure a complete application. Missing information may result in denial of coverage under the general permiL See NO[ Process description in the Instructions) The Permit Number was provided — if this application is for continuing an existing active ennitted site Application Fee was sent to TCEQs Cashiers' Office and the check information is listed, or the EPAY payment voucher is attached. OPERATOR and OWNER INFORMATION - Confirm each item is complete: d Customer Number (CN) issued by TCEQ Central Registry Legal Name as filed to do business in Texas (Call TX SOS 512/463-5555) Responsible Official's name and title Mailing Address is complete & verifiable with USPS. %vw%v.usns.com Phone Numbers/E-mail Address Type of Customer (Entity Type) Independent Operator Number of Employees For Corporations or Limited Partnerships — Tax ID and SOS Filing numbers Billing Contact and Address is complete & verifiable with USPS. wXvw.usps.com REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE - Confirm each item is complete: d Regulated Entity Reference Number (RN) (if site is already regulated by TCEQ) Site/Project Name/Regulated Entity Site/Project (RE) Physical Address Please do not use a rural route or post office box for a site location Latitude and Longitude http:Hwmv.tceg.texas.gov/gis/drghelp.litml#Lationewww.terraserver.microsoft.conVadvfind.asax or htlo:/hvativ.tceg.texns.gov/gis/sgmaview.litml Business description Site Mailing Address (checked same as operator or complete & verifiable with USPS. www.usps.com} GENERAL CHARACTERISTICS - Confirm each item is complete: d Indian Country Lands —the facility is not on Indian Country Lands Standard Industrial Classification (SIC) code �+,%vw.oslia.gov/oslistats/sicser.htnil Change in Owner or Operator Lead or Lead Additives MTBE Discharge Information Edwards Aquifer Rule DMR contact information CERTIFICATION Certification statements have been checked indicating "Yes" Signature meets 30 Texas Administrative Code (TAC) §305.44 and is original and has been provided for both Owner and Operator, if they are different entities. Only one signature is required if the entity is both owner and operator. A signature is required for each co-applicant/permittee if co-permittees are required. TCEQ—10488-Checklist (09/01/2010) Page 1 Notice of Intent (NOI) for Discharges of Petroleum Contaminated Water under TPDES General Permit (TXG830000) General Information and Instructions GENERAL INFORMATION Where to Send the Notice of Intent (NOI): BY REGULAR U.S. MAIL BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Applications Review & Processing Team (MC-148) Applications Review & Processing Team (MC-148) P.O. Box 13087 12100 Park 35 Circle Austin, TX 78711-3087 Austin, TX 78753 TCEQ Contact list: Application Processing Questions relating to the status and form requirements: 512/239-4671 Technical Questions relating to the general permit: 512/2394671 Environmental Law Division: 512/239-0600 Records Management for obtaining copies of forms submitted to TCEQ: 512/239-0900 Information Services for obtaining reports from program data bases (as available): 512/239-DATA (3282) Financial Administration's Cashier's office: 512/239-0357 or 512/239-0187 Check the status of your application or permit at the General Permit Web Query littp://%v%,vNv5.tceg.texas.gov/Nvg d a/ . Notice of Intent Process: When your N01 is received by the program, the form will be processed as follows: 1. Administrative Review: Each item on the form will be reviewed for a complete response. In addition, the owner and operator's legal name must be verified with Texas Secretary of State as valid and active (if applicable). The address(s) on the form must be verified with the US Postal service as an address receiving regular mail delivery. Never give an overnightlexpress mailing address. 2. Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a notice of deficiency (NOD) will be mailed to the operator. The operator will have 30 days to respond to the NOD. The response will be reviewed for completeness. 3. Acknowledgment of Coverage: An Acknowledgment Certificate will be mailed to the operator. This certificate acknowledges coverage under the general permit. "or - Denial of Coverage: If the operator fails to respond to the NOD or the response is inadequate, coverage under the general permit may be denied. If coverage is denied, the owner and operator will be notified. General Permit (Your Permit) Coverage under the general permit begins 48 hours after a completed NOI is postmarked for delivery to the TCEQ. You should have a copy of your general permit when submitting your application. You may view and print your permit for which you are seeking coverage, on the TCEQ web site wHwv.tce .texas. ov General Permit Forms The Notice of Latent (NOI), Notice of Termination (NOT), and Notice of Change (NOC) with instructions are available in Adobe Acrobat PDF format on the TCEQ web site wwvw.tce .texas. ov. Change in Operator or Owner An authorization under the general permit is not transferable. If the operator or owner of the regulated entity changes, the present permittee must submit a Notice of Termination and the new operator or owner must submit a Notice of Intent. The NOT and NOI must be submitted not later than 10 days prior to the change in Operator or Owner status. TCEQ Central Registry Core Data Form The Core Data Form has been incorporated into this form. Do not send a core data form to TCEQ. After final acknowledgment of coverage under the general permit, the program will assign a Customer Number and Regulated Entity Number. You can find the information on the Central Registry web site at v"vwl2.tceg.texas.gov/cMub/index.cfm . You can search by the Regulated Entity (RN), Customer Number (CN) or Name (Pemuttee), or by your permit number under the search field labeled "Additional ID". Capitalize all letters in the permit number. The Customer (Permittee) is responsible for providing consistent information to the TCEQ, and for updating all CN and RN data for all authorizations as changes occur. For General Permits, a Notice of Change form must be submitted to the program area. TCEQ — 20134 (09/01/2010) Page I Fees are associated with a General Permit The general permit refers to two different fees that apply to the operator submitting a Notice of Intent (NOI) and authorized under the General Permit. Payment of the fees may be made by check or money order, payable to TCEQ, or through EPAY (electronic payment) through the web). Fees: 1. Application Fee: This fee is required to be paid at the time the NOI is submitted. Failure to submit payment at the time the application is filed will cause delays in acknowledgment or denial of coverage under the general permit. • Mailed Payments: Payment must be mailed under separate cover at one of the addresses below using the attached Application Fee submittal form. (DO NOT SEND A COPY OF THE NOI WITH THE APPLICATION FEE SUBMITTAL FORM) BY REGULAR U.S. MAIL BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division Cashier's Office, MC-214 Cashier's Office, MC-214 P.O. Box 13088 12100 Park 35 Circle Austin, TX 78711-3088 Austin, TX 78753 • ePAY Electronic Payment: Go to w%vw.tceq.state.tx.us/epay When making the payment you must select Water Quality, then select the fee category "General Permit Wastewater Discharge Application". You must include a copy of the payment voucher with your NOI. Your NOI will not be considered complete without the payment voucher. 2. Annual Water Quality Fee: This fee is assessed to operators with an active authorization under the general permit on September I of each year. The operator will receive an invoice for payment of the annual fee in November of each year. The payment will be due 30 days from the invoice date. A 5% penalty will be assessed if the payment is received by TCEQ after the due date. Annual fee assessments cannot be waived as long as the authorization under the general permit is active on September 1. It's important for the operator to submit a Notice of Termination (NOT) when coverage under the general permit is no longer required. A NOT is effective on the postmarked date of mailing the form to TCEQ. It is recommended that the NOT he mailed using a method that documents the date mailed and received by TCEQ. • Mailed Payments: You must return your payment with the billing coupon provided with the billing statement. • ePAY Electronic Payment: Go to www.teeq.state.tx.us/epav You must enter your account number provided at the top portion of your billing statement. Payment methods include Mastercard, Visa, and electronic check payment (ACH). INSTRUCTIONS FOR FILLING OUT THE NOI FORM Renewal of General Permit Upon issuance of a renewed general permit, dischargers holding active authorizations under the expired general permit are required to submit a Notice of Intent to continue coverage. The existing permit number must be provided. If the permit number provided is found to be terminated or denied, or was not provided, a new permit number will be issued. Please note that the authorizations under a general permit are not transferable. If the permittee has changed, the NOI will be processed as a new permit. If a new NOI is not submitted by the deadline specified by TCEQ, existing permits under the expired general permit will be considered expired on that date. Ymgortant Note -- - � ' 4 More than.6rte�: Oitity, may, befre`uired to Aoplylt6t the ermit as;Go .Permitiees The selected entity type indicates the name that must be provided as an applicant for a permit, registration or authorization. It also identities when a co-applicant/co-permittee on an application for a permit, registration or authorization is required. Partnership Not Filed with Texas Secretary of State A customer that is established as a partnership as defined by the Texas Secretary of State's Office (TX SOS). If the customer is a `general partnership' or `joint venture' filed in the county (not filed with TX SOS), the legal name of each partner forming the 'general partnership' or `joint venture' must be provided. Each 'legal entity' must apply as a co -applicant. TCEQ — 20134 (09/01 /2010) Page 1 f I I I I I I I I I I Trust or Estate A trust and an estate are not legal entities, but rather are fiduciary relationships governing the trustee/executor with respect to the trust/estate property. A Trustee and an Executor are considered the legal representatives of the trust/estate. Therefore, the Trust and Trustee or Estate and Executor must be identified as co-applicants/co-permittees. If there is more than one trustee or executor, each trustee or executor must be identified as a co -a licant/co- ermittee with the Trust or Estate. _., `��.. Enter assigned Customer Number (CN) TCEQ's Central Registry will assign each customer a number that begins with CN, followed by nine digits. This is not a permit number, registration number, or license number. If this customer has not been assigned a CN, leave the space for the CN blank. If this customer has already been assigned this number, enter the permittee's CN. Legal Name Provide the current legal name of the permittee, as authorized to do business in Texas. The name must be provided exactly as filed with the Texas Secretary of State (SOS), or on other legal documents forming the entity, that is filed in the county where doing business. You may contact the SOS at 512/463-5555, for more information related to filing in Texas. If tiled in the county where doing business, provide a copy of the legal documents showing the legal name. Mailing Address Provide a complete mailing address for receiving mail from the TCEQ. The address must be verifiable with the US Postal Service at http://w%e,Nv.usps.com for regular mail delivery (not overnight express mail). If you find that the address is not verifiable using the USPS web search, please indicate the address is used by the USPS for regular mail delivery. Phone Number This number should correspond to this customer's mailing address given earlier. Enter the area code and phone number here. Leave Extension blank if this customer's phone system lacks this feature. Fax Number and E-mail Address This number and E-mail address should correspond to applicant's mailing address provided earlier. (Optional Information) Type of Entity Check only one box that identifies the type of entity. Use the descriptions below to identify the appropriate entity type. Note that the selected entity type also indicates the name that must be provided as an applicant for a permit, registration or authorization. It also identifies when a co-applicant/co-permittee on an application for a permit, registration or authorization is required. Sole Proprietorship -- D.B.A.: a customer that is owned by only one person and has not been incorporated. This business may: • be under the person's name • have its own name (doing business as or d.b.a.) • have any number of employees If the customer is a Sole Proprietorship or D.B.A., the `legal name' of the individual business `owner' must be provided. The D.B.A. name is not recognized as the `legal name' of the entity. The D.B.A. name may be used for the site name (regulated entity). Individual (or DBA) An individual is a customer who has not established a business, but conducts an activity that needs to be regulated by the TCEQ. Partnership A customer that is established as a partnership as defined by the Texas Secretary of State's Office (TX SOS). If the customer is a `general partnership' or `joint venture' filed in the county (not filed with TX SOS), the legal name of each partner forming the `general partnership' or `joint venture' must be provided. Each `legal entity' must apply as a co -applicant. Corporation A customer meets all of these conditions: • is a legally incorporated entity under the laws of any state or country • is recognized as a corporation by the Texas Secretary of State • has proper operating authority to operate in Texas. TCEQ — 20134 (09/01/2010) Page 2 The corporation's `legal name' as filed with the Texas Secretary of State must be provided as applicant. An `assumed' name of a corporation is not recognized as the `legal name' of the entity. Government - Federal, state, county, or city government (as appropriate) The customer is either an agency of one of these levels of government or the governmental body itself. The government agency's `legal name' must be provided as the applicant. A department name or other description of the organization should not be included as a part the `legal name' as applicant. Trust or Estate A trust and an estate are not legal entities, but rather are fiduciary relationships governing the trustee/executor with respect to the trustlestate property. A Trustee and an Executor are considered the legal representatives of the trustlestate. Therefore, the Trust and Trustee or Estate and Executor must be identified as co-applicants/co-permittees. If there is more than one trustee or executor, each trustee or executor must be identified as a co-applicant/co-permittee with the Trust or Estate. Other The customer does not fit any of the above descriptions. Enter a short description of the type of customer in the blank provided. Independent Entity Check No if this customer is a subsidiary, part of larger company, or is a governmental entity. Otherwise, check Yes. Number of Employees Check one box to show the number of employees for this customer's entire company, at all locations. This is not necessarily the number of employees at the site named in the APPLICATION. State Franchise Tax ID Number Corporations and limited liability companies that operate in Texas are issued a franchise tax identification number. If this customer is a corporation or limited, liability company, enter this number here. Federal Tax ID All businesses, except for some small sole proprietors, individuals, or general partnerships should have a federal taxpayer identification number (TIN). Enter this number here. Use no prefixes, dashes, or hyphens. Sole proprietors, individuals, or general partnerships do not need to provide a federal tax ID. TX SOS Charter (tiling) Number Corporations and Limited Partnerships required to register with the Texas Secretary of State are issued a charter or tiling number. You may obtain further information by calling SOS at 512/463-5555. DUNS Number Most businesses have a DUNS (Data Universal Numbering System) number issued by Dun and Bradstreet Corp. If this customer has one, enter it here. An annual fee is assessed to each permittee on September 1 of each year. If the permit includes co-permittees, identify the permittee responsible for receiving and paying the annual fee. Provide the complete mailing address where the annual fee invoice should be mailed. Verify the address with the USPS. It must be an address for delivery of regular mail, not overnight express mail. Also, provide a phone number of the permittee's representative responsible for payment of the invoice. Country Mailing Information If this address is outside the United States, enter the territory name, country code, and any non -ZIP mailing codes or other non-U.S. Postal Service features here. If this address is inside the United States, leave these spaces blank. TCEQ — 20134 (09/01/2010) Page 3 I _ - }D,pPI�iCATx01!I�CUTTA@Y: Provide the name, title and communication information of the person that TCEQ can contact for additional information regarding this application. E V111 MOP MATiOL�fiON l?R0J1;T O_ R SIB_ �� Regulated Entity Reference Number (RN) This is a number issued by TCEQ's Central Registry to sites (a location where a regulated activity occurs) regulated by TCEQ. This is not a permit number, registration number, or license number. If this regulated entity has not been assigned an RN, leave this space blank. If this customer has been assigned this number, enter the permittee's RN. If the site of your business is part of a larger business site, a Regulated Entity Number (RN) may already be assigned for the larger site. Use the RN assigned for the larger site. Search TCEQ's Central Registry to see if the larger site may already be registered as a regulated site at: htip://wwwl2.tceg.texas.eov/crpub/index.cfm?fuseaction=repent.RNSearch If the site is found, provide the assigned Regulated Entity Reference Number and provide the information for the site to be authorized through this application below. The site information for this authorization may vary from the larger site information. An example is a chemical plant where a unit is owned or operated by a separate corporation that is accessible by the same physical address of your unit or facility. Other examples include industrial parks identified by one common address but different corporations have control of defined areas within the site. In both cases, an RN would be assigned for the physical address location and the permitted sites would be identified separately under the same RN. Site/Project Name/Regulated Entity Provide the name of the site as known by the public in the area where the site is located. The name you provide on this application will be used in the TCEQ Central Registry as the Regulated Entity. An RN will be assigned by Central Registry if this site is not currently regulated by TCEQ. Site/Project (RE) Physical Address Enter the complete address of where the site is located. This address must be validated through US Postal Service. If the physical address is not recognized as a USPS delivery address, you may need to validate the address with your local police (911 service) or through an online map site used to locate a site. Please confirm this to be a complete and valid address. Please do not use a rural route or post office box for a site location. If a site does not have an address that includes a street (or house) number and street name, enter NO ADDRESS for the street name. Then provide a complete written location access description. For example: "The site is located 2 miles west from intersection of Hwy 290 & IH35, located on the southwest corner of the Hwy 290 South bound lane." Provide the city and zip code of the area where the facility is located. Latitude and Longitude Enter the latitude and longitude of the site in degrees, minutes, and seconds or decimal form. For help obtaining the latitude and longitude, go to: www,teeg.texas.2ov/2is/drghelp.html##Lationg or http://msrmaps.com/advfind.aspx Description of Activity Regulated In your own words, briefly describe the primary business that you are doing that requires this authorization. Do not repeat the SIC Code description. KGENERAi CHARACTERISTICS 1. Indian Country Lands If your site is located on Indian Country Lands, the TCEQ does not have authority to process your application. You must obtain authorization through EPA, Region VI, Dallas. Do not submit this form to TCEQ. 2. Standard Industrial Classification (SIC) code Provide the SIC code that best describes the activity at the site. You may determine the SIC code from the following web site: www.osha.gov/oshstats/sicser.html. 3. Indicate if the NOI is being submitted due to a change in owner or operator. 4. Has the source of the contaminated water ever contained lead or lead additives? This information will be used to determine the frequency for sampling for total lead. TCEQ — 20134 (09/01/2010) Page 1 5. MTBE (methyl tertiary -butyl ether) Has the source of the contaminated water ever contained MTBE? This information will be used to determine the frequency for sampling for MTBE. 6. Discharge Information a. Identify the water body where the discharge or potential discharge will reach. b. Identify the classified segment number (Required). Go to the link to find the segment number of the classified water body where wastewater will flow http://www.tceg.texas.P-ov/compliance/monitoring/ia-ater/quatity/datg"N m/viewer/viewer.html . c. Provide a complete description of the discharge route from the point(s) of discharge to the nearest classified segment. For assistance, you may call the technical staff at 512/239-4671. 7. Edwards Aquifer Rule a. If the answer is YES, the discharge or potential discharge is within the Recharge Zone of the Edwards Aquifer or within the Contributing Zone within the Transition Zone of the Edwards Aquifer, coverage under this general permit is not attainable. New industrial discharges into or adjacent to water in the state that would create additional pollutant loading are prohibited. See maps on the TCEQ website at http://www.tceg.texas.gov/coinoliance/field ops/eapp/viexver.html to determine if the site is located within either of these zones. b. If the answer is YES, the discharge or potential discharge is within zero to ten (0 to 10) miles upstream of the Recharge Zone of the Edwards Aquifer coverage under this general permit is not attainable. The applicant must apply to the Executive Director for a site specific permit. The application will be considered on a case -by -case basis, in accordance with appropriate discharge limits applicable to that industrial activity and with consideration of its proximity to the recharge zone. See maps on the TCEQ website at littp:Hwww.tceg.texas.gov/compliance/field ops/eapp/viewer.html to determine if the site is located in this area. 8. DMR Contact Provide the name and mailing address of the person responsible for receiving and submitting DMRs. The preprinted DMRs will be provided by TCEQ unless you chose to submit electronically. Submit data On Line..... Submit on line through eDMR system. Go to Sign up now at lamps:/hvww6.tcen state,tx.us/steers/ Establish an electronic reporting account when you get your permit number. G. =CERTIFICATIONS Failure to indicate "Yes" to ALL of the certification items may result in denial of coverage under the general permit. The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code (TAC) §305.44. IF YOU ARE A CORPORATION: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(1) (see below). According to this code provision, any corporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOI or similar form, you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority. IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOI or similar form. Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may be beneficial to consult your city charter, county or city ordinances, or the Texas statute(s) under which your government entity was formed. An NOI or similar document that is signed by a government official who is not a ranking TCEQ — 20134 (09/01/2010) Page 1 elected official or principal executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the NOI or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the' administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. If you have any questions or need additional information concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600. 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows. (1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision -making functions for the corporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post -closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership o r sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA). TCEQ — 20134 (09/01/2010) Page 2 Texas Commission on Environmental Quality General Permit Payment Submittal Form Use this form to submit your Application Fee only if you are mailing your payment. •Complete items I through 5 below: •Staple your check in the space provided at the bottom of this document. •Do not mail this form with your NOI form. • Do not mail this form to the same address as your NOI. Mail this form and your check to: BY REGULAR U.S. MAIL BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division Cashier's Office, MC-214 Cashier's Office, MC-214 P.O. Box 13088 12100 Park 35 Circle Austin, TX 78711-3088 Austin, TX 78753 Fee Code: CPA General Permit: TXG830000 1. Check / Money Order No: 2. Amount of Check/Money Order: 3. Date of Check or Money Order: 4. Name on Check or Money Order: 5. NOI INFORMATION If the check is for more than one NOI, list each Project/Site (RE) Name and Physical Address exactly as provided on the NOI. DO NOT SUBMIT A COPY OF THE NOI WITH THIS FORM AS IT COULD CAUSE DUPLICATE PERMIT ENTRIES. See Attached List of Sites (If mores ace is needed, you may attach a list.) Project/Site (RE) Name: Project/Site (RE) Physical Address: Staple Check In This Space TCEQ — 20134 (09/01/2010) Page 1 I APPENDIX E TCEQ LPST TREATED WATER NOTICE OF TERMINATION o � OMIN TCEQ Notice of Termination (NOT) for Authorizations under TPDES General Permit TXG830000 TCEQ Office Use Only Permit No.: RN: CN: 1. What is the Customer Number (CN) issued to this entity? CN 2. What is the full Legal Name of the current permittee? This must be the current ermittee o the ennit to be terminated. 3. What is the applicant's mailing address as recognized by the US Postal Service? Address: Suite No./Bldg. No./Mail Code: City: State: ZIP Code: Country Mailing Information if outside USA). Count Code: Postal Code: 4. Phone No.: ) Extension: 5. Fax No.: ( ) E-mail Address: B: `OWNER rm ettfee Is the Owner the same entity as the Operator? E]Yes — go to section C E]No — fill out section B 1. What is the Customer Number (CN) issued to this entity? CN 2. What is the full Legal Name of the current permittee? This must be the current pernditee o thepet-mil to be ternunated. 3. What is the applicant's mailing address as reco nized by the US Postal Service? Address: Suite No./Bldg. No./Mail Code: City: State: ZIP I Code: Country Mailing Information if outside USA). Count Code: Postal Code: 4. Phone No.: Extension: 5. Fax No.: ) E-mail Address: C. y .REGU.LtITED ENTITY (RE};INFORMATION ON PROJECT ORSITE __{ 1. What is the TCEQ Issued RE Reference Number (RN)? RN 2. Name of Project or Site (the name as known by the community where this facility/project is located): 3. Physical Address of Project or Site as currently permitted: (enter in spaces below) Street Number: Street Name: City: ZIP Code: County (Counties if>1): 4. If no physical address (Street Number & Street Name), provide a written location access description to the site: (Ex.: 2 miles west from intersection of Hwy 290 & IH35 on Hwy 290 South) TCEQ-20342 (02/06/2007) Page t ;REASON FORTERNUNATIOW. Check the reason for termination: El The facility is now under control of a new Operator or Owner. 0 The discharge is now authorized under an alternate TPDES permit. El There is no longer any activity or the activity never began at this site that is regulated under the general pen -nit. 0 There is no longer a discharge associated with the authorized activity. 906t6r CeMficati0v TWo siana resare requiied,ifQhd eratrare differen t , Typed or printed name Title certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized tinder 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request. Signature: — Date: (Use blue ink) d ifOwneran . .Operator are different dittit 3 0*n#Jr�ittT ti6n(', wost -t& -d 0-- gri i�qutre Typed or printed name Title certify tinder penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request. Signature: Date: (Use blue ink) TCEQ-20342 (02/06/2007) Page 2 Notice of Termination (NOT) for Authorizations under TPDES General Permit TXG830000 General Information and Instructions GENERAL INFORMATION Where to Send the Notice of Termination (NOT): BY REGULAR U.S. MAIL BY OVERNIGHT/EXPRESS MAIL Texas Corrunission on Environmental Quality Texas Commission on Environmental Quality Applications Review & Processing Team (MC 146) Applications Review & Processing Team (MC 146) P.O. Box 13087 12100 Park 35 Circle Austin, Texas 78711-3087 Austin, TX 78753 TCEQ Contact list: Application Processing Questions relating to the status and form requirements: 512/2394671 Technical Questions relating to the general permit: 512/239-4671 Environmental Law Division: 512/239-0600 Records Management for obtaining copies of forms submitted to TCEQ: 512/239-0900 Information Services for obtaining reports from program data bases (as available): 512/239-DATA (3282) Financial Administration's Cashier's office: 512/239-0357 or 512/239-0187 Notice of Termination Process: A Notice of Termination is effective on the date postmarked for delivery to TCEQ. When your NOT is received by the program, the form will be processed as follows: 1. Administrative Review: The form will be reviewed to confirm the following: • the permit number is provided • the permit is active and has been approved • the entity terminating the permit is the current permittee • the site information matches the original permit record • the form has the required original signature with title and date 2. Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a phone call will be made to the applicant to clear the deficiency. A letter will not be sent to the permittee if unable to process the form. 3. Confirmation of Termination: A Notice of Termination Confirmation letter will be mailed to the operator. General Permit (Your Permit) Coverage under the general permit begins 48 hours after a completed NOI is postmarked for delivery to the TCEQ. You should have a copy of your general permit when submitting your application. You may view and print your permit for which you are seeking coverage, on the TCEQ web site w\+'Nv.tce .texas. ov General Permit Forms The Notice of Intent (NOI), Notice of Termination (NOT), and Notice of Change (NOC) with instructions are available in Adobe Acrobat PDF format on the TCEQ web site www.tce .texas. ov. Change in Operator or Owner An authorization under the general permit is not transferable. If the operator or owner of the regulated entity changes, the present permittee must submit a Notice of Termination and the new operator or owner must submit a Notice of Intent. The NOT and NOI must be submitted not later than 10 days prior to the change in Operator or Owner status. TCEQ Central Registry Core Data Form The Core Data Form has been incorporated into this form. Do not send a core data form to TCEQ. After final acknowledgment of coverage under the general permit, the program will assign a Customer Number and Regulated Entity Number. You can find the information on the Central Registry web site at wwwI2.tceq.texas. og v/crpub/ You can search by the Regulated Entity (RN), Customer Number (CN) or Name (Permittee), or by your permit number under the search field labeled "Additional ID". Capitalize all letters in the permit number. The Customer (Permittee) is responsible for providing consistent information to the TCEQ, and for updating all CN and RN data for all authorzations as changes occur. For General Permits, a Notice of Change form must be submitted to the program area. TCEQ-20342 Instructions (2/06/2007) Page I INSTRUCTIONS FOR FILLING OUT THE NOT FORM A. OPERATOR and B. OWNER As defriied in the general "etiiirtJ 1. TCEQ Issued Customer Number (CN) 2. Legal Name of Operator Theoperator must be the same entity as previously submitted on the original Notice of Intent for the permit number provided. 3. Operator Mailing Address Provide a complete mailing address for receiving mail from the TCEQ. Update the address if different than previously submitted in the Notice of Intent or Notice of Change. 4. Phone Number, Fax Number, and E-mail Address Provide updated contact information. C. REGULATED ENTITY (RE) INFORMATION ON PROJECTOR SITE 1. Regulated Entity Reference Number (RN) 2. Site/Project Name/Regulated Entity Provide the name of the site as previously submitted in the Notice of Intent for the permit number provided. 3. Site/Project (RE) Physical Address Provide the physical address or location access description as previously submitted for the permit number provided. D. REASON FOR TERMINATION Indicate the reason for terminating the permit by checking one of the options. If the reason is not listed then provide an attachment that explains the reason for termination. Please read your general permit carefully to determine when to terminate your permit. Permits will not be reactivated after submitting a termination form. The termination is effective on the date postmarked for delivery to TCEQ. 'E. -CERTIFICATIONS The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code (TAC) §305.44. IF YOU ARE A CORPORATION: The regulation that controls who may sign an NOI or similar form is 30 Tex as Administrative Code §305.44(a)(1) (see below). According to this code provision, any corporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOI or similar form, you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority. IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOI or similar form. Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may be beneficial to consult your city charter, county or city ordinances, or the Texas statute(s) under which your government entity was formed. An NOI or similar document that is signedd by a government official who is not a ranking elected official or principal executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the NOI or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. If you have any questions or need additional information concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600. 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows. (1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision -making functions for the corporation; or the ma nager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post -closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA). TCEQ-20342 Instructions (2/06/2007) Page 2 APPENDIX F PETROLEUM -CONTAMINATED WATER ANALYTICAL RESULTS Report Date: October 5, 2011 Work Order: 11092702 Page Number: 1 of 1 Summary Report Paul McMillen Parkhill, Smith & Cooper 4222 85th Street Lubbock, TX 79423 Project Location: Lubbock, TX Project Name: NWL DIP MW #2 Project Number: 01-2672-09 Report Date: October 5, 2011 Work Order: 11092702 Date Time Date Sample Description Matrix Taken Taken Received 278408 NWL DIP MW #2 water 2011-09-26 15:50 2011-09-26 278409 NWL DIP 1V1W #2 water 2011-09-26 15:50 2011-09-26 278410 NWL DIP MW #2 water 2011-09-26 15:50 2011-09-26 BTEX MTBE TPH DRO - NEW TPH GRO TX1005 - NEV Benzene Toluene Ethylbenzene Xylene MTBE DRO GRO C6-C12 >C12-C Sample - Field Code (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) 278408 - NWL DIP MW #2 0.008500.00160 0.00860 0.00950 <0.00100 Q. 278409 - NWL DIP MW #2 <5.00 1 1.12 2Q� <5.00 Q. <5.0( Sample: 278410 - NWL DIP MW #2 Param Flag Result Units RL Total Lead <0.00500 mg/L 0.005 1 Not enough sample for matrix spike with rerun. 213ilution due to limited sample. TraceAnalysis, Inc. • 6701 Aberdeen Ave., Suite 9 • Lubbock, TX 79424-1515 • (806) 794-1296 This is only a summary. Please, refer to the complete report package for quality control data. Report Date: November 17, 2011 Work Order: 11111417 Page Number: 1 of 1 Summary Report Paul McMillen Parkhill, Smith & Cooper 4222 85th Street Lubbock, TX 79423 Project Location: Lubbock, Texas Project Name: NWL DIP MW #2 Project Number: 01-2672-09 Report Date: November 17, 2011 Work Order: 11111417 Date Time Date Sample Description Matrix Taken Taken Received 282335 NWL DIP MW #2 water 2011-11-14 10:25 2011-11-14 BTEX MTBE TPH DRO - NEW TPH GRO Benzene Toluene Ethylbenzene Xylene MTBE DRO GRO Sample - Field Code (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) 282335 - NWL DIP MW #2 <0.00500 <0.00500 Q�.Qn<0.00500 Q,,Qn<0.00500 Q. <0.00500 <5.00 Q. <1.00 Sample: 282335 - NWL DIP MW #2 Param Flag Result Units RL Total Lead 0.0160 mg/L 0.005 1Sample dilution due to lack of sample. zSample dilution due to lack of sample. TraceAnalysis, Inc. • 6701 Aberdeen Ave., Suite 9 • Lubbock, TX 79424-1515 • (806) 794-1296 This is only a summary. Please, refer to the complete report package for quality control data.