Loading...
HomeMy WebLinkAboutResolution - 3747 - Contract - HD Weaver Ditching Inc - 36In Effluent Pipline Construction - 10_22_1991Resolution No. 3747 October 22, 1991 Item #23 HW:js RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and H. D. Weaver Ditching, Inc., for the construc- tion of a 36 inch effluent pipeline, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 22nd day of October , 1991. McMINN-, MAYOR ATTEST: cr APPROVED TO CONTEN Gene a s, Putchasing Manager APPROVED AS TO FORM: 4k4�. Warbld Willard, Assistant CIty Attorney LUBBOCK TEXAS 36 INCH EFFLUENT PIPELINE BID #11481 City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 BOB-767-2167 BID # 11481 ADDENDUM # 1 Office of Purchasing MAILED: August 28, 1991 CLOSE: September 4, 1991 @ 2:00 p.m. 1. Please note attached specification changes to Section 01025, page 3, paragraph 10. 2. Please note attached specification changes to Section 01500, page 3, paragraph 12. 3. Please note attached specification changes to Section 02222, page 6, paragraph 13.02. 4. Please note attached specification changes to Section 02222, page 7, paragraph 13.03, paragraph 15 and paragraph 16. 7. Please note attached specification changes to Section 02222, page 8, paragraph 16.O1 and paragraph 16.02. 9. Please note attached specification changes to Drawings on Sheet 3, Plan and Profile. 10. Please note attached specification changes to Drawings on Sheet 4, Plan and Profile. 11. Please note attached specification changes to Drawings on Sheet 5, Connection at Terminal Storage Beservoir. Attached please find a summary of inquiries and responses received as of August 26, 1991. THANK YOU, GENE EADS, C.P.M. PURCHASING MANAGER PLEASE RETURN ONE COPY WITH YOUR BID P r i A. 91 LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS CONTRACT 1 - 36 INCH EFFLUENT PIPELINE BID. NO. 11481 ADDENDUM NO. 1 SCOPE. This Addendum No. 1 consists of pages AD1-1 and AD1-3. This Addendum No. 1 covers the following additions and changes to the specifications and drawings for this project. SPECIFICATIONS. 1. SECTION 01025 - MEASUREMENT AND PAYMENT Page 3. Paragraph 10. Revise the first sentence of the third paragraph as follows: "...maximum allowable trench width (or pipe OD plus nominal pipe size where no maximum is specified), the..." 2. SECTION 01500 - TEMPORARY FACILITIES Page 3, Paragraph 12. Add the following sentence to the third paragraph. "The earthen dikes shall be removed following backfilling operations." 3. SECTION 02222 - EXCAVATION AND TRENCHING Page 6. Paragraph 13.02 Delete paragraph 13.02 and substitute the following: "13.02. Ordinary Backfill. To prevent future settlement, ordinary trench backfill above pipe embedment in locations other than those specified to be compacted backfill (paragraph 13.01) shall be compacted to at least 90 percent of maximum density at optimum moisture content as determined by ASTM D698. Ordinary earth backfill material to be placed above pipe embedment shall be free of brush, roots more than 2 inches in diameter, debris, cinders, or other corrosive materials, but may contain rubble and detritus from rock excavation, stones, and boulders in certain portions of the trench depth. Ordinary backfill material above embedments shall be placed by methods which will not impose excessive concentrated or (LUBBOCK, TEXAS) (CONTRACT 1 ) (17578 } AD1-1 7 unbalanced loads, shock, or impact on and which will not result in displacement of installed pipe. Compact masses of stiff clay or other consolidated materials ` more than one cubic foot in volume shall not be permitted to fall more than 5 feet into the trench unless cushioned by at least 2 feet of loose backfill above pipe embedment. No ordinary trench backfill containing rocks, or rock r— excavation detritus, shall be placed in the upper 18 inches of the trench, nor shall any stone larger than 8 inches in its greatest dimension be placed within 3 feet of the top of the pipe. Page 7. paragraph 13.03. Revise the first sentence of the paragraph as follows: 4 "13.03. Water Settled Ordinary Backfill. Where water settlement of ordinary backfill is permitted..." r� E Page 7. Paragraph 15. Revise subparagraph c. as follows: "c. For pipeline, in -place field density test at average r intervals of 500 feet along the trench." Page 7. Paragraph 16. Add the following subparagraphs: "e. For water barriers, a total of three in -place density tests will be required. "f. Retesting of areas where previous testing results indicated non-compliance with the specifications and drawings shall be at the expense of the Contractor." Page 8. Paragraph 16.01 Revise the last sentence of the second paragraph as follows: "There shall be no space greater than approximately 3/4 inch between the earth and the outside of the casing." Page 8. Paragraph 16.02. Revise the last sentence of the paragraph as follows: "...with hot dip galvanized steel strapping material at least 2 inches wide." r- t (LUBBOCK, TEXAS) AD1-2 (CONTRACT 1 ) r (17578 ) I r C. DRAWINGS 1. Sheet 3. Plan and Profile. In the top piping profile on the sheet at station 32+07, revise the note concerning the pipe cradle as follows: 'Concrete cradle support under existing 18" width =..' 2. Sheet 4. Plan and Profile. In the top piping profile on the sheet r' at station 54+16, revise the note concerning the pipe cradle as follows: r., i 'Concrete cradle support under existing 6" width =..' 3. Sheet 5. Connection at Terminal Storage Reservoir. Revise the dimension form the centerline of the 42 inch influent line from 20'-0" to 151t and add the following note: "Contractor to verify the exact location of the limits of the existing PCCP pipe. The valve shall be connected to the 36 inch PCCP pipe and not the RCP pipe. An adapter from the PCCP pipe to the valve shall be provided as required." ACKNOWLEDGEMENT BY BIDDER Each Bidder is requested to acknowledge receipt of this Addendum No. 1 in the space provided in the Bid Proposal. August 26, 1991. l' (LUBBOCK, TEXAS) (CONTRACT 1 ) r. (17578 ) E AD1-3 BLACK & VEATCH LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS CONTRACT 1 - 36 INCH EFFLUENT PIPELINE BID NO. 11481 SUMMARY OF INQUIRIES AND RESPONSES r" This list contains a list of inquiries from Bidders which required an interpretation by B&V of the technical specifications and drawings. Questions concerning general information of the project and scope of work are not included in this list. 1. Bidder Question: Refer to section 02222, paragraph 11.02. In the table, the minimum trench width specified is pipe OD plus nominal pipe size. In section 01025, paragraph 10, third paragraph, concerning measurement of miscellaneous concrete, the specification indicates measurement is based on pipe OD plus 24 r- inches. Is this correct? B&V Response: Paragraph 10 should indicate pipe OD plus nominal r., pipe size. B&V Comment: This item is included in Addendum No. 1. 2. Bidder Question: Refer to section 01500, paragraph 12, third paragraph. Are the two -foot earthen.dikes to remain or be removed? B&V_Response: Removed following backfilling operations. B&V Comment: This item is included in Addendum No. 1. 3. Bidder Question: Is the Contractor required to survey the pipeline PI's. B&V Response: Yes. The Engineer will designate the control points for horizontal and vertical control. Refer to section 01015, paragraph 9. B&V Comment: No addendum item required. 4. Bidder Question: Will the City drain the 30-inch pipeline in order for the Contractor to make the connection? B&V Response: Suggest this question be asked at the pre -bid conference. (The question was asked at the pre -bid). At the pre -bid: Refer to section 02612, paragraph 15, section 02614, paragraph 15, and section 02620, paragraph 17. Facilities shall be provided by the Contractor for proper dewatering and for 082691 1 r 0 disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. B&V Comment: No addendum item required. 5. Bidder Ouestions: Refer to section 02222, paragraph 15c. Because r" the uncompacted backfill is not specified to meet a density requirement, why require density tests every 1,000 feet? �-. B&V Response: Agree, the tests are not required if density is not specified. The backfill is to be compacted to the degree required to prevent future settlement. As requested by the City at the prebid, a density will be established. The City also requested more frequent density tests. Therefore, in -place density tests will be required. B&V Comment: This item is included in Addendum No. 1. 6. Bidder Question: Refer to section 02222, paragraph, 12.03 and 15. Are in -place density tests not required for the water barrier? B&V Response: They are not specified to have the tests. Standard proctor tests are required as specified in paragraph 15. As requested by the City at the prebid, in -place density tests will be required. r B&V Comment: This item is included in Addendum No. 1. 7. Bidder Question: Refer to section 02222, paragraph 15. Are in - place density tests required on the gravel embedment? B&V Response: No. As specified in paragraph 15, initial gradation tests are required. B&V Comment: No addendum item required. r 8. Bidder Question: On sheets 3 and 4 and at stations 32+07 and 54+16, respectively, the sizes of the existing pipes shown in the ,,. plan views do not agree with the sizes indicated in the profile. Should they agree? B&V Response: The sizes in the plan are correct. The profile should be revised to agree with the plan view. The existing pipe that crosses the effluent pipeline at station 32+07 should be an 18 inch. The existing pipe that crosses the effluent pipeline at station 54+16 should be a 6 inch. B&V Comment: This item is included in Addendum No. 1. 082691 2 r 9. Bidder Question: Refer to paragraph 8 of sections 02612 and 02614 of the specifications. Will we consider allowing the joint rings to be welded for pipe restraint in lieu of harnessing? B&V Response: We will review this request with our pipe specialists. r' r B&V Comment: B&V reviewed the request with in-house pipe specialists. Based on the review, welding of the joint rings will ?^ not be permitted. Welding the joints can damage the gasket and interior mortar lining and is not recommended by B&V specialists. r., 10. Bidder Question: Refer to paragraph 11.02 of section 02222 of the specifications. Will we consider reducing the minimum trench width or call it maximum so that pipe loadings can be reduced? B&V Response: Based on our review of this item with our in-house specialists, the trench widths indicated in paragraph 11.02 are the minimum required to provide adequate clearances for installation of the gravel embedment and the trench protective system. r. B&V Comment: No addendum item required. 11. Bidder Question: Refer to section 02612 and 02635, paragraph 4, and 3., respectively. The loads for the centrifugally cast fiberglass reinforced polyester pipe (CCFP) appear lower than the ! loads indicated for the prestressed concrete cylinder pipe (PCCP). B&V Response: The loads for the two alternate pipe materials are based on the characteristics of the piping and how it reacts to the loading. The CUP pipe is considered a flexible pipe. PCCP is considering a rigid pipe. The loads for the two pipes at the same depth will usually be different. B&V Comment: No addendum item required. 12. Bidder Question at Prebid: The specification indicate that the pipeline must be drained and the two connections be made in 8 .- hours. Is this correct? B&V and City Response: Yes; refer to section 01300, paragraph 1, of the specifications. The City emphasized that the intent of the requirement was to minimize the interruption of service. B&V Comment: No addendum item required. 13. Bidder Question at Prebid: What if there are no subcontracts on the project meaning that the MBE/MWBE criteria is not met? City Response: Henry Day (City) indicated that the Contractor is responsible to make a good faith effort to reach the goal of 8 A 082691 3 I t percent MBE/MWBE criteria. Mr. Day further indicated that their effort must be documented. B&V indicated that the criteria is r. indicated in Special Conditions, paragraph SC-23. 14. Bidder Question: Refer to section 02222, paragraph 16.01 In the second paragraph, the sentence indicates that there shall be no space between the outside of the tunnel casing and earth. There is typically a 1/2 to 3/4 inch tolerance due to the auger and jacking method. What is the intent of this requirement? B&V Response: We agree that jacking the casing generally results in a small gap. The intent of the specification was to prevent excessive gaps. Excessive gaps could be introduced if the material is hand excavated from inside the tunnel in lieu of augering. B&V Comment: This item is included in Addendum No. 1. 15. Bidder Question: Refer to section 02222, paragraph 16.02 The specification indicates that 1-inch strap shall be provided at the tunnel crossing to strap the timbers to the pipe. On sheet 5 of the drawing, 2-inch straps are indicated. What size do the straps need to be? B&V Response: The straps should be 2-inch. B&V Comment: This item is included in Addendum No. 1. 16. Bidder Ouestion: Refer to sheet 5 of the drawings. In the connection to reservoir piping detail, what is the type of pipe to which the 30-inch valve is to connect? B&V Response: The pipe material is prestressed concrete cylinder r pipe. The type and limits of the material will be verified with + shop drawings on the existing pipeline. B&V Comment: This item is included in Addendum No. 1. 17. Bidder Ouestion: Refer to sheet 2 of the drawings. The valve �. indicated at pipeline station 3+50 is an alternate in the bid. If the valve is deleted from the project, does the tee connection remain? B&V Response: The tee will remain. Only the valve would be deleted. B&V Comment: No addendum item required. End 082691 4 f CITY OF LU68OCK SPECIFICATIONS for TITLE: 36 INCH EFFLUENT PIPELINE ADDRESS: Loop 289 BID NUMBER: 11481 PROJECT NUMBER: 2133.541101-9648 CONTRACT PREPARED BY: Purchasing Department -1- (THIS PAGE LEFT BLANK INTENTIONALLY) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. INDEX PAGE NOTICETO BIDDERS.......................................................................................3 GENERALINSTRUCTIONS TO BIDDERS............................................................................5 BIDPROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................11 PAYMENTBOND..............................................................................................15 PERFORMANCEBOND..........................................................................................18 CERTIFICATEOF INSURANCE..................................................................................21 CONTRACT..................................................................................................23 GENERALCONDITIONS OF THE AGREEMENT.......................................................................25 CURRENTWAGE DETERMINATIONS...............................................................................43 SPECIFICATIONS............................................................................................45 SPECIALCONDITIONS........................................................................................46 NOTICEOF ACCEPTANCE......................................................................................47 r k .2- (THIS PAGE LEFT BLANK INTENTIONALLY) F NOTICE TO BIDDERS -3- (THIS PAGE LEFT BLANK INTENTIONALLY) NOTICE TO BIDDERS BID B 11481 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 4th day of September 1991, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following r•. described project: 36 INCH EFFLUENT PIPELINE After the expiration of the time and date above first written, said sealed proposals Will be opened by the Purchasing Manager at his office and publicly read aloud. r It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 26th day of September. 1991. at Municipal Bldg., r Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the mount of 100% of the total contract price in the event that said contract price exceeds 925,000.00. Said statutory bonds should be issued by a company carrying a current ftsA Rating of j. or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price f.. does not exceed $25,000.00 the said statutory bonds will not be required. f Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a 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 bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding sit local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. ,r The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. This project will comply with the provisions of the Davis -Bacon Act which requires the payment of federal minimum wages. 7 I, The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a pre -bid conference on 21st day of August. 1991, at 10:00 o'clock a.m., Committee Conference Room #103, Municipal Building, 1625 13th Street. All questions of a technical nature must be addressed no later than August 23rd, 1991 at 5:00 -. o'clock p.m. in writing to: Black & Veatch 5728 LBJ Freeway, Ste. 300 Attn: Robert McCollum Dallas, Texas 75240 (214)770-1500 All other questions shall be addressed to: Gene Eads, C.P.M. Purchasing Manager City of Lubbock 1625 13th Street --- Lubbock, TX 79401 (806)767-2167 CITY OF LUBBOCK BY: Gene Eads, .P.M. Purchasing Manager 7, I ADVERTISEMENT FOR BIDS BID 4 11481 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, MunicipaL Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 4th day of September. 1991, or as changed by the issuance of formal addenda to all planholders, to furnish all Labor and materials and perform all work for the �. construction of the following described project: 36 INCH EFFLUENT PIPELINE After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. This project will comply with the provisions of the Davis -Bacon Act which requires the payment .of federal minimum wages. The City of Lubbock hereby notifies ell bidders that in regard to any contract entered into pursuant �. to this advertisement, minority and women business enterprises wiLL be afforded equaL opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, ' color, sex, or national origin in consideration for an award. r There will be a prebid conference on 21st day of August, 1991, at 10:00 o'cLock a.m., Conference Committee Room 0103, MunicipaL Building, 1625 13th Street. BY: Gene Ea s, C.P.M. PURCHASING MANAGER (THIS PAGE LEFT BLANK INTENTIONALLY) I GENERAL INSTRUCTIONS TO BIDDERS -4. (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: The construction of approximately 7,167 linear feet of 36 inch diameter effluent pipeline and tunnel crossing at Loop 289. optional materials of pipeline construction will include pretensioned and prestressed concrete cylinder pipe, cast iron pipe, and centrifugally cast fiberglass reinforced polyester pipe. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a �t bid without charge of forfeiture of deposit. The contract documents, may be examirwad without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be substantially completed by April 1, 1992 and final completed by May 1, 1992. 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 bet submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion of the project within the time specified. 5. PAYMENT FWA All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. 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 y the improvements I mp contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. -5- T. 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 pro- tecting 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 provi- sion. 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. 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, 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 re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX 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. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. -6- 12. 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 construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of sit such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired`immedistely by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. ro 13. BARRICADES AND SAFETY MEASURES i The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nets, 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 re - pieced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. in all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE r t The successful bidder shalt be required to have a res sible local � q P� representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the t 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. 16. INSURANCE AThe 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 r. 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 subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be Less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 0 ) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not Less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or Life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. is. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, Legible copy of such payroll. This shell contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. 4- R i The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL ` The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an indi-vidual, his name must be signed by him or his duly authorized agent. if a proposal is submitted by a firm, r association, or partnership, the new 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 rsigned 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. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers and dates of which shall be filled in the Bid Proposal. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name r (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. AWARD OF CONTRACT Owner shall award a contract to the Bidder who, in Owner's Judgment, is the lowest responsive, responsible Bidder. Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. The Owner reserves the right to award the Contract on the basis of the base bid plus any combination of alternatives. .9- Award of the contract will be on the following basis in accordance with available funding: Base bid (substituting the lowest bid of the two alternate pipe material options, if it is lower than bid for pipe material indicated in the base bid) plus valve alternatives 7.0 and 7.1. Base bid (substituting the lowest bid of the two alternate pipe material options, if it is lower than bid for pipe material indicated in the base bid) plus valve alternative 7.1. Base bid (substituting the lowest bid of the two alternate pipe material options, if it is lower than bid for pipe material indicated in the base bid) plus valve alternative 7.0. Base bid (substituting the lowest bid of the two alternate pipe material options, If it is lower than bid for pipe material indicated in the base bid). If the contract is awarded, Owner shall give the apparent successful Bidder a Notice of Award within 90 days after the date of the Bid opening. 22. WOMEN AND MINORITY BUSINESS ENTERPRISES The successful Bidder shall slake a good faith effort to utilize minority and women businesses for at least 8 percent of the total contract amount. The Contractors attention is directed to the Special Conditions pertaining to Women and Minority Business Enterprises. 23. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: (a) Notice to Bidders. (b) General instructions to Bidders. (o) Bidder's Proposal. (d) Statutory Bond (if required). (a) Contract Agreement. (f) General Conditions. _ (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. -10- r BID PROPOSAL -11- (THIS PAGE LEFT BLANK INTENTIONALLY) n Fr' 1) BID PROPOSAL BID FOR UNIT PRICE PLACE ��%/C'w0'�N✓� Qi.O DATE 9 9 1 PROJECT NOQI,.� t' O 648 Proposal of !r� 'r'� (hereinafter called Bidder) To the Honorable Mayor and City Council City of ubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a s (D A A V having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re- lated Contract Documents and the site of the proposed work, and being familiar with all of the conditions surround- ing the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions and Contract Documents, within the time set forth therein and at the prices stated in Exhibit "A". The Bidder binds himself on acceptance of his proposal to execute a Contract and any required bonds, according to the accompanying forms, for perfoming and completing the said work within the time stated and for the prices stated in Exhibit "Al' of this proposal. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within April 1, 1992 and fully complete the project by May 1, 1992. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $800.00 (Eight Hundred Dollars) per day until substantial completion and $250.00 (Two Hundred Fifty Dollars) per day until final completion in excess of the time set forth hereinabove for completion of this project, all as more fully set riforth in the general conditions of the contract documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in- struction number 20 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 ninety (90) 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. -12- f. Enclosed with this proposal is a Cashiers Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of Dollars (S ), 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 and the required bond (if any) with the Owner within ten (10) 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. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con- tract documents made available to him for his inspection in accordance with the Notice to Bidders. Contractor 17 t (Seal if Bidder is a Corporation) ATTEST: Sec�ary Bidder acknowledges receipt of the following addenda: ADDENDA NO._� ADDENDA NO. ADDENDA NO. ADDENDA NO. ADDENDA N0. ADDENDA NO. ADDENDA NO. ADDENDA N0. ADDENDA NO. ADDENDA N0. ADDENDA N0. ADDENDA NO. -13- Item Quantities No. and Units Description of Item. 1.0 Effluent Pipeline 1.1 7,0j 67.1.i,n, ft.. 6 Inch Piping-PTCP/PCCP of l ars l i n ft Cents 2.0 Miscellaneous Structures 2.1 7 ea ��.. &tAINA Air/Vacuum Dollars Relief Manholes each Cents 2.2� each Blowoff 43 uJ�t6oa�nu Dollars each `'-e'ents 3.0 Highway Crossing 3.1 300 li f � f Dol I ars l i n ft ,tQ Cents 4.0 Connections 4.1 L p Su Existing 30 Inch `-' i Dollars LS 1 Cents 4.2 L p Sump, Exiiting 42 Dollars Inch LS /tom Cents 5.0 Miscellaneous Items 5.1 ,0 ubi ya ds Miscellaneous Concrete I Dollars cu yd D Cents 5.2 q1,0 c is yards Artificial Foundations Dollars cu yd t.A Cents 6.0 Trench Protective Systems 6.1 7 7 lin ft Trench Protective System Dollars tin ft Cents Total Unit Price Amount ($ I %8* )d $ '��0 • DO $ c97-�Q. 00 ($ ND. 00) $.00 ($ 00 ) $��'•4� T0TAL BASE BID (Items 1 thrnugh 6) Dollars Total Base Bid $ —N� Cents s A� f PIPE ALTERNATIVES 1.1 7,167 lin ft 36 Inch Piping - Cast Iron Pipe Option Dollars lin.ft (� ) Cents 1.1 7,167 lin ft 36 Inch Piping - CUP Option Dollars tin ft (3 ) 3 Cents VALVE ALTERNATIVES 7.0 eac 36 Inch Butterfly Values o o Dollars each (S $ Uoo -to Cents _) T� 7.1 2 e Inch Butterfly Valves o� cv Dollars each ) 3 Sd Cents Contractor By: • Title: LIST OF SUBCONTRACTORS This form sholl be completed and submitted with the Bidder's Proposal. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Minority Owned Yes No -14- (THIS PAGE LEFT BLANK INTENTIONALLY) 7 �t r__ r_ SRF-404 (6/19/88) CERTIFICATION OF CONTRACTOR OR SUBCONTRACTOR REGARDING DEBARMENT, SUSPENSION, OR VOLUNTARY EXCLUSION As the Bidder on the project of which this contract is a part, I certify that this firm is not debarred, suspended or voluntarily excluded from participation in any state/federally assisted programs. This firm will obtain a written certification to this effect from all lower -tier subcontractors and make the certification available to the owner. A A signature- or ergspective rrntractor, s or suncontractor• s Representative V Printed or Typed Name and Title of Prime Contractor's or Subcontractor's Representative Printed or Typed Name and Address of Prospective Contractor or Subcontractor 9,ewz a/ ` 7 D / I (THIS PAGE LEFT BLANK INTENTIONALLY) r7- rA r� 1 SRF-503 11/10/88 CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS VESORAH S. MALONE Notary Public STATE OF TEXAS COUNTY OF My Comm. Em 1,214 BEFORE ME, �A Notary Public duly commissioned and qualified in and for the County of , State of Texas, came and appearedPV�/� as represented b3 �&T PhhEA) /R F the corporation' s 4 L A)7 who declares h9/she is authorized to represent W—a), pursuant to provisions of a resolution dopted by said corporation on the 4 day of , 19 q'/(a duly certified copy of such resolution is attached to and is hereby made a part of this document)., as the representative off��G && that4au4Ltt- affures the Texas Water Developmen Bo rd that it will construct project a , Texas, in accordance with sounQ construction practice, all laws of the State of Texas, and the rules of the Texas Water Development Board. 1 (THIS PAGE LEFT BLANK INTENTIONALLY) SRF-503a 11/10/88 RESOLUTION OF I hereby certify that it was RESOLVED y a quorum of the directors o , meeting on the name of corpore0ion day of 19?1, that / EPff4AJ n. behalf of be, and hereby is, authorized to act on name oz corpora as its representative, in all business transactions conducted in the State of Texas, and That the above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution'h'as not been rescinded or amended and is now in full force and effect; and In authentication of the adoption of this resolution, I subscribe my name and aff'x the seal of the corporation this day of , 19f . (seal) 4 Sec tary No Text F , SAFECO BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERIC HOME OFFICE. SAFECO PLAZA SEATTLE, WASHINGTON 98185 KNOW ALL BY THESE PRESENTS, That we, H. D. WEAVER D I TCH I NG SERV I CE , I NC, as Principal, hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID ----------- ----------------------------- Dollars (S----- 6%------- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for36 I NCH EFFLUENT P I PEL I NE, B 1 D N0. 11481 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 4TH day of SEPTEMBER „19 91 Witness Witness H. D. WEAVER DITCHING SERVICE, INC(Seal) ` / �� Principal STEPHF4 b . TAFF', SAFECO By ,6' COWAN NTEND WE Attorney -in -Pact 7 ®, Registered trademark of SAFECO Corporate I S-541EP 10190 PRINTED IN U.S. No Text MWBE Self Certification To: Project Number Appseat Contract Name Contract Number Name Address From: City and State Zip Code Telephone I hereby certify that the above named (MBE) (WBE) firm is composed of person or persons claiming MWBE status who own and control fifty-one (Si) per -cent of the business. The following named person or persons further certify the MWBE named is qualified in accordance with the EPA Region b MWBE Policy and National MWBE Policy. State of County of swoitN To AND SUBSCAIB8D Won so on t'o (SEAL) r day of Notary Public Signature Notary Public Printed or Typed Name My commission expires: (THIS PAGE LEFT BLANK INTENTIONALLY) SAFECO i KNOW ALL BY THESE PRESENTS: POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL. INSURANCE COMPANY OF AMERIC HOME OFFICE: SAFECO PLAZA SEA7LE, WASHINGTON 98185 No. 8035 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint ----------------HOWARD COWAN; CARLA ROGERS; KEVIN J. DUNN; MIKE HENTHORN; ANGIE GOFF; Lubbock, Texas --------------------------------------------------------------- ------ its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents a this 25th day of June CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 19 91 "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the sea[, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. l IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation r this 4TH day of SEPTEMBER , 19 91 5-974 Rt0 3/86 PRINTED IN U S A LIST OF SUBCONTRACTORS I This form shall be completed and submitted with the Bidder's Proposal. Minority Owned Yes No 1. 2. 3. 4. 5. i 6. 7. 9. 10. L _ L L .14- PAYMENT BOND -15- (THIS PAGE LEFT BLANK INTENTIONALLY) i b STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, r. 1959 f KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the PrincipaL(s), as Principal(s), and SAFECO INSURANCE CO. OF AMERICA (hereinafter called the Surety(s), as u ty(s r are eld nd fi lY bound,t th�eC y of Lubbock (hereinafter called the Obligee), in the amount o ek �o .0 4/IV Dollars Lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminis- trators, 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 day of 19to { 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. r l 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 sub -contractor in the prosecution of the work provided for in said con- tract, 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on r" 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. BOND CHECK BEST RATING /t 4 . LICENSED LIE' AS DATF� BY -16- s u IN WITNES WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of t�iP ` 19CT L. --(—�-. SAFECO INSURANCE CO. OF AMERICA Surety Principal d/� ���,� 1 , TT ++ *By: HOWARD COWAN (ritle) ATTY IN FACT' By: (Title) By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- ignatesHomlagent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may had in matters arising out of such suretyship. SAFECO INSURANCE CO. OF AMiERICA Surety *By: HOWAR COWATl4Ie) Approved as to form: ATTY IN FACT City of Lubbock By: City 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. -17- r� ® POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SAFECO SEATTLE, WASHINGTON 98185 F No. ' 8035 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint ----------------HOWARD COWAN; CARLA ROGERS; KEVIN J. DUNN; MIKE HENTHORN; ANGIE GOFF; Lubbock, Texas ------ -------------------------------------------------------- ---- its true and lawful attorneys) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 25th day of June 19 91 R/ A D!­FY 51 F::1-Y CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and 'any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA i— and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation I ,�c 0 ",d `tire GCjG this 11TH day of OCTOBER 19 91 [� A \'y sTE � �": 1953 j92� OF Q' §`; astw '' 'u� S-974 R10 3/86 PRINTED IN U.S.A. PERFORMANCE BOND -18- (THIS PAGE LEFT BLANK INTENTIONALLY) t I:. STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5.160 r OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 4k"4-�,.-I-L KNOW ALL MEN BY THESE PRESENTS, that (herein er called the Principal(s), as Principal(s), and r SAFECO INSURANCE CO. OF AMERICA (hereinafter called the Surety(s), as urety( >, area he! and�j:i mly�und unto the City of Lubbock (hereinafter called the Obligee), in the amount o x ".a, ,.-� c,u9 �--=- o ars (S766.Oaa.V9) lawful money of the United States for the payment whereof, the s d Principal and Surety bind themselves, and their heirs, administra- tors, 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(% day of f9,4j ? A_ , 1ifl/, to 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 per- form 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 Article 5160 of the Revised a Civil Statutes of Texas as amended by Acts of the 56th legislature, regular session 1959, 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 ITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this C. day of 196?1 . J r SAFECO INSUR N .0 m ICA Surety Principayl� *By: By: LGGG4L� (Title) 'HOWARD OWAN ATTY IN FACT (Title) 0 By. (Title) r-- By: (Title) BOND CHECK BEST RATING, -19- LICENSED IN TEXAS DATE BY The undersign �kf� company represents that it is duly qualified to do business in Texas, and hereby designa%�SJ1i�ilAR D C, Ment resident in Lubbock County to wham any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SAFECO INSURANCE CO. OF AMERICA Surety 1 *By. HOWARD CbTWAN Approved as to Form ATTY IN FACT' — City of Lubbock City 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. -20- ,t . ® POWER OF ATTORNEY SAFECO b SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 r No. 8035 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint ------- -------- HOWARD COWAN; CARLA ROGERS; KEVIN J. DUNN; MIKE HENTHORN; ANGIE GOFF; Lubbock, Texas ----------------------------------------------------------------------- C its true and lawful attorneys) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 25th day of June 19 91 rCERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: F "Article V, Section 13. — FIDELITY AND SURETY BONDS .. the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation 5-974 RIO 3/86 day of OCTOBER , 1991 PRINTED IN U.S.A. No Text S 'r l r r i. r CERTIFICATE OF INSURANCE 1. I 9 ' C g4 (THIS PAGE LEFT BLANK INTENTIONALLY) ISSUE DATE (MM/DD/YY) ! CERTIFICATE OF INSURANCE'..` _9-30-91 _ PRODUCER THIS_CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Wisby & Associates DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P. 0. Box 53205 o>_Ic�Es BEL w. Lubbock, Texas 79453 imits snow�are a-tpo�Iis 1—hcep ion COMPANIES AFFORDING COVERAGE COMPANY A LETTER BITUMINOUS CASUALTY CORPORATION COMPANY INSURED m LETTER UNITED STATES FIRE INSURANCE COMPANY I COMPANY WEAVER DITCHING SERVICE LETTER C+ P. 0. BOX 5574 COMPANY D LUBBOCK, TEXAS 79417 LETTER COMPANY E LETTER COVERAGES 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. Do TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS .TR DATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR. C L P 207 4531. OWNER'S & CONTRACTOR'S PROT. AUTOMOBILE LIABILITY FM A, X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ^X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY r EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM B I WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER CAP 1765025 GENERAL AGGREGATE $2 T 000 PRODUCTS-COMP/OPAGG. $1,000 6-27-91 6-27-92 PERSONAL &ADV. INJURY $1, 000 EACH OCCURRENCE $1, 000 FIRE DAMAGE (Any one fire) $ 50 MED. EXPENSE (Any one person) $ S COMBINED SINGLE LIMIT $1, 000 i BODILY INJURY 6-27-91 6-27-92 (Per person) i BODILY INJURY 3 (Per accident) PROPERTY DAMAGE $ EACH OCCURRENCE $ AGGREGATE $ 407 075143 5-01-91 5-01-92 STATUTORY LIMITS *Work Comp. is assigned risk policy EACHACCIDENT $500 Certificate will be forthcoming DISEASE —POLICY LIMIT $500 DISEASE —EACH EMPLOYEE $500 6 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS 136" Effluent Pipe IJob starts Oct 11, 1991 r :Bid #11481_,..T... " CERTIFICATE HOLDER CANCELLATION City of Lubbock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Attn: Gene Eades EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Purchasing Dept. MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 7 P. O. BOX 2000 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Lubbock, Texas 79457 l AUTHORIZED REPRESENTATIVE �. , �Ixede�tek g. �LllEs6g ACORD 25-S (7190) OACORD-CORPORATION 1990, t; (THIS PAGE LEFT BLANK INTENTIONALLY) r a�:�•j:�o® CERTIFICATE OF INSURANCE ISSUE DATE(MM/DD/YYj 8-22-91 PRooucER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW r I WISBY & ASSOCIATES PO BOX 53205 LUBBOCK TX 79453 i INSURED t f H D WEAVER DITCHING SERV PO BOX 5574 LUBBOCK TX 79417 COMPANIES AFFORDING COVERAGE COMPANY A LETTER UNITED STATES FIRE INSURANCE COMPANY COMPANY B LETTER COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER 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. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS DATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR. OWNER'S & CONTRACTOR'S PROT. AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION A AND 407-075143 EMPLOYERS' LIABILITY OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER CITY OF LUBBOCK PO BOX 2000 LUBBOCK TX 79457 ATTN G EADES PURCH MGR ACORD 25•S GENERAL AGGREGATE $ PRODUCTS-COMP/OPS AGGREGATE $ PERSONAL & ADVERTISING INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MEDICAL EXPENSE (Any one person) $ COMBINED SINGLE S LIM T BODILY INJURY $ (Per person) BODILY INJURY S (Per accident) PROPERTY $ DAMAGE EACH AGGREGATE OCCURRENCE S S STATUTORY 5-1-91 5-1-92 $ 500 500 $ 500 (EACH ACCIDENT) (DISEASE —POLICY LIMIT) (DISEASE —EACH EMPLOYEE) :ANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAILISL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE MARTIN MEREDITH ..� rc c C A ION 1989 (THIS PAGE LEFT BLANK INTENTIONALLY) 7 03 7SAFECO t POWER OF ATTORNEY N ti No. SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 8035 w KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint -------------- HOWARD COWAN; CARLA ROGERS; KEVIN J. DUNN; MIKE HENTHORN; ANGIE GOFF; ILubbock, Texas -------------------------------------------------------------- ---- its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 25th day of June 19 91 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE' COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures maybe affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA �. and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S-974 R10 3/86 this 11TH day of OCTOBER , 1991 PRINTED IN U.S.A. No Text CONTRACT -23- (THIS PAGE LEFT BLANK INTENTIONALLY) 7, 7 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this October M94991, by and between the City of Lubbock, County of r Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and H.D.WEAVER DITCHING. INC. of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and 4 - performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- lows: BID # 11481 - 36 INCH EFFLUENT PIPELINE IN THE AMOUNT OF S766,022.490 and 11 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. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock.,-'Lubbock`County. . Texas in the year and day first above written. ATTEST: CITY OF LUBBOCK, TEXAS (OWNER) C � - Ailq i K.ez. Byo ; etary il MAYOR r. PR VED C TE AAL:X, H.D. WEAVER DITCHING. INC. APP OVED AS TO FORM: r CONTRACTOR r.. By: J TITLE- COMPLETE ADDRESS: ATTEST: L PO BOX 5574 LUBBOCK TX 79417 C orate Secretary I .23. No Text GENERAL CONDITIONS OF THE AGREEMENT PM -25. (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, copartnership or corporation, to -wit: H.D.WEAVER DITCHING. INC., who has agreed to perform the work embraced in this contract, or to his 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 DAN HAWKINS, DIRECTOR OF WATER UTILITIES, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect construc- tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," R 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. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the r character of the work. I6. 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 re- sponsibility 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. i 6 -25- 7. WRITTEN NOTICE Written notice shall -be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 8. WORK 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 docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term °Substantially Completed" is meant that the structure or project contemplated by the contract docu- ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. -26- 7z 13. LINES AND GRADES r All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by r. these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks, r" etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive 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 rRepresentative shall review all work included herein. He has the authority to stop the work whenever such { stoppage may be necessary to insure the proper execution of the contract. in order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all t. cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He 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 Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance r., with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the i Contractor a written decision on all claims of the parties hereto and on alt questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION f It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint G from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that r said material is furnished and said work is done in accordance with the specifications therefore. The Con- tractor 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 six (6) days make written appeal to the Owner's Representative for his decision. 7 r -26- 1 .- 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. 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 Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his 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 himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials 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 effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, 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 him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish 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 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 ob- servation, 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 shalt be strictly enforced. -29- 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative awy reject any work found to be defective or not in accordance with the contract documents, re-gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by owner or owner's Repre- sentative, 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 Representa- tive 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 r., by law or the contract documents. If any 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 Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, tests and approvals shall be borne by the Contractor Mess otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but, does not meet the requirements of the contract documents shalt be considered defective. Such defective work 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 this agreement to make such inspections, ' tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further 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, shalt be deemed by the Owner or Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shalt be in full accordance with this contract. It is fur- ther 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 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 r� basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they in- crease 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 r+ work under this contract; otherwise such additional work shalt be paid for as provided under Extra Work. In E ' -30- case the Owner shall make such changes or alterations as shall make useless any work already done or mate- rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual toss occasioned by such change, due to 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, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive 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 shalt 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 com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph 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 Workmen's 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 mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery 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 com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments 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 Mess ordered in writing by owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative 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 in- sists 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). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -31- r 25. DISCREPANCIES AND OMISSIONS r i It is further agreed that it is the intent of this contract 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 r. 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. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by owner's Representative prior to the openin g of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re '., quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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, his sureties and insurance carriers shall defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the owner or any of its officers, agents, or employees including attorney's fees. i The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as k 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 pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. i -32- 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized 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. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. .33. E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbrella Liability Insurance in the amount of (S4,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employers Liability Insurance �,. As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. 29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN. AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, alt suppliers, including commissary, incurred in the furtherance of the performance 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. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness r -34- shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shalt indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend alt 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 speci- fied or required in these contract documents by owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save owner harm- less from any loss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such toss unless he promptly gives written notice to the Owner of such infringement. 31. 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 effect the contract or the work, and shall indemnify and save harmless the owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar as the same regulates the objects for which, or the mariner 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. 32. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his 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 his full obligations to the owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract 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 on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the owner, then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $800.00 (EIGHT HUNDRED DOLLARS) PER DAY until substantial completion and $250.00 (TWO HUNDRED FIFTY DOLLARS) PER DAY until final completion, not as a penalty, but as liquidated damages for -35- set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local- ity. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica-bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 34. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this r 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, r" schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at 6 which the Contractor will start the several parts of the work and estimated dates of completion of the sev- eral parts. 35. €XTENSION OF TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the !� completion of this project, taking into consideration the average climatic range and industrial conditions i prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, r except when his 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, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their con- sideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge 1 1 r -36- i 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 judgment of the Owner's Representative that is caused by such stoppage shall be paid by owner to Contractor. 37. 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 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 of- fered for the work. 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. 38. 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 he shall be Liable for any and all claims for such damage on account of his failure to fully protect alt adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 39. 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 him 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. 40. 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 de- fective 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 con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. -37- 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an apptica- tion for partial payment. Owner's Representative shall review said applicetion for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par- tial 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; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. 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 this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance 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 special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 45. COORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shalt remedy any defects due thereto and pay for rr any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the -38- I date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of, (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shalt be in writing and filed with the owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -39- r ' i The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tamed, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs �r and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-ing and shall not be open to objection on account of the form of proceedings or award. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, 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. f After receiving said notice of abandonment, 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 r. 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. I In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide 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 sup- plies 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 r. is less than the sum which would have been payable under this contract, if the same had been com-pleted 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 com- plated by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa- per having a general circulation in the County of location of the work, may let the contract for the conpletion 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. However, 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. 4 When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shaLL be issued. A complete itemized statement of the contract accounts, certified to by owners Representative as being correct shall then be prepared and delivered to Contractor and his Surety, 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 certificate of completion. r t .40- 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 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety 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 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 subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) 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. 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 machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT By OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shalt make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra York performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Arumtated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds 525,000.00. If the contract price does not exceed 525,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -41- 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss 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 and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his 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 ob- serve Contractor's work during his 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. 55. 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 he shall remove aLL such debris and also his tools, scaffolding, and surplus materials and shell leave the work room cleen 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. -42- (THIS PAGE LEFT BLANK INTENTIONALLY) CURRENT WAGE DETERMINATIONS -43- (THIS PAGE LEFT BLANK INTENTIONALLY) Ira ,.., PRC3EC2`: City of Lubbock SRF No. 3104 Gentlemen: TEXAS WATER DEVELOPMENT BOARD P.O. BOX 13231 CAPITOL STATION AUSTIN, TEXAS 787" DATE: May 22, 1991 The Davis -Bacon Act (40 U.S.C. S 276a et seq.) as amended, and 40 CFR § 31.36(i)(5) requires a valid Department of Labor (DOL) wage determination be in the contract specifications (aver $2,000) before bids are opened and be in effect on the date of contract award. Determinations may be added to the specifications by addenda after they are approved by the Texas Water Develcpment Board (TWDB) . General Wage Determinations (GWD) contain no expiration date and remain in effect until modified, superceded or withdrawn. Modifications or supersedeas determination published ten days prior to bid opening must be included in the contract specifications. Also, if a r., contract has not been awarded within 90 days after bid opening, any modification published to a general wage determination prior to award of the contract, or beginning of r r construction, shall be effective with respect to that contract. Project Wage Determinations (PWD) issued by the DOL are effective for 180 calendar days from the date of issuance, unless an extension of time is approved by the Wage and Hour Division (DOL). Modifications to project wage determinations must also be included in the specifications when they are received by this office ten days prior to bid opening. You MUST keep the below signed informed of the bid opening and award dates. By doing this, we will be able to keep you informed of any necessary changes. Please examine the attached determination(s) immediately upon receipt to determine if additional "classifications" or "basic bourly rates" are required. If needed submit your request to the below signed with evidence of prevailing rates from the prime- contractor(s), sub -contractors) or labor showing: (a) Name of contractor, (b) Location and type of construction, (c) Wage rates within each classification and number of employees paid at each rate, (d) Additional classifications and hourly rates, if needed, (e) Specify the determination number and kind of rates (heavy, building, etc.) to which you wish these added. If you need additional information, please contact me at (512) 463-8424. I am attaching (X) Decision ( ) Modification DECISION IS.S'iMNCE MODIFICATION UN�ERfTYPE DATE NUMBER TX-91-28 02-22-91 Sincerely, �Ja=esT. Fowler Attachment (s) Copy To: Loanee Inspection and Field Support Section Project Support Section - Wage Rate Issued File Heavy (THIS PAGE LEFT BLANK INTENTIONALLY) U.S. Department of Labor TX9 1-28 ASPHALT HEATER OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER CARPENTER CARPENTER HELPER CONCRETE FINISHER (PAVING) CONCRETE FINISHER HELPER (PAVING) CONCRETE FINISHER (STRUCTURES) CONCRETE FINISHER HELPER (STRUCTURES) ELECTRICIAN - FORM BUILDER (STRUCTURES) FORM SETTER HELPER (PAVING & CURB) FORM SETTER (PAVING & CURB) FORM SETTER (STRUCTURES) FORM SETTER HELPER (STRUCTURES) LABORER. COMMON LABORER. UTILITY MECHANIC MECHANIC HELPER OILER SERVICER PIPELAYER PIPELAYER HELPER REINFORCING STEEL SETTER (STRUCTURES) REINFORCING STEEL SETTER HELPER SPREADER BOX OPERATOR POWER EOUIPMENT OPERATORS: Asphalt Distributor Asphalt Paving Machine Broom or Sweeper Operator Bulldozer 150 HP & Less Bulldozer over 150 HP Concrete Paving Curing Machine Concrete Paving Finishing Machine Concrete Paving Grinder Concrete Paving Float Concrete Paving Saw Concrete Paving Speader Reinforcing Steel Machine S1lpform Machine Crane, Clamshell, Backhoe, Derrick, Dragllne. Shovel (less than 1 1/2 CY) Crane, Clamshell, Backhoe, Derrick, Dragllne, Shovel (1 1/2 CY & Over) Crusher or Screening Plant Operator Foundation Drill Operator (Crawler Mounted) Fountain Drill Operator (Truck Mounted) Front End Loader (2 1/2 CY & less) Mixer (16 CF & Less) Mixer (over 16 CF) Basic Hourly Rates 7.35 7.30 6.40 7.40 7.90 6.90 8.40 6.00 7.90 7.05 10.00 7.75 6.80 8.25 8.20 6.75 5.95 7.15 9.80 7.70 6.90 7.90 6.90 6.50 7.65 7.55 7.00 7.80 8.05 6.20 7.00 7.35 9.10 9.00 8.50 9.10 8.50 9.10 7.00 9.00 8.35 9.45 6.95 8.00 10.50 7.90 6.25 7.50 Vol. If 1088 U.S. Department of Labor GENERAL WAGE DECISION NO. TX91-28 Supersedes General Wage Decision No. TXSO-28 _ State: TEXAS County(les): Ector. Lubbock. Midland. Potter. Randall, Taylor, Torn Green Construction Type: Heavy & Highway Construction Description: Heavy (excluding tunnels & dams) and Highway Projects _ (does not include building structures in rest area projects). Modification Record: _ No. Publication Date Page No.(s) Vol. 11 1087 r U.S. Department of Labor TX91-28 Motor Grader Operator, Fine Grade 10.20 Motor Grader Operator 9.50 Roller, Steel Wheel (Plant -Mix Pave- ment) 7.05 Roller. Steel Wheel (Other -Flat Wheel or Tamping) 6.75 Roller. Pneumatic (Self -Propelled) 6.10 Scrapers 07 CY & Less) 7.10 Scrapers (Over 17 CY) 7.35 Tractor (Crawler Type 150 HP & Less 7.05 Tractor (Crawler Type) over 150 HP 8.50 Tractor (Pneumatic) 80 HP & Less 6.65 Tractor (Pneumatic) over 80 HP 7.40 Traveling Mixer 6.15 Wagon Drill, Boring Machine or Post Hole Driller Operator 9.75 TRUCK DRIVERS: Single Axle, Light 6.30 Single Axle. Heavy 6.65 Tandem Axle or Semitrailer 6.75 Lowboy -Float 7.45 Transit -Mix 6.60 VIBRATOR (HAND TYPE) 6.90 WELDER 8.95 4P, 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)). Vol. II 1089 (THIS PAGE LEFT BLANK INTENTIONALLY) SPECIAL CONDITIONS -46- (THIS PAGE LEFT BLANK INTENTIONALLY) SPECIFICATIONS AND DOCUMENTS LUBBOCK, TEXAS 36 INCH EFFLUENT PIPELINE CONTRACT 1 r �P OF hE�,i+ 22, r9�i ► .'* Nib f*. ...................113 ROBERT SMCCOLLUM� il."bs 0 _ 0 61�453 _ W,�% BLACK & VEATCH Dallas, Texas Project No. 17578 1991 �. Specifier: RGM r r P (THIS PAGE LEFT BLANK INTENTIONALLY) r SPECIAL CONDITIONS SC-1. CONTRACTOR'S INSURANCE. The Engineer shall be included as an additional insured on the Contractor's General Liability and Umbrella or Excess policies. Contractor shall provide a Certificate of Insurance to Engineer, evidencing such endorsement prior to the start of any Work at the project site. SC-2. SPECIFICATIO,NS. The Specifications which govern the materials and equipment to be furnished and the Work to be performed under this Contract are listed in the Table of Contents at the beginning of this volume. SC-3. DRAWINGS. The Contract Drawings consist of 5 sheets. Sheet titles are listed on Sheet 1 of the Drawings. In addition, each sheet bears the following general title: LUBBOCK, TEXAS 36 INCH EFFLUENT PIPELINE The Drawings referred to above are supplemented by drawings bound in the Specifications and listed in the Table of Contents. SC-4. ENGINEER. The term Engineer means Black & Veatch, acting within the scope of duties contained in the Special Conditions, and as parti- cularly described in Exhibit A to Special Conditions. The performance of Engineer's duties is intended to be for the sole and exclusive benefit of Owner. SC-5. INDEMNIFICATION. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the Engineer and its officials, officers, directors, partners, consultants, agents, and employees for and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals " and court costs) arising out of or resulting from the performance of the work by the Contractor, and subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by law and regulations regardless of the negligence of any such party. However, this indemnity shall not apply to liability for bodily injury or death to persons or damage to property of any person or expenses in connection therewith caused by or resulting from defects in plans, designs or specifications prepared, r. approved or used by Engineer or negligence of Engineer in the rendition or conduct of professional duties called for or arising out of the Contract and the plans, designs, or specifications which are a part hereof. r I (LUBBOCK. TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-1 SC-6. RESPONSIBILITY FOR PAYMENT. Except for items specifically identified as provided by Owner, Contractor shall pay for all labor, materials, and other costs incurred under this Contract. SC-7. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT. Contrac- tor's Applications for Payment shall be accompanied by the documentation specified herein. SC-7.01. Materials and Equipment. If payment is requested for mate- rials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Progress Payment shall be accompanied by such data, satisfactory to Owner, as will establish Owner's title to the materials and equipment and protect his interest therein, including applicable insurance. Payments for such materials and equipment shall be based only upon the actual cost of the materials and equipment to Contractor and shall not include any overhead or profit to Contractor. SC-7.02. Schedules and Data. Each Application for Progress Payment shall be accompanied by Contractor's updated schedule of operations, or progress report, with such shop drawings schedules, procurement sche- dules, value of material on hand included in application, and other data specified in Division l or reasonably required by Engineer. SC-7.03. Labor Standards Certificate. As provided under Labor Standards, paragraph SC-20, each Application for Payment shall be accompanied by certificates that all labor standards requirements have been fulfilled. This is required from the Contractor and all subcontractors. SC-7.04. Final Payment. Final payment to the Contractor shall be made subject to his furnishing the Owner with a release in satisfactory form of all claims against the Owner arising under and by virtue of his con- tract, other than such claims, if any, as may be specifically excepted by the Contractor from the operation of the release as provided under general and supplemental conditions elsewhere in this contract. The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project) and services to the Contractor, if the Owner deems the same necessary in order to protect the Owner's interests. The Owner, however, may if it deems such action advisable make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall in no way impair the obligations of any surety or sureties furnished under this Contract. The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-2 rM POO Withholding of any amount due the Owner, under general and/or supple- mental conditions regarding 'Liquidated Damages," shall be deducted from j the final payment due the Contractor. SC-8. RETAINAGE. Owner shall retain from each progress payment an amount equal to 5 percent of the estimated value of the Work completed, until payment is due under the terms and conditions governing Substan- tial Completion and final payment. SC-9. PARTIAL UTILIZATION. Owner has the right to take possession of or use any completed or substantially completed portions of the Work at any time, but such taking possession or use will not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the Contract Time or change in the Contract Price. Owner's use of any facilities not specifically identified in the Con- tract Documents will be in accordance with conditions agreed to prior to such use, and any extra costs or delays in completion incurred and properly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Docu- ments which are occupied or used by Owner prior to Substantial Comple- tion of the entire Work will be defined by Engineer in a written notice to Owner and Contractor fixing the responsibility for insurance, and r" maintenance on that part of the Work and including a tentative list of 9 items to be completed or corrected before final acceptance. Guarantee periods for accepted or substantially completed Work, including equipment. will commence upon the start of continuous use by Owner. r^ All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of PM the Work not yet completed by Contractor. SC-10. SUBSTANTIAL COMPLETION. When Contractor considers the Work ready for full occupancy or utilization by Owner, Contractor shall declare in writing to Owner and Engineer that the Work is substantially complete and request that Engineer issue a Notice of Substantial Completion therefor. Within a reasonable time thereafter. Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of com- pletion. If Engineer does not consider the Work substantially complete, Engineer shall notify Contractor in writing giving reasons therefor. If Engineer considers the Work substantially complete, Engineer shall pre- (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) r,,, (17578 ) SC-3 pare and deliver to Owner and Contractor a Tentative Notice of Substan- tial Completion which will fix the date of Substantial Completion, the release of any part of the retainage (subject to approval by the Texas Water Development Board) and the responsibilities between Owner and Contractor for operation and maintenance. The notice shall include a tentative list of items to be completed or corrected before final acceptance. Owner shall have 10 days after receipt of the Tentative Notice during which he may make written objection to Engineer as to any provisions of the notice or list. If, after considering such objec- tions, Engineer concludes that the Work is not substantially complete, Engineer shall notify Contractor in writing, stating reasons therefor. If, after 10 days and after consideration of Owner's objection, Engineer considers the Work substantially complete, Engineer shall execute and deliver to Owner and Contractor a definitive Notice of Substantial Completion, with a revised list of items to be completed or corrected, reflecting such changes from the Tentative Notice as Engineer believes justified after consideration of any objections from Owner. "Substantial Completion" means that the facilities are completed to the point that effluent can be conveyed through the effluent pipeline to the satisfaction of Engineer. All process equipment shall be installed and operational, or temporary arrangements satisfactory to Owner shall have been made. To be considered substantially complete, the following portions of the Work must be operational and ready for Owner's continuous use as intended: Air/vacuum relief manholes Blowoffs Main pipeline and connections Portions of the Work not essential to operation, which can be completed without interruption of operation, may be completed after the Work is accepted as substantially complete, and may include the following items: Cleanup Painting SC-11. FINAL INSPECTION AND ACCEPTANCE. Upon written notice that Contractor considers all Work complete, Engineer shall make a final inspection with Owner and Contractor and shall notify Contractor in writing of incomplete or defective work revealed by the inspection. Contractor shall promptly remedy such deficiencies. After Contractor has remedied all deficiencies to the satisfaction of Engineer and delivered all construction records, maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, and other documents (all as required by the Contract Documents), Owner and Contractor shall be promptly notified in writing by Engineer that the Work is acceptable. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-4 SC-12. CORRECTION PERIOD. Nothing in General Conditions Article 45 concerning the correction period shall establish a period of limitation with respect to any other obligation which Contractor has under the Contract Documents. The establishment of time periods relates only to the specific obligations of Contractor to correct the Work, and has no relationship to the time within which his obligations under the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish his liability with respect to his obligations other than to specifically correct the Work. SC-13. OVERTIME WORK. No Work shall be done between 6:00 p.m. and 7:00 a.m. nor on Sundays or legal holidays without permission of Owner. However, emergency work may be done without prior permission. Night work may be undertaken as a regular procedure with the permission of Owner; such permission, however, may be revoked at any time by Owner if Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the Work at night. SC-14. LEGAL ADDRESSES. The business address of Contractor given in the Bid Proposal and Contractor's office in the vicinity of the Work are both hereby designated as the places to which all notices, letters, and other communication to Contractor will be mailed or delivered. The i address of Owner, Post Office Box 2000, Lubbock, Texas 79457, is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either party may f change his address at any time by an instrument in writing delivered to Engineer and to the other party. SC-15. TEST HOLES. Test holes have been made along the route of the pipeline. The locations of test holes are indicated on the Drawings. Logs of the test holes are bound as an appendix to these Specifications. Test hole information represents subsurface characteristics to the extent indicated, and only for the point location of the test hole. Each Bidder shall make his own interpretation of the character and condition of the materials which will be encountered between test hole locations. Each prospective Bidder may, at his own expense, make additional surveys and investigations as he may deem necessary to determine conditions which will affect performance of the Work. SC-16. UNDERGROUND INSTALLATIONS. Existing underground installations are indicated on the Drawings only to the extent such information was made available to or discovered by Engineer in preparing the Drawings. There is no guarantee as to the accuracy or completeness of such information, and all responsibility for the accuracy and completeness thereof is expressly disclaimed. Contractor shall be responsible for discovery of existing underground installations, in advance of excavating or trenching, by contacting all local utilities and by prospecting. r" (LUBBOCK, TEXAS (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-5 SC-17. HISTORICAL OR ARCHAEOLOGICAL DEPOSITS. If, during the course of construction, evidence of deposits of historical or archaeological interest is found, Contractor shall cease operations affecting the find and shall notify Owner, who shall notify the Texas Water Development Board and the State Historic Preservation Officer. No further disturb- ance of the deposits shall ensue until Contractor has been notified by Owner that he may proceed. Owner will issue a Notice to Proceed only after the state official has surveyed the find and made a determination to the Environmental Protection Agency and Owner: Compensation to Contractor, if any, for lost time or changes in construction to avoid the find, shall be determined in accordance with changed conditions or change order provisions of the Contract Documents. (Reference: 80 Stat 915, 16 USC 470, and Executive Order No. 11593 of May 31, 1971.) SC-18. PRIVITY OF CONTRACT. This contract is expected to be funded in part with Federal funds through the State Revolving Fund. Neither the State of Texas nor any of its departments, agencies or employees is, or will be, a party to this contractor any lower tier contract. This contract is subject to regulations contained in 31 TAC Chapter 375 in effect on the date this contract is entered into. SC-19. DEFINITIONS. (a) The term "Minority Business Enterprise" (MBE) means a business concern that is (1) at least 51 percent owned by one or more minority individuals, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more minority individuals; and (2) whose daily business opera- tions are managed and directed by one or more of the minority owners. Minority individuals include Black Americans, Hispanic Ameri- cans, Native Americans, Asian Pacific Americans, or other groups whose members are found to be disadvantaged by the Small Business Act or by the Secretary of Commerce under . Section 5 of Federal Executive Order 11625. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Administrator, or the authorized representa- tive thereof. (c) The term "Woman Business Enterprise' (WBE) means a business' concern that is, (1) at least 51 percent owned by one or more women, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more women; and, (2) whose daily business operations are managed and directed by one or more of the women owners. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-6 a SC-20. LABOR STANDARDS. (a) This subsection applies to any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or .repair, including painting and decorating, of a public building or public work, or building or work financed in whole or in part with Federal funds through the State Revolving Fund (SRF). The definitions contained in 29 CFR 5.1 for the terms; labor standards, laborer/mechanic, apprentice, trainee, wages, and wage decision shall apply to this section. (1) Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent 7 deduction or rebate on any account (except such payroll ` deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act ((29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained r` in the wage determination of the Secretary of Labor which k is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anti- cipated for bona fide fringe benefits under section l(b) (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or E mechanics, subject to the provisions of paragraph (1)(iv) of this subsection; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraph (4) of this subsection. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: PROVIDED, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classi- fication and wage rates conformed under paragraph (1)(ii) of this subsection) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractor at the site of the work in a prominent and r (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) r.. (17578 ) SC-7 I accessible place where it can be easily seen by the workers. (ii) (A) The Owner and Contractor agree that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conform- ance with the wage determination. The.Contractor shall immediately examine the wage determinations to determine if additional classifications and basic hourly rates are required and advise the Owner if additional classifications are needed. The TWDB shall approve an additional classifica- tion and wage rate and fringe benefits therefore only when the following criteria have been met: (I) The work to be performed by the classi- fication requested is not performed by a classification in the wage determination; and (II) The classification is utilized in the area by the construction industry; and (III) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics tc be employed in the classification (if known), or their representatives, and the Owner agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the Owner, to the TWDB for processing to the Adminis- trator of the Wage and hour Division, Employment Standards Administration (W&H, ESA), U.S. Depart- ment of Labor, Washington, D.C. 20210. The W&H, ESA Administrator, or an authorized representative, will approve, modify, or disapprove every addi- tional classification action within 30 days of receipt and so advise the owner, through the TWDB, or will notify the TWDB within the 30 day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, the Owner, and the TWDB do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-8 r 7 the questions, including the views of all r^ interested parties and the recommendation of the TWDB to the Administrator W&g, ESA for determina- tion. The Administrator W&H, ESA, or an authorized representative, will issue a determination within 30 days of receipt and so advise the owner, through i the TWDB, or will notify the TWDB within the 30-day period that additional time is necessary. r(D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraph (B) or (C) of this paragraph shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equi- valent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. PROVIDED, That the Secretary of Labor has found, upon the written request of the Con- tractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholdin&. The TWDB shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other SRF Federally funded contract with the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee. or helper, employed or working on the site of (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) �. (17578 ) SC-9 the work, all or part of the wages required by the contract, the TWDB may, after written notice to the Contractor or Owner, take such action as may be necessary to cause the suspension of any further payment, advance. or guarantee of funds until such violations have ceased. (3) Payroll and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years there- after for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and Social Security Number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs antici- pated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in pro- viding benefits under a plan or program described in section l(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii) (A) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all Payrolls to the Owner. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR Part 5. This information may be submitted in any form desired. Optional Form 347 is available for this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime Contractor is responsible for the submis- sion of copies of payrolls by all subcontractors. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-10 (B) Each payroll submitted shall be accompanied by a "Statement of Compliance.' signed by the Contractor or subcontractor or his or her agent who'pays or supervises the payment of the persons employed under the contract and shall certify the following: (I) That the payroll for the payroll period contains the information required to be main- tained under section 5.5(a)(3)(i) of 29 CFR Part 5 and that such information is correct and complete; (II) That each laborer or mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; (III) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorpora- ted into the contract. (C) The weekly submission of a properly executed certi- fication set forth on the reverse side of Optional Form 347 shall satisfy the requirement for submis- sion of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this subsection. (D) The falsification of any of the above certifica- tions may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United State Code. (iii) The Contractor or subcontractor shall make the records required under paragraph (3)(1) of this subsection available for inspection, copying, or transcription by authorized representatives of the TWDB, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the TWDB may, after written notice to the Contractor, sponsor, appli- cant, or owner, take such action as may be neces- (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-11 sary to cause the suspension of any further payment, advance, or guarantee of funds. Further- more, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they per- formed when they are employed pursuant to and individu- ally registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determi- nation for the work actually performed. Where a Contrac- tor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the Journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator W&H, ESA determines that a different practice prevails for the (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-12 rR applicable apprentice classification, fringes shall be •- paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predeter- mined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen of the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provision of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predeter- mined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The Utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment ►" (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) f;, (17578 ) SC-13 opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. (6) Contract Termination: Debarment. A breach of the contract clauses in this section may be grounds for termination of the contract, and for debarment as a Contractor and a subcontrac- tor as provided in 29 CFR 5.12. (7) Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. (8) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the Owner, the U.S. Department of Labor, or the employees or their representatives. (9) Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government con- tract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (b) This subsection applies to any contract subject to the Contract Work Hours and Safety Standards Act. As used in this subsection of the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-14 mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives com- pensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this subsection the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contrac- tor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this subsection. in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this subsection. (3) Withholding for Unpaid Wages and Liquidated Damages. The TWDB shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcon- tractor under any such contract or any other SRF Federally funded contract with the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this subsection. (c) The Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. The records to be maintained under this paragraph shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the TWDB and the Department of Labor, and the Contractor or subcontractor will permit such representatives to interview employees during working hours on the job. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-15 (d) Subcontracts. The Contractor or subcontractor shall insert in each subcontract all of the provisions contained in subsec- tions (a), (b), (c), and (d) of this section, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this sec- tion. SC-21. E UAL EMPLOYMENT OPPORTUNITY. This provision applies to any contract which is funded in part with Federal funds through the State Revolving Fund. During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, age, handicap, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compen- sation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimi- nation clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, age, handicap, or national origin. (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965. the Age Discrimination in Employment Act of 1967, 29 U.S.C.A. 621 (1985), Executive Order 12250 of November 2, 1980, the Rehabilitation Act of 1973, 29 U.S.C.A. 701 et seq. (1985), and of the rules, regulations, and relevant orders of the Secretary of Labor. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-16 I (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24. 1965, and a by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the s Secretary of Labor for purposes of investigation to ascertain . compliance with such rules, regulations, and orders. t" (6) In the event of the Contractor's noncompliance with the non- discrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 *" of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the „R Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph 1. and the provisions of paragraphs 1. through 7. in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Con- tractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a Con- tractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. SC-22. REVIEW BY OWNER AND TWDB. (a) The Owner, Engineer, authorized representatives and agents of p the Owner, and the TWDB shall, at all times have access to and ` be permitted to observe and review all work, materials, equip- ment, payrolls, personnel records, employment conditions, 7 material invoices, and other relevant data and records per- taining to this Contract, provided, however that all instruc- tions and approval with respect to the work will be given to r- the Contractor only by the Owner through authorized represen- tatives or agents. (b) Any such inspection or review by the TWDB shall not subject the state of Texas to any action for damages. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-17 SC-23. WOMEN AND MINORITY BUSINESS ENTERPRISES. (a) This provision applies to any contract which is funded in part with Federal funds through the State Revolving Fund. (b) The Contractor shall, if awarding subagreements, to the extent appropriate for the goals listed in the instructions to bidders make a good faith effort to utilize minority and women business when possible as sources of supplies, construction and services by taking the following steps. (1) Including qualified small, minority, and women's businesses on solicitation lists: (2) Assuring that small, minority, and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum parti- cipation of small, minority, and women's businesses: (4) Establishing delivery schedules, where the requirements of the work permit, which will encourage participation by small, minority, and women's businesses; (5) Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. (c) The Contractor shall submit to Owner information on utiliza- tion of minority and women businesses enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include the information called for by the Minority and Women's Business Enterprise Participation form SRF 373. (d) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women Business Participation. SC-24. DEBARMENT AND SUSPENSION. This contract is subject to 40 CFR Part 32 regarding the debarment and suspension of firms, persons, and affiliates. The Contractor shall not enter into any agreement with any firm, person, or affiliate who is listed on the current Master List of debarments, suspensions, and voluntary exclusions. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-18 EXHIBIT A TO SPECIAL CONDITIONS ENGINEER'S CONSTRUCTION PHASE DUTIES SECTION A. PROJECT ADMINISTRATION Engineer will perform project administration services during the construction phase of the project. By performing these services, Engineer shall not have authority or responsibility to supervise, direct, or control Contractor's work or Contractor's means, methods, techniques, sequences, or procedures of construction. Engineer shall not have authority or responsibility for safety precautions and programs incident to Contractor's work or for any failure of Contractor to comply with laws, regulations, rules, ordinances, codes, or orders applicable to Contractor furnishing and performing the work. Specific services to be performed by Engineer are as follows: 1. Prepare and distribute conforming copies of the construction contract documents. These services will include review of Contractor's bonds and Contractor executed construction contract documents to determine that their contents comply with the requirements of the specifications, furnishing the Contractor unsigned construction contract documents, and transmitting the construction contract documents to Owner for signature and distribution. 2. Review Contractor's insurance certificates and forward the certificates to Owner for acceptance by Owner's legal counsel. Engineer's review of the insurance certificates for r content is only for the purpose of determining if the Contractor maintains the general types and amounts of insurance required by the specifications, and is not a legal review to determine if Contractor's insurance coverage complies with all applicable requirements. r 3. Distribute one reproducible set of the construction contract drawings and specifications to the successful bidders. 4 4. At a date and time selected by the Owner and at a facility provided by the Owner, conduct a preconstruction conference for each contract. Engineer shall prepare an agenda for the conference, and prepare and distribute minutes. The preconstruction conference shall include a discussion of Contractor's tentative schedules, procedures for transmittal and review of Contractor's submittals, processing payment applications, critical work sequencing, change orders, record •' documents, and Contractor's responsibilities for safety and ' first aid. 062791 A-1 a 5. Review and comment on the Contractor's initial and updated construction schedule and advise Owner as to acceptability. 6. Analyze Contractor's construction schedule, activity sequence, and construction procedures as applicable to Owner's ability to keep existing facilities in operation. Advise Owner and Contractor of items needing further review and consideration. 7. Review the Contractor's initial and updated schedule of estimated monthly payments and advise Owner as to acceptability within 10 days following receipt in Engineer's office. S. Make periodic visits to the construction site to observe progress of the work, and consult with the Owner and Contractor concerning problems and progress of the work. 9. Review drawings and other data submitted by Contractor as required by the construction contract documents. Engineer's review shall be for general conformity to the construction contract drawings and specifications for the project and shall not relieve the Contractor of any of his contractual responsibilities. Such reviews shall not extend to means, methods, techniques, sequences, or procedures of construc- tion, or to safety precautions and programs incident thereto. 10. Receive and review guarantees, bonds and certificates of inspection, and tests and approvals to determine that their content complies with the requirements of construction contract documents, and which are to be assembled by the Contractor in accordance with the construction contract documents and transmit them to Owner. 11. Interpret construction contract drawings when requested by the Owner or Contractor and issue written interpretations to the Owner and Contractor. If authorized by the Contractor, Engineer may interpret construction contract drawings and specifications upon request by subcontractors and suppliers. Review proposals for field changes prepared by Contractor and issue written review comments to the Owner and Contractor. 12. Review and process Contractor's monthly payment requests, and forward to the. Owner if appropriate. Engineer's review shall be for the purpose of making a full independent mathematical check of Contractor's payment request. If Engineer provides Resident Project Representative, Engineer is responsible for verifying the quantities of work which are the basis of the payment requests. 062791 A-2 13. Provide documentation and administer the processing of change orders, including applications for extension of construction time. Evaluate the cost and scheduling aspects of all change orders and, where necessary and with approval of Owner, .� negotiate with the Contractor to obtain a fair price for the work. Said negotiation shall be subject to the approval of the Owner. 14. Upon completion of the project, revise the construction contract drawings to conform to the construction records. Submit one copy of the mylars to Owner within 60 days �- following Engineer's receipt of Record Drawings from the Contractor and Resident Project Representative. 15. Act as initial arbiter on all claims of Owner and Contractor relating to the acceptability of the work or the interpretation of the requirements of the construction contract documents pertaining to the execution and progress .R of the work. 16. Analyze data from performance testing of equipment by Contractor or supplier when the construction contract documents require the equipment to be tested after t- installation. Submit conclusions to Owner within 21 days after completion of the test and receipt of all test data. 17. Upon substantial completion of each construction contract, inspect the construction work and prepare a listing of those a items to be completed or corrected before final completion of the project. Submit results of the inspection to Owner and Contractor. 18. Upon completion or correction of the items of work on the punch list, conduct a final inspection to determine if the work is completed. Provide written recommendations concerning final payment to Owner, including a list of items, if any, to be completed prior to the making of such payment. 19. Provide assistance to Owner, as requested, in completing State Revolving Fund (SRF) forms for partial payment requests and the final payment request. 20. Provide assistance to Owner as requested for final certification of the project to the TWDB. 21. Advise Owner of defective or neglected work by the Contractor. 22. Advise Owner of Contractor's or other's filing of unreason- able or an extensive number of claims. 062791 A-3 t SECTION B. RESIDENT SERVICES DURING CONSTRUCTION Engineer will furnish a full-time Resident Project Representative and such assistant Resident Project Representatives as may be required on the work. The Resident Project Representative and assistants will observe the Contractor's work and perform the services listed below. The Resident Project Representative shall not have responsibility for the superin- tendence of construction site conditions, safety, safe practices or unsafe practices or conditions, operation, equipment, or personnel other than employees of the Engineer. This service will in no way relieve the Contractor of complete supervision of the work or the Contractor's obli- gation for complete compliance with the drawings and specifications. The Contractor shall have sole responsibility for safety and for maintaining safe practices and avoiding unsafe practices or Conditions. Specific services performed by the Resident Project Representative and assistants are as follows: A. Site Observations and Liaison with Owner and Contractor(s) 1. Conduct onsite observations of the genera 1progress of the work to assist Engineer in determining if the work is proceeding in accordance with the construction contract documents. 2. Serve as Engineer's liaison with. Contractor, working principally through Contractor's superintendent, and assist Engineer in providing.interpretation of the construction contract documents. Transmit Engineer's clarifications and interpretations of the construction contract documents to Contractor. 3. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's onsite operation. 4. As requested by Engineer, assist in obtaining from Owner additional details or information regarding plant operations and facilities when required at the jobsite for proper execution of the work. 5. Consult with the Owner and the Contractor and prepare written documentation of the consultations to the Engineer, Owner, and Contractor, giving opinions and suggestions based on his (Resident Project Representative's) observations regarding defects or deficiencies in the Contractor's work and relating to compliance with drawings, specifications, and design concepts. 062791 A-4 6. Advise En ineer and Contractor or its superintendent immediately of the commencement of any work requiring a shop drawing or sample submission if the submission has not been accepted by Engineer. 7. Monitor changes of apparent integrity of the site (such as differing site conditions, existing structures, and site - related utilities when such utilities are exposed) resulting from construction -related activities. 8. Observe pertinent site conditions when Contractor maintains that differing site conditions have been encountered and document actual site conditions. 9. Review and prepare written comments on Contractors' construc- tion sequence for all construction work undertaken simultaneously. 10. Contact utilities in the general construction area and advise them of Contractor's schedule. Assist in coordinating scheduling of utility activities as so to minimize conflicts with Owner's activities. 11. Furnish Contractor information on the necessary base lines and control points which will be used as datum for the work. Actual construction staking will be done by the Contractor. 12. Visually inspect materials, equipment, and supplies delivered to the worksite. Reject materials, equipment, and supplies which do not conform to the construction contract documents. 13. Coordinate onsite materials testing services during construc- T- tion. Copies of testing results with appropriate Resident 4W Project Representative's comments will be forwarded to Owner for review and information. 14. Observe field tests of equipment, structures and piping, and review the resulting reports, commenting to Owner as appropriate. B. Outside Liaison Services r 1. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project. Record the results of these inspections and report to Engineer. 062791 A-5 C. Meetings, Reports, and Document Review and Maintenance 1. Attend the preconstruction conference, and assist Engineer in explaining administrative procedures which will be followed during construction. 2. Prepare for and attend monthly progress meetings, and other meetings when deemed necessary, with the Owner and Contractor to review and discuss construction procedures and progress scheduling, engineering management procedures, and other matters concerning the project. 3. Submit to the Owner weekly construction progress reports containing a summary of the Contractor's progress, general conditions of the work, problems, and resolutions or proposed resolutions of problems. 4. Review the progress schedule, schedule of shop drawings submissions, and schedule of values prepared by Contractor and consult with Engineer concerning their acceptability. 5. Report to Engineer, with a copy of the report to the Owner, whenever work is known to be defective, or does not meet the requirements of any inspections, tests or approval required to be made, or has been damaged prior to final payment, and advise Engineer when the work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection, or approval.. 6. Review applications for payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to Engineer, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered at the site but not incorporated into the work. 7. Record date of receipt of shop drawings and samples. Receive samples which are furnished at the site by Contractor, and notify Engineer of their availability for examination. 8. During course of the work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed; and deliver this material to the Engineer for his review and forwarding to Owner prior to final acceptance of the work. 9. Maintain a marked set of record drawings and specifications at the jobsite based on data provided by the Contractor. This information will be combined with information maintained 062791 A-6 d by the Contractor and a master set of record documents r- submitted by the Resident Project Representative to the Engineer. 10. Review certificates of inspections, testings, and related approvals submitted by the Contractor in compliance with or required by laws, rules, regulations, ordinances, codes, orders, or the Contract Documents (but only to determine that r- their content complies with the requirements of, and results certified indicate compliance with, the construction contract documents). This service is limited to a review of items submitted by the Contractor and does not extend to a determination of whether the Contractor has complied with all legal requirements. 11. Maintain the following documents at the jobsite. ` a. Correspondence files. b. Reports of job conferences, meetings, and discussions among the Engineer, Owner, and Contractor. 1 C. Shop drawings and samples submissions. ` d. Reproductions of original construction contract documents. e. Addenda. f. Change orders. g. Field orders. h. Additional drawings issued subsequent to execution of the construction contract documents. i. Engineer's clarifications and interpretations of the construction contract documents. �.. j. Progress reports. I k. Names, addresses, and telephone numbers of all contractors, subcontractors, and major suppliers of materials and equipment. 12. Maintain a daily diary or log book of events occurring at the .- jobsite, including the following information: a. Contractor's hours on the jobsite. W- 062791 A-1 b. Contractor and subcontractor personnel on jobsite. C. Construction equipment on jobsite and hours of use. d. Observed delays and causes. e. Weather conditions. f. Data relative to questions of extras or deductions. g. list of visitors. h. Daily activities. i. Decisions. j. Observations connected with the progress of the work. k. Materials received on jobsite. The diary or log book shall remain the property of the Engineer. D. Assistance in Certification of Substantial Completion 1. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. 2. Assist Engineer in conducting final inspection in the companies of Owner and Contractor, and prepare a final list of items to be completed or corrected. 3. Verify that all items on the final list have been completed or corrected and make recommendations to Engineer concerning acceptance. 062791 A-8 SPECIFICATIONS -45- (THIS PAGE LEFT BLANK INTENTIONALLY) 771 TABLE OF CONTENTS Subi;ect Pages SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS .-. 01015 Project Requirements 1 : 7 01025 Measurement and Payment 1 : 4 01300 Submittals 1 : 5 r 01400 Quality Control 1 : 2 01500 Temporary Facilities 1 : 3 ` 01610 General Equipment Stipulations 1 : 3 01630 Pipeline Schedule 1 : 2 r DIVISION 2 - SITEWORK 02222 Excavation and Trenching 1 : 9 02612 Prestressed Concrete Cylinder Pipe 1 : 11 + 02614 Pretensioned Concrete Cylinder Pipe 1 : 10 02620 Cast Iron Pipe 1 : 7 02635 Centrifugally Cast Fiberglass Pipe 1 : 5 02704 Pipeline Pressure and Leakage Testing 1 : 3 02840 Trench Protective Systems 1 : 2 DIVISION 3 - CONCRETE 03301 Cast -in -Place Concrete 1 : 5 DIVISION 4 - Not Used DIVISION 5 - METALS 05550 Anchor Bolts and Expansion Anchors 1 2 DIVISIONS 6 through 8 - Not Used DIVISION 9 - FINISHES 09900 Painting 1 : 5 DIVISION 10 through 14 - Not Used d DIVISION 15 - MECHANICAL 15060 Miscellaneous Piping 1 : 3 .. 15100 Miscellaneous Valves 1 2 15101 Butterfly Valves 1 5 15104 Resilient -Seated Gate Valves 1 2 DIVISION 16 - Not Used (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) TC-1 TABLE OF CONTENTS (Continued) Sub iect Pages FIGURES Number Title Following Page 1-02612 Maximum Joint Opening for Deflected Rubber 02612-11 1-02614 and Steel Joints - Prestressed Concrete Cylinder Pipe Maximum Joint Opening for Deflected Rubber 02614-10 and Steel Joints - Pretensioned Concrete Cylinder Pipe APPENDIX Geotechnical Investigation (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) TC-2 r Section 01015 - PROJECT REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK. The Work to be performed under these Contract Documents consists of the construction of approximately 7,167 linear feet of 36 inch diameter effluent pipeline and tunnel crossing at Loop 289. Optional materials of pipeline construction will include pretensioned and prestressed concrete cylinder pipe, cast iron pipe, and centrifugally cast fiberglass reinforced polyester pipe. 2. RESPONSIBILITY FOR MATERIALS AND EQUIPMENT. Contractor shall be r. fully responsible for all materials and equipment which he has fur- nished, and shall furnish necessary replacements at any time prior to expiration of the Correction Period. r— 3. OFESITE STORAGE. Offsite storage arrangements shall be acceptable to Owner for all materials and equipment not incorporated into the Work but included in Applications for Payment. Such offsite storage r arrangements shall be presented in writing, and shall afford adequate and satisfactory security and protection. Offsite storage facilities shall be accessible to Engineer. r 4. EQUIVALENT MATERIALS AND EQUIPMENT. Whenever a material or article is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specified item mentioned shall be understood as establishing the type, function, and quality desired. Other manufacturers, products will be accepted provided sufficient information is submitted to allow Engineer to determine that the products proposed are equivalent to those named. Such items shall be submitted for review by the procedure set forth in C the Submittals section. Requests for review of equivalency will not be accepted from anyone except Contractor, and such requests will not be considered until after the contract has been awarded. 5. PREPARATION FOR SHIPMENT. All materials shall be suitably packaged to facilitate handling and protect against damage during transit and storage. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. All painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Each item, package, or bundle of material shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01015 (17578 ) -1 6. LAND FOR CONSTRUCTION PURPOSES. 6.01. ON OWNER'S PROPERTY. Contractor shall confine his construction operations within the immediate vicinity of the pipeline route and shall use due care in placing construction tools, equipment, excavated mate- rials, and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic. 6.02. Work Within Highway Rights -of -Way. Permits shall be obtained by Owner. All Work performed and all operations of Contractor, his employees, or Subcontractors, within the limits of highway rights - of -way, shall be in conformity with the requirements and be under the control (through Owner) of the highway authority owning, or having jurisdiction over and control of, the right-of-way in each case. 7. OPERATION OF EXISTING FACILITIES. The existing 30 inch effluent pipeline must be kept in continuous operation throughout the construc- tion period until the final connections are to be made. Refer to para- graph 1 in Submittals section. No interruption will be permitted which adversely affects the degree of service provided. Permission must be obtained from Owner in advance before portions of the existing facili- ties are taken out of service for making the connections. 8. NOTICES TO OWNERS AND AUTHORITIES. Contractor shall, as provided in Supplementary Conditions, notify owners of utilities when prosecution of the Work may affect them. When it is necessary to temporarily deny access by owners or tenants to their property, or when any utility service must be interrupted,.Con- tractor shall give notices sufficiently in advance to enable the affec- ted persons to provide for their needs. Notices will conform to any applicable local ordinance and, whether delivered orally or in writing, will include appropriate information concerning the interruption and instructions on how to limit their inconvenience. Utilities and other concerned agencies shall be contacted at least 48 hours prior to excavating near underground utilities or pole lines. 9. LINES AND GRADES. All Work shall be done to the lines, grades, and elevations indicated on the drawings. Basic horizontal and vertical control points will be established or designated by Engineer. These points shall be used as datum for the Work. All additional survey, layout, and measurement Work shall be performed by Contractor as a part of the Work. Contractor shall provide an experienced instrument man, competent assistants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement Work. In addition, Contractor shall furnish, without charge, competent men from his force and such tools, stakes, and other materials as Engineer may (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01015 (17578 ) -2 r" require in establishing or designating control points, or in checking survey, layout, and measurement Work performed by Contractor. Contractor shall keep.Engineer informed, a reasonable time in advance. of the times and places at which he wishes to do Work, so that horizon- tal and vertical control points may be established and any checking deemed necessary by Engineer may be done with minimum inconvenience to Engineer and minimum delay to Contractor. Contractor shall remove and reconstruct Work which is improperly located. 10. CONNECTIONS TO EXISTING FACILITIES. Unless otherwise specified or indicated, Contractor shall make all necessary connections to existing facilities, including structures, drainlines, and utilities such as water, sewer, gas, telephone, and electric. In each case, Contractor shall receive permission from Owner or the owning utility prior to undertaking connections. Contractor shall protect facilities against deleterious substances and damage. Connections to existing facilities which are in service shall be thor- oughly planned in advance, and all required equipment, materials, and labor shall be on hand at the time of undertaking the connections. Work shall proceed continuously (around the clock) to complete connections in the minimum time. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 11. UNFAVORABLE CONSTRUCTION CONDITIONS. During unfavorable weather, wet ground, or other unsuitable construction conditions, the Contrac- tor shall confine his operations to work which will not be affected adversely by such conditions. No portion of the Work shall be con- structed under conditions which would affect adversely the quality or efficiency thereof,'unless special means or precautions are taken by Contractor to perform the work in a proper and satisfactory manner. 12. CUTTING AND PATCHING. Contractor shall perform all cutting and patching required for the Work, and as may be necessary in connection with uncovering Work for inspection or for the correction of defective Work. Contractor shall perform all cutting and patching required for the r. installation of improperly timed Work, to remove samples of installed t materials for testing, and to provide for alteration of existing facilities or the installation of new Work in existing construction. Except when the cutting or removal of existing construction is specified or indicated, Contractor shall not undertake any cutting or demolition which may affect the structural stability of the Work or existing faci- lities without Engineer's concurrence. (LUBBOCK. TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01015 r'' (17578 ) -3- Contractor shall provide all shoring, bracing, supports, and protective devices necessary to safeguard all Work and existing facilities during cutting and patching operations. Materials shall be'cut and removed to the extent indicated on the draw- ings or as required to complete the Work. Materials shall be removed in a careful manner with no damage to adjacent facilities or materials. Materials which are not salvable shall be removed from the site by Contractor. All Work and existing facilities affected by cutting operations shall be restored with new materials, or with salvaged materials acceptable to Engineer, to obtain a finished installation with the strength, appear- ance, and functional capacity required. If necessary, entire surfaces shall be patched and refinished. 13. CLEANING UP. Contractor shall keep the premises free at all times from accumulations of waste materials and rubbish. Contractor shall provide adequate trash receptacles about the site, and shall promptly empty the containers when filled. Construction materials such as concrete forms and scaffolding shall be neatly stacked by Contractor when not in use. Contractor shall promptly remove splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from surfaces to prevent marring or other damage. Volatile wastes shall be properly stored in covered metal containers and removed daily. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams, or waterways. All wastes shall be removed from the site and disposed of in a manner complying with local ordinances and antipollution laws. Adequate cleanup will be a condition for recommendation of progress payment applications. 14. APPLICABLE CODES. References in the Contract Documents to local codes mean any applicable Federal, State, and Municipal laws, code, and regulations, including, but not limited to, the requirements of the most recent Occupational Safety and Health Act and the Texas Occupational Safety Law and any other codes used, required or adopted by the City of Lubbock, Texas. Contractor shall take appropriate safety and health precautions to protect the Work, the workers, the public, and the property of others. Other standard codes which apply to the Work are designated in the specifications. 15. REFERENCE STANDARDS. Reference to standards, specifications, manuals, or codes of any technical society, organization, or associa- tion, or to the Laws or Regulations of any governmental authority, (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01015 (17578 ) -4- whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise speci- fically stated. However, no provision of any referenced standard, specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, or any of their Consultants, agents, or employees from those set forth in the Con- tract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's Consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the Work. 16. ABBREVIATIONS An SYMBOLS. Abbreviations used in the Contract Documents are defined as follows: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Antifriction Bearing Manufacturers Association AGMA American Gear Manufacturers Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute APA American Plywood Association ASCE American Society of Civil Engineers ASTM American Society for Testing.and Materials AWPA American Wood Products Association AWWA American Water Works Association CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standard ' Fed Spec Federal Specifications FGMA Flat Glass Marketing Association IBBM Iron Body, Bronze Mounted IFI Industrial Fasteners Institute �. IPS Iron Pipe Size j MIL Military Specification NFPA National Fire Protection Association i NIST National Institute of Standards and Technology NPT National Pipe Thread r... PCI Prestressed Concrete Institute PS Product Standard (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01015 "` (17578 ) -5- SPI Society of the Plastics Industry SSPC Steel Structures Painting Council UL Underwriters' Laboratories USBR U.S. Bureau of Reclamation 17. PRECONSTRUCTION CONFERENCE. Prior to the commencement of Work at the site, a preconstruction conference will be held at a mutually agreed time and place. The conference shall be attended by: Contractor and his superintendent. Principal Subcontractors. Representatives of principal suppliers and manufacturers as appropriate. Representatives of Owner. Engineer. Governmental representatives as appropriate. Others as requested by Contractor, Owner, or Engineer. Unless previously submitted to Engineer, Contractor shall bring to the conference a tentative schedule for each of the following: Progress. Procurement. Shop Drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: Contractor's tentative schedules. Transmittal, review, and distribution of Contractor's submittals. Processing applications for payment. Maintaining record documents. Critical Work sequencing. Field decisions and Change Orders. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01015 (17578 ) -6- Use of premises, office and storage areas, security, housekeeping, and Owner's needs. Major product deliveries and priorities. Contractor's assignments for safety and first aid. Engineer will preside at the conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance. 16. PROGRESS MEETINGS. Contractor shall schedule and hold regular progress meetings at least monthly and at other times as requested by Engineer or required by progress of the Work. Contractor, Engineer, and all Subcontractors active on the site shall be represented at each meeting. Contractor may at his discretion request attendance by repre- sentatives of his suppliers, manufacturers, and other Subcontractors. Contractor shall preside at the meetings and provide for keeping and distribution of the minutes. The purpose of the meetings will be to review the progress of the Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01015 r+ (17578 ) -7- (THIS PAGE LEFT BLANK INTENTIONALLY) FM r r- 1 Section 01025 - MEASUREMENT AND PAYMENT 1. SCOPE. This section covers methods of measurement and payment for items of Work under this contract. 2. GENERAL. The total Bid Price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment. and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Bid Proposal shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid. 3. ESTIMATED QUANTITIES. All estimated quantities stipulated in the Bid Form or other Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefor. 4. EXCAVATION AND TRENCHING. Except where otherwise specified, the unit or lump sum price bid for each item of Work which involves exca- vation or trenching shall include all costs for such Work. No direct payment shall be made for excavation or trenching. All excavation and trenching shall be unclassified as to materials which may be encoun- tered; in addition, trenches -shall be unclassified as to depth. 4.01. Structure Excavation. All excavation work required for struc- tures, not otherwise paid for as trenching, shall be considered to be a subsidiary obligation of Contractor and the cost of such excavation shall be included in the prices bid for the structures. 5. EFFLUENT PIPELINE. Pipelines which are to be paid for on a unit price basis shall be measured for payment, after installation, on the basis of the pipeline stationing as determined by the pipeline installation surveys, with all stations carefully measured. The measurement of the length of each line or run of pipe of each size t shall begin and end at: a. The end of the pipe, where not connected to any other pipe, fitting, or special under this contract. r (LUBBOCK, TEXAS ) r ' (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01025 �, (17578 ) -1- b. The point of connection to any pipe or fitting installed under another contract for this project. C. The point of connection with the item limit of any lump sum bid item which includes the pipe. d. The center line intersection of runs and branches of tees, crosses, and Y-branches not included in lump sum items, where branch or connecting lines are constructed under this contract. e. The measurement of each line or run of pipe of each size which is to be paid for on a unit price basis shall be made continu- ous through all valves, fittings, and specials installed between the ends of each such line; except that the laying lengths of reducers and increasers shall be divided equally between the connected pipe sizes. 5.01. Crossings. Where tunneling is required in connection with high- way crossings, each crossing shall be measured for payment horizontally along the longitudinal center line of the enclosing conduit or pipe installed therein. from end to end of the enclosing conduit. The unit price bid for each crossing in pipe conduit shall include all costs in connection with excavation and backfilling, pipe conduit, the excess cost of installing pipe in pipe conduit above the amount bid for the pipe laid in open trench (not including the pipe). all skids. jointing materials, jacking pipe, jacking pits, end closures, and all other work for and in connection with the crossing, not paid for separately. 6. ARTIFICIAL FOUNDATIONS. The unit price bid for artificial founda- tions made necessary by unstable soil conditions, as directed by the Engineer. shall include all costs in connection with extra excavation below grade and bringing the trench bottom to grade with granular fill materials. Artificial foundations shall be measured for payment using the following dimensions: a. Horizontal distance along center line of pipeline between points where trench bottom is at original grade. b. Average vertical distance between original trench bottom to deepened trench bottom. Measurements to be made at 25 feet intervals along center line of pipeline. C. Minimum trench width specified in excavation and trenching section for size pipe being installed. (LUBBOCK, TEXAS } (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 } 01025 -2- All pay quantities shall be based on the volume of the excavated mate- rials (computed from above dimensions) in its original and undisturbed condition. 7. MISCELLANEOUS STRUCTURES. The lump sum price bid for miscellaneous structures shall include all costs for furnishing all materials and supplies; all construction equipment, tools, and plant; the performance of all necessary labor, supervision and service; and the installation r complete of the air vacuum relief manhole or blowoff in conformance with the drawings, specifications, and other Contract Documents. r 7.01. Air/Vacuum Relief Manholes. Work for each air relief manhole shall include excavation and backfill not otherwise included in pipeline s trenching and backfill; concrete manhole riser, top, and cradle; manhole lid and frame; lifting sleeves; air relief valve; shut-off valves; piping; supports; and all other appurtenant work indicated or required by the drawings and specifications. 7.02. Blowoff. Work for each blowoff shall include excavation and backfill not otherwise included in pipeline trenching and backfill; piping (from connection on main line); shutoff valve; concrete slab and all other appurtenant work required by the drawings and specifications. S. CONNECTIONS TO EXISTING PIPELINES. Connections to existing pipe- lines will be paid for at the lump sum prices bid. Each lump sum price named for a connection shall include all costs incurred for making the connection over and above the connecting piping in place. The price shall include all excavation and backfill work not otherwise included in pipeline trenching and backfill;-and all other appurtenant work required by the drawings and specifications and not included under other bid items. 9. VALVES. Valves will be paid for at the unit price bid for each size. The unit price shall include all costs incurred in completing the valve installation over and above the amount paid for piping in place. The unit price shall include furnishing and installing the valve, valve box, and appurtenances; excavation and backfill not included under piping and all other costs not included under other bid items. 10. MISCELLANEOUS CONCRETE. Concrete for encasement or blocking of pipe and fittings, not included as parts of manholes and other.struc- tures, will be measured for payment as the actual volume of concrete placed within the limits as indicated or specified. Concrete for arch encasement of pipe shall be computed using the dimen- sions shown for arch encasement on the drawings. Concrete for total encasement shall be computed using the maximum allow- able trench width (or pipe OD plus 24 inches where no maximum is speci- fied), the minimum clear depth below the pipe, and the minimum cover over the pipe, less the volume occupied by the pipe itself. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01025 (17578 ) -3- Concrete for reaction blocking shall be computed using the dimensions indicated on the drawings for such blocking, unless otherwise authorized by Engineer. Unless otherwise authorized by Engineer, all additional concrete for encasement or blocking required outside the specified pay limits will be considered a subsidiary obligation of Contractor and no direct payment shall be made therefor. All concrete which is required in connection with manholes or structures and other pay items shall be included in the lump sum or unit price bid for the pay item. - The unit price bid for miscellaneous concrete shall include concrete, reinforcing steel, forms, finishing, curing, and all other work or mate- rials required to complete the concrete work. 11. TRENCH PROTECTIVE SYSTEM. The preparation of the trench safety program, and the installation, maintenance, inspection, and removal of trench protective systems shall be measured and payment made by the unit price bid. Payment shall be made on linear quantities based on pipeline stationing as determined by pipeline installation surveys made after removal of trench protection systems. Payments shall constitute full compensation for all preparation, design, labor, equipment, and mate- rials necessary to complete the item. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01025 (17578 ) -4- Section 01300 - SUBMITTALS 1. CONSTRUCTION SCHEDULE. Before Work is started. Contractor shall submit to Engineer for review a schedule of the proposed construction operations. Owner shall cooperate with Contractor in arrangements for continuity of service and operation of valves and other control facili- ties. The construction schedule shall indicate the sequence of the Work, the time of starting and completion of each part, the time for making connections to existing piping, structures, or facilities, a schedule of the items of materials and equipment for which shop drawings are required by the specifications, and shall contain sufficient details, and be acceptable to the Engineer. The Contract Completion dates will be revised by change order if a schedule is submitted with dates less than the Contract Time. At least every 60 days, the schedule shall be revised as necessary to reflect changes in the progress of the Work. Owner may require Contractor to add to his plant, equipment, or con- struction forces, as well as increase the working hours, if operations fall behind schedule at any time during the construction period. 17 The following requirements shall be taken into consideration in pre- paring the proposed schedule of construction operations: Construction operations required for connecting to the existing 30 inch and 42 inch plant effluent force mains to the new 36 inch effluent pipeline shall not be performed until the new pipeline is substantially completed (except connections), been satisfactorily tested, cleaned, and is deemed acceptable by the Engineer. Connec- tions to the existing pipelines will be performed in such a manner so as to limit the interruption of service of the existing facili- ties to a total of 8 hours. Work shall proceed around the clock until the connections are completed. The Contractor shall submit a detailed schedule including a materials and equipment list for making the connection at least 14 days in advance of making the connection. 2. PROGRESS REPORTS. A progress report shall be furnished to Engineer with each application for progress payment. If the Work falls behind schedule, Contractor shall submit additional progress reports at such intervals as Engineer may request. Each progress report shall include sufficient narrative to describe current and anticipated delaying factors, their effect on the construc- tion schedule, and proposed corrective actions. Any Work reported complete, but which is not readily apparent to Engineer, must be sub- stantiated with satisfactory evidence. Each progress report shall also include three prints of the accepted graphic schedule marked to indicate actual progress. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01300 r,,,, (17 5 78 ) -1- 3. SCHEDULE OF PAYMENTS. Within 30 days after award of contract, Contractor shall furnish to Engineer a schedule of estimated monthly payments. The schedule shall be revised and resubmitted each time an application for payment varies more than 10 percent from the estimated payment schedule. 4. SURVEY DATA. All field books. notes, and other data developed by Contractor in performing surveys required as part of the Work shall be available to Engineer for examination throughout the construction period. All such data shall be submitted to Engineer with the other documentation required for final acceptance of the Work. 5. SHOP DRAWINGS AND ENGINEERING DATA. Engineering data covering all equipment and fabricated materials which will become a permanent part of the Work under this contract shall be submitted to the Engineer for review. These data shall include drawings and descriptive information in sufficient detail to show the kind. size, arrangement, and operation of component materials and devices; the external connections, anchor- ages, and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equip- ment. All submittals, regardless of origin, shall be stamped with the approval of Contractor and identified with the name and number of this contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Contractor's stamp of approval is a representation to Owner and Engineer that Contractor accepts full responsibility for determining and veri- fying all quantities, dimensions, field construction criteria, mate- rials, catalog numbers, and similar data, and that he has reviewed or coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified on each submittal and shall be tabulated in Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. Contractor shall accept full responsibility for the completeness of each submission, and, in the case of a resubmission, shall verify that all exceptions previously noted by Engineer have been taken into account. In the event that more than one resubmission is required because of failure of Contractor to account for exceptions previously noted, Con- tractor shall reimburse Owner for the charges of Engineer for review of the additional resubmissions. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01300 (17578 ) -2- r" r- Resubmittals shall be made within 30 days of the date of the letter returning the material to be modified or corrected, unless within 14 days the Contractor submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be completed within that time. Any need for more than one resubmission, or any other delay in obtaining Engineer review of submittals, will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by a change in the Work authorized by a Change Order or by failure of Engi- neer to review any submittal within the submittal review period set forth herein. Contractor's letter of resubmittal shall list the date of his original submittal letter, the date of the Engineer's letter returning the sub- mittal, and the dates of submission and return of any previous resub- mittals. Engineer's consecutive submittal review period shall be 21 consecutive calendar days in length and shall commence on the first calendar day immediately following the date of receipt of the submittal or resub- mittal in the Engineer's office. The time required to mail the sub- mittal or resubmittal back to Contractor shall not be considered a part of the submittal review period. Engineer's review of drawings and data submitted by Contractor will cover only general conformity to the drawings and specifications, external connections, and dimensions which affect the layout. Engi- neer's review does not indicate a thorough review of all dimensions, quantities, and details of the material, equipment, device, or item w shown. Engineer's review of submittals shall not relieve Contractor from responsibility for errors, omissions, or deviations, nor respon- sibility for compliance with the Contract Documents. Five copies of each drawing and necessary data shall be submitted to Engineer. Engineer will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. Resubmittals shall bear the number of the first submittal followed by a r. letter (A, B, etc.) to indicate the sequence of the resubmittal. ' When the drawings and data are returned marked NOT ACCEPTABLE or RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as instructed by Engineer and five corrected copies resubmitted. When corrected copies are resubmitted. Contractor shall in writing r direct specific attention to all revisions and shall list separately any revisions made other than those called for by Engineer on previous sub- missions. r Cr (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01300 r (17578 ) -3- When the drawings and data are returned marked EXCEPTIONS NOTED, NO EXCEPTIONS NOTED, or RECORD COPY, no additional copies need be furnished. 6. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment supplier shall prepare an operation and maintenance manual for butterfly valves, gate valves, air release valves and other miscellaneous valves. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. • C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to "troubleshooting". f. Parts lists and predicted life of parts subject to wear. g. outline, cross-section, and assembly drawings; and engineering data. h. Test data where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by Contractor. Manuals and other data shall be printed on heavy, first quality paper, 8-1/2 by 11 inch size with standard 3-hole punching. Drawings and diagrams shall be reduced to 8-1/2 by 11 inches or 11 by 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes which are bound into the manuals. Each envelope shall bear suitable identification on the outside. Three preliminary copies of each manual, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted to Engineer prior to the date of shipment of the equipment. After review by Engineer, three final copies of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 30 days prior to placing the equipment in operation. Final manuals and all parts lists and information shall be assembled in substantial, permanent,, three-ring or three -post binders. As much as possible, material shall (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01300 (17578 } -4 be assembled and bound in the same order as specified, and each volume shall have a table of contents and suitable index tabs. All material shall be marked with Project identification, and inappli- cable information shall be marked out or deleted. Shipment of equipment will not be considered complete until all required manuals and data have been received. 7. LAYOUT DATA. Contractor shall keep neat and legible notes of measurements and calculations made by him in connection with the layout of the Work. Copies of such data shall be furnished to the Engineer for use in checking Contractor's layout as provided in the Project Require- ments section. All such data considered of value to Owner will be transmitted to Owner by Engineer with other records upon completion of the Work. S. CONSTRUCTION PHOTOGRAPHS. Owner shall be responsible for the production of all construction photographs required by Owner. r (LUBBOCK, TEXAS ) E (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01300 r., (17578 ) -5- (THIS PAGE LEFT BLANK INTENTIONALLY) 7 Section 01400 - QUALITY CONTROL 1. TESTING LABORATORY SERVICES. All tests which require the services of a laboratory to determine compliance with the Contract Documents shall be performed by an independent commercial testing laboratory acceptable to Engineer. The laboratory shall be staffed with experi- enced technicians, properly equipped, and fully qualified to perform the r.. tests in accordance with the specified standards. 1.01. Testing Laboratory Services Furnished by Contractor. Unless otherwise specified, Contractor shall be responsible for all testing laboratory services in connection with concrete materials and mix w designs, gradation tests for embedment, fill, backfill materials, and all other tests and engineering data required for Consulting Engineer's �•. review of materials and equipment proposed to be used in the Work, Con- tractor shall be responsible for all testing laboratory service in con- nection with quality control tests made in the field or laboratory on concrete, moisture -density (Proctor) and relative density tests on r embedment, fill, and backfill materials, in -place field density tests on embedments and fills. Contractor shall obtain acceptance of the testing laboratory before having services performed, and shall pay all costs for r-. services. Field sampling and testing will be performed by Contractor's testing laboratory personnel, in the general manner indicated in the specifi- cations. Contractor, with Engineer's concurrence, shall determine the exact time and location of field sampling and testing. The Owner reserves the right to make any tests at any time to check the quality of the Contractor's testing procedures and/or results. If the tests conducted by the Owner, show no different conclusion, then the addi- tional tests shall be at the Owner's expense. If additional tests prove inaccurate results on the Contractor's behalf, the Contractor shall bear the costs of the additional tests and reconstruct the deficiencies. Contractor shall furnish all sample materials and cooperate in the sampling and field testing activities, interrupting the Work when neces- sary. When sampling or testing activities are performed in the field by testing laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. Contractor shall not retain any testing laboratory against which Owner has reasonable objection, and if at any time during the construction process the services become unacceptable to Owner, he may request in writing that such services be terminated. The request must be supported with evidence of improper testing. If sufficient cause exists, Contrac- tor shall terminate the services and engage a different testing labora- tory. 1.02. Transmittal of Test Reports. Written reports of tests and engi- neering data furnished by Contractor for Engineer's review of materials C (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01400 �, (17578 ) -1- and equipment proposed to be used in the Work shall be submitted as specified for Shop Drawings. The testing laboratory retained by Contractor shall furnish four copies of a written report of each test performed by laboratory personnel in the field or laboratory. Copies of each test report will be transmitted to the Engineer, Owner, and Contractor within three days after each test is completed. (LUBBOCK. TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01400 (17578 ) -2- f"` Section 01500 - TEMPORARY FACILITIES 1. OFFICE AT SITE OF WORK. During the performance of this contract, Contractor shall maintain a suitable office at or near the site of the Work which shall be the headquarters of his representative authorized to ''. receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered at Contrac- tor's office at the site of the Work in his absence shall be deemed to { have been delivered to Contractor. .- Copies of the drawings, specifications, and other contract documents shall be kept at Contractor's office at the site of the Work and avail- able for use at all times. 2. WATER. All water required for and in connection with the Work to be done under this contract for the specifiedtesting of the pipeline installed hereunder will be furnished by Owner in the vicinity of the site, without charge, provided: a. Contractor shall procure such water in the location and in the manner designated by Engineer. b. Contractor at his own expense shall make authorized connections and provide means for delivering the water to the worksite. C. Contractor shall provide adequately against waste and needless use of water. 3. POWER. Contractor shall provide all power for heating, lighting, operation of Contractor's plant or equipment, or for any other use by Contractor. Temporary heat and lighting shall be maintained until the Work is accepted. 4. TELEPHONE SERVICE. Contractor shall make all necessary arrangements and pay all installation charges for telephone lines in his offices at the site and shall provide all telephone instruments. 5. SANITARY FACILITIES. Contractor shall furnish temporary sanitary facilities at the site, as provided herein, for the needs of all • construction workers and others performing work or furnishing services on the Project. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically treated type are used, at least one toilet will be furnished for each 20 men. Con- tractor shall enforce the use of such sanitary facilities by all person- nel at the site. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01500 (17578 ) .-1- 6. BARRICADES AND LIGHTS. All open trenches and other excavations shall have suitable barricades, signs, and lights to provide adequate protection to the public. Obstructions such as material piles and equipment shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated with warning lights from sunset to sunrise. Material storage and conduct of the Work on or alongside public streets and highways shall cause the minimum obstruc- tion and inconvenience to the traveling public. All barricades, signs, lights, and other protective devices shall be installed and maintained in conformity with applicable statutory requirements. 7. FENCES. All existing fences affected by the Work shall be main- tained by Contractor until completion of the Work. Fences which interfere with construction operations shall not be relocated or dis- mantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construc- tion easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the Work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original location. 8. PROTECTION OF PUBLIC AND PRIVATE PROPERTY. Contractor shall pro- tect, shore, brace, support, and maintain all underground pipes, con- duits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, to- gether with all sod and shrubs in yards and parkings, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. Contractor shall be responsible for all damage to streets, roads, high- ways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or men to or from the Work or any part or site thereof, whether by him or his Subcontrac- tors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. 9. ACCESS ROADS. Contractor shall establish and maintain temporary access roads to various parts of the site as required to complete the Project. Such roads shall be available for the use of all others performing work or furnishing services in connection with the Project. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01500 (17578 ) -2- FM 10. PARKING. Contractor shall provide and maintain suitable parking r„F areas for the use of all construction workers and others performing work or furnishing services in connection with the Project. as required to avoid any need for parking personal vehicles where they may interfere with public traffic. Owner's operations, or construction activities. 11. DUST CONTROL. Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. Dusty materials in piles or in transit shall be covered when practicable to prevent blowing. 12. TEKPORARY DRAINAGE ZROVISIONS. Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work. the site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to ?^` Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to �,.. direct water to drainage channels or conduits. Ponding shall be pro- vided as necessary to prevent downstream flooding. M A minimum two -foot tall earthen dike shall be constructed along the north side of the pipeline between stations 17+00 to 30+00 to protect the playa lake from draining into the trench. Other provisions shall be provided as required. 13. EROSION CONTROL. Contractor shall prevent erosion of soil on the site and adjacent property resulting from his construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation, or other operation that will disturb the natural protection. Work shall be scheduled to expose areas subject to erosion for the shortest possible time, and natural vegetation preserved to the greatest extent practicable. Temporary storage and construction buildings shall be located, and construction traffic routed, to minimize erosion. Temporary fast-growing vegetation or other suitable ground cover shall be provided as necessary to control runoff. 14. POLLUTION CONTROL. Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. No sanitary wastes or water from the pipeline will be permitted to enter any drain or watercourse. No sediment, debris, or other substance will be permitted to enter sanitary sewers and reasonable measures will be taken to prevent such materials from entering any drain or watercourse. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01500 (17578 ) -3- (THIS PAGE LEFT BLANK INTENTIONALLY) Section 01610 - GENERAL EQUIPMENT STIPULATIONS 1. SCOPE. All equipment furnished and installed under this Contract shall conform to the general stipulations set forth in this section except as otherwise specified in other sections. 2. COORDINATION. Contractor shall coordinate all details of the equip- ment with other related parts of the Work, including verification that all structures, piping, and equipment components are compatible. Contractor shall be responsible for all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. 3. MANUFACTURER'S EXPERIENCE. Unless specifically named in the Specifications, a manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. 4. WORKMANSHIP ARID MATERIALS. Contractor shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, 1" defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance A with recognized and acceptable engineering and shop practice. Indivi- dual parts shall be manufactured to standard sizes and gages so that repair parts, furnished at any time, can be installed in the field. r' Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as re- quired by tests. Except where otherwise specified, structural and miscellaneous fabri- cated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. 1' Unless otherwise specified, all steel which will be submerged, all or in 4 part, during normal operation of the equipment shall be at least 1/4 inch thick. 5. LUBRICATION. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. Lubricants of the type recommended by the equipment manufacturer shall r be provided in sufficient quantity to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Unless otherwise specified or per- mitted, the use of synthetic lubricants will not be acceptable. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01610 (17578 ) -1- Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 6. SPECIAL TOOLS AND ACCESSORIES. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 7. SHOP PAINTING. All steel and iron surfaces shall be protected by suitable paint or coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Self-contained or enclosed components shall be shop primed or finished with a high-grade, oil -resistant enamel suitable for top coating in the field with an alkyd enamel. Coatings shall be suitable for the environment where the equipment is installed. Surfaces to be painted after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of the specified primer. Unless otherwise specified, the shop primer for steel and iron surfaces shall be Cook 8391-N-167 Barrier Coat", Kop-Coat "340 Gold Primer Tnemec "37-77 Chem -Prime", or Valspar "13-R-26 Chromox Primer". Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound, Houghton "Rust Veto 344" or Rust-Oleum "R-9". 8. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged to facilitate handling and protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. Painted surfaces shall be protected against impact, abrasion, discolora- tion, and other damage. Painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Grease and lubricating oil shall be applied to all bearings and similar items. Each item of equipment shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01610 (17578 ) -2- 9. STORAGE. Upon delivery, all equipment and materials shall imme- diately be stored and protected until installed in the Work. Equipment and materials shall not show any pitting, rust, decay, or other deleterious effects of storage when installed in the Work. r d 10. INSTALLATION AND OPERATION. Equipment shall not be installed or operated except by, or with the guidance of, qualified personnel having p. the knowledge and experience necessary to obtain proper results. P All equipment installed under this Contract, shall be placed into successful operation according to the written instructions of the manufacturer or the instructions of the manufacturer's field represen- tative. All required adjustments, tests, operation checks, and other startup activity shall be provided. rM r" (LUBBOCK. TEXAS ) j (36 INCH EFFLUENT PIPELINE) ` (CONTRACT 1 ) 01610 (17578 ) -3- (THIS PAGE LEFT BLANK INTENTIONALLY) Section 01630 - PIPELINE SCHEDULE 1. SCOPE. This section consists of a schedule of 4 inch and larger pipelines indicating the type of pipe to be used. Pipe materials and installation are covered in other sections. Piping smaller than 3 inch size is covered in the miscellaneous piping section. 2. ALTERNATIVE PIPE TYPES. Where more than one type of pipe is indi- cated for a line in the schedule, the type of pipe material to be installed may be selected by the Contractor except as specified else- where. The details on the drawings cover only one type of pipe for each line. If a different material is selected by the Contractor, all details of connection, jointing, wall fittings, support, anchorage, and harnesses shall be modified as necessary to produce an equivalent design acceptable to the Consulting Engineer. 3. SCHEDULE INDEX. Pipe material abbreviations and the specification sections covering the pipe materials are as follows: Abbreviations Pipe Material Specification Section PCCP Prestressed Concrete 02612 Cylinder Pipe PTCP Pretensioned Concrete 02614 Cylinder Pipe CIP Cast Iron (Ductile) Pipe 02620 CCFP Centrifugally Cast Fiberglass 02635 Pipe MP Miscellaneous Piping 15060 4. SCHEDULE. Pipe materials shall conform to the following schedule. All pipelines indicated on the drawings, and all pipelines required for proper operation of the equipment furnished, shall be provided whether listed in the schedule or not. Pipe Size Station Service Location Material (inches) 36 0+98 to Effluent Buried PTCP/PCCP, 38+10 Pipeline CZP, CCFP 36 38+10 Effluent Tunnel PTCP/PCCP, to 41+65 Pipeline CIP (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 01630 -1- Pipe Size Station (inches) 36 41+65 to 72+00 36 72+00 to 72+65 t 6 --- 4 --- Service Location Material Effluent Buried PTCP/PCCP, Pipeline CIP, CCFP Effluent Buried PTCP/PCCP, Pipeline CIP Blowoff Buried/ CIP Exposed Manhole Vent Air/Vacuum MP Piping Relief Manhole Air/Vacuum Air/Vacuum CIP Piping Relief (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 01630 (17578 ) -2- Manhole r Section 02222 - EXCAVATION AND TRENCHING 1. SCOPE. This section covers excavation and trenching work and shall r. include the necessary clearing, grubbing, and preparation of the site; removal and disposal of all debris; excavation and trenching as required; the handling, storage, transportation, and disposal of all excavated material; all necessary sheeting, shoring, and protection work; preparation of subgrades; pumping and dewatering as necessary or required; protection of adjacent property; backfilling; pipe embedment; surfacing and grading; and other appurtenant work. 2. GENERAL REQUIREMENTS. Excavations shall provide adequate working space and clearances for the work to be performed therein and for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Subgrade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 3. CLASSIFICATION OF EXCAVATED MATERIALS. No classification of exca- vated materials will be made. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the contract work, regardless of the type, character, composition, or condition thereof. 4. CLEARING. All clearing shall be performed as necessary for access, stringing of pipeline materials, and construction of the pipeline and appurtenant structures. 5. BLASTING. Blasting or other use of explosives for excavation will not be permitted. 6. UNAUTHORIZED EXCAVATION. Except where otherwise authorized, indi- cated, or specified, all materials excavated below the bottom of concrete walls, footings, slabs on grade, and foundations shall be replaced, by and at the expense of the Contractor, with concrete placed at the same time and monolithic with the concrete above. 7. DEWATERING. The Contractor shall provide and maintain adequate r` dewatering equipment to remove and dispose of all surface water and groundwater entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. r^ i t (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) r" (CONTRACT 1 ) 02222 (17578 ) -1- All excavations for concrete structures or trenches which extend down to or below groundwater shall be dewatered by lowering and keeping the groundwater level beneath such excavations 12 inches or more below the bottom of the excavation. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches to the greatest extent practicable without causing damage to adjacent property. Refer to paragraph in Temporary Facilities Section - 01500 concerning temporary drainage provisions. The Contractor shall be responsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipes or conduits shall be left clean and free of sediment. 8. SHEETING AND SHORING. Except where banks are cut back on a stable slope, excavation for structures and trenches shall be sheeted, braced, and shored as necessary to prevent caving or sliding. Trench sheeting shall not be pulled before backfilling unless the pipe strength is sufficient to carry trench loads based on trench width to the back of sheeting, nor shall sheeting be pulled after backfilling. With the concurrence of the Engineer, sheeting shall be left permanently in the trench. No additional payment for such sheeting will be made. Where trench sheeting is left in place, such sheeting shall not be braced against the pipe, but shall be supported in a manner which will preclude concentrated loads or horizontal thrusts on the pipe. Cross braces installed above the pipe to support sheeting may be removed after pipe embedment has been completed. 9. STABILIZATION. Subgrades for concrete structures and trench bottoms shall be firm, dense, and thoroughly compacted and consolidated; free from mud and muck; and sufficiently stable to remain firm and intact under the feet of the workmen. Subgrades for concrete structures or trench bottoms, which are otherwise solid but which become mucky on top due to construction operations, shall be reinforced with one or more layers of crushed rock or gravel. The stabilizing material shall be spread and compacted to a depth of not more than 4 inches; if the required depth exceeds 4 inches, the material shall be furnished and installed as specified for granular fills. Not more than 1/2 inch depth of mud or muck shall be allowed to .remain on stabilized trench bottoms when the pipe bedding material is placed thereon. The finished elevation of stabilized subgrades for concrete structures shall not be above subgrade elevations indicated on the drawings. 10. GRANULAR FILLS. Granular fills shall be placed on suitably prepared subgrades and compacted by vibration. Granular fill material shall be crushed rock or gravel, shall be free from dust, clay, or trash, and shall be graded 1-1/2 inch to No. 4 as defined in ASTM C33. Granular fills shall be compacted to not less than 70 percent relative density as determined by ASTM D4253 and D4254. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02222 (17578 ) -2- r f Where granular fills are to be covered with concrete, the top surface r' shall be graded to the required subgrade.and covered with polyethylene film. 11. TRENCH EXCAVATION. No more trench shall be opened in advance of pipe laying than is necessary to expedite the work. The maximum length of open trench on any line under construction shall be four hundred r• feet. Except where tunneling is indicated on the drawings, is specified, or is permitted by the Engineer, all trench excavation shall be open cut from the surface. 11.01. Alignment, Grade, and Minimum Cover. The alignment and grade or elevation of each pipeline shall be fixed and determined from offset stakes. Vertical and horizontal alignment of pipes, and the maximum joint deflection used in connection therewith, shall be in conformity with requirements of the section covering installation of pipe. Where pipe grades or elevations are not definitely fixed by the contract drawings, trenches shall be excavated to a depth sufficient to provide a minimum depth of backfill cover over the top of the pipe of 42 inches. Greater pipe cover depths may be necessary on vertical curves or to provide necessary clearance beneath existing pipes, conduits, drains, drainage structures, or other obstructions encountered at normal pipe grades. Measurement of pipe cover depth shall be made vertically from the outside top of pipe to finished ground or pavement surface elevation except where future surface elevations are indicated on the drawings. 11.02. Limiting Trench Widths. Trenches shall be excavated to a width which will provide adequate working space and sidewall clearances for proper pipe installation, jointing, and embedment. Minimum trench widths shall be as follows: Nominal Pipe Size Minimum Trench Widths inches inches ` Less than 27 Pipe OD plus 24 27 through 60 Pipe OD plus nominal pipe size f^ Greater than 60 Pipe OD plus 70 Cutting trench banks on slopes to reduce earth load to prevent sliding and caving shall be done only in areas where the increased trench width will not interfere with surface features or encroach on right-of-way limits. 11.03. Mechanical Excavation. The use of mechanical equipment will not be permitted in locations where its operation would cause damage to trees, buildings, culverts, or other existing property, utilities, or structures above or below ground. In all such locations, hand excava- ting methods shall be used. t' I z (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02222 (17578 ) -3- Mechanical equipment used for trench excavation shall be of a type, design, and construction, and shall be so operated that the rough trench excavation bottom elevation can be controlled, and that trench alignment is such that pipe when accurately laid to specified alignment will be centered in the trench with adequate clearance between the pipe and sidewalls of the trench. Undercutting the trench sidewall to obtain clearance will not be permitted. 11.04. Excavation Below Pipe Subgrade. Except where otherwise required', pipe trenches shall be excavated below the underside of the pipe, as indicated on the drawings to provide for the installation of granular embedment. 11.05. Artificial Foundations in Trenches. Whenever unsuitable or unstable soil conditions are encountered, trenches shall be excavated below grade and the trench bottom shall be brought to grade with suitable material. 11.06. Bell Holes. Bell holes shall provide adequate clearance for tools and methods used in installing pipe. No part of any bell or coupling shall be in contact with the trench bottom, trench walls, or granular embedment when the pipe is jointed. 12. PIPE EMBEDMENT. Embedment materials both below and above the bottom of the pipe, classes of embedment to be used, and placement and compaction of embedmentmaterials shall conform to the requirements indicated on the drawings and to the following supplementary require- ments. Embedment material shall contain no cinders or other material which may cause pipe corrosion. 12.01. Embedment Classes. See drawings for definition of embedments. a. Class A Arch Encasement. "Class A arch encasement is not required unless improper trenching or unexpected trench condi- tions require its use as determined by the Engineer. b. Class B Bedding. Class B bedding shall be used for all cast iron (CIP) and prestressed (PCCP) and pretensioned (PTCP) concrete pipelines. C. Embedment for Centrifugally Cast Fiberglass Reinforced Polyester Pipe. Embedment for centrifugally cast fiberglass reinforced polyester pipe shall consist of granular embedment to a minimum of 6 inches above the top of the pipe. 12.02. Placement and Compaction.` Granular embedment material shall be spread and the surface graded to provide a uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. It will be permissible to slightly disturb the finished subgrade surface by withdrawal of pipe slings or other lifting tackle. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02222 (17578 ) -4- After each pipe has been graded, aligned, and placed in final position i` on the bedding material and shoved home, sufficient pipe embedment ! material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper r, position and alignment during subsequent pipe jointing and embedment operations. Embedment material shall be deposited and compacted uniformly and simul- taneously on each side of the pipe to prevent lateral displacement. Whenever crushed rock is used as embedment for 36 inch pipe, the portion �. above the bottom of the pipe shall be vibrated with a mechanical probe type vibrator during placement to ensure that all spaces beneath the h pipe are filled. r 12.03. Water Barrier. Continuity of embedment material shall be interrupted by low permeability water barriers to impede passage of water through the embedment. Barrier material shall meet soil classi- fication GC, SC, CL, or ML-CL, and shall be compacted to 95 percent of maximum density. Material may be finely divided suitable job excavated material, free from stones, organic matter, and debris. Barriers shall be compacted soil the full depth of granular material, the full trench width, approximately 4 feet long, and spaced not more than 700 feet apart. �^ f 13. TRENCH BACKFILL. All trench backfill above pipe embedment shall ` conform to the following requirements. A layer of backfill material not more than 8 inches deep may placed over concrete arch encasement or concrete reaction blocking after the concrete has reached its initial set, to aid curing. No additional �- backfill shall be placed over arch encasement or blocking until the concrete has been in place for at least 3 days. 13.01. Compacted Backfill. Compacted backfill will be required for the full depth of the trench above the embedment under all roads and drives. At the option of the Contractor, compacted backfill may be (a) suitable ^ job excavated material; or (b) graded gravel as described below. Inun- dated sand will not be allowed. a. Job Excavated Material. Job excavated material may be used { for compacted backfill when the job excavated material is finely divided and free from debris, organic material, cinders or other corrosive material, and stones larger than 3 inches in greatest dimension. Masses of moist, stiff clay shall not be used. Job excavated materials shall be placed in uniform layers not exceeding 8 inches in uncompacted thickness. Each r. layer of material shall have the best practicable moisture content for satisfactory compaction. The material in each layer shall be wetted or dried as required and thoroughly mixed to ensure uniform moisture content and adequate (LUBBOCK. TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02222 (17578 ) -5- compaction. Increased layer thickness may be permitted for noncohesive material if the Contractor demonstrates to the satisfaction of the Engineer that the specified compacted density will be obtained. The method of compaction and the equipment used shall be appropriate for the material to be compacted and shall not transmit damaging shocks to the pipe. Job excavated material shall be compacted to 95 percent of maximum density at optimum moisture content as determined by ASTM D696 when that test is appropriate, or to 70 percent relative density as determined by ASTM D4253 and D4254 when those tests are appropriate. b. Graded Gravel. Gravel for compacted backfill shall conform to the following gradation: Sieve Size Percent Passing by Weight 1 inch 100 3/4 inch 85 - 100 3/8 inch 50 - 80 No. 4 35 - 60 No. 40 15 - 30 No. 200 5 - 10 The gravel mixture shall contain no clay lumps or organic matter. The fraction passing the No. 4 sieve shall have a liquid limit not greater than 25 and a plasticity index not greater than 5. Gravel backfill shall be deposited in uniform layers not exceeding 12 inches in uncompacted thickness. The backfill shall be compacted by a suitable vibratory roller or platform vibrator to not less than 70 percent relative density as determined by ASTM D4253 and D4254. Water barriers specified under pipe embedment shall extend to the top of the graded gravel backfill. 13.02. Uncompacted Backfill. Compaction of trench backfill above pipe embedment in locations other than those specified will not be required except to the extent necessary to prevent future settlement. Uncompacted earth backfill material to be placed above embedments shall be free of brush, roots more than 2 inches in diameter, debris, cinders, or other corrosive material, but may contain rubble and detritus from rock excavation, stones, and boulders in certain portions of the trench depth. Uncompacted backfill material above embedments shall be placed by methods which will not impose excessive concentrated or unbalanced loads, shock, or impact on and which will not result in displacement of installed pipe. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 02222 -6- .w. r0" Compact masses of stiff clay or other consolidated material more than I^ one cubic foot in volume shall not be permitted to fall more than 5 feet into the trench unless cushioned by at least 2 feet of loose backfill above pipe embedment. k No uncompacted trench backfill material containing rocks, or rock exca- vation detritus, shall be placed in the upper 18 inches of the trench, nor shall any stone larger than 8 inches in its greatest dimension be placed within 3 feet of the top of pipe. Large stones may be placed in the remainder of the trench backfill only if well separated and so arranged that no interference with backfill settlement will result. 13.03. Water Settled Earth Backfill. Where water settlement of uncom- ' pacted earth backfill is permitted, water shall be applied so that effective settlement is obtained with a minimum of water. Trenches r' shall not be permitted to overflow. Settlement by water puddling shall not be done until after the trench has been backfilled to the ground surface. Water shall be introduced above the pipe embedment through a �• long pipe nozzle, so that disturbance of any granular embedment or com- pacted material will be held to an absolute minimum. Backfill material ' to compensate for settlement below surface grade shall be added as necessary and settled during puddling operations. r 14. STRUCTURE BACKFILL. Backfill around structures shall be compacted to the extent necessary to prevent future settlement. Water settlement will be permitted only where no damage to the work could be caused thereby. Material for backfill shall be composed of earth only and shall contain no wood, grass, roots, broken concrete, stones, trash, or debris of any kind. No tamped or otherwise mechanically compacted backfill shall be deposited or compacted in water. 15. TESTS. All tests to ensure that embedment, fill, and backfill materials and their placement comply with specified requirements shall be made by an independent testing laboratory at the expense of the Con- tractor. The following tests will be required: a. Two initial gradation tests for each type of embedment, fill, or backfill material and one additional gradation test for each additional 500 tons of each material. b. Two moisture -density (Proctor) tests in accordance with ASTM D698 or two relative density tests in accordance with ASTM D4253 and D4254 for each type of embedment, fill, or backfill material proposed, except for granular embedment material. C. For pipelines, in -place field density tests at average inter- vals of 1000 feet along the trench. d. For area fills and embankments, an in -place field density test for each 5000 cubic yards of material placed. t (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) r" (CONTRACT 1 ) 02222 (17578 ) -7- 16. TUNNEL EXCAVATION. Pipelines shall be constructed in tunnels of the type designated on the drawings, in conformity with the requirements which follow. Before starting work on any tunnel, detailed drawings, specifications, and other data covering the liner to be used shall be submitted in accordance with the submittals section. 16.01. Smooth Steel Pipe. Smooth wall casing pipe shall be of welded steel construction and shall be new material with a minimum yield point of 35,000 psi. The pipe shall have a wall thickness of at least 0.5 inch. The casing pipe shall be cleaned and coated both inside and outside with two coats of coal tar paint, Kop-Coat 'Bitumastic Super Service Black', Valspar '35-J-10 High -Build Bituminous Coating', or Tnemec "46-444 Heavy Duty Black'. Coating damaged by welding or other means shall be repaired to the satisfaction of the Engineer. The conduit shall be installed by jacking into place. Earth displaced by the conduit shall be removed through the interior of the conduit by hand, by auger, or by other acceptable means. Sections of the casing pipe shall be continuously seal welded together to form a continuous conduit capable of resisting all stresses, including jacking stresses. The casing pipe conduit in its final position shall be straight and true in alignment and grade, as required by the drawings and with all welds between sections of casing pipes sound and completely watertight. There shall be no space between the earth and the outside of the casing. On concrete pipe alternates, extended rings may be provided in lieu of wood skids. 16.02. Wood Skids. Wood skids shall be provided as indicated on the drawings. The wood shall be heart grade redwood. The wood skids shall be securely strapped to the pipe with hot dip galvanized steel strapping material at least 1 inch wide. 16.03. End Closure. Both ends of each casing conduit shall be closed with common brick and mortar as indicated on the drawings. 16.04. Interruption of Traffic. No interruption of traffic will be permitted at any location where tunnels are required. 17. DRAINAGE MAINTENANCE. Trenches across roadways, driveways, walks, or other trafficways adjacent to drainage ditches or watercourses shall not be backfilled prior to completion of backfilling the trench on the upstream side of the trafficway, to prevent impounding water after the pipe has been laid. Bridges and other temporary structures required to maintain traffic across such unfilled trenches shall be constructed and maintained by the Contractor. Backfilling shall be done so that water will not accumulate in unfilled or partially filled trenches. All material deposited in roadway ditches or other watercourses crossed by the line of trench shall be removed immediately after backfilling is completed and the original section, grades, and contours of ditches or watercourses shall be restored. Surface drainage shall not be obstructed longer than necessary. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02222 (17578 ) -8- r'` 18. DISPOSAL OF EXCESS EXCAVATED MATERIALS. Except as otherwise per- mitted, all excess excavated materials shall be disposed of away from the site of the work. Excavated rock in excess of the amount permitted to be installed in trench backfill, debris encountered in excavation work, and other similar waste materials shall be disposed of away from the site of the work. Excess earth from excavations may be distributed directly over the pipe trench and within 10 feet each side of the pipe centerline to a maximum depth of 6 inches above the original ground surface elevation at and across the trench and sloping uniformly each way. Material thus wasted shall be carefully finished with a drag, blade machine, or other suit- able tool to a smooth, uniform surface without obstructing drainage at any point. Wasting of excess excavated material in the above manner will not be permitted where the line of trench crosses or is within a highway right-of-way. The disposal of waste and excess excavated mate- rials, including hauling, handling, grading, and surfacing, shall be a subsidiary obligation of the Contractor and no separate payment will be made therefor. 19. SETTLEMENT. The Contractor shall be responsible for all settlement of backfill, fills, and embankments which may occur within the correc- tion period stipulated in the General Conditions. The Contractor shall make, or cause to be made, all repairs or replace- ments made necessary by settlement within 30 days after notice from the Engineer or Owner. (LUBBOCK. TEXAS ) (36 INCH EFFLUENT PIPELINE) Rol (CONTRACT 1 ) (17578 ) 02222 -9- (THIS PAGE LEFT BLANK INTENTIONALLY) r, .-t Section 02612 —PRESTRESSED CONCRETE CYLINDER PIPE 1. SCOPE. This section covers prestressed concrete pressure pipe with a steel cylinder, and steel fittings lined and coated with concrete or mortar, to be furnished and installed where indicated in the pipeline schedule. Pressure and leakage testing are covered in other sections. Pipe trenching, bedding, and backfill are covered in the excavation and trenching section. All straight pipe, bends, tees. adapters, access manholes, closure pieces, blowoff fittings, and other fittings or specials shall be furnished as indicated on the drawings or required to complete the work. Piping shall be installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances. 2. GOVERNING STANDARD. Except as modified or supplemented herein, the manufacture of prestressed concrete cylinder pipe, fittings, and specials shall be governed by AWWA C301. The supplementary information required in the foreword of the governing standard is as follows: Tabulated Layout Schedule (Sec. Identification Marks (Sec. 1.6) Inspection (Sec. 1.7.1) Cement Test Reports (Sec. 1.9.2) Steel Test Reports and Specimens and 1.9.4) Rubber Gasket Test Results (Sec. and 2.11.8) 1.5.2) (Sec. 1.9.3 1.9.5 Affidavit of Compliance (Sec. 1.10) Cement Pozzolanic Materials (Sec. 2.1.1) Concrete Aggregate Samples (Sec. 2.4) Design Calculations (Sec. 3.2.1) Welding Details (Sec. 3.5.2) Concrete Mix Designs (Sec. 3.6.2) Specials and Fittings (Sec. 4.1) Structural Steel Connections (Sec. 4.4) Required. Required. Not required. Not required. Not required. Not required. Required. As specified herein. Not permitted. Not required. Required. Not required. Not required. As specified herein. Interior lining required. 3. MATERIALS. Unless otherwise specified, all materials used in the manufacture of pipe, fittings, and accessories shall conform to AWWA C301. Prestressing Wire ASTM A648, wire diameter shall be not less than 0.192 inch. (LUBBOCK. TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 02612 -1 Steel Sheets for Pipe Cylinders Not less than 16 gage thickness. Cold -rolled sheets will not be acceptable. Cement ASTM C150, Type I or II. Cement for mortar coating shall be Type II containing not more than 5 percent tricalcium aluminate. Joint Ring Gaskets AWWA C301, Sections 2.11 and 3.4, except polymer shall be synthetic rubber. Natural rubber will not be acceptable. Joint Lubricant A vegetable base lubricant suitable for use in potable water. Petroleum or animal base lubricants will not be acceptable. Joint Grout One part portland cement to two parts clean masonry sand mixed to a pouring consistency. The sand shall pass a 16 mesh sieve. Cement used for joint grout shall be Type II containing not more than 5 percent tricalcium aluminate. Joint Mortar One part portland cement to two parts clean masonry sand mixed to a stiff consistency. The sand shall pass a 16 mesh sieve. Joint Diapers Flanged Joints Flanges Dimensions and Drilling Fabric with steel strap in hems, at least 9 inches wide. ANSI/AWWA C207, except where otherwise permitted or required. ANSI/AWWA C207, Class D, except where otherwise required. Blind Flanges Same as pipe flanges to which they attach, except thickness shall be as indicated on the drawings or specified. Flange Bolting Material (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 02612 -2- ASTM A307. Type Bolts and Bolt -Studs Length Ends Threading Bolt Heads Dimensions Nuts Dimensions Threading Gaskets Harnessed Restrained Joints Bolts Threading Ends Nuts (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17576 ) 02612 -3- Bolt and nut; bolt -stud and two nuts permitted for one inch diameter and larger. Such that ends project 1/4 to 1/2 inch beyond surface of nuts. Chamfered or rounded. ANSI B1.1, coarse thread series, Class 2A fit. Bolt -studs may be threaded full length. Studs for tapped holes shall be threaded to match threading in holes. ANSI B18.2.1; regular pattern for square, heavy pattern for hexagonal. Hexagonal. ANSI B18.2.2, heavy, semi- finished pattern. ANSI B1.1, coarse thread series, Class 2B fit. ANSI/AWWA C207, ring type; Crane Packing Company "Style 777 - Cloth Inserted Synthetic Rubber Sheet Packing" or Garlock "Style 19 Cloth -Inserted Rubber Sheet Gasketing". ASTM A193, Grade B7. ANSI B1.1, Class 2A fit, coarse thread series for one inch and smaller and 8-thread series for 1-1/8 inch and larger. Chamfered or rounded. Hexagonal, ASTM A194, Grade 2H or better. Threading Dimensions Washers Mechanical Joints Threaded Connections Coatings Rust -Inhibitive Primer Rust -Preventive Compound Coal Tar Primer Medium Consistency Coal Tar Paint Thixotropic Coal Tar Liquid Epoxy Tape Coating As specified for bolts except Class 2B fit. ANSI B18.2.2, heavy, semi- finished pattern. Hardened steel, ASTM A325. ANSI/AWWA C111. ANSI/ASME B1.20.1, NPT. Universal type; Ameron "Amercoat 51051, Cook 1391-N-167 Barrier Primer", Koppers "No. 10 Inhibitive Primer", Tnemec 177 Chem -Prime", or Valspar 013-R-28 Chromox Primer". Houghton "Rust Veto 344" or Rust-Oleum "R-91. Koppers "Bitumastic Mill Under- coatO or Valspar 135-J-6 Bituminous Black". Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "35-J-10 Hi -Build Bituminous Coating". MIL-C-18480; Koppers "Bitumastic No. 50" or Tnemec "46-450 Heavy Tnemecol". AWWA C210. Protecto Wrap "200GT" or Tape - coat "CT". 4. BASIS OF DESIGN. Except as modified herein, pipe and fittings shall be designed in accordance with the governing standard to withstand simultaneous application of the following external loadings and internal pressures: (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02612 (17578 ) -4- Simultaneous Loadings rField External Load Internal Pressure Pipe (36 inch) pounds per lin ft pounds per square inch Station Cond. A Cond. B Cond. C Cond. A Cond. .B Cond. C 0+98 to 7+00 3,800 4,770 3,800 55 55 125 7+00 to 16+00 5,900 6,510 5,900 55 55 125 16+00 to 38+50 2,940 4,180 2,940 55 55 125 38+50 to 46+00 5,900 6,510 5,900 55 55 125 46+00 to 56+00 8,130 8,580 6,130 55 55 125 56+00 to 71+00 2,170 3.690 2,170 55 55 125 71+00 to 72+65 5,900 6,510 5,900 55 55 125 If the pipe is designed in accordance with Appendix A of the governing standard, the equivalent three -edge bearing loads shall be computed by dividing the specified field external loads by a bedding factor of 1.9. If the pipe is designed in accordance with Appendix B of the governing standard, the bedding angle for design calculations shall be 120 degrees. Incipient crack is defined as a 0.001 inch crack, 12 inches long. In design of the pipe, only the core thickness shall be considered; mortar coating shall not be considered as part of the structural wall of r" the pipe. F The center -to -center spacing of prestressing wires shall be not less than two wire diameters. All pipe shall be steam cured. Forms for pipe produced by the vertical casting method shall be left in place at least 12 hours following r' concrete placement. The combined loads of Condition A shall not exceed those represented by the design load curve in Appendix A or Appendix B of AWWA C301. The combined loads of Condition B. or of Condition C, shall not exceed those represented by the transient load curve in Appendix A or Appendix B of AWWA C301. The combination of the internal load and 1-1/2 times the external load of Condition B and the combination of the external load and 2 times the internal load of Condition C shall be within the ultimate strength of the pipe. 5. FITTINGS. Fittings shall comply with Section 4 of AWWA C301. Fittings shall be designed for the same external loads and internal pressures as the adjacent pipe. Steel plates used in the fabrication of fittings and special sections shall have a thickness not less than the outside diameter of the cylinder divided by 165 or shall be 1/4 inch thick, whichever is (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) ` (CONTRACT 1 ) 02612 (17578 ) -5- greater. This minimum wall thickness also applies to the reinforcing bands or saddles used for outlets in pipe and for beveled pipe. The use of metal lugs on fittings for ease of handling will not be permitted. 6. BLOWOFFS. Each blowoff shall be arranged to provide a horizontal flanged drainline connection. One of the following arrangements shall be employed: a. Tangential flanged outlets. b. Radial flanged outlets, plus a flanged cast iron or cast steel bend for each. 7. ADAPTERS. Adapters shall be furnished in locations where required for connection to other types of pipe or appurtenances. A spigot or bell joint ring shall be welded to the reinforcement for the concrete pipe portion of the adapter. The other portion of the adapter shall match the pipe or appurtenance to which it is to be connected. S. RESTRAINED JOINTS. Where indicated on the drawings, joints shall be restrained by clamps, bolts, retaining rings, bolt harness assemblies, or other method acceptable to the Engineer. Welding the joint rings will not be acceptable. Design of harness bolts, if used, shall be based on a maximum stress of 40,000 psi over the tensile stress area of the bolt. Each restrained joint pipe shall be designed to resist thrust of the magnitude indicated on the drawings. The length of pipe having restrained joints shall be as indicated on the drawings. The longi- tudinal thrust shall be assumed to vary uniformly from a maximum at the bend or dead end to zero at the end of the required length of restrained joint piping. Restrained joints and pipe cylinders shall be designed to withstand the calculated stresses at all points along the length of pipe having restrained joints. The maximum longitudinal stress in pipe cylinders shall not exceed 12,500 psi at the specified working pressure or 15,000 psi at the specified working pressure plus surge pressure. Restrained joints in the tunnel shall be designed to allow the pipe to be installed or removed from the casing without damaging the joint or joint restraint. When angular deflection is required at restrained bell -and -spigot joints, special bevels shall be provided for the exact angle. Deflec- tion obtained by opening joints on one side will not be acceptable. 9. REDUCERS. Tapered reducers shall be provided at the locations indi- cated on the drawings. Reducers shall be concentric and shall have a diametrical reduction of not more than 3 inches per foot of length. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02612 (17578 ) -6- C t 1, f 10. FLANGED JOINTS. Flange faces shall be normal to the pipe axis. The r" angular deflection (or layback) of the flange face shall conform to the requirements of Section 4.3 of ANSI/AWWA C207. All flanges, after weld- ing to the pipe, shall be refaced, if necessary, to comply with �• Section 3.2 of ANSI/AWWA C207. Pipe lengths and the dimensions and drillings of flanges furnished shall be coordinated with the lengths and flanges for the valves, fittings, and other items to be installed in the piping. All mating flanges shall have the same diameter and drilling and shall be suitable for the pres- sures to which they will be subjected. + Blind flanges shall conform in diameter and drilling to the flanges to ` which they attach. Details of blind flanges shall be subject to review :nd acceptance by the Engineer. r 11. MARKING. Each pipe, fitting, or special section shall have plainly and permanently marked thereon: Pipe class. Date of manufacture. Manufacturer's name or trademark. r"" On bends, the angle turned, and location of short and long sides. Identification of specials to show proper location in line. On beveled pipe, amount of bevel and point of maximum bevel, marked on the beveled end. Markings shall be indented in the pipe or painted thereon with water- proof paint. r Each end of each bevel end pipe, fitting, or special shall be marked with a stripe of paint, approximately 1-1/2 inches wide and 2 feet long, applied along the top center line. r" 12. HANDLING. Concrete pipe and fittings shall be handled carefully 1 and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 13. LAYING PIPE. Pipe shall be protected from lateral displacement by pipe embedment material installed as specified in the excavation and trenching section. Pipe shall not be laid in water or under unsuitable weather or trench conditions. Pipe shall be laid with bell ends facing the direction of laying except when reverse laying is specifically permitted by the Engineer. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02612 (17578 ) -7- Foreign matter. shall be prevented from entering the pipe during installation. No tools, clothing, debris, or other foreign material shall be placed in the pipe. Whenever pipe laying is stopped, the open end of the line shall be sealed with a watertight plug. All water in the trench shall be removed prior to removing the plug. 13.01. Cleaning. The interior of all pipe and fittings shall be thor- oughly cleaned before installation and shall be kept clean until the work has been accepted. 13.02. Alignment. Piping shall be laid to the lines and grades indi- cated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Curves may be formed by using fittings or beveled joints or by opening the joints. Laser beam equipment, surveying instruments, or other suitable methods shall be used to maintain alignment and grade. At least one elevation reading shall be made on each length of pipe. If laser beam equipment is used, periodic elevation measurements shall be made with surveying instruments to verify accuracy of grades. If such measurements indicate thermal deflection of the laser beam due to differences between ground temperature and the air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. 13.03. Joint 0 enin . The minimum reserve extensibility (distance from the near edge of the spigot groove to the edge of the flare of the bell) remaining after joints are deflected shall be not less than the amount indicated on Figure 1-02612 at the end of this section. For bells having a depth of straight portion different from that indicated on Figure 1-02612 and for spigots having sealing and gasket retention space different from that indicated on Figure 1-02612, the maximum joint opening shall be correspondingly adjusted. The distance from the face of the spigot to the shoulder of the spigot shall be at least 3/6 inch greater than the joint depth (distance from face of bell to seat of bell) for 42 inch and smaller pipe, and shall be at least 1/2 inch greater for pipe larger than 42 inch size. 14. JOINTING. 14.01. Bell -and -Spigot Joints. Rubber and steel joints shall be installed in accordance with the pipe manufacturer's recommendations. Immediately before the pipes are joined, all spigot and bell surfaces shall be thoroughly cleaned and bell surfaces shall be coated with joint lubricant. The gasket shall be lubricated and positioned in the spigot groove so that the gasket is distributed uniformly around the circum- ference. After each joint is completed, the position of the gasket shall be checked using a feeler gauge. If the.gasket is not in the proper position, the joint shall be pulled apart, the gasket removed and discarded, and the joint reassembled using a new, properly lubricated gasket. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02612 (17578 ) -8- r Pipe sections connecting to structures or air/vacuum relief manholes shall have a joint outside each structure within 4 feet of the inside face of the structure. Joint lubricant shall be stored in closed containers and shall be kept clean. When installing pipe in cold weather, the joint surfaces and gaskets shall be kept warm and the joint lubricant shall be prevented from freezing. Each exterior joint recess shall be filled with joint grout. A diaper shall be used to prevent foreign material from entering the joint recess before grouting and to serve as a form for the grout. Each diaper shall be of sufficient length to encircle the pipe, leaving enough space between the ends to allow the grout to be poured into place. Joint grout shall be poured between the diaper and the pipe and shall be allowed to run down around to the bottom of the pipe. The grout shall be rodded, while being poured, using a stiff wire curved to the approxi- mate shape of the pipe. Each joint recess shall be completely filled with grout for the full circumference of the pipe. Not less than two lengths of pipe shall be in final position in advance �- of exterior joint grouting. If pipe embedment operations are resumed before the grout has attained initial set, care shall be taken to pre- vent damage to the grout while placing and compacting embedment material. rAfter trench backfilling operations have been completed, the inside joint recess concrete pipe shall be filled with joint mortar. Joint surfaces shall be damp, but free from surface water when the mortar is placed. Mortar shall be thoroughly compacted to completely fill the recess and shall be finished smooth. All excess mortar shall be removed from the pipe. 14.02. Flanged Joints. Care shall be taken in bolting flanged joints so that there is no restraint on the opposite end of the piece which would prevent pressure from being uniformly applied upon the gasket. The pipe or fitting must be free to move in any direction while bolting. Bolts shall be gradually tightened in a criss-cross pattern, to ensure a uniform rate of gasket compression around the entire flange. I 14.03. Mechanical Joints. Mechanical joints shall be carefully assem- bled in accordance with the manufacturer's recommendations. If effec- tive sealing is not obtained, the joint shall be disassembled, thoroughly cleaned, and reassembled. Overtightening of gland bolts to i compensate for poor installation practice will not be permitted. 15. CONNECTIONS WITH EXISTING LINES. Where connections are made between new work and existing piping, such connections shall be made using fittings acceptable to the Engineer and suitable for the condi- tions encountered. Each connection with an existing pipe shall be made j at the time and under conditions which will least interfere with service to customers affected thereby, and as authorized by the Owner. Facili- ties shall be provided for proper dewatering and for disposal of all (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) r (CONTRACT 1 ) 02612 (17578 } -9- water removed from the dewatered lines and excavations without damage to adjacent property. 16. CONCRETE ENCASEMENT. Concrete encasement shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position and shall be anchored against flotation. 17. PROTECTIVE COATINGS. Unless otherwise specified, metal surfaces shall be protected as specified herein. 17.01. Shop Coatings. Bolts and flange faces shall be shop coated with rust -preventive compound as specified. All other metal surfaces, except steel joint rings, shall be shop primed with coal tar primer as specified. All surfaces of steel joint rings exposed in finished pipe shall be protected from corrosion by a shop -applied coat of rust -inhibitive primer or a coating of metallic zinc not less than 0.004 inch thick applied by the metalizing process. , 17.02. Surfaces Exposed Underground. All metal surfaces which will be in contact with backfill after installation and are not encased in con- crete shall be cleaned to remove all rust and foreign materials, primed, and wrapped with two half -lapped layers of field -applied tape coating, or coated with 35 mils of thixotropic coal tar coating. Tape coating shall be applied in accordance with the manufacturer's recommendations. Backfill adjacent to wrapped surfaces shall consist of clean sand or pea gravel. 17.03. Surfaces Exposed in Manholes. All metal surfaces exposed inside manholes after installation shall be cleaned and given two coats of medium consistency coal tar paint. 18. jPRESSURE AND LEAKAGE TESTING. After installation, prestressed concrete cylinder piping shall be tested for defective workmanship and materials by being subjected to a hydrostatic test as set forth in the pipeline pressure and leakage testing section. 19. DRAWINGS AND DATA. Drawings, specifications, installation sche- dules, and other data showing complete details of the design, fabrica- tion, construction, field locations and elevations, and installation of pipe, fittings, specials, and connections, together with complete data covering all materials proposed for use, shall be submitted in accord- ance with the submittals section. The drawings and data shall include, but shall not be limited to, the following for each size and class of pipe: Pipe design. Details of fittings and specials. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02612 (17578 ) -10- Laying schedule complete with an explanation of all abbreviations used in the schedule. (LUBBOCK, TEXAS ) r (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02612 `s (17578 ) —11— (THIS PAGE LEFT BLANK INTENTIONALLY) 0 IE� •�' � � •1, �•. 1 •' i .•1' a .� � ••t J 0 a 0saM of straight portion of ball E + Minimum reserve extensibility F a Sealing and ga*at retention space J ■ Maximum joint opening Pipe 0 E F J Size Layout Installed Layout installed fail dknw%wns are in 1nduo ' 16-30 2.1/4 9/16 7/16 1.1/8 9/16 11/16 36 23/8 5/6 1 /2 1.1 /8 5/8 3/4 42i11 2-3/4 7/8 3/4 1.1/8 3/4 7/8 42(21 3.1/8 1.1/8 1 1.1/8 7/8 1 48(1) 2.7/8 7/8 3/4 1.1/8 7/8 1 48t2f 3.1/8 1 7/8 1.1/8 1 1.1/8 54 3.1/8 718 314 1.1/8 1.1/8 1.1/4 60 3.1/4 718 314 1.1/8 1.1/4 1-3/8 68 33/8 718 3/4 1.1 /8 1.3/8 1.1 /2 72 3.1/2 1 7/8 1.1/8 1.3/8 1.1/2 78 3.3/8 1 718 1.1/4 1.1/8 1.1/4 84 3.01 1 7/8 1.1 /4 1-3/8 1.1 /2 90 3.3/4 1 718 1.1/4 1.112 1.5/8 96 3.7/8 1.1/8 1 1.1/4 1.1/2 1-5/8 102 3-6/8 1 7/8 1.1 /4 1.3/8 1.1 /2 108 4-1/4 1.1/8 1 1.3/8 1.3/4 1-7/8 114 4-1/4 1.1/8 1 1-3/8 1.3/4 1-7/8 120 4-1/4 1.1/8 1 1-3/8 1.3/4 1.7/8 it 1 Unod CvllncW l21 En bwftd Cviindw• MAXIMUM JOINT OPENING FOR DEFLECTED RUBBER AND STEEL JOINTS � PRESTRESSED CONCRETE _ ¢ure 1-0261: w...eCAW. rw..un CYLINDER PIPE (THIS PAGE LEFT BLANK INTENTIONALLY) r r b Section 02614 - PRETENSIONED CONCRETE CYLINDER PIPE 1. SCOPE. This section covers circumferentially pretensioned rein- forced concrete pressure pipe with a steel cylinder and rod reinforce- ment, and steel fittings lined and coated with concrete or mortar, to be furnished and installed where indicated in the pipeline schedule. Pressure and leakage testing are covered in other sections. Pipe ` trenching, bedding, and backfill are covered in the excavation and trenching section. All straight pipe, bends, tees. adapters, access manholes, closure pieces, blowoff fittings, and other fittings or specials shall be furnished as indicated on the drawings or required to complete the work. All piping shall be installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances. 2. GOVERNING STANDARD. Except as modified or supplemented herein, the manufacture of pretensioned concrete cylinder pipe, fittings, and specials shall be governed by AWWA C303. The supplementary information required in the foreword of the governing standard is as follows: Tabulated Layout Schedule (Sec. 1.5.2) Required. Identification Marks (Sec. 1.6) Required. r Inspection (Sec. 1.7.1) Not required. Concrete Lining Quality Control Test Not required. Reports (Sec. 1.9.2) Steel Test Reports and Specimens Not required. (Sec. 1.9.3 and 1.9.4) ` Rubber Gasket Test Results Not required. (Sec. 1.9.5 and 2.8.8) Reinforcement Bar Weld Testing (Sec. 1.9.6) Not required. t Affidavit of Compliance (Sec. 1.10) Required. Type of Cement (Sec. 2.1.1) As specified herein. Concrete Aggregate Samples (Sec. 2.2.3) Not required. Design Data (Sec. 1.4.1) As specified herein. Design Calculations (Sec. 3.2.1) Required. Protective Coating for As specified herein. Joint Rings Welding Details (Sec. 3.5.2) Not required. Specials and Fittings (Sec. 4.1) As specified herein. r. 3. MATERIALS. Unless otherwise specified, all materials used in the manufacture of pipe, fittings, and accessories shall conform to AWWA C303. Cement ASTM C150. Type I or II. Tri- calcium aluminate content shall not exceed 5 percent. Fine Aggregate ASTM C33. r ` (LUBBOCK, TEXAS ) r- (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02614 (17578 ) -1- Joint Ring Gaskets AWWA C303, Sections 2.8 and 3.4, except polymer shall be synthetic rubber. Natural rubber will not be acceptable. Joint Lubricant A vegetable base lubricant suitable for use in potable water. Petroleum or animal base lubricants will not be acceptable. Joint Grout One part portland cement to two parts clean masonry sand mixed to a pouring consistency. The sand shall pass a 16 mesh sieve. Cement used for joint grout shall be Type II containing not more than 5 percent tricalcium aluminate. Joint Mortar One part portland cement to two parts clean masonry sand mixed to a stiff consistency. The sand shall pass a 16 mesh sieve. Joint Diapers Flanged Joints Flanges Dimensions and Drilling Fabric with steel strap in hems, at least 9 inches wide. ANSI/AWWA C207, except where otherwise permitted or required. ANSI/AWWA C207, Class D, except where otherwise required. Blind Flanges Same as pipe flanges to which they attach, except thickness shall be as indicated on the drawings or specified. Flange Bolting Material Type Bolts and Bolt -Studs Length (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02614 (17578 } -2- ASTM A307. Bolt and nut; bolt -stud and two nuts permitted for one inch diameter and larger. Such that ends project 1/4 to 1/2 inch beyond surface of nuts. Ends Chamfered or rounded. Threading ANSI B1.1, coarse thread series, Class 2A fit. Bolt -studs may be threaded full length. Studs for tapped holes shall be threaded to match threading in holes. Bolt Heads Dimensions Nuts Dimensions Threading Gaskets Gasket Compound Restrained Joints Bolts Threading Ends Nuts Threading Dimensions Washers (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 02614 -3- ANSI B18.2.1; regular pattern for square, heavy pattern for hexagonal. Hexagonal. ANSI B16.2.2, heavy, semi- finished pattern. ANSI B1.1, coarse thread series, Class 2B fit. ANSI/AWWA C207, ring type; Crane Packing Company "Style 777 - Cloth Inserted Synthetic Rubber Sheet Packing" or Garlock "Style 19 Cloth -Inserted Rubber Sheet Gasketing". Garlock "Compound No. 101-S" or Titeseal "T250. ASTM A193, Grade B7. ANSI B1.1, Class 2A fit, coarse thread series for one inch and smaller and 8-thread series for 1-1/8 inch and larger. Chamfered or rounded. Hexagonal, ASTM A194, Grade 2H or better. As specified for bolts except Class 2B fit. ANSI B18.2.2, heavy, semi- finished pattern. Hardened steel, ASTM A325. Mechanical Joints Threaded Connections Coatings Rust -Inhibitive Primer Rust -Preventive Compound Coal Tar Primer Medium Consistency Coal Tar Paint Thixotropic Coal Tar Liquid Epoxy Tape Coating ANSI/AWWA C111/A21.11. ANSI/ASME B1.20.1, NPT. Universal type; Ameron "Amercoat 51050, Cook "391-N-167 Barrier Primer", Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar 113-R-28 Chromox Primer". Houghton 'Rust Veto 344' or Rust-Oleum 'R-90. Koppers "Bitumastic Mill Under- coat" or Valspar 035-J-6 Bituminous Black". Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar '35-J-10 Hi -Build Bituminous Coating". MIL-C-16480, Koppers 'Bitumastic No. 50" or Tnemec "46-450 Heavy Tnemecol". AWWA C210. Protecto Wrap 0200GT" or Tape - coat OCT". 4. BASIS OF DESIGN. Except as modified herein, 36 inch pipe and fittings shall be designed in accordance with Appendix A of the governing standard to withstand the following external loadings and internal pressures: Surge + Pine Working Working Section Station Field External Load Pressure Pressure pounds per lin ft psi psi 1 0+98 to 7+00 4,770 55 125 2 7+00 to 16+00 6,510 55 125 3 16+00 to 38+50 4,180 55 125 4 38+50 to 46+00 6,510 55 125 5 46+00 to 56+00 8,580 55 125 6 56+00 to 71+00 3,690 55 125 7 71+00 to 72+65 6,510 55 125 (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02614 (17578 ) -4- r r" At the option of the Contractor, prestressed concrete cylinder pipe may be substituted for Sections 2, 4, 5, and 7 indicated in previous table. Design of the pipe for external loadings shall be based on the following values: r Modulus of soil reaction (E') 1,000 psi Bedding constant (K) 0.090 Deflection lag factor (D1) 1.25 r' S. FITTINGS. Fittings shall comply with Section 4 of AWWA C303. t Fittings shall be designed for the same external loads and internal `rr pressures as the adjacent pipe. I Steel plates used in the fabrication of fittings and special sections shall have a thickness not less than the outside diameter of the cylinder divided by 165 or shall be 1/4 inch thick, whichever is greater. This minimum wall thickness also applies to the reinforcing bands or saddles used for outlets in pipe and for beveled pipe. The use of metal lugs on fittings for ease of handling will not be permitted. 6. BLOWOFFS. Each blowoff shall be arranged to provide a horizontal flanged drainline connection. One of the following arrangements shall F i be employed: �., a. Tangential flanged outlets. b. Radial flanged outlets, plus a flanged cast iron or cast steel bend for each. 7. ADAPTERS. Adapters shall be furnished in locations where required for connection to other types of pipe or appurtenances. A spigot or bell joint ring shall be welded to the reinforcement for the concrete pipe portion of the adapter. The other portion of the adapter shall match the pipe or appurtenance to which it is to be connected. 8. RESTRAINED JOINTS. Where indicated on the drawings, joints shall be restrained by clamps, bolts, retaining rings, bolt harness assemblies, or other method acceptable to the Engineer. Welding the joint rings will not be acceptable. Design of harness bolts, if used, shall be based on a maximum stress of 40,000 psi over the tensile stress area of the bolt. Each restrained joint pipe shall be designed to resist thrust of the magnitude indicated on the drawings. The length of pipe having re- strained joints shall be as indicated on the drawings. The longitudinal thrust shall be assumed to vary uniformly from a maximum at the bend or dead end to zero at the end of the required length of restrained joint piping. Restrained joints and pipe cylinders shall be designed to with- (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02614 (17578 ) -5- stand the calculated stresses at all points along the length of pipe having restrained joints. The maximum longitudinal stress in pipe cylinders shall not exceed 16.000 psi. Restrained joints in the tunnel shall be designed to allow pipe to be installed or removed from the casing without damage to joints or joint restraint. When angular deflection is required at restrained bell -and -spigot joints, special bevels shall be provided for the exact angle. Deflec- tion obtained by opening joints on one side will not be acceptable. 9. REDUCERS. Tapered reducers shall be provided at the locations indicated on the drawings. Reducers shall be concentric and shall have a diametrical reduction of not more than 3 inches per foot of length. 10. FLANGED JOINTS. Flange faces shall be normal to the pipe axis. The angular deflection (or layback) of the flange face shall conform to the requirements of Section 4.3 of ANSI/AWWA C207. All flanges, after weld- ing to the pipe, shall be refaced, if necessary, to comply with Section 3.2 of ANSI/AWWA C207. Pipe lengths and the dimensions and drillings of flanges furnished shall be coordinated with the lengths and flanges for the valves, fittings, and other items to be installed in the piping. All mating flanges shall have the same diameter and drilling and shall be suitable for the pres- sures to which they will be subjected. Blind flanges shall conform in diameter and drilling to the flanges to which they attach. Details of blind flanges shall be subject to review and acceptance by the Engineer. 11. MMMING. Each pipe, fitting, or special section shall have plainly and permanently marked thereon: Pipe class. Date of manufacture. Manufacturer's name or trademark. On bends, the angle turned, and location of short and long sides. Identification of specials to show proper location in line. On beveled pipe, amount of bevel and point of maximum bevel. marked on the beveled end. Markings shall be indented in the pipe or painted thereon with water- proof paint. Each end of each bevel end pipe, fitting, or special shall be marked with a stripe of paint, approximately 1-1/2 inches wide and 2 feet long, applied along the top center line. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02614 (17578 ) -6- ,u. r. 12. HANDLING. Concrete pipe and fittings shall be handled carefully and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 13. LAYING PIPE. Pipe shall be protected from lateral displacement by jpipe embedment material installed as specified in the excavation and trenching section. Pipe shall not be laid in water or under unsuitable weather or trench conditions. Pipe shall be laid with bell ends facing the direction of laying except when reverse laying is specifically ' permitted by the Engineer. Foreign matter shall be prevented from entering the pipe during instal- lation. No tools, clothing, debris, or other foreign material shall be placed in the pipe. 1 Whenever pipe laying is stopped, the open end of the line shall be ' sealed with a watertight plug. All water in the trench shall be removed prior to removing the plug. r 13.01. Cleaning. The interior of all pipe and fittings shall be thor- oughly cleaned before installation and shall be kept clean until the r- work has been accepted. 13.02. Alignment. Piping shall be laid to the lines and grades indi- cated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Curves may be formed by using fittings or beveled joints or by opening the joints. Laser beam equipment. surveying instruments, or other suitable methods shall be used to maintain alignment and grade. At least one elevation reading shall be made on each length of pipe. !� If laser beam equipment is used, periodic elevation measurements shall be made with surveying instruments to verify accuracy of grades. If such measurements indicate thermal deflection of the laser beam due to differences between ground temperature and the air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. 13.03. Joint Opening. The minimum reserve extensibility (distance from the near edge of the spigot groove to the edge of the flare of the bell) remaining after joints are deflected shall be not less than the amount indicated on Figure 1-02614 at the end of this section. For bells having a depth of straight portion different from that indicated on Figure 1-02614 and for spigots having sealing and gasket retention space different from that indicated on Figure 1-02614, the maximum joint opening shall be correspondingly adjusted. The distance from the face of the spigot r" shall be at least 3/8 inch greater than face of bell to seat of bell). r (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02614 (17578 ) -7- to the shoulder of the spigot the joint depth (distance from 14. JOINTING. 14.01. Bell -and -Spigot Joints. Rubber and steel joints shall be installed in accordance with the.pipe manufacturer's recommendations. Immediately before the pipes are joined, all spigot and bell surfaces shall be thoroughly cleaned and bell surfaces shall be coated with joint lubricant. The gasket shall be lubricated and positioned in the spigot groove so that the gasket is distributed uniformly around the circum- ference. After each joint is completed, the position of the gasket shall be checked using a feeler gauge. If the gasket is not in the proper position, the joint shall be pulled apart, the gasket removed and discarded, and the joint reassembled using a new, properly lubricated gasket. Pipe sections connecting to structures or air/vacuum relief manholes shall have a joint outside each structure within 4 feet of the inside face of the structure. Joint lubricant shall be stored in closed containers and shall be kept clean. When installing pipe in cold weather, the joint surfaces and gaskets shall be kept warm and the joint lubricant shall be prevented from freezing. Each exterior joint recess shall be filled with joint grout. A diaper shall be used to prevent foreign material from entering the joint recess before grouting and to serve as a form for the grout. Each diaper shall be of sufficient length to encircle the pipe, leaving enough space between the ends to allow the grout to be poured into place. Joint grout shall be poured between the diaper and the pipe and shall be allowed to run down around to the bottom of the pipe. The grout shall be rodded, while being poured, using a stiff wire curved to the approximate shape of the pipe. Each joint recess shall be completely filled with grout for the full circumference of the pipe. Not less than two lengths of pipe shall be in final position in advance of exterior joint grouting. If pipe embedment operations are resumed before the grout has attained initial set, care shall be taken to prevent damage to the grout while placing and compacting embedment material. After trench backfilling operations have been completed, the inside joint recess of concrete pipe shall be filled with joint mortar. Joint surfaces shall be damp, but free from surface water when the mortar is placed. Mortar shall be thoroughly compacted to completely fill the recess and shall be finished smooth. All excess mortar shall be removed from the pipe. 14.02. Flanged Joints. Care shall be taken in bolting flanged joints so that there is no restraint on the opposite end of the piece which would prevent pressure from being uniformly applied upon the gasket. The pipe or fitting must be free to move in any direction while bolting. Bolts shall be gradually tightened in a criss-cross pattern, to ensure a uniform rate of gasket compression around the entire flange. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 } 02614 (17578 ) -6- 7 14.03. Mechanical Joints. Mechanical joints shall be carefully assembled in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the joint shall be disassembled, thoroughly cleaned, and reassembled. Overtightening of gland bolts to r compensate for poor installation practice will not be permitted. 15. CONNECTIONS WITH EXISTING LINES. Where connections are made f.., between new work and existing piping, such connections shall be made using fittings acceptable to the Engineer and suitable for the condi- tions encountered. Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with service to customers affected thereby, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without MR damage to adjacent property. 16. CONCRETE ENCASEMENT. Concrete encasement shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position and shall be anchored against flotation. 17. PROTECTIVE COATINGS. Unless otherwise specified, metal surfaces shall be protected as specified herein. 17.01. Shop Coatings. Bolts and flange faces shall be shop coated with rust -preventive compound as specified. All other metal surfaces, except steel joint rings, shall be shop primed with coal tar primer as specified. All surfaces of steel joint rings exposed in finished pipe shall be protected from corrosion by a shop -applied coat of rust -inhibitive primer or a coating of metallic zinc not less than 0.004 inch thick applied by the metalizing process. 7 17.02. Surfaces Exposed Underground. All metal surfaces which will be in contact with backfill after installation and are not encased in con- crete shall be cleaned to remove all rust and foreign materials, primed, and wrapped with two half -lapped layers of field -applied tape coating, r or coated with 35 mils of thixotropic coal tar coating. Tape coating shall be applied in accordance with the manufacturer's recommendations. Backfill adjacent to wrapped surfaces shall consist of clean sand or pea gravel. 17.03. Surfaces Exposed in Manholes. All metal surfaces exposed inside manholes after installation shall be cleaned and given two coats of medium consistency coal tar paint. r 18. PRESSURE ND LEAKAGE TESTING. After installation, pretensioned j concrete cylinder piping shall be tested for defective workmanship and ` materials by being subjected to a hydrostatic test as set forth in the pipeline pressure and leakage testing section. 4 (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02614 ' (17578 ) -9- 19. DRAWINGS AND DATA. Drawings, specifications,installation sche- dules, and other data showing complete details of the design, fabri- cation, construction, field locations and elevations, and installation of pipe, fittings, specials, and connections, together with complete data covering all materials proposed for use, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following for each size and class of pipe: Pipe design. Details of fittings and specials. Laying schedule complete with an explanation of all abbreviations used in the schedule. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02614 (17578 ) -10- 0 - Depth of straight portion of bell E - Minimum reserve extensibility F ■ Sealing and gasket retention space 1 a Maximum joint opening Pipe 0 E is J Size Uvout Installed edUyout Installed w, dhvw rJon,.n M kx**d 10.21 2.1/2 3/4 5/8 1.1/8 5/8 3/4 24-42 2-3/4 3/4 5/8 1.1 /8 7/8 1 MAXIMUM JOINT OPENING FOR DEFLECTED RUBBER AHO STEEL JOINTS 1309= & NAOMC= PRETENSIONED CONCRETE Figure 1-02614 Ems�" CYLINDER PIPE R.w... Grv, rw..«.+ (THIS PAGE LEFT BLANK INTENTIONALLY) r C" Section 02620 - CAST IRON PIPE 1. SCOPE. This section covers cast iron pipe. Cast iron pipe shall be r^ furnished complete with all fittings, jointing materials, pipe supports, r anchors, blocking, encasement, and other necessary appurtenances. Pipe shall be tested in accordance with the pipeline pressure and leakage testing section. Pipe trenching, bedding, and backfill are i covered in the excavation and trenching section. 2. MATERIALS. Pipe Fittings 12 Inch and Smaller 14 Inch and Larger Push -on Joints Restrained Push -on Joints Flanged Joints Flanges Bolts Nuts Gaskets ii (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) r" (CONTRACT 1 ) 02620 (17578 ) -1- Ductile iron, ANSI/AWWA C151/A21.51; thickness class as listed in the table at the end of this section. ANSI/AWWA C110/A21.10, except shorter laying lengths will be acceptable. 250 psi pressure rating. 150 psi pressure rating. ANSI/AWWA C111/A21.11, except gaskets shall be neoprene or other synthetic rubber. Natural rubber will not be acceptable. American 'Flex -Ring", "Lok-Fast' or 'Lok-Ring'; Clow "Super - Lock'; U.S. Pipe "TR Flex'; or Griffin "Snap-Lok". Use of set screws bearing on the pipe will not be acceptable. ANSI/AWWA C115/A21.15. Ductile iron, ANSI/AWWA C115/A21.15, flat faced. ASTM A307, chamfered or rounded ends projecting 1/4 to 1/2 inch beyond outer face of nut. ASTM A307, hexagonal, ANSI B18.2.2, heavy semifinished pattern. ASTM D1330, Grade I rubber, full face type, 1/8 inch thick. Mechanical Joints Mechanical Joints with Tie Rods Tie Rods Steel Pipe Washers Threaded Connections Shop Coating and Lining Cement Mortar Lining ANSI/AWWA C111/A21.11, except gaskets shall be neoprene or other synthetic rubber. Natural rubber will not be acceptable. See details on the drawings. ASTM A307. ASTM A53, standard weight. ANSI B18.22.1, plain steel. ANSIJASME B1.20.1, NPT; provide boss or tapping saddle wherever wall thickness minus the foundry tolerance at the tapped connec- tion is less than that required for 4-thread engagement as set forth in Table A.1, Appendix A of ANSI/AWWA C151/A21.51. ANSIJAWWA C1041A21.4. Shop Primer Cook 0391-N-167 Barrier Coat", Kop-Coat "340 Gold Primer", Tnemec 137-77 Chem -Prime", or Valspar 113-R-28 Chromox Primer". Asphaltic Coating Manufacturer's standard. Coal Tar Epoxy Liquid Epoxy Rust -Preventive Compound Polyethylene Tube Manufacturer's standard. AWWA C210. Houghton "Rust Veto 344" or Rust-Oleum "R-91. Seamless, ANSI/AWWA C105/A21.5. 3. SHOP COATING AND LINING. The interior of all pipe and fittings shall be cement mortar lined. The exterior surfaces of all pipe and fittings which will be exposed in interior locations shall be shop primed. Flange faces shall be coated with rust -preventive compound. Exterior surfaces of all other pipe and fittings shall be asphaltic coated. 4. HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure installation in sound, undamaged condition. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02620 (17578 ) -2- Equipment, tools, and methods used in handling and installing pipe and fittings shall not damage the pipe and fittings. Hooks inserted in ends of pipe shall have broad, well -padded contact surfaces. Pipe and fittings in which the lining has been damaged shall be replaced. With the concurrence of the Engineer, small and readily accessible damaged areas may be repaired. rAll pipe coating which has been damaged shall be repaired by the a Contractor before the pipe is installed. 5. CUTTING PIPE. Cutting shall be done in a neat manner, without damage to the pipe or the lining. Cuts shall be smooth, straight, and at right angles to the pipe axis. After cutting, the end of the pipe shall be dressed with a file or power grinder to remove all roughness and sharp edges. The cut ends of push -on joint pipe shall be suitably beveled. !- Ends of ductile iron pipe shall be cut with a portable guillotine saw, abrasive wheel, saw, milling cutter, or oxyacetylene torch. The use of hydraulic squeeze type cutters will not be permitted. Field -cut holes for saddles shall be cut with mechanical cutters; oxyacetylene cutting r will not be permitted. 6. CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter prior to installation and shall be kept clean until the work has been accepted. Before jointing, all joint contact surfaces shall be wire brushed if necessary, wiped clean, and kept clean until jointing is completed. Precautions shall be taken to prevent foreign material from entering the pipe during installation. Debris, tools, clothing, or other materials shall not be placed in or allowed to enter the pipe. Whenever pipe laying is stopped, the open end of the pipe shall be sealed with a watertight plug which will prevent trench water from entering the pipe. 7. INSPECTION. Pipe and fittings shall be carefully examined for r� cracks and other defects immediately before installation; spigot ends shall be examined with particular care. All defective pipe and fittings i shall be removed from the site of the work. S. ALIGNMENT. Piping shall be laid to the lines and grades indicated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Deflections from a straight line or grade shall not exceed the values stipulated in Table 4 or Table S of AWWA C600, unless specially designed bells and spigots are provided. Either shorter pipe sections or fittings shall be installed where required to conform to the alignment or grade indicated on the drawings. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) r (CONTRACT 1 ) 02620 (17578 ) -3- Batter boards, laser beam equipment, or surveying instruments shall be used to maintain alignment and grade. At least one elevation measure- ment shall be made on each length of pipe. Batter boards, if used, shall be erected at intervals of not more than 25 feet. Batter boards shall be used to determine and check pipe sub grades. Not less than three batter boards shall be maintained in proper position at all times when trench grading is in progress. If laser beam equipment is used, periodic elevation measurements shall be made with surveying instruments to verify accuracy of grades. If such measurements indicate thermal deflection of the laser beam due to differences between ground temperature and the air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. 9. LAYING PIPE. Pipe shall be protected from lateral displacement by placing the specified pipe embedment material. Under no circumstances shall pipe be laid in water, and no pipe shall be laid under unsuitable weather or trench conditions. Pipe shall be laid with the bell ends facing the direction of laying except when reverse laying is specifically authorized by the Engineer. 10. FIELD JOINTS. Joints in buried locations shall be mechanical joint or push -on type unless otherwise indicated on the drawings. All other joints shall be flanged unless otherwise indicated on the drawings. Pipe sections connecting to structures or air/vacuum relief manholes shall have a joint outside each structure within 4 feet of the inside face of the structure. 11. MECHANICAL JOINTS. Mechanical joints shall be carefully assembled in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the joint shall be disassembled, thoroughly cleaned, and reassembled. Bolts shall be uniformly tightened to the torque values listed in Appendix A of ANSIJAWWA C1111A21.11. Over - tightening of bolts to compensate for poor installation practice will not be permitted. The holes in mechanical joints with tie rods shall be carefully aligned to permit installation of the tie rods. In flange and mechanical joint pieces, holes in the mechanical joint bells and the flanges shall strad- dle the top (or side for vertical piping) center line. The top (or side) center line shall be marked on each flange and mechanical joint piece at the foundry. 12. PUSH -ON JOINTS. The pipe manufacturer's instructions and recom- mendations for proper jointing operations shall be followed. All joint surfaces shall be lubricated with heavy vegetable soap solution immedi- ately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02620 (17578 ) -4 kept clean. Each spigot end shall be suitably beveled to facilitate assembly. d Pipe ends for restrained joint pipe shall be prepared in accordance with r.. the pipe manufacturer's recommendations. 13. FLANGED JOINTS. Pipe shall extend completely through screwed -on flanges. The pipe end and flange face shall be finish machined in a single operation. Flange faces shall be flat and perpendicular to the pipe center line. When bolting flanged joints, care shall be taken to avoid restraint on the opposite end of the pipe or fitting which would prevent uniform gasket compression or which would cause unnecessary stress in the flanges. One flange shall be free to move in any direction while the flange bolts are being tightened. Bolts shall be tightened gradually and at a uniform rate, to ensure uniform compression of the gasket. 14. POLYETHYLENE TUBE PROTECTION. All buried cast iron pipe shall be provided with polyethylene tube protection installed in accordance with AWWA C105, Method A. 15. REDUCERS. All reducers shall be concentric pattern. 16. OUTLETS. Where a 12 inch or smaller branch outlet is indicated and the diameter of the line pipe is at least twice the diameter of the branch, either a tee or a factory welded -on boss will be acceptable. Tapping saddles will not be acceptable. r 17. CONNECTIONS WITH EXISTIXISTING IPING. Connections between new work and L existing piping shall be made using fittings acceptable to the Engineer and suitable for the conditions encountered. Each connection with an existing pipe shall be made at a time and under conditions which will least interfere with service to customers, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. 18. BLOWOFFS. Each blowoff shall be arranged to provide a horizontal flanged drainline connection. The following arrangement shall be employed: Radial flanged outlets, plus a flanged cast iron bend for each. 19. CONCRETE ENCASEMENT. Concrete encasement shall be installed as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position, and shall be anchored to prevent flotation. 20. REACTION ANCHORAGE. All exposed piping with mechanical couplings, 1 push -on or mechanical joints, or similar joints subject to internal pressure shall be anchored or harnessed to preclude separation of r l- (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02620 (17578 ) -5- joints. All push -on and mechanical joint tees, X-branches, bends deflecting 22-1/2 degrees or more, and plugs which are installed in buried piping (subjected to internal hydrostatic heads in excess of 30 feet) shall be provided with suitable reaction anchors, joint harness, or other acceptable means for preventing movement of the pipe caused by internal pressure. Metal harness anchorages shall consist of steel rods extending across the joint and securely anchored to pipe and fitting, or other adequate anchorage facilities shall be installed to provide the necessary sup- port. If the lack of suitable solid vertical excavation face is due to improper trench excavation, metal harness anchorages shall be furnished and installed by and at the expense of the Contractor. Reaction anchorages or other supports for fittings installed in fills or other unstable ground, above grade, or exposed within structures, shall be provided as required by the drawings or as directed by the Engineer. 21. PRESSURE AND LEAKAGE TESTING. After installation, cast iron pipe shall be tested by being subjected to a hydrostatic test as set forth in the pipeline pressure and leakage testing section. 22. DIMENSIONS. The thickness class for cast iron pipe shall be as indicated in the following table: ANSI Thickness ,Location Nominal Size Class inches All 36 50 All 8 50 All 4 51 Note The specified thickness class includes corrosion allowance and foundry tolerance. Pipe wall thickness for grooved and threaded pipe shall be increased if necessary to comply with the following minimum thicknesses: Minimum Thickness Class Pipe Size Threaded Ends (1) 4-16 inch 53 24 inch and larger 53 (1) Complies with ANSI/AWWA C115/A21.15 for minimum pipe wall thickness for threaded flanges. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 02620 -6- 23. I)RAWINGS AND DATA. Complete layout drawings, details, and specifi- cations covering all cast iron piping and accessories shall be submitted in accordance with the procedure set forth in the submittals section. (LUBBOCK, TEXAS } (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 02620 -7- (THIS PAGE LEFT BLANK INTENTIONALLY) r Section 02635 - CENTRIFUGALLY CAST FIBERGLASS REINFORCED POLYESTER PIPE 1. SCOPE. This section covers centrifugally cast fiberglass reinforced polyester pipe, fittings, and accessories to be furnished and installed where indicated in the pipeline schedule. Centrifugally cast fiberglass reinforced polyester pipe will not be allowed in the highway crossing. Pipe shall be furnished complete with all jointing materials and other necessary appurtenances. Pipe trenching, bedding, and backfill are covered in the excavation and trenching section. Pipe shall be tested in accordance with the pipeline pressure and leakage testing section. 2. GOVERNING STANDARD. Except as modified or supplemented herein, centrifugally cast fiberglass pipe shall comply with ASTM D3754 and AWWA C950. 3. BASIS OF DESIGN. The pipe shall be as manufactured by Hobas USA, Inc. or Price Brothers Composite Pipe. After installation, the pipe cross-section deflection shall not exceed 3 percent of the original pipe diameter, long term. The pipe shall be designed to carry the full earth r load above the pipe and a live load of 9,000 lb wheel load for passing trucks. Pipe and fittings shall be designed and tested in accordance with the governing standards. The minimum pipe stiffness class shall be as indicated in the following table. Location of Pipe 46+00 to 56+00 All Other The working pressure of pressure (test pressure) shall be used. Field External Load lb/lin ft 3,750 3,100 Minimum Pipe Stiffness Class 72 46 the pipeline is 55 psi, the working plus surge will be 125 psi. Minimum pressure class 100 4. MATERIALS. Unless otherwise specified., all materials used in the manufacture of pipe, fittings, and accessories shall conform to ASTM D3262. The manufacturer shall use only polyester resin systems with a silica sand filler which have a minimum of three years of successful performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product, and shall be submitted to the Engineer, if requested. The pipe shall be suitable for potable water service. r (LUBBOCK. TEXAS ) (36 INCH EFFLUENT PIPELINE) r (CONTRACT 1 ) 02635 (17578 ) -1- Reinforcing Glass Fibers Commercial grade of E-glass filaments with binder and sizing compatible with impregnating resins. Sand Minimum 98 percent silica with a maximum moisture content of 0.2 percent. Additives Resin additives, such as pigments, dyes, and other coloring agents, if used, shall in no way be detrimental to the performance of the product. Rubber Gaskets Gaskets shall be suitable for the service intended, and shall comply with ASTM F477 and meet the performance requirements of ASTM D4161. Joint Lubricant A vegetable base lubricant suitable for use in potable water. Petroleum or animal base lubricants will not be acceptable. 5. DIMENSIONS. Pipe outside diameters shall be in accordance with AWWA C151 for ductile iron pipe. Except for fittings and closure pieces, the nominal laying length shall not be less than 10 feet, unless otherwise specified. 6. PRESSURE CLASS TESTING. Pipe hoop tensile strength shall be verified as specified in the applicable standard (ASTM D3754 or AWWA C950) or by random burst testing at the same sampling frequency. All pipes shall be capable of withstanding a test pressure of 140 psi without leaking or cracking. This performance shall be periodically verified at the factory at least once per lot as defined in ASTM D3754, section 7.1. 7. JOINTS. The pipe shall be field connected using a fiberglass sleeve coupling that utilizes elastomeric sealing rings as the sole means to maintain watertightness. All joints shall meet the performance require- ments of ASTM D4161. Pipe sections connecting to structures or sirlvacuum relief manholes shall have a joint outside each structure within 4 feet of the inside face of the structure. 8. FITTINGS. Flanges, elbows, reducers, tees, wyes, and other fittings shall, when installed, be capable of withstanding all specified opera- ting conditions. They may be contact molded or manufactured from mitered sections of pipe joined by glass -fiber reinforced overlays, (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02635 (17578 ) -2- 7, ductile iron. fusion bonded epoxy coated and lined steel or stainless steel construction, acceptable to the Engineer. Polyethylene encasement will be provided for ductile iron fittings per AWWA/ANSI C105/A21.5. 8.01. Closure Pieces. Shop fabricated closure pieces are not required. Closure pieces shall be cut in the field after pipe, fittings, and specials, as indicated on the drawings, have been installed. The align- ment indicated on the drawings shall be maintained by deflecting joints and by adding fittings if necessary. The length between structures and P.I. locations shall be adjusted in the field as required. Closure pieces shall be field cut as recommended by the manufacturer. The cut shall be square to the longitude of the pipe. The cut end shall be beveled using a factory finished bevel end as a guide to determine the angle and length of taper. After cutting the ends, they shall be sealed with an epoxy sealant. 9. B.LOWOFFS. Each blowoff shall be arranged to provide a horizontal flanged drainline connection. One of the following arrangements shall be employed: a. Tangential flanged outlets. b. Radial flanged outlets, plus a flanged ductile iron bend or epoxy bonded steel bend for each. r 10. ADAPTERS. Adapters shall be furnished in locations where required for connection to other types of pipe or appurtenances. The opposite portion of the adapter shall match the pipe or appurtenance to which it I^ is to be connected. 11. MARKING. Each pipe or fitting shall have the following information plainly and permanently marked thereon: Pipe stiffness. Pressure class. Date of manufacture. Manufacturer's name or trademark. Markings shall be painted thereon with waterproof paint. 12. HANDLING. Centrifugally cast fiberglass reinforced polyester pipes and fittings shall be handled carefully as recommended by manufacturer. Hooks shall not be permitted to come in contact with pipe surfaces. 13. LAYING PIPE. Pipe shall be protected from lateral displacement by pipe embedment material. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) 010 (CONTRACT 1 ) 02635 (17578 ) -3- Pipe shall be laid with bell ends facing the direction of laying except when reverse laying is permitted by the Engineer. Pipe shall not be laid in water, nor under unsuitable weather or trench conditions. Foreign material shall be prevented from entering the pipe during installation. No debris, tools, clothing or other materials shall be placed in the pipe. Whenever pipe laying is stopped, the open end of the pipe shall be sealed with a watertight plug which will prevent trench water from entering the pipe. 13.01. Cleaning. The interior of all pipe and fittings shall be thoroughly cleaned before installation and shall be kept clean until the work has been accepted. All joint contact surfaces shall be kept clean until the joint is completed. 13.02. Alignment. Piping shall be laid to the lines and grades indicated on the drawings. Batter boards, laser beam equipment, or surveying instruments shall be used to maintain alignment and grade. At least one elevation measurement shall be made on each length of pipe. Batter boards, if used, shall be erected at intervals of not more than 25 feet, Batter boards shall be used to determine and check pipe subgrades. Not less than three batter boards shall be maintained in proper position at all times when trench grading is in progress. If laser beam equipment is used, periodic elevation measurement shall be made with surveying instruments to verify accuracy of grades. If such measurements indicate thermal deflection of the 'laser beam due to differences between ground temperature and air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. High points which allow air to collect in pipelines will not be per- mitted unless an air release valve is indicated on the drawings at that location. 13.03. Jointing. Joints shall be installed in accordance with the pipe manufacturer's recommendations. Immediately before the pipes are joined, all pipe ends and coupling components shall be thoroughly cleaned and shall be completely free of dirt. Apply joint lubricant to pipe ends and rubber seals of coupling. Only lubricant approved by the pipe manufacturer shall be used. Suitable auxiliary equipment shall be used to pull pipe joints together. The jointing force shall be applied to the pipe wall and not to the coupling. Excess force shall not be applied in jointing the pipe. A deflection angle that exceeds the deflection permitted by the manufacturer will not be allowed. 14. CONCRETE ENCASEMENT AND BLOCKING. Concrete encasement and blocking shall be installed where joint restraint is indicated on the drawings for other material options. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02635 (17578 ) -4- r shall be suitably supported and blocked in proper position and shall be anchored against flotation. Blocking shall bear against undisturbed earth. Minimum bearing areas are indicated on the drawings. 15. HYDROSTATIC TESTS. After installation, the piping shall be tested for defective workmanship and materials by being subjected to pressure ►' and leakage tests as specified in the pipeline pressure and leakage r testing section. 16. DRAWINGS AND DATA. Drawings, specifications, installation, sche- dules, and other data showing complete details of the design, fabrica- tion, construction, field locations and elevations, and installation of pipe, fittings, specials, and connections, together with complete data covering all materials proposed for use, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following for each site and class of pipe. Certificate of Compliance. Details of joints. Details of fittings and specials. Test reports. Laying schedule complete with an explanation of all abbreviations used in the schedule. 7 l r (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02635 (17578 ) -5- (THIS PAGE LEFT BLANK INTENTIONALLY) .0 Section 02704 —PIPELINE PRESSURE AND LEAKAGE TESTING 1. SCOPE. This section covers field hydrostatic pressure and leakage testing of the pipelines set forth herein. 2. GENERAL. Unless otherwise specified, testing of pipelines shall be completed prior to final cleaning. The Engineer shall be present during the performance of all testing work and shall be notified of the time and place of testing at least 3 days prior to commencement of the work. All work shall be performed to the satisfaction of the Engineer. 2.01. Testing Schedule and Procedure. A testing schedule and test procedure shall be submitted to the Engineer for review and acceptance not less than 28 days prior to commencement of testing work. The schedule shall indicate the proposed time and sequence of testing of r each pipeline. The testing procedure shall establish the limits of each pipeline to be tested, the position of all valves during testing, the location of temporary bulkheads, and all other procedures to be followed in performing the required testing work. If valves are to be r" used as bulkheads in the test, the valve manufacturer shall be consulted F to verify acceptability of using closed valve in test. r• 2.02. Water. Water used for testing shall be furnished as stipulated in the temporary facilities section. Water shall be conserved through collection and reuse in subsequent testing work. Following completion of testing work, the water shall be disposed of in a manner acceptable to the Engineer. Unless otherwise permitted, the water shall not be allowed to enter other parts of the pipeline. !IN 2.03. Filling and Venting. When filling the line with water, care shall be taken to ensure that all air release valves and other venting devices are properly installed and in the open position. Hand -operated vent valves shall not be closed until water flows in an uninterrupted stream from each valve. Care shall be taken to ensure that the rate at which each line is filled with water does not exceed the venting capacity of the installed air vent valves and devices. r 2.04. Blocking and Backfilling. Piping shall be adequately blocked, anchored, and supported before the test pressure is applied. r 2.05. Itst Equipment. All necessary piping connections between the line to be tested and the water source, together with pumping equipment, water meter, pressure gauges, and all other equipment, materials, and r facilities required to perform the specified tests, shall be provided. All flanges, valves, bulkheads, bracing, blocking, and other section- alizing devices required shall also be provided. All temporary sec ,., tionalizing devices shall be removed upon completion of testing. Vents shall be provided in test bulkheads where necessary to expel air from the line to be tested. r (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02704 �^ (17578 ) -1- Test pressures shall be applied by means of a force pump sized to provide and maintain the required pressure without interruption during the test. Water meters and pressure gauges shall be accurately calibrated and shall be subject to review and acceptance by the Engineer. Permanent gauge connections shall be installed at each location where test gauges are connected to the pipeline during performance of the required tests. Drilling and tapping of pipe walls will not be permit- ted. Upon completion of testing work, each gauge connection shall be fitted with a removable plug or cap acceptable to the Engineer. 3. PRESSURE TESTING. After the section of line to be tested has been filled with water, the test pressure shall be applied and maintained without interruption for 2 hours plus any additional time required for the Engineer to examine all piping undergoing the test and for the Contractor to locate all defective joints and pipe materials. 3.01. Test Pressure. Each piping system shall be subjected to a test pressure measured at the lowest point in the line of 125 psi. 4. LEAKAGE TESTING. Following completion of pressure testing and acceptance by the Engineer, each section of the pipeline shall be sub- jected to a leakage test. The duration of the leakage test shall be 2 hours plus the additional time required by the Engineer for an accurate determination of line leakage. 4.01. Leakage Test Pressure. The hydrostatic pressure maintained during the leakage test shall be at least 75 percent but not more than 100 percent of the pressure specified for pressure testing of the pipeline and shall be maintained within plus or minus 5 percent during the entire time that leakage measurements are being performed. 4.02. Leakage Measurement. Measurement of leakage shall not be attempted until all trapped air has been vented and a constant test pressure has been established. After the pressure has stabilized, line leakage shall be measured by means of a suitable water meter installed in the pressure supply piping on the pipeline side of the force pump. 4.03. Allowable Leakage. The term "leakage", as used herein, shall be the total amount of water which must be introduced into the line during the leakage test to maintain the test pressure. No section will be accepted if and while it exhibits a leakage rate in excess of that determined by the following formula: Q - 0.0075 DLN (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02704 (17578 ) -2- where Q - allowable leakage in gallons per hour D - nominal diameter of pipe in inches { L - length of section tested in thousand feet N - square root of average test pressure in psi Whenever the pipeline to be tested contains pipe of different diameters, the allowable leakage shall be calculated separately for each diameter and corresponding length of line. The resulting allowable leakage rates shall be added to obtain the total allowable leakage for the entire pipeline. All joints in piping shall be watertight and free from visible leaks during the leakage test. Each leak which is discovered within the correction period stipulated in the General Conditions of the Agreement shall be repaired by and at the expense of the Contractor regardless of any amount that the total line leakage rate, during the leakage test, may have been below the specified allowable leakage rate. If the leakage test indicates a line leakage rate exceeding, the allowable, the Contractor shall locate and repair leaking joints and other defective items of work to the extent necessary to reduce the line leakage to an acceptable amount. r' (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02704 r., (17578 ) -3- i (THIS PAGE LEFT BLANK INTENTIONALLY) r Section 02840 - TRENCH PROTECTIVE SYSTEMS 1. SCOPE. The requirements of this section are minimum requirements and are not intended to limit the scope of the Contractor's safety program. 2. GENERAL. Trench protective systems shall be provided for all trenches having a depth exceeding 5 feet. All trench protection work performed and protective systems installed shall conform to the requirements set forth in the 1990 OSHA regula- tions. Prior to beginning construction, the Contractor shall submit to Owner a r' trench safety plan containing detailed plans and specifications for ade- quate trench protective systems. The plan must be designed and sealed by a professional engineer registered in the State of Texas with professional experience in trench protective systems. The plan shall be submitted to the Owner for record purposes only. No review or approval of the plan will be made by the Owner. The Contractor shall be solely responsible for trench safety and shall provide a competent person to supervise trenching activities. The Con- tractor's trenching supervisor shall be present at the site of trenching ,.. work during all trenching operations. 3. TEST HOLES. Logs of test holes are bound as an appendix to these specifications, as indicated in Supplementary Conditions. The Contractor shall be responsible for obtaining any additional borings and soil analysis as required for the design of the trench safety plan. 4. TRENCH PROTECTIVE SYSTEMS. Contractor may meet the requirements for trench protective systems in three ways: 1. Excavate slopes no steeper than allowed by OSHA. 2. Utilization of trench box. 3. Shoring, sheeting, and bracing methods. Contractors electing to utilize the minimum angle of repose must submit a detailed plan of the excavation areas with cross sections and assess the impact on existing right-of-way and infrastructure. Contractors electing to utilize a trench box must submit physical dimen- sions, materials, position in the trench, expected loads, and the strength of the box. Contractors electing to utilize shoring, sheeting, and bracing must submit dimensions and materials (to include strengths, grades, etc.) of all uprights, stringers, cross -bracing, and spacing required. r (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02840 (17578 ) -1- In addition, contractor must maintain on file with Owner a current trench safety program governing its operations hereunder. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 02840 (17578 ) -2- FM r r Section 03301 - CAST -IN -PLACE CONCRETE 1. SCOPE. This section covers all cast -in -place concrete, including reinforcing steel, forms, finishing, curing, and appurtenant work. All concrete shall be air -entrained. 2. MATERIALS. Cement ASTM C150, Type I. Fine Aggregate Clean natural sand, ASTM C33. Coarse Aggregate Crushed rock, washed gravel, or other inert granular material conforming to ASTM C33. Water Clean and free from deleterious substances. Air -Entraining Agent ASTM C260. Reinforcing Steel Bars Welded Wire Fabric Bar Supports Forms Plywood Lumber Form Oil Polyethylene Film Membrane Curing Compound (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 03301 -1- ASTM A615, deformed, Grade 60. ASTM A185 or A497. CRSI Glass C, plastic protected, or Class E, stainless steel protected. PS1, waterproof, resin -bonded, exterior type, Douglas fir. Straight, uniform width and thickness, and free from knots, offsets, holes, dents, and other surface defects. Light-colored paraffin oil or other acceptable nonstaining material. PS17; 6 mil. Fed Spec TT-C-800, Type I. Class 1; min 18 percent solids; non -yellowing unit moisture loss 0.039 gmjcm2 max; Gifford -Hill "Sealco 6004, ProSoCo "Kure and Seal", Protex "Acrychlor", or Sonneborn "Kure-N-Seal". 3. PRELIMINARY REVIEW. The source and quality of concrete materials and the concrete proportions proposed for the work shall be submitted to the Consulting Engineer for review before any concrete is placed. 4. LIMITING REQUIREMENTS. Unless otherwise specified, concrete shall be controlled within the following limiting requirements. 4.01. Minimum Cement Factors. The quantity of portland cement, expressed in pounds per cubic yard, shall be not less than that shown in the following table: Coarse Aggregate Size From No. 4 Sieve to Concrete Slump 1 2" 3 4" 1" 2 inches 639 602 573 3 inches 658 620 592 4 inches 677 639 611 5 inches 696 658 630 6 inches 714 677 649 4.02. Aggregates. The maximum total combined aggregate weight and the maximum fine aggregate weight in pounds per hundred pounds of cement shall be as follows: Maximum Total Aggregate Maximum Coarse Aggregate Size Fine Concrete Slump 1 " IL.41 1" Aggregate 2 inches 457 500 537 229 3 inches 436 479 511 218 4 inches 415 457 489 207 5 inches 394 436 468 202 6 inches 372 415 447 191 Note: The weights stipulated above are maximum and not authorized weights. Actual weights used shall be those necessary to produce concrete of the proper consistency. 4.03. Total Water Content. Total water content of concrete shall not exceed 6.5 gallons of water per hundred pounds of cement in the mix. 4.04. Slump. Concrete slump shall be kept as low as possible consistent with proper handling and thorough compaction. Unless otherwise authorized by the Engineer, slump shall not exceed 4 inches. 4.05. Total Air Content. The total volumetric air content of concrete after placement shall be 6 percent plus or minus one percent. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 03301 (17578 ) -2- 5. STORAGE OF MATERIALS. Cement shall be stored in suitable moisture - proof enclosures. Cement which has become caked or lumpy shall not be used. Aggregates shall be stored so that segregation and the inclusion of foreign materials are prevented. The bottom 6 inches of aggregate piles in contact with the ground shall not be used. I Reinforcing steel shall be carefully handled and shall be stored on supports which will keep the steel from contact with the ground. 6. BATCHING AND MIXING. Concrete shall be furnished by an acceptable ready -mixed concrete supplier and shall conform to ASTM C94. 6.01. Consistency. The consistency of concrete shall be suitable for the placement conditions. Aggregates shall float uniformly throughout the mass and the concrete shall flow sluggishly when vibrated or spaded. The slump shall be kept uniform. 6.02. Delivery Tickets. A delivery ticket shall be prepared for each load of ready -mixed concrete. A copy of each ticket shall be handed to the Engineer by the truck operator at the time of delivery. Tickets shall show the quantity delivered, the amount of each material in the batch, the outdoor temperature in the shade, the time at which the cement was added, and the numerical sequence of the delivery. 7. PLACEMENT. Concrete shall be conveyed to the point of final deposit by methods which will prevent the separation or loss of ingredients. During and immediately after placement, concrete shall be thoroughly compacted, worked around all reinforcements and embedments, and worked into the corners of the forms. Concrete shall be compacted by immersion -type vibrators, vibrating screeds, or other suitable mechanical compaction equipment. 8. TESTING. An air content test shall be made from one of the first three batches mixed each day. The Contractor shall provide all equipment and supplies necessary for the testing. 9. REINFORCEMENT. Reinforcements shall be accurately formed and positioned and shall be maintained in proper position while the concrete is being placed and compacted. Unless otherwise indicated on the draw- ings, the details of fabrication shall conform to ACI 315 and 318. In case of conflict, ACI 318 shall govern. 10. FORMS. Forms shall be designed to produce hardened concrete having the shape, lines, and dimensions indicated on the drawings. Forms shall be substantial and sufficiently tight to prevent leakage of mortar and shall be maintained in proper position and accurate alignment. Forms for pavement, curbs, or gutters shall be made of steel and shall be supported on thoroughly compacted earth. The top face of pavement forms shall not vary from a true plane more than 1/4 inch in 10 feet. 1 (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) r� (CONTRACT 1 ) 03301 (17578 ) -3- Forms shall be thoroughly cleaned and oiled before concrete is.placed. Where concrete is placed against gravel or crushed rock which does not contain at least 25 percent material passing a No. 4 sieve, such sur- faces shall be covered with polyethylene film to protect the concrete from loss of water. Joints in the film shall be lapped at least 4 inches. 10.01. Form Ties. Form ties shall be of the removable end, permanently embedded body type and shall have sufficient strength and rigidity to support and maintain the form in proper position and alignment without the use of auxiliary spreaders. 10.02. Edges and Corners. Chamfer strips shall be placed in forms to bevel all salient edges and corners except the top edges of walls and slabs which are to be tooled and edges which are to be buried. Unless otherwise noted, bevels shall be 314 inch wide. 10.03. Form Removal. Forms shall not be removed or disturbed until the concrete has attained sufficient strength to safely support all dead and live loads. Care shall be taken in form removal to avoid surface gouging, corner or edge breakage. and other damage to the concrete. 11. FINISHING. Recesses from form ties shall be filled flush with mortar. Fins and other surface projections shall be removed from all formed surfaces except exterior surfaces that will be in contact with earth backfill. Slabs, pavement, curbs, and other unformed surfaces shall be screeded and given an initial float finish followed by additional floating or belting. Unformed surfaces shall be given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance with no unnecessary working of the surface. Initial floating shall be followed by belting or a second floating at the time of initial set. The belting or second floating shall produce a finish of uniform texture and color. The completed finish for unformed surfaces shall be the finish produced by the belting or second floating. 12. CURING. Concrete shall be protected from loss of moisture by water saturation or membrane curing for at least 7 days after placement. Water saturation of concrete surfaces shall begin as quickly as possible after initial set of the concrete. Unformed surfaces shall be covered with polyethylene film, tarpaulins, or sand to retain the water. Water shall be applied as often as necessary to keep the concrete saturated for the entire curing period. Chlorinated rubber type membrane curing compound may be used in lieu of water curing on concrete which will not be covered later with mortar or (LUBBOCK, TEXAS } (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 } 03301 (17578 ) -4- additional concrete. Membrane curing compound shall be spray applied at a coverage of not more than 300 square feet per gallon. Unformed sur- faces shall be covered with curing compound within 30 minutes after final finishing. If forms are removed before the end of the specified r... curing period, curing compound shall be immediately applied to the formed surfaces before they dry out. Curing compound shall be suitably protected against abrasion during the curing period. Concrete shall be protected against freezing for at least 7 days after placement. Flo 13. REPAIRING DEFECTIVE CONCRETE. Defects in concrete surfaces shall be repaired to the satisfaction of the Engineer. All concrete which is ° honeycombed or otherwise defective shall be cut out and removed to sound concrete, with edges square cut to avoid feathering. Concrete repair work shall conform to Chapter 9 of ACI 301 and shall be performed in a manner that will not interfere with thorough curing of surrounding concrete. Repair work shall be adequately cured. 14. CONCRETE FOR PIPE BLOCKING AND ENCASEMENT. Concrete for buried blocking and encasement of pipe shall conform to the limiting require- ments specified herein, except that the air -entraining agent may be omitted and the cement factor and total water content may be adjusted to provide a minimum compressive strength of 3000 psi at 28 days. Concrete �• shall have a slump of not less than 2 inches nor more than 5 inches when t placed. ro r (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) r• (CONTRACT 1 ) 03301 E (17578 ) -5- (THIS PAGE LEFT BLANK INTENTIONALLY) Section 05550 - ANCHOR BOLTS AND EXPANSION ANCHORS 1. SCOPE. This section covers cast -in -place anchor bolts and expansion anchors to be installed in hardened concrete. Additional requirements for equipment anchor bolts are covered in the General Equipment Stipulations. 2. GENERAL. Unless otherwise specified or indicated on the drawings, all anchor bolts shall be cast -in -place bolts and shall have a diameter of at least 3/4 inch. Expansion anchors shall have a diameter of at least 1/2 inch. Anchor bolts and expansion anchors shall be stainless steel. 3. MATERIALS. Anchor Bolts and Nuts Stainless Steel Flat Washers Expansion Anchors Type 316. ANSI B18.22.1; of the same material as anchor bolts and nuts. Fed Spec FF-S-325; wedge type, Group II, Type 4, Class 1 or 2; self -drilling type, Group III, Type 1; or nondrilling type, Group VIII, Type 1 or 2; Hilti, Phillips, Rawlplug, or USM. 4. ANCHOR BOLTS. Anchor bolts shall be delivered in time to permit setting before the structural concrete is placed. Anchor bolts which are cast in place in concrete shall be provided with sufficient threads to permit a nut to be installed on the concrete side of the concrete form or supporting template. Two nuts, a jam nut, and a washer shall be furnished for anchor bolts indicated on the drawings to have locknuts; two nuts and a washer shall be furnished for all other anchor bolts. r-5. EXPANSION ANCHORS. Expansion anchors shall be installed in con- formity with the manufacturer's recommendations for maximum holding power, but in no case shall the depth of hole be less than four bolt - hole diameters. The minimum distance between the center of any expan- sion anchor and an edge or exterior corner of concrete shall be at least 4-1/2 times the diameter of the hole in which the anchor is installed. r, Unless otherwise indicated on the drawings, the minimum distance between E the centers of expansion anchors shall be at least eight times the t diameter of the hole in which the anchors are installed. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 05550 (17578 ) -1- i Nuts and washers for expansion anchors shall be as specified for anchor bolts. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 05550 (17578 ) -2- r 7 Section 09900 - PAINTING 1. SCOPE. This section covers field painting, including surface prep- aration, protection of surfaces, and other appurtenant work. Regardless of the number of paint coats previously applied, at least two field coats of paint shall be applied to all surfaces unless otherwise specified. 2. MATERIALS. All paint shall be delivered to the job in original unopened containers with labels intact. Paint shall be stored inside and shall be protectedagainst freezing. No adulterant, unauthorized thinner, or other material not included in the paint formulation shall be added to the paint for any purpose. It shall be the responsibility of the Contractor to ensure the compati- bility of the field painting products which will be in contact with each other or which will be applied over shop painted or previously painted surfaces. Paint used in successive field coats shall be produced by the same manufacturer. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to underlying paint. Where painting materials are referenced to Federal or Military Specifi- cations, the reference shall define general type and quality required but is not intended to limit acceptable materials to an exact formulation. 2.01. Primers and Pretreatments. Rust -Inhibitive Universal type; Cook 0391-N-167 Barrier Primer', Koppers "No. 10 Inhibitive Primer', Tnemec "77 Chem -Prime', or Valspar 113-R-28 Chromox Primer'. Vinyl Wash MIL-P-15328; Cook 0900-Y-002 Vinyl Wash Primer", Koppers "No. 40 Passivator", Tnemec 032-1210 Vinoline Wash Primer", or Valspar 013-Y-8 Val -Chem Vinyl Wash Primer". Coal Tar 2.02. Intermediate and Finish Paints. Gloss Alkyd Enamel (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 09900 -1- Koppers 'Bitumastic Mill Under- coat" or Valspar 135-J-6 Bitumi- nous Black'. Fed Spec TT-E-489, Class A; Cook 4801 Series Gloss Enamel", Koppers 'Glamortex 501 Enamel", Medium Consistency Coal Tar Thixotropic Coal Tar Tnemec "Series 2 Tneme-Gloss", or Valspar "12 Series Panorama Coatings". Koppers "Bitumastic Super Service Black', Tnemec '46-449 Heavy Duty Black", or Valspar 035-J-10 Hi -Build Bituminous Coating". MIL-C-18480; Koppers "Bitumastic No. 50" or Tnemec "46-450 Heavy Tnemecol". 3. PRODUCT SELECTION. The Contractor shall submit all paints proposed for use, together with complete descriptive specifications, to the Engineer for review and color selection. Requests for review submitted directly to the Engineer by paint suppliers will not be considered. 4. FIELD PRIMING. In general, surfaces of equipment, steel, and cast iron are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Shop coatings which are damaged or have failed, and have been determined unsuitable by the Engineer, shall be removed and the surfaces field primed. Galvanized surfaces shall be field primed. Primers used for field priming, unless otherwise required for repair of shop primers, shall be: Surface To Be Primed Material Steel and cast iron, surfaces to be painted with Alkyd enamel Coal tar paint Galvanized Rust -inhibitive Coal tar or the same as finish coats Vinyl wash 5. PAINTING SCHEDULE. The following schedule lists paints for inter- mediate and finish coats for surfaces to be painted. All exposed sur- faces, including sides and edges, shall be painted. Surface To Be Painted Material 5.01. Metal Surfaces. All surfaces of structural and Gloss alkyd enamel miscellaneous steel and piping (red) exposed to view or to the elements in exterior locations. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 09900 (17578 ) -2- r r- t Surface To Be Painted Material All metal surfaces, unless otherwise Medium consistency specified, which will be submerged or coal tar buried, all or in part, including valves, valve boxes, but excluding piping laid in the ground. Miscellaneous castings, including Medium consistency manhole rings and covers, and manhole coal tar steps. (One coat, if not foundry dipped.) All exterior surfaces of cast iron Medium consistency and steel piping in manholes, and coal tar and similar locations, including valves. fittings, flanges, bolts, supports, and accessories. All metal harness anchorage for Thixotropic coal tar buried piping. Steel straps in tunnel casing. Medium consistency coal tar. 6. MIXING AND THINNING. Paint shall be thoroughly mixed each time any is withdrawn from the container. Paint containers shall be kept tightly closed except while paint is being withdrawn. Paint shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application �.. temperatures. In no case shall the wet film thickness of applied paint be reduced, by addition of paint thinner or otherwise, below the thickness recommended by the paint manufacturer. 7. SURFACE PREPARATION. All surfaces to be painted shall be dry and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be performed in a �.. manner which will prevent dust or other contaminants from getting on freshly painted surfaces. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of top coats. Surfaces shall be free of cracks, pits, projections, or other imperfec- tions which would prevent the formation of a smooth, unbroken paint film. When applying touchup paint, or repairing previously painted surfaces, the surfaces to be painted shall be cleaned as recommended by the paint manufacturer and sanded or wire brushed in such a manner that the edges R" (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 09900 .. (17578 ) -3- c of adjacent paint are feathered or otherwise smoothed so that they will not be noticeable when painted. All paint made brittle or otherwise damaged by heat of welding shall be completely removed. 7.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for painting in conformity with the instructions of the manufacturer of the vinyl wash primer. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 7.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces shall be cleaned for painting by one or more of the following means: solvents, blasting, high-speed power wire brushing, or scraping. Sur- faces of welds shall be given special treatment by scraping and wire brushing as necessary to remove all slag and weld spatter. Tools which produce excessive roughness shall not be used. All ferrous metal surfaces which are specified to be painted shall have all welds and sharp edges ground smooth if not previously ground smooth in the shop. All components of equipment that will allow satisfactory surface preparation and painting after installation shall be installed prior to surface preparation. Components of equipment that will be inaccessible after installation shall have the surfaces prepared and shall be painted prior to installation. Bearings shall be protected during surface preparation in accordance with the equipment manufac- turer's recommendations. 8. APPLICATION. Paint shall be applied in a neat manner, with finished surfaces free of runs, sags,,ridges, laps, and brush marks. Each coat shall be hard and dry through the entire paint film before the next coat is applied. Each coat shall be applied in a manner that will produce an even film of uniform and proper thickness. In no case shall paint be applied at a rate of coverage which is greater than the maximum rate recommended by the manufacturer. Paint showing sags, checks, blisters, teardrops, or fat edges will not be accepted and shall be entirely removed and the surface repainted. 8.01. Priming.. Edges, corners, crevices, welds, and bolts shall be given a brush coat of primer before the specified spot or touchup paint- ing of metal surfaces. Special attention shall be given to filling all crevices with paint. Abraded and otherwise damaged portions of shop -applied paint shall be cleaned and repainted as recommended by the manufacturer of the finish coating. Welded seams and other uncoated surfaces, heads and nuts of field -installed bolts, and surfaces where paint has been damaged by heat shall be given a coat of the specified primer. This patch, spot, or touchup painting shall be completed, and shall be dry and hard, before additional paint is applied. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 09900 (17578 ) -4- 8.02. Film Thickness. The total paint film thickness including prime coat (if any), intermediate coats, and finish coat shall not be less than: Type of Paint Coal tar Medium consistency Thixotropic Alkyd enamel All other finishes Minimum Dry Film.Thickness 20 mils 35 mils 5 mils 5 mils 8.03. Weather Conditions. Paint shall not be applied, except under shelter, during wet, damp, or foggy weather, or when windblown dust, dirt, debris, or insects will collect on freshly applied paint. Paint shall not be applied at temperatures below the minimum temperature recommended by the paint manufacturer, or to surfaces of metals, such as the surfaces of a tank or pipe containing cold water, regardless of the air temperature, when metal temperature and atmospheric conditions cause condensation on the surface of the metal. 9. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces which have become damaged prior to acceptance by the Owner shall be spot primed and repainted with materials equivalent to those used in the original application. If, in the opinion of the Engineer, spot repair of the damaged area is not satisfactory. the entire surface or item shall be repainted as required by the Engineer. 10. PROTECTION OF SURFACES. Throughout the work the Contractor shall use drop cloths, masking tapes, and other suitable measures to protect all surfaces from cleaning operations, accidental spraying, spattering, or spilling of paint. The Contractor shall be responsible for and shall correct and repair damage resulting from his operations or the opera- tions of those responsible to him. Paint deposited on surfaces which are not being painted at the time shall be immediately removed. Bitu- minous paints spilled or dropped on any material except metals shall be surface cleaned and spot painted with aluminum paint prior to applying the specified paint. Exposed concrete or masonry not specified to be painted which is damaged by paint shall be either removed and rebuilt or, where authorized by the Owner, painted with two coats of masonry paint. i (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 09900 ►y (17578 ) -5- P (THIS PAGE LEFT BLANK.INTENTIONALLY) r i Section 15060 - MISCELLANEOUS PIPING 1. SCOPE. This section covers furnishing and installation of miscel- laneous piping and piping accessories (except as otherwise indicated) for all services. The following items are covered in other sections: Cast (ductile) iron pipe Concrete pipe Centrifugally cast fiberglass reinforced polyester pipe r Miscellaneous piping shall be furnished and installed complete with all fittings, jointing materials, supports, anchors, and other necessary ` appurtenances. 2. MATERIALS. Steel Pipe The following types of steel pipe shall be provided. The specific type of pipe material and wall thickness to be pro- vided for each service listed herein shall conform to the requirements of the applicable Service and Type Requirements paragraph. ASTM A53, seamless (Type S). or electric resistance welded, (Type E), Grade A or B. ASTM A106. Grade A or B. Buttwelding ANSI B16.9; standard weight for use with standard weight pipe and extra strong for use with extra strong pipe. Iron Pipe - Size Brass Pipe Pipe ASTM B43, red brass, regular weight. Fittings ANSI B16.15, Class 125. Unions PVC Pipe Pipe (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 15060 (17578 ) -1- Fed Spec WW-U-516, Class 125. ASTM D1785, Schedule 80, Cell Classification 12454-B, bearing NSF seal. Fittings AS D2467, Cell Classification 12454-B, bearing NSF seal. Watertight/Dusttight 0-Z Electrical Manufacturing Pipe Sleeves "Thruwall" and "Floor Seals", or Thunderline "Link -Seals"; with modular rubber sealing elements, nonmetallic pressure plates, and galvanized bolts. 3. SERVICE AND TYPE REQUIREMENTS. Except as otherwise specified, pipe shall conform to the general requirements which follow. Pipe materials for service conditions not listed shall be as specified in other sections, as indicated on the drawings or, in the absence of any definite requirement, as determined by the Engineer. Where optional pipe materials or fittings are specified for a particular service, either may be provided at the Contractor's option. For all services where ASTM A53 steel pipe is required, the use of ASTM A106 steel pipe of equivalent wall thickness will be acceptable. 3.01. Black Steel Pipe. ASTM A53 Standard Weight Type E with Buttwelding Fittings. All 2-1/2 inch (unless otherwise noted) and larger piping for the following services: Air/vacuum relief manhole vent in cover. 3.02. Regular Weight Iron -Pipe -Size Brass Pipe. All 2 inch and smaller piping for the following services: Vent piping in air/vacuum relief manhole. 3.03. PVC Pipe With Solvent Welded Joints. Drain piping in air/vacuum relief manhole. 4. PIPE JOINTS. Pipe joints shall be carefully and neatly made in accordance with the requirements which follow. 4.01. Solvent Welded. All joint preparation, cutting, and jointing operations shall comply with the pipe manufacturer's recommendations and ASTM D2855. Pipe ends shall be beveled or chamfered to the dimensions recommended by the manufacturer. Newly assembled joints shall be suit- ably blocked or restrained to prevent movement during the set time recommended by the manufacturer. 4.02. Welded. Welding shall conform to the specifications and recom- mendations contained in the "Code for Pressure Piping", ANSI B31.1. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 15060 (17578 ) -2- 5. PIPE SLEEVES. Piping passing through concrete shall be installed through sleeves installed before the concrete is placed. Pipe sleeves shall project not less than one inch nor more than 2 inches above the surface, with the projection uniform. CUnless otherwise indicated on the drawings, all pipes passing through slabs which have one side in contact with earth or exposed to the weather shall be sealed watertight with special rubber gasketed sleeve I and joint assemblies or with sleeves and modular rubber sealing elements. r•. 6. PIPE INSTALLATION. Pipe shall be installed as specified, as indi- cated on the drawings or, in the absence of detail piping arrangement, in a manner acceptable to the Engineer. Pipe shall be cut from measurements taken at the site and not from the drawings. All necessary provisions shall be taken in laying out piping to provide throughout for expansion and contraction. Piping shall not r- obstruct openings or passageways. Pipes shall be held free of contact with building construction so as not to transmit noise resulting from expansion. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 15060 ^ (17578 ) -3- (THIS PAGE LEFT BLANK INTENTIONALLY) F", r, r- ,-1 Section 15100 - MISCELLANEOUS VALVES 1. SCOPE. This section covers all valves, except where specific requirements are stipulated in other sections. 2. GENERAL. 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.02. Manual Actuators. All valves shall be provided with manual actuators. Unless otherwise specified or indicated on the drawings, each manual actuator shall be equipped with an operating handwheel. 2.03. Wrench Nuts. Wrench nuts shall be provided on all buried valves. Unless otherwise directed by the Owner, all wrench nuts shall comply with Section 3.16 of AWWA C500. 2.04. Rotation. Unless otherwise required by the Owner, the direction of rotation of the wheel, wrench nut, or lever to open the valve shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word 'Open* and an arrow indicating the direction to open. 2.05. Length Tolerance. Unless otherwise specified, the actual length of valves shall be within 1/16 inch (plus or minus) of the specified or theoretical length. 2.06. Ends. Unless otherwise indicated on the drawings or specified, all 3 inch or larger buried valves shall have push -on or mechanical joint ends. Unless otherwise indicated on the drawings, flange diameter and drilling shall conform to ANSI B16.1, Class 125 or ANSI B16.5, Class 150. Push -on and mechanical joints shall conform to ANSI/AWWA C111/A21.11. Wafer style valves shall be designed for installation between ANSI Class 125 flanges. 2.07. Shop Painting. All ferrous metal surfaces of valves and acces- sories, both interior and exterior, shall be shop painted for corrosion protection. The valve manufacturer's standard paint will be acceptable provided it is functionally equivalent to the specified paint and is compatible with the field painting specified in the painting section. a. Materials. Asphalt Varnish Fed Spec TT-V-51. Coal Tar Koppers 'Bitumastic Super Service Black', Tnemec 046-449 Heavy -Duty Black", or Valspar '35-J-10 Hi -Build Bituminous Coating'. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 15100 -1- b. Surfaces To Be Painted. Unfinished Surfaces Interior Surfaces Exterior Surfaces of Valves To Be Buried, Submerged, or Located in Manholes. Asphalt varnish (two coats) or epoxy. Asphalt varnish or coal tar. 3. CHECK VALVES. Check valves shall be wafer style designed for installation between two pipe flanges and shall be Marlin "Wafer Check A125HZNSF", Stockham "WG-970", TRW Mission "Duo-Chek II Figure 12HMP", or Valve and Primer 09000AR1F". Each check valve shall have a cast iron body, bronze plates, stainless steel springs, stainless steel hinge pins and stops, teflon spring and hinge bearings, and standard trim for IBBM construction. All wetted aluminum bronze valve components shall be heat treated to inhibit dealuminization in accordance with Section 2.2 of AWWA C504. 4. BALL VALVES. Unless otherwise indicated or specified, all 2=1/2 inch and smaller shutoff valves shall be ball valves. Two inch and smaller ball valves service shall be of bronze or brass construction with two-piece end entry body, bronze or brass ball, teflon or Viton stem seal, reinforced teflon seats and thrust washer, a removable operating lever, and threaded ends. Valves shall be rated not less than 500 psi nonshock cold WOG and shall be driptight in both directions. Valves shall be Conbraco Industries "Apollo 70-100 Series", Powell "Fig 4210T", or Stockham "S-2161. 5. AIR RELEASE AND VACUUM RELIEF VALVES. Air release and vacuum relief valves shall be Valve and Primer "Apco Model 400 Sewage Air and Vacuum Valve". The valve inlet shall be 2 inch N.P.T. The valve shall be furnished with a 2 inch shutoff valve, blowoff valves, quick disconnect couplings with backflushing hose to permit flushing the valve and orifice. 6. DRAWINGS AND DATA. Complete specifications, data, and catalog cuts or drawings covering the items furnished under this section shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 15100 -2- ow Section 15101 - BUTTERFLY VALVES 1. SCOPE. This section covers AWWA butterfly valves for cold water service as indicated in the Butterfly Valve Schedule included herein. Butterfly valves shall be furnished complete with actuators and accessories as specified herein. 2. OENERAL. 2.01. acceptable Products. Butterfly valves furnished under this section shall be limited to the following: Manufacturer/Model American -Darling DeZurik M&H Mueller Pratt Size Range All sizes All sizes 14 inch and larger 12 inch and larger All sizes 2.02. Governing Standard. Except as modified or supplemented herein, all butterfly valves, including actuators, shall conform to the appli- cable requirements of ANSI/AWWA C504. 2.03. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.04. Marking. Supplementing the requirements of Section 6.1 of the governing standard, the country of origin shall be cast on the outside of the body and on the disc of each valve. An identifying serial number shall be stamped on a corrosion -resistant plate attached to the valve body. 2.05. Shop Painting. All interior and exterior ferrous metal surfaces, except finished surfaces, bearing surfaces, and stainless steel com- ponents, of valves and accessories shall be shop painted for corrosion protection. The valve manufacturer's standard coating will be accept- able provided it is functionally equivalent to the specified coating and is compatible with the specified field painting. The following surfaces shall be painted: Unfinished Surfaces Interior Surfaces Epoxy. Exterior Surfaces of Coal tar. Valves To Be Buried (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 15101 (17578 ) -1- Polished or Machined Surfaces Actuators and Accessories Rust -preventive compound. Rust -inhibitive primer. Interior coatings shall comply with AWWA C550 and shall be free of holidays. The total dry film thickness of shop -applied coatings shall be not less than: Type of Coating Coal Tar Epoxy Rust -Inhibitive Primer Minimum Dry Film Thickness 6 mils 10 mils 3 mils 3. MATERIALS. Except as modified or supplemented herein, materials used in the manufacture of butterfly valves and actuators shall conform to the requirements of ANSI/AWWA C504. Shop Coatings Coal Tar Kop-Coat "Bitumastic Super Service Black", Tnemec 046-449 Heavy Duty Black", or Valspar 135-J-10 Hi -Build Bituminous Coating". Epoxy Cook "920-W-965 Epicon-MW HB Epoxy", Engard "Engard 460 Indurall "Induron Ruff Stuff 3300 HMW Epoxy", Kop-Coat "Hi -Gard Epoxy", Soc-Co "Keysite 750", Tnemec "Series 20 Pota-Pox", or Valspar 078-W-3B Val -Chem Hi -Build Tank Epoxy". Rust -Inhibitive Primer Rust -Preventive Compound 4. VALVE CONSTRUCTION. Cook "391-N-167 Barrier Coat", Kop-Coat 1340 Gold Primer Tnemec "37-77 Chem -Prime", or Valspar 013-R-28 Chromox Primer". Houghton "Rust Veto 344" or Rust-Oleum "R-9". 4.01. Valve Bodies. Valves shall be short -body. a. Body Stops. The use of a stop or lug cast integrally with or mechanically secured to the body for the purpose of limiting (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 15101 (17578 ) -2- r-� disc travel by means of direct contact or interference with the valve disc (in either the open or closed position) will not be acceptable. b. Mechanical Joint Ends. Where mechanical joint ends are speci- fied, either mechanical joint or push -on ends conforming to ANSI/AWWA C111/A21.11 will be acceptable. 4.02. Valve Shafts. Valve shafts shall be fabricated of AISI Type 304 or 316 stainless steel. The use of shafts having a hexagonal cross section will not be acceptable. i 4.03. Valve Discs. Valve discs shall be secured to shafts by means of solid, smooth sided, stainless steel or monel taper pins or dowel, pins. Each taper pin or dowel pin shall extend through or shall wedge against !' the side of the shaft and shall be mechanically secured in place. The t use of bolts, setscrews, knurled or fluted .dowel pins, expansion pins, roll pins, tension pins, spring pins, or other devices in lieu of the pins specified herein will not be acceptable. 4.04. Valve Seats. Acceptable seating surfaces mating with rubber are AISI Type 304 or 316 stainless steel, monel, or plasma -applied nickel - chrome overlay for all valves; bronze for 20 inch and smaller valves; 5 and alloy cast iron for 20 inch and smaller manually operated valves. Valve seat configurations which rely on the mating pipe flange to hold the seat in position in the valve body will not be acceptable. 4.05. Shaft Seals. Shaft seals shall be of the chevron or O-ring type. 4.06. Thrust Bearings. Each valve shall be provided with one or more thrust bearings in accordance with the governing standard. Thrust bear- ings which are directly exposed to line liquid and which consist of a metal bearing surface in rubbing contact with an opposing metal bearing surface will not be acceptable. 5. VALVE ACTUATORS. Valve actuators shall be provided, installed, and adjusted by the valve manufacturer. r•• 5.01. Manual Actuators. Unless otherwise required by the Owner, the direction of rotation of the wheel or wrench nut to open each valve " shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word "Open" and an arrow indicating the "^ direction to open. The housing of traveling -nut type actuators shall be fitted with a removable cover which shall permit inspection and maintenance of the operating mechanism without removing the actuator from -the valve. Travel limiting devices shall be provided inside the actuator for the open and closed positions. Travel limiting stop nuts or collars installed on the reach rod of traveling -nut type operating mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. The (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 15101 (17578 ) -3 use of stop nuts or adjustable shaft collars which rely on clamping force or setscrews to prevent rotation of the nut or collar on the reach rod will not be acceptable. The valve and actuator shall be designed so that shaft seal leakage cannot enter the actuator housing. 5.02.01. Wrench Nuts.Wrench nuts shall be provided on all buried valves. Unless otherwise directed by the Owner, all wrench nuts shall comply with Section 3.16 of AWWA C500. Not less than two operating keys shall be furnished for operation of the wrench nut operated valves. 6. VALVE BOXES. Each valve shall be provided with a 6 inch bell and spigot vitrified clay riser pipe with a clay stopper on top. The vitrified clay pipe shall be standard strength in accordance with ASTM C700. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After being placed in proper position, earth shall be filled in around each valve box and thoroughly tamped on each side of the box. 7. INSTALLATION. Unless otherwise necessary for proper operation or as permitted by the Engineer. all butterfly valves shall be installed with the shaft horizontal. Whenever an actuator must be removed to permit installation of a butter- fly valve, the actuator shall be promptly reinstalled and shall be inspected and readjusted by a representative of the valve manufacturer. Prior to acceptance of the valve by the Owner, the manufacturer's representative shall submit a written report to the Engineer certifying that the valve and actuator have been inspected and adjusted and are suitable for the service conditions set forth herein. 8. BUTTERFLY VALVE SCHEDULE. No. of Type of AWWA Type of Size Valves Installation Class(1) Actuator inches 36 1 Buried 75B-MJ* Wrenchnut 30 2 Buried 75B-MJ* Wrenchnut (1) Suffix letters define valve ends as follows: MJ - Mechanical joint Minimum Actuator Torque Cavabilitv(2) inch -pounds 49,492 39,074 (2) - The manufacturer's rated torque capacity for each butterfly valve actuator shall be at least equal to the actuator torque capability specified herein. If valves with an AWWA class designation higher than listed above are furnished. actuator (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 15101 (17578 ) -4- ... torque capabilities shall be increased accordingly and to the satisfaction of the Engineer. * At the option of the Contractor, flanged valve ends may be used. Contractor shall coordinate impact on connections. 10. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the submittals section. Submittal drawings shall clearly indicate the country of origin of all cast gray iron and ductile iron valve components. When requested by the Engineer, certified copies of physical and chemi- cal test results shall be submitted for the materials of construction of valve components. Certified copies of the results of all tests as required by Section 3.8 and Section 5 of ANSI%AWWA C504, together with an affidavit of compli- ance as indicated in Section 1.7, shall be furnished to the Engineer before the valves are shipped. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 15101 (17578 ) -5- (THIS PAGE LEFT BLANK INTENTIONALLY) p f Section 15104 - RESILIENT -SEATED GATE VALVES 1. SCOPE. This section covers resilient -seated AWWA gate valves for r" water service as indicated in the Gate Valve Schedule included herein. 2. GENERAL. 2.01. Governing Standard. Except as modified or supplemented herein, all resilient -seated gate valves, including operators, shall conform to the applicable requirements of AWWA C509. 2.02. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. 2.03. Shop Coating. All interior and exterior ferrous metal surfaces. {! except bearing surfaces and stainless steel components, shall be shop coated with a fusion -bonded epoxy coating conforming to AWWA C550. r• Coating on interior surfaces of each valve shall be holiday tested in accordance with Sec. 4 of AWWA C550 and shall be electrically void free. 2.04. Acceptable Manufacturers. Butterfly valves furnished under this jr section shall be limited to Mueller, M&H, Clow, and American Darling. _. No other manufacturers will be accepted. 3. MATERIALS. 3.01. Bronze Components. All wetted bronze valve components shall be fabricated of low -zinc bronze. All wetted aluminum bronze components shall be heat treated to inhibit dealuminization in accordance with Sec. 2.2 of AWWA C504. ^' 3.02. Gaskets. Gasket material shall be sheet paper or elastomer free from corrosive ingredients. 4. VALVE CONSTRUCTION. 4.01. Flanges. Flanges shall be finished to true plane surfaces within a tolerance limit of 0.005 inch. The finished face shall be normal to the longitudinal valve axis within a maximum angular variation tolerance of 0.200 inch per foot of flange diameter. .. 4.02. Stem Seals. Gate valves with rising stems shall be provided with stuffing box stem seals. All valves with nonrising stems and all buried valves shall be provided with 0-ring stem seals. 4.03. Rotation. The direction of rotation of the handwheel or wrench nut to open the valve shall be to the left (counterclockwise). ., 4.04. Wrench Nuts. Wrench nuts shall be provided on all buried valves. 5. VALVE BOXES. Each valve shall be provided with a 6 inch bell and spigot vitrified clay riser pipe with a clay stopper on top. The (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) 15104 (17578 ) -1- vitrified clay pipe shall be standard strength in accordance to ASTM C700. Valves and valve boxes shall be set plumb. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After being placed in proper position, earth shall be filled in around each valve box and thoroughly tamped on each side of the box. 6. INSTALLATION. Valves shall be handled and installed in accordance with the recommendations set forth in the Appendix to AWWA C509 and the recommendations of the manufacturer. 7. GATE VALVE SCHEDULE. Max Pressure Differential Type of Size Quantity Service Across Valve Ends Stem Operator (inch) (psi) 8 3 Blowoff 125 F NRS WN 4 7 Air/Vacuum 125 F NRS HW Relief Abbreviations used in the Gate Valve Schedule are as follows: F - Flanged ends NRS - Nonrising stem WN - Wrench nut HW - Handwheel 8. DRAWINGS AND DA covering the valves accordance with the All valves shall be Certified copies of of compliance as in Engineer before the TA. Complete drawings, details, and specifications and their appurtenances shall be submitted in submittals section. tested in accordance with Section 6 of AWWA C509. the results of all tests, together with an affidavit dicated in Sec. 1.5, shall be furnished to the valves are shipped. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) 15104 -2- r l i APPENDIX SOIL BORINGS (FOR REFERENCE ONLY. NOT A PART OF THE CONTRACT DOCUMENTS) I .• m R (THIS PAGE LEFT BLANK INTENTIONALLY) r April 1, 1991 TERRA ENGINEERS, INC. 5208-UTH STREET • LUBBOCK TEXAS 79407 • (806) 793-4767 • FAX (806) 793-4768 Mr. Robert G. McCollum, P.E. .- Black & Veatch Engineers -Architects P. O. Box 8U20U4 Dallas, Texas 7530-2004 r JV APR BLACK & V EAR CH Re: Southeast Water Reclamation Plant Expansion and Improvements Dear Mr. McCollum: With reference to your letter dated March 6, 1991, Terra has the following comments to make: * With reference to backfill around structures, on site materials could be used provided they are not big chunks that can not be properly compacted. * Standard penetration tests were done at 2 1/2 feet, 5 feet, 10 feet, 15 feet, ...at five feet intervals, until boreholes were terminated. Samples obtained at these depths were then used for analysis, classification, etc. * The allowable bearing values recommended are based on standard penetration values and therefore, are in terms of gross r and not net. As it is difficult to evaluate what the design depths of the footing for the various structures would be, it is not possible for us to provide bearing pressures in terms of net. However, the average unit weight of the soils in the areas could be assumed to be approximately 110 pcf. from which it may be essay for you to compute the bearing pressures in terms of net, given the gross allowable pressures. * The average weight of the soils in the area could be assumed to be approximately 110 pef. The maximum dry density of the soil could be assumed to range between 100 pef and 105 pef. Equivalent fluid pressure provided by us is a reasonable value for the soil conditions encountered here. ... * Terra has provided design of trench safety systems on a number of projects before which have been accepted by OSHA officials as being adequate. However, we will like to emphasize that a detailed plan be developed prior to construction and that it be cerified by a registered professional engineer. SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT second page Southeast Water Reclamation * Under the earthwork section, it is recommended to remove all the organics, scarify the top 8 inches and recompact it within 2 percentage points of its optimum moisture content to at least 95% of its maximum dry density in accordance with ASTM 698. * As indicated there has been no seismic activity recorded in the area. The information provided may not be genuine, but may be of only academic interest as it is very difficult at this time to predict the possibility of man-made earthquakes. * Estimation of differential settlements is a soil -structure interaction problem and it is beyond the scope of this investigation. Moreover, we do not have any information regarding the magnitudes of anticipate loads and/or the stiffness of the structure. Also, without carrying out a settlement analysis, it would be very difficult to provide the magnitude of anticipated total and differ- ential settlements. Terra has performed similar settlement analysis for warehouses, tank foundations and others, using soil -structure .interaction computer models, and that if such an analysis is needed we would be glad to provide you with one. * With reference to our recommendations regarding over-excavatiorr for footing, it was intended for incidental situations and was not meant to be a requirement. The lean mix referred was meant to refer to concrete with 1500 psi strength. * Excess moisture may be kept away from the subgrade by sloping the soils away from structures and not excessively watering the landscape around structures. If this cannot be avoided, provide a french drain around the building foundation to carry the water away. * Terra does not have the expertise to provide recommendations on the type and extent of corrosion protection that need to be provided. If you have any further questions, please call me. Thank you. Sincerely, A�4N P K. N. Gunalan Ph.D. Vice President/General Manager KNG/bm 2 SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES - NOT r P- MR February 12, 1991 Mr. Robert G. McCollum, P. E. Black & Veatch, Inc. 5728 LBJ Freeway, Suite 300 Dallas, Texas 75240 Re.: Soil Investigation for Southeast Water Reclamation Plant Expansion and Improvements - Lubbock, Texas Dear Mr. McCollum: Submitted herein is Report No. 838 from Dr. C.V.G. Vallabhan, P. E., our Geotechnical Engineer, on the soil investigation for Southeast Water Reclamation Plant Expansion and Improvements in Lubbock, Texas. Included in this report are our analyses and recommendations. We appreciate the opportunity to be of service to you on this project. If we may answer any questions or be of' any additional assistance, please call us. Sincerely, TERRA ENGINEERS, INC. fct..ti, K.N. Gunalan, Ph.D. Vice-President/General Manager KNG/gd 2 RA SOIL INVESTIGATION FOR SOUTHEAST WATER RECLAMATION PLANT EXPANSION AND IMPROVEMENTS LUBBOCK, TEXAS INTRODUCTION This report contains the results .f the the soil invest- igation recently done for the proposed 36 in. effluent pipeline from the existiT►Y water reclamation plant to the laity of Lubbock terminal reservoir and the wal.er reclaniaLic�n plant. at: the exisLinsz treatment plant site. The investigation was done in accordance with our proposal dated November 20, 1990 which was based on Black & Veatch's RFP dated November 12, 1990. EXPLORATION, SAMPLING AND FIELD TESTING Twenty-three test holes were drilled to different depths (refer to boring logs for individual depths) at the locations indicated on the boring location plan (Fieures la and b). The drilling was done using Mobile B-53 and B-40 drilling rigs with flight augers or compressed air in order to secure reliable data on the natural moisture content of the soil and on ground water, if any. Standard penetration tests were made at 2 1/2 feet, 5 feet, 10 feet, 15 feet etc. at 5 feet increments till boreholes were terminated. The number of blows per foot of penetration of the split spoon sample (in 6 inch increments) are shown in the borine loos and in 3 TERRA ENGINEERS, INC. Figure 2a-e. Soil sampling was performed in accordance with ASTM D 1568. At depths where the borehole could not be advanced by ordinary means, the borehole was extended another 5.0 feet by coring to ensure that it was not a thin layer of hard formation or an isolated boulder. The changes in soil strata as observed during drilling operations were carefully determined and are shown in the boring log. All soil samples were kept in moisture - proof plastic bags to preserve the in -situ moisture content, identified by the hole number and depth of the hole, and transported to the laboratory for additional tests And evaluation. No groundwater was observed during drilling, however, in borehole TB 5 at. 45.0 and 50.0 feet, the sample was moist to very moist. LABORATORY TESTING Samples have been classified following the procedures outlined in-ASTM D 2487/83, (page 403-407: ASTM 86 volume 4.08), "Classification of Soils for F.noineering Purposes." using the Unified Soil Classification System. Soils are described in the boring logs using the methods prescribed in ASTM D 2488, "Description of Soils (Visual Manual Procedure)," using the Munsell Soil Color Chart., published by Macbeth Division of Kollmorgen Corporation, Baltimore, Maryland, 1975 Edition. Soil samples which indicated maximum plasticity characteristics were selected for AtterberA Limit tests by the procedure outlined in ASTM 0 4318. Percentages by 4 ERRQ 0 weight of material passing sieve 9200 were determined by ASTM D 1140 for selected samples. Soil samples which indicated very little or no plasticity characteristics were selected for Particle Size Analysis by the procedure outlined in ASTM D422. Unconfined compressive strength of core sample was determined in accordance with ASTM D 2938. REGIONAL SURFACE GEOLOGY Lubbock County is on the Llano Estacado of West Texas. and lies essentially between 33 24' and 33 50' north latitude anti 101 34' and 102 05' west longitude. The Llano Estacado is that portion of the Great Plair►s physioarnphic• province which lies south of' the Canadian It i ver (Figure a ! . The Llano Estacado is bounded by prominent escarpments on the east and west, and to the south it. passes without sharp physiographic break into the Edwards Plateau. Rock units exposed in Lubbock County are, oldest to youngest. of Triassic:, Cretaceous, Pliocene, and Quaternary age. The upper Triassic, known as the 6ockum group, consist.:, of red and green variegated shales, sandstones, and conglomerates of continental origin. The Dockum croup is overlain unconformably by rocks of either Cretaceous or Cenozoic age. The Cretaceous system is represented by the Trinity and 1+redricksburA groups of the Comanchean. These rocks are limited to areas apparently isolated by early and middle: Tertiary erosion. Comanchean strata are exposed in many of 5 I ERRA ENGINEERS, INC. lower part of the fill consists mainly of gray, partially consolidated sands and gravels of late Pleistocene age. The upper part consists of unconsolidated humic-stained sand and clay of Recent ante. The thickness of the fill averages about 20 feet. In the southeastern part of the county. the stream enters a deeply entrenched canyon where three terraces have been cut in the valley fill. The upper terrace is late Pleistocene and the lower two are Recent age. The development of the valley probably occurred during a period of increased rainfall and erosion. The accumulations of valley f' i i i mus t. have bi�gun wi t.h it (I(-(- i i fit! in the rnt a of water flow. Deposition has apparently been dominant lice late Pleistocene time in the valley upstream from the canyon. Quaternary aeolian deposits are widespread over Lubbock County and the entire plains region. The deposits have an average thickness of 20 to 40 feet and are early Pleistocene to Recent age. This brief introduction to the geology of Lubbock County is taken from Head 11951). Holt (19551 who wrote Master's theses at Texas Technological College. Lubbock, Texas. GEOLOGY OF SITE The Southeast Water Reclamation Plant is located along the southwest edge of North Fork and the pipeline extends from the plant to the City's Terminal Reservoir Storage Facility to the east of the Plant. The oldest sediments exposed at the site area are the d ERRA ENGINEERS, sands of the Ogallala (To) formation. Along the North Fork the sediments are recent flood plain deposits (Qal) overlying the Quaternary formation. However. the sediments exposed within or immediate site and along the pipeline are Pleisto- cene (Qcs) windblown sand which overlies the Quaternary formation. According to the General Soil Map of Lubbock County, Texas the soil types encountered at the site could be generally classified into: a1 Amarillo Acuff series b) Potter - Berda - Bippus series The individual soil types encountered within these• series are: i) Amarillo fine sandy loam ii) Estacado clay loam iii) Arent and Pits iv) Bippus fine sandy loam v) Bippus clay loam DESCRIPTION OF THE SOIL At the Plant The top soil consists of pale brown to very dark brown silty sand with organics to a depth of 1.0 to 2.0 feet below 8 TERRA ENGINEERS. INC. existing gradee in boreholes TB 1. 2, 3, 4. 5, 6. 7 and 10. In borehole TB 8, the top soil consists of reddish brown clayey sand with caliche to a depth of 1.5 feet below existing grade. Beneath the top soil, there is brown to white silty sand/clayey sand/silty clayey sand with or without caliche and/or gravel to 20.0 feet in TB 1; to 14.0 feet in TB 2 and 3; to 7.5 feet in TB 4; ; to 45.0 feet in TB 5; till borehole TB 6 was terminated, to 5.0 feet in Tb 7: to 20.0 feet in TB 8; and to 33.0 feet. in 'rB 10. In borehole TB 1, there is a layer of gravel between 20.0 and 22.0 feet below which there is light red sandy lean clay till borehole was terminated. fn hcreholes TR 2, a and 4 beneath the v I ayey sand, there i y 1'ra%tme•nt.e-d oa l i ohe Cormat. i on till boreholes were terminated (boreholes were extended by coring an additional 5.0 feet beyond the point of refusal). In horeholP TB 5 there is light red sandy silty clay between 45.0 and 50.0 feet, below which there is light red siLt:y sand till borehole was terminated. Tn horehole TB T. B and to beneath the o La,yey sand, there is pale yel low/ l igh� ro-d sand lean clay with or without traces of caliche till boreholes were terminated. Alon the Pipeline The top soil consists of very dark brown silty sand/ clayey sand/silo- clayey sand with organics and/or gravel and/or caliche to a depth of 1.0 to �.O feet below existing grade. Beneath the top soil there i-, yellowish brown to pink 9 TERRA ENGINEERS, INC C R silty sand/clayey sand/silty clayey sand with or without caliche till borehole TB 13, 14, 15, 17, 18, 20, ;ei, 22, 24 and 26 were terminated, and to n depth of 10.0 feet in borehole TB 19, to 5.0 feet in borehole TB 23 and to 15.o feet in borehole TB 25. In borehole TB 16 there is a layer of reddish yellow/pale yellow sandy lean clay with caliche between 2.0 and 10.0 feet, below which there is pale yellow clayey sand with caliche and rock fragments till borehole was terminated. In borehole TB 19 beneath the clayey sand, there is white/.light brownish gray sandy lean clay with and without rock fragments till borehole was terminated. In borehole Tb 23. there i s a layer of rend ish ye l i caw sandy I Pan r. Lay w i t.h caliche between 5.0 and 13.0 feet below which there is reddish yellow clayey sand with caliche till borehole was terminated. In borehole TB 25 beneath the silty clayey sand, there is also reddish yellow sandy lean clay with 'caliche till borehole was terminated. SOIL PROPERTIES The soil samples obtained were relatively cohesionless which made obtaining undisturbed samples impossible. Also, due to the nature of the soils, neither swell tests nor consolidation tests were performed. The core samples obtained were very fragmented, however, one sample was sal- vaged for an unconfined compressive strength test.. The results of sieve analysis and the unconfined compressive strength test are as follows: Particle size analysis results are included in the form 10 TERRA ENGINEERS_ we of curves (Figures 6a-e). The unconfined compressive strength of the rock unit was determined to be: q = 1,008,864 psf RECOMMENDATIONS Bearing Capacity of the Soil It is our understanding that the proposed depth of foundation for the various structures varies, and so is the loading. The recommended gross allowable bearing values at various depths for these structures are as follows: Depth, ft. Allownble Brarina Value, p4f 2 1/2 30o0 5 3000 10 4000 15 6000 20 7000 25 8000 30 10,000 35 10,000 The above values are based on a safety factor of three against ultimate bearing and on"a maximum total settlement of one inch. Also, these values are based on a footing width of 2.0 feet. 11 ER RA 7, Lateral Earth Pressure The recommended lateral earth pressure coefficients for design of substructure walls are: ko = 0.55 ka = 0.27 Note: for drained condition The average unit weight of the soils in the area could be assumed to be 110 pcf. For submerged condition. it is rea- sonable to assume an equivalent fluid pressure of 35 pet'. Safe Slopes The soils encountered at the plant are relativeiv dense with cinPth and therefore. the re(-nmmended s Ic)ne fnr the depths below 10 feet, is 1 /2 : 1 anti the soils above this no-ed to be sloped using a 1:1 slope. However, along the pipeline due to variations, it is recommended to use a 1:1 slope from the bottom up. However, it' adverse conditions are encountered during construction, it is recommended to call us to re-evaluate the environment and soil conditions. These recommendations are for temporary c»ts or conditions. Also, it is recommended that a detail trench safety system be developed prior to construction and that be certified by a registered professional engineer. Earthwork It is recommended to remove all the organics, scarify the top eight inches and recompact it to within 2 percentage points 12 w RA ENGINEERS. INC_ of its optimum moisture content to at least 95% of its maximum dry density in accordance with ASTM D64h. un site materials rtamel� SM. SC. SC-SM and Cl. materials c^cmId M• utir-d tits haokfi I I-- its long as the P1 is less than 12. Subgrade or any transported fill beneath slabs shall tit. - compacted in 8" lifts to at least 95% of its maximum dry density determined in accordance with ASTM D698. Aiso, fili material shall not have a plasticit.<< index strPater than 12. ;adequate drainage shall be provided to prevent excess mois- ture from penetrating into the su bgrade beneath the foundation. Seismic Design ('ons_i.deration The s e i sm i c-. risk map developed for the 4-ont erm i nott-- United States by S.T. Algermissen of NoW s Fnv s ronmentn I Research Laboratories divides the U.S. into four zone types. Lubbock is located in a Zone 1 in which snme minor earthquake damage is possible (Figure 4). The risk map is generalized from data of the historical occurrence of earthquakes: no earthquake is known to have occurred closer than about ?=i miles from Lubbock. This area has little or no historical seismicity due to fault slip. The Texas Tech University Observatory has been in continuous operation since 1956 and no natural earthquake closer than about 75 miles has been recorded. It must be concluded that seismic risk. in the Lubbock area of the Texas South Plains from natural earthquakes is 13 TERRA ENGINEERS, IN, very small, approaching zero. The horizontal acceleration associated with possible earthquakes'is below 0.04 R with a 90 percent probability of not being exceeded in 50 years (Figure 5). Thus, the expected ground motions would be of marginal interest with respect to long-term operation of the facility. Settlement Due to the nature of the soils encountered, it is anticipated that most of the settlement would be immediate. Also, even though the potential for differential settlement exists, the magnitude may not be significant and would depend on the magnitude of the loads. Tt is recommended t.hnt the subgrade beneath Coot.ings be compacted to at least 95% of their maximum dry density determined in accordance with ASTM D698. If the footings are over excavated (incidentally), it is recommended to recompact the backfill to bring it to grade or compact the subgrade and backfill with a lean mix (1500 psi concrete). Expansive Soils The soils encountered are non to medium plastic in nature and therefore will exhibit some shrink/swell characte- ristics when exposed to excess moisture. Due to the nature of the soils, adequate drainage shall be provided to keep the excess moisture away from the foundation subgrade (sloping the soils away, french drain etc.), as this could be detrimental to the insitu strength of the soils. 14 TERR Corrosivity of Soils In order to determine the corrosivity of the soils, conductivity tests were performed, the results of which ranged from 0.7 to 3.0 mmhos/cm, indicating that the soils are not corrosive. However, it is recommended to use some kind of corrosion protection for the pipes and other equip- ment that would come in direct contact with the soils. If needed, the type and extent of protection needs to be deter- mined by professionals with expertise in providing such protection. The above recommendations are based on the soil samples collected from the twenty three holes as directed by the client. If during excavation any weak spot or possible fill is located, please call us. Respectfully submitted, K.N. Gunalan, Ph.D. .tom EOF �::��,, VC.G esidor ent/ enersl Manager C.V. G. VA�_LABHA(�1 �+ CVail labhan , Ph . D . , P . E . �.1f1.M..r•..=•• 30199 Geotechnical Engineer 15 TERRA ENGINEERS. INC. of Ir Z t 4j rRMILIMPriven PuMP SIT PC 2C - W. U—PPS sr, W"Ea . U40:171LT Ms PC C. 8 a —ill P sry CHLORINE CONTACT SASINS AD .qRU%jftCM OVAL __ = N jl AD *Owl f :OMTROL BUILDING. MAINT 'MAMCE.;WOM;Of** 175 lee Figure Number la Boring Location Plan Southeast Water Reclamation Plant Expansion and Tmpcovementz Lubbock, Texas 301062 � 1 • ol 1 ` Mao APPROXIMATE ROUTE OF 36' PIPELINE r --- - O • �� t• N 1• t i Irtl i ri JAftk 1 1 •. • ' -per .w _ .� • •. :: "' SOUTHEAST WATER RECLAMATION PLANT Al 0 N • ROAD 1 •`_• ' ~ Ch ' • lit i ^' 1+ LOCATION MAP • women— `� � � 1' •• 2000' No Text No Text No Text ■■a■ ■no ■EN No Text NORTH PLAINS o +oo .A e Iao .ao r Q 50 4w DHIGH PLAINS SURFACE 1. Figure 3 Physiographic units of the Lubbock, Texas region (after Gustayson et al., 1980). 3 125• 1 0' 1150 1100 1050 1000 956 900 a5• 75• 0 65• 45• ? -. - 45 � Z 1 3 , 40• 350 `, �`1 2 2 • 35• • � 2 •. SITE • 30• , ! 30' swn k &A Yap of to uflaw swa , low O-NO 9~ Q 250 tw I -VOW "MAN "Ad "I% a my cw fast r d"xWu ebb to"aaMW Woo &ruin A lA ��oods; �aia�eds t+ Wsis+t�a Y rl M1 of 64 Y.Y.• Stall. low 2-uWalts lam"r, anapds b ium* W d Mo Y.Y.• SWL tildes tw 1-Yym /suer, CNI" ads Y istaslt, Via 04 LOU of tw Y.Y.• Sadt 0 100 200 300 400 S00 61wiGd UWA Stab i !.....5 t 115• 1100 1050 1000 950 900 lase ao• 75 Figure 4 Seismic Risk Map of the United States w • w• alai lrV U.D. VCV LVVIv►+L J%0 v 1- 9 1 ��1. • 1t 1, /1 tt j t/ 4 1 N 4 <4 10 •4 t • .0 !1 j '►0 'fe •, • 4 a a V ` w it ?/ t• �� / i / • 1 V uOtt ' 1�_J • Mi • —_ •• •' "'-i• • • • ' 1 t + 4 ' •�7 •1"" e ' � jYme • 46 1 u Prettmleary Map of Hortteetat Acceleration • ,� Mmpreaeed as Percent of OrevttZ) In Rock Wljb 90 Percent Probabtllty'of mot beta! Exceeded In 50 Yearn GULF of Oil"Co PLATE Z 0 100 too goo Kra.. 0 100 200 700 4W Kltemst"n Horizontal Acceleration Map Figure 5 Horizontal acceleration associated with earthquakes 2 41 )01 91 ei P 20 20 10 HYDROMETER ANALYSIS GRADATION TEST SIEVE ANALYSIS i he 7 he TIME READINGS I U.S. STANDARD SERIES ' CLEAR SQUARE OPENINGS min 15 min 60 min 19 min 4 min 1 min 0200 0100 A O 040 030 N a 010 R0 04 3/!" 31" i),­ S..6" .. I 1 1 I I 1 ( 0 --- -- I} I i 1 1 I I 10 — - -- — — I i I I 1 — — --- - I 1 I I I I I I I I 1 20 30 ! I I i I -- -- I I 40 � I I 1 I 1 I t 1 I I i I so r 1 i 1 I I � 1 i I I 1 1 - — - - 70 i r I 1 I]to lOi o $ 9 Y 0.62 re ^ N 10 1 01 .002 .00S .009 .019 .037 .074 .149 .297 .590 1.19 2.28 4.76 9.52 19.1 38.1 76.2 127 IS2 DIAMETEft OF PAR TiCIV MILLIMETERS "I FINES SA GRAVELCOBBLES FINE MEDIUM COARSE FINE COARSE m CLASSIFICA71ON SYMBOL CL ATTERBERG LIMITS SPECIFIC GRAVITY NOTES Gravel 8 % Liquid Limit 34 96 Minus No. 4 Sand 40 % Plasticity Index 13 % Plus No. 4 Fines 52 % Shrinkage Limit --% % Bulk apparent SAMPLE NO.._.- ._ . __-------- ____--_____— HOLE NO. - _ TB-10 - - -- pEPTH. _— 5.0 -- -_-__ f t (`.�--- - - ml HYDROMETER ANALYSIS GRADATION TEST SIEVE ANALYSIS 25 hr 7 hr TIME READINGS ( U.S. STANDARD SERIES 1 I CLEAR SQUARE OPENINGS 45 min 15 min 60 min 19 min 4 min 1 In #200 0100 N50 040 020 0 A 01018 1 38" 3./4', 1 1" S.. 6" 100 90 8( 7( 70 20 10 0 I I I 1 1 1 I � 1 f I I I I I I � I ( I I I 1 1 I 1 1 1 � I I I 1 l I _ I t i 1 � I I I i i I 1 1 I I i j 1 � 1 0 10 10 10 0 10 z t W K 50 H Z W U K W 10 d 70 so 90 100 - Jf S 5! 0 4 O N al O o G -� a 0.42 2.0 I .001 .002 .005 .009 .019 .037 .074 .149 DIAMETER .297 S90 1.19 2.12 OF PAR T I N MILLIME 311ERS 4.76 9.52 19.1 38.1 76.2 127 152 -n FINES A AD I GRAVEL COBBLES FINE MEDIUM COARSE FINE COARSE C :0 m CLASSIFICATION SYMBOL SC ATTERBERG LIMITS SPECIFIC GRAVITY NOTES Gravel 58 % Liquid Limit 96 Minus No. 4 Sand 28 % Plasticity Index °,6 Plus No. 4 Fines 14 % Shrinkage Limit ' • 'Yo Bulk Apparent - try, r 1 TB. `� - - _.1 )f: 0 1 1 u M t L z W U a W d T C 33 m HYDROMETER ANALYSIS GRADATION TEST SIEVE ANALYSIS 25 hr 7 hr TIME READINGS I U.S. STANDARD SERIES ' CLEAR SQUARE OPENINGS 45 min 15 min 60 min 19 min 4 win 1 min #200 II 00 9 iO #40 030 # 6 #11oile 0 /8" 3/ " 1 S" d" " 00 t I i o I i 1 ( 90 I I I 10 so ---- I t I I i I ! I I i 20 70 --- ii I i 1 I 1 ! 1 I 1 30 60 -- 1 ! I I 1 I ( 1 � I ! 50 TI I I I 1 I SO �0 I I 1 I I I 60 t I 20 I t i ' I I t 70 20 — _- ----- i - #— — I t - - 1 ! t0 I 1 ' 1 I 1 ! ! 1 10 - 90 I ! t 1 0 1 j � I lei g ` j 0.42 2.0 1 .001 .002 .005 .009 .019 .077 .074 .149 .297 .590 1.19 2.38 DIAMETER OF PARTI IN MILLIMETERS 4.76 9.52 19.1 30.1 76.2 127 152 ! AN GRAY FINES COBBLES FINE I MEDIUM I COARSE I FINE_ I_ COARSE CLASSIFICATION SYMBOL SIC ATTERBERG LIMITS SPECIFIC GRAVITY Gravel 4 % Liquid Limit 9(, Minus No. 4 Sand 57 % Plasticity Index 96 Plus No, a Fines 39 % Shrinkage Limit 96 Bulk Apparent SAMPLE NO., --- _ _ _—� _� 1-101_F NO ---_TB-9 . CEPTH 5.0 NOTES It I m1 O W _z t F., W a z W U W L HYDROMETER ANALYSIS GRADATION TEST SIEVE ANALYSIS 25 he 7 h# TIME READINGS I U.S. STANDARD SERIES I CLEAR SQUARE OPENINGS 15 100 90 80 70 u 60 N t O_ 50 z w U nc i 10 70 20 10 0 min 15 min 60 min 19 min 1 min 1 in 9200 M100 MSO M10 #30 0 6 010116 N 3 8" 3/41' S.- 6" " ► o � 1 I 1 � I - I —I — -- — t I - --- - — I 1 -! 1 ! 1 — I I 10 1 1 i 1 1 I 20 - --- — — T— ! I i I I I 1 20 --i — I ! 1 • 1 j t I 10 I I 1 I --- I s0 — — — 1 60 1 t ( 1 -- rzr I I I I 70 I - ------ ---- — -- --- +--- - — 80 — -- — — .90 1 � 'LIJI 101 p g 8 e .r. q .001 .002 .00S .009 .019 .077 .074 .149 .297 .590 1.19 2138 4.76 9.51 19.1 78.1 76.2 117 IS2 �1 FINES DIAMETER SAND GRAVEL COBBLES FINE MEDIUM COARSE FINE COARSE 3D m CLASSIFICATION SYMBOL SC ATTERBERG LIMITS SPECIFIC GRAVITY NOTES Gravel _15 % Liquid Limit yr, Minus No. 4 Sand 57 % Plasticity Index % Plus No. 4 Fines 28 % Shrinkage Limit Bulk Apparent HYDROMETER ANALYSIS GRADATION TEST SIEVE ANALYSIS TIMF RFAMMfa 1 11 S_ STAMn Alin tFRIFt 1 IN FIR 4LAl1ARF APFMIb/f.( 2! 45 100 90 eo 70 30 20 10 0, $ t� .f1 O O 00 S if F o e .001 .002 .005 .009 .019 .037 .074 .149 0.42 .297 2.0 .590 1.19 2.38 4.76 1 9.32 19.1 30.1 76.2 127 152 DIAMETER OF PARTICLE 1t MILLIMETERS FINES SAND GRAYE COBBLES FINE µEdIUM COARSE FINE COARSE JD m CLASSIFICATION SYMBOL SC ATTERBERG LIMITS SPECIFIC GRAVITY NOTES Gravel - % Liquid Limit y° Minus No. 4 Sand 57 % Plasticity Index °h Plus No. 4 Fines 43 % Shrinkage Limit __% Bulk Apoa•ent — SAMPI F NO. HnI F NO. - - TB-19 F,FPT, H 2.5 ft r 9 TEST HOLE NO. ern-i nnorrrr_ i nn SoWva--t Water Pkrlamtion Plant tsion and In (nits Lubbock, Texas Of��i/yr v see aE ox. 3150 25' m 6" Bonn au e s �. � 838 c�cMr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas Dqxh ncwr 5 d Description k `s ;� * a SPT N. Of B►o%n la 2ne 3,a s s y 6` 611 fill TS SILTY SAND, dark brown with SM 12.7 No pla tir, 34.9 2.5 SILTY SAND, yellowish brown SM 4.7 13 11 13 ,5. CLAYEY SAND, light gray with SC 7.8 26 17 9 30.1 13 *25 3" ca l i the pane='Atia -10. CLAYEY SAND, light gray with SC 13.5 13 16 14 caliche -15- CLAYEY SAND, light gray with SC 9.7 25 organics -20 *ram VEL 1.8 25 -25- SANDY LEAN CLAY, light red CL 26.0 42 23 19 7.3 25 * 5" �cratia -30- -35- -40- -45- 9tia TERRA ENGINEERS, INC. TPIRT 14nl.F. NC?_ mn_-j rr%"WlL am Pro am" \J LV\I i-t hbtec Eacicaatic n Plant icn a-d L 18-w7aucecs s` aE' approx. 3150 20' 6" W 838 Mr. Robert G. McCollum, P. E., Black & Veatch, Dallas, Texas'- DephccGW 0 sar N. or Bto-. Description .. is :m Ara s' h- 6- TS SILTY SAND, dark brown with SM 113.8 2.5 CLAYEY SA,.j, very pale brown SC 13.1 36 26 10 33.4 5 8 12 with caliche .5 CLAYEY SAND, white with caliche SC 18.2 23 20 25 * 5 1/2" icr -10- CLAYEY SAND, pinkish white with SC 13.9 36 26 10 21.7 17 22 24 .Is- Fragmented caliche focmat ion 4.4 (�Lu�al 3t (I L.&I to -28 .25- -30- -35- -40- -45- 7 TERRA ENGINEERS, INC. TEST HOLE NO. TS-3 nnDINII! r nr- Southe&-t Watsc Red aticn Plant ion anLAme"d is Lubbock. Texas Surfam ox. 3155 20' 6" 07' e s s" 838 a Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas ocpthbcvfr Description � e S c QQ tl i Srr rm or eb.. a% a Ia 2M 3rd S s TS SILTY SAND, pale brown with SM 12.2 No -pla tic 18.8 2.5 3.5 - 4.0' CLAYEY SAND, brown with caliche SC 11.4 25 16 9 34.8 14 16 11 cali&e CU .5. Lkkill SILTY 'SAND, brown with gravel SM 12.1 4 8 10 -10- -2 1/2" CLAYEY SAND, pale yellow with SC 9.7 *25 caliche and cock fragments &A L► tnutiu kLxv n f at 11' -15- Fragmented caliche focmation -20- -25- -30- -35- -40- -45. TERRA ENGINEERS, INC. TFS"T HOLE NO. TB-4 Qnorw�n r �i. `ouCt Ytiter Fzclacstian Plant Lubbock, �l" fJpsrrien and In cents Texas 9' Bx. 3155 20' 6" we a cs Ng'"—M 638 Mc. Robert F. McCollum, P. E., Black & Veatch, Callas, Texas DaphtiGWr sPr Description Nm or®14m In 2M 6' 6' TS SILTY SAND, very dark brown SM 16.7 with organics SM 7.4 2.5 SANDY LEAN CLAY, pale yellow CL 10.2 10 11 13 ith caliche .g LAYEY SAND, pale yellow with SC 17.6 34 20 14 0.6 15 *25 5 1/4" lithe ametcaticr @ Rock fragments 2.6 pidcad up pTple (risad to -10- .ys. .20- .25- -30- .3S_ -40- -45- TERRA ENGINEERS, INC. 7.5' car ce) TEST BOLE NO. TB-5 RnQiAT!•_ r nr_ outhsast Water &)cl.Xcatial Plait ion and In n 181c�om um Lubbock, Texas DItM sue` Eavati ox . 3165 50' 3 ;" essed air Sw. � 83 Mt. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas D%xheewr srr - � Description � � � ., � M Na Of Slow h la god I ]rd ! ! TS SILTYSAND, dark brown with SM 13.4 organics and traces of caliche 2.SCLAYEY SAND, reddish yellow SC 6.0 8 13 22 with caliche .5 CLAYEY SAND, reddish yellow SC 9.1 29 19 10 48.2 21 23 25 with caliche .10- ILTY CLAYEY SAND, brownish SC- 15.2 13 24 25 yellow SM -15- LAYEY SAND, pale yellow with SC 25.0 18 25 cliche .20 LAYEY SAND, le � Yellow with SC 1.6 25 liche .2.5- ILTY SAND, pinkish white with SM 1.2 25 liche .30. ILTY SAND, pinkish white with SM 5.5 25 lithe .35- LAYEY SAND, light red SC 9.7 46 30 16 41.5 21 25 40- LAYEY SAND, light red SC 14.5 18 25 4S SANDY SILTY CLAY, light red CME 19. 25 20 1 5 1 71.7 13 25 moist TERRA ENGINEERS, INC. k: r fi TFS"T HOLF Nn_ TB-5 (cont'd)4 A. if%d. rhea %tec Fecl ttan Plant Ummicn and In tl IMM-ock, Texas 'IMM s„� ox. 3165 50, 3 .0� w/ �' essed aic s`� KM 838 Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas °e°Lh10GW'- Description S 6t y sir Na «sue � � is 6' Ud 6' ]rd 5 mi-it ILTY SAND, light ced SM 20.6 19 25 TERRA ENGINEERS, INC. TEST HOLE NO. TB-6 RnRlrWr- i n _ T Watec RwI aticri Plant a gmmicn ar13 MTrumm Le Lubbock, Texas S�"'app ox. 3162 T 30' 3 w/caaVressed air 838 c Mc. Robect G. McCollum, P.E., Black & Veatch, Dallas, Texas Dmp6� CWT d Description 0 0 z '� SPf Na Of Bic"� E 6 In tad 3rd 6' 6" TS SILTY SAND, brown with caliche SM 2.5 SILTY CLAYEY SAND, pale yellow SC- 10.7 26 20 6 28.2 14 20 23 with caliche SM -5- ILTY CLAYEY SAND, pale yellow SC- 18.2 14 25 with caliche and cock fragments SM -10- CLAYEY SAND, white with caliche SC 13.2 52 35 17 11.1 4 15 25 and cock fragments -15- CLAYEY SAND, white with caliche SC 8.3 7 25 d cock fragments -20m LAYEY SAND, white with caliche SC 7.7 24 25 d cock fcagments -25- CLAYEY SAND, white with caliche SC 6.7 25 d cock fcagments .30 LAYEY SAND, light ced with SC 14.8 18 25 cliche -35- -40- i -45- TERRA ENGINEERS, INC. TEST HOLE NO. TB-7 unvrnrr r nn Smthaast t leciamticn Plant DMisim and Lubbock Texas 09 - -app ox. 3165 LASUIOW 30' 6" �a ecs SU'r` 838 cum Mc. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas Dgp&m aWT d Description � A � $ No � 1 a � a la 2.d 4 6• 6• TS SILTY SAND, very dark brown SM 9. with ocqanics 2.5 SILTY CLAYEY SAND, reddish SC- 7.9 7 8 6 allow with caliche SM s. * 5" Y LEAN CLAY, pinkish white CL 8.3 28 17 11 53.4 11 17 25 ith caliche P21vrati SANDY LEAN CLAY, pinkish white CL 15.9 25 * 5 1/2" with caliche pavtrati S ANDY LEAN CLAY, pinkish white CL 22.7 25 * 5" with caliche .tati -20 * 4" SANDY LEAN CLAY, white with CL 125 caliche �xr�tcati - * 4 1/2" LAYEY SAND, light gcay with SC 21.7 43 26 17 42.8 k25 caliche -30- Y LEAN CLAY, pale yellow CL 21.0 k25 * 4" prnetrati .35- -40- -4S TERRA ENGINEERS, INC. TEST HOLE NO. TB-8 Rn12i1Vr= i nr" �Snth�st Pa to Rwlaratim Plant Egweicn and dents LTu bock, Texas n.�ac"49 V s app ox. 3165 ctm 25 6" a�w%auge s sv.N. 838 emm Mc. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas DWLhnCWT 0 K 5 Q d Description b d 10 Z. .z '^ SPi Nu Of sb. V m la ?rd M 4; 6 6' 6' TS LA EY SAND, ceddish bcown with 8 9 42.21 k I" 2.5 LAYEY SAND, very pale blown Sc 10.8 7 *25 with caliche Iretnticr .S 3" CLAYEY SAND, pinkish white with SC 9.4 k25 lithe-Txetratior -10- CLAYEY SAND, pinkish white with SC L7.4 45 28 F/ 8- 8 20 25 * 3 1/2" caliche L-tcut io -15- CLAYEY SAND, pinkish white with SC 15.5 *2 * 4" caliche ttcaticl .20. ANDY LEAN CLAY, light gcay CL 22.5 *25 3 1/2" with caliche tcati .25. ANDY LEAN CLAY, pale yellow CL 30.6 15123 V25 01 4 1/2" ati -30- -35- -40- -45- TERRA ENGINEERS, INC. r TFST HOLE NO. iP-t r) 0 r%D TW 4 i ^rN 'gouftast Ritec RwlwBdcn Plant Dgmmicn and LTC0& mts Lubbock, Texas a� co. 3165 35' 6" Lhammor g Mobod s"urfam 838 Qxnt Mr. Robert G. McCollum, F.E., Black & Yeatch, Dallas, Texas Oaf in GWi — Description Z. NQ a 1"s 6 6 y ° I la 6' 2ad 6' 3rd TS ILTY SAND, pale brown with SM 10.5 r anics, gravel and traces of 2.5 CLAYEY SAND, white with caliche SC 4.4 13 15 .S SANDY LEAN CLAY, reddish yellow CL 11.9 34 21 13 51.1 10 9 13 with caliche -10- CLAYEY LYEY SAND, pale yellow with SC 19.9 *25 " calich-15- ,x �t1/ CLAYEY SAND, pale yellow with SC 20.7 25 * 3" caliche pert i -20-CLAYEY SAND, pale yellow with SC 15.6 25 * 1 1/2" caliche pa�etrati -2S- CLAYEY SAND, pale yellow with SC NO SPI cliche .30- CLAYEY SAND, pale yellow with SC 11.4 23 25 * 4" caliche .35. SANDY LEAN CLAY, light red with CL 16.2 35 20 15 51.8 25 3" traces of caliche strati .40- .SS - TERRA ENGINEERS, INC. TEST HOLE NO. TB-13 (Sta 5+00 ) rtnnnvf! r nr_ utheast Sauer Paclafreticn P1&1t 'on and Inpr- x Lubbock, Texas Dwf suss oe mev vm 15, 3 n Bcxdnt Ma,oa scr. No. 838 ol� Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas D°p'nGv?r � � sir d Description (�� �. c N&ormom ii to 2M , 6- 6- TS SILTY SAND, very dark brown SM 18. Low pla3tic 32.1 with organics SILTY SAND, pale yellow with SM 10. 7 11 14 .5 caliche and rock fragments -S SILTY SAND, pale yellow with SM 7. 5 18 25 caliche and rock ragments -Ia- SILTY CLAYEY SAND, pale yellow SC- 6.7 25 18 7 16.0 6 25 with caliche SM -u. SILTY CLAYEY SAND, pale yellow SC- 6. 2 with caliche SM -20- -2S- -30- .35- -40- -4S- TERRA ENGINEERS, INC. t r TEST HOLE NO. TS-14 t Sta 10+00 1 nnt?n►rr-% r nr_ Truth %tec Rxclaci� Plant Drpemicn and IRi -S Lubbock, Texas 15' 3 �" c mwbod d air Sm. N& 838 Q Mr. Robert G. McCollum, P.E., Black &Veatch, Dallas, Texas Depa b GWr Description B d Nft or Blow Is 2ad S• 6• TS SAND, very dark brown SC 6.1 25 17 8 0.8 ith o anics and caliche 2.5 LAYEY SAND, pinkish white with SC 7.1 27 19 8 2.4 9 13 1 liche -S• LAYEY SAND, reddish yellow SC 13.1 9 14 1 ith caliche .ip- LAYEY SAND, reddish yellow SC 11.7 20 25 with traces of caliche -� LAYEY SAND, pink with rock SC 9.4 4 4 14 ra ments -20- .2s- -30- .3S. -40- 45 TERRA ENGINEERS. INC. TEST HOLE NO. TB-15 (Sta 15+001 rinDrPur v na- Sou&mast Wabw Raclanaticn Plant and LLubbock,Texas c.aat '-- Smdam Ekw.cim 15' = Mahod sa. No 31, c r am Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas Dc;Khecwr spr d Description e ; Km Of 6 Is 2M 7ed 6- 6' LTY SAND, very dark brown SM 14,0 22 19 3 40. 12--9LAYEY th ravel and organics SAND, pinkish white with SC 7.1 18 20 18 liche .S LAYEY SAND,Pinkish white with SC 7.4 21 21 14 fiche .10- CLAYEY SAND, reddish yellow SC 16.2 6 14 25 with caliche and cock fragments -15- LAYEY SAND, reddish yellow SC 9.7 51 37 14 10.1 6 11 8 -20- -25- -30- -35- -40- -45- TERRA ENGINEERS, INC. '1'FS"i HOLE NO_ TB-16 (Sta 20+00 ) nnr%rikvi.. �— Sou %tec P cl.aiatirn Plant 'on and B=ovaTmts Lubbock,. Texas sarlaa. Hl.raian 15' 3�" c` 'cessed a i c W mm 838 M." Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas lkgrh to GWr --- M WT Description � N& or 51mm� M � la 2M ]rd S b- IV TS SILTY CLAYEY SAND, very dark - 17.3 22 17 5 35.8 and organics SM 2.5 Y LEAN CLAYo reddish yellow CL 19.1 3 4 5 ith caliche .S� SANDY LEAN CLAY, pale yellow CL 19.2 6 8 11 with caliche -10- CLAYEY SAND, pd le ye L I uw with Sc' 17.5 14 with caliche and cock tcaglnents -15- CLAYEY SAND, pale yellow with SC 20.3 51 36 15 12.4 12 25 -20- .25- .30- I -35- -40- -45- TERRA ENGINEERS, INC. TEST HOLE NO. mn-i -7 e c .. ic;.ev)i Rnnrwrr• r no- Southa3st iatec R?qlaretion Plant Dpursicn and Lrocajumnts lw�compcessed Lubbock, Texas 1 15, 3�" air NM Sv' 838 a Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas Dcpth n Grr --- Description e ., s z ( :B rro a ,o..FF S S lot 7sd 3rd TS SILTY SAND, dark brown with SM 14.1 2.5 SILTY CLAYEY SAND, red with SC- 12.1 19 15 4 35.6 4 4 4 .S CLAYEY SAND, pale yellow with SC 13.3 37 26 11 20.7 8 8 9 caliche and rock fragments -10- CLAYEY SAND, pale yellow with SC 21.4 17 24 caliche and cock fragments -15- — CLAYEY SAND, pale yellow with nalichp And rock fragments SC 12.8 14 25 -20- -25- -30- -35- -40- .45- TERRA ENGINEERS, INC. I' ` TOW FFOLF NCl_ TB-18 (Sta 30+00 ) PJ4- Lamm" Southeast L-h= Paclatstkn Plant Rgmion and #s lc�cessed Lubbock, Texas Sa&m Ekvwkn 1 air 838 CUM Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas Drp6 n CWT --- d Description 3 ,& Cr IMM 6 6 la 2d 3td 6- 6- TS SILTY SAND, very dark brown SM 3.9 2.5 SILTY CLAYEY SAND, reddish brown SC- 6.4 13 15 21 SM -S- ILTY SAND, yellow SM 4.4 12 13 1 -10- CLAYEY SAND, pale yellow with SC 26.4 45 26 1 39.7 10 15 18 caliche and Cock fragments -iS- SANDY LEAN CLAY, yellowish bcowr CL 17.6 30 18 12 52.0 8 14 1 with caliche .20- .25- .30- .35- -40- -45- TERRA ENGINEERS, IN.C. TEST HOLE NO. TB-19 (Sta 35+00) DADYXII-4 r nr saghgast Watec aa-- cn Plant p4mmicn aryl DqXomnMts Lubbock, TexasSad '°°H`Y"'m 15' 3;" s%%bmp' essed air ' ° .638 cli"Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas Dgxhb0"Wr Description s z x& Blom cc TS SILTY SAND, dark brown with SM 1.9 2.5 CLAYEY SAND, yellowish red SC 7.8 10 19 25 .5. CLAYEY SAND, reddish yellow SC 9.3 28 18 10 41.7 10 11 15 with traces of caliche -10- SANDY LEAN CLAY, white with CL 19.8 10 15 21 cock fragments Y LEAN CLAY, light brownish CL 29.9 45 27 18 69. 10 18 25 ra .20. .2s. .30- -35- -40- -45- TERRA ENGINEERS, INC. TEST HOLE NO. TR 2n f s1-a _ do + no i nr%10Twtn_ i nn SoutlB-0t W3tec Raclazaticn Plant EEL=ion and R rafts Lubbock, Texassge z u own 15' 611 w au ers sp r� 638 a,ecMc. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas CWT �` Description rla a s>o.. la 2M 3ed !C �+ 6' 6- TS ILTY SAND, c bcown with and grAvel SM 2.5 LAYEY SAND, dark bcown with SC 11.8 6.9 5 6 5 races of caliche -S- ILTY SAND, stcong bcown SM 9.7 8 *25 2" Permcaticr, b 8 CLAYEY SAND, yellowish bcown SC 20.8 29 19 10 15.3 17 with caliche .ys- MAYEY SAND, pale ygllow -20- .2S. .30- -35. -40- -45- TERRA ENGINEERS, INC. TEST HOLE NO. TB 21 (Sta . 45 + 00 ) RnPTWr_ i nr_ P-j-SakhEest Tester le:lamtion Plant Dpwaicn and Irt1xOvaraits "TuNbock, TexasDepth: s udamunknown LhameLer 15' 6" �`w� Method Stu NO. 838 Client Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas Depth a GWT --- Description d z sPr No. or Blocs !a hW 3rd s S ; 6' TS tILTY SAND, very dark brown SM 22.0 24 21 3 2.5 ILTY CLAYEY SAND, yellowish S - 15.1 21 14 7 41.01 2 3 4 Sed -g LAYEY SAND, ellowish red SC 13. 4 with traces o caliche .10- CLAYEY SAND, pale yellow with SC 17.6 9 0 traces of caliche -15- LAYEY SAND, pale yellow with SC S.8 25 4" caliche i -20- .25- -30- -35. -40- -45- TERRA ENGINEERS, INC. 9 TEST HOLE NO_ TB 22 (Sta. 50 + 00) nnnrurA� r ^.. & st 4bter Reclar>aticn Plant io:i &d In rents UM Lubbock, Texas .+vAaal...as a+vv $—'—M nown 15' 6" w ecs �` Na au 838 Mr. Robert G. McCollum, P.E., Slack & Veatch, Dallas, Texas r ecvrr Description a ; 3vr Na Or alo., la Ind are 7 6 6 61 6' TS SILTY SAND, very dark brown SM 18.4 j 2.5 CLAYEY SAND, red SC 117.1 22 13 9 46.0 3 3 5 -5- SILTY CLAYEY SAND, pink with SC— 16.7 19 15 4 7.5 10 8 7 liche SM .10- ILTY CLAYEY SAND, reddish Sc- 18.0 6 8 10 yellow with caliche SM -15• LAYEY SAND, pale yellow with SC �2.2 22 25 * 3 112" pavtrati .20- .25- -30- -35- -40- -45- r" TERRA ENGINEERS, INC. TEST HOLE NO. TB 23 (Sta _ 55 + 00 ) nnv r*rn t nrr fsolea �h Sa3st 4�tec Reclalration Plant ion and is l ou Lubbock, Texas Dam Ulm ltl I svao.lcn�own 15' 611 BOGU w auge s Su. Na 838 Cue¢ Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas Depth b GWr --- Description 6 s 3 d G SFr No. Of Blows .a fn a Ia Znd 3rd & & r+ TS SILTY SAND, very dark brown SM 16.1 with organics 2.5 SILTY SAND, reddish brown SM 12.8 7 9 7 SANDY-5- LEAN CLAY, reddish yellow CL 15.8 23 15 8 56.7 8 8 9 with caliche SANDY-10- LEAN CLAY, reddish yellow CL 16.1 2 3 4 with caliche -IS- LAYEY SAND, reddish yellow SC 21.7 38 30 8 22.7 19 25 * 5 3/4" ith caliche etrati .20- .25. -30- .35- -40- -45- TERRA ENGINEERS, INC. TEST HOLE NO_ TS 24 f 60 + 00 ) nt%nrkir ■ ivy P-)- Sa t;,bter Saalwation Plant ion and Lubbock, Texas ----------. .,.... Date of DQUng 1/2 suaraea naa uCnown fits 15' 6" Madwa w au ers Str.Ivn 838 Chem Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas o ;D- Description ESPT :. �0 2: Na Of Slows a „ a la 2nd ]rd . K' K' TS SILTY SAND, very dark brown with orgAnics SM 115.8 * pcdcldn 2.5 SILTY SAND, reddish yellow with SM 16.1 20 18 2 46.2 10 * �x�-atir LAYEY SAND, reddish yellow SC 17.1 9 9 8 anj 1� with caliche -10- CLAYEY SAND, reddish yellow SC 12.3 32 23 ") 31.8 14 12 12 with caliche -15- LAYEY SAND, reddish yellow SC 13.2 *2 * 5^ ration -20- .2s- -30- .35- -40- -45- fiarnt_ at L: TERRA ENGINEERS, INC. TEST HOLE NO. TB 25 (Sta. 65 + 00) nnRiNC t nf_ Project Saidipast 4+btec Reclamticn Plant EX24Q§icn and In is Umtwn Lubbock, Texas - �1 1 Sofa= Mvmticn unknown 15' 6" Bonn Ma1wd w au ers Jtr. tw. 638 ai Mr. Robert G. McCollum, P.E., Black & Veatch, Dallas, Texas Deph w cvfr --- Description " $ Z NaBla" s s 14 ZW ha f- R- TS SILTY SAND, brown with organics SM 14.1 Lov plastic P6.9 2.5 SILTY SAND, reddish brown SM 11.6 8 11 11 .5 ILTY SAND, strong brown SM 7 8 9 .1Q. 7 38.6 7 8 7 SILTY CLAYEY SAND, reddish SC- 14.6 22 15 yellow with caliche SM -15 ANDY LEAN CLAY, reddish yellow CL 18.8 8 10 13 it caliche .20. -25- .30- -35- -40- -45- TERRA ENGINEERS, INC. TEST HOLE NO. TB 26 (Sta . 70 + 00 ) nnn rwrn ■ r.j— �'� Sam Water R9r1eaetim Plant ion and 1B*wd7=e'Zs Lubbock, Texas °i"% inM sutra=&wn I 15, ukameAr 6" S&L No. 838 Mr. Robert G. McCollum, P.E., Black s Veatch, Dallas, Texas Dctx`w3 CWT spr d Description u s. y Na a Blom la ZId m 6- 6- TS SILTY SAND, very dark brown SM 12. with organics 2.5 SILTY SAND, reddish brown SM 16. 3 24 21 3 46.4 3 4 5 .s. CLAYEY SAND, pinkish white with SC 17.2 9 14 20 caliche .10. CLAYEY SAND, reddish yellow SC 16.1 5 11 8 with caliche -15- CLAYEY SAND, reddish yellow SC 11.9 27 17 10 49.1 25 4 3/4" ith caliche xtratia .2s- .30. -35- -40- -45- TERRA ENGINEERS. INC. (THIS PAGE LEFT BLANK INTENTIONALLY) SPECIAL CONDITIONS r I'^ -46- (THIS PAGE LEFT BLANK INTENTIONALLY) r t N SPECIAL CONDITIONS i ` SC-1. CONTRACTOR'S INSURANCE. The Engineer shall be included as an additional insured on the Contractor's General Liability and Umbrella or Excess policies. Contractor shall provide a Certificate of Insurance to Engineer, evidencing such endorsement prior to the start of any Work at the project site. d"4 SC-2. SPECIFICATIONS. The Specifications which govern the materials and equipment to be furnished and the Work to be performed under this Contract are listed in the Table of Contents at the beginning of this volume. SC-3. DRAWINGS. The Contract Drawings consist of 5 sheets. Sheet titles are listed on Sheet 1 of the Drawings. In addition, each sheet bears the following general title: LUBBOCK, TEXAS 36 INCH EFFLUENT PIPELINE The Drawings referred to above are supplemented by drawings bound in the Specifications and listed in the Table of Contents. SC-4. ENGINEER. The term Engineer means Black & Veatch, acting within the scope of duties contained in the Special Conditions, and as parti- cularly described in Exhibit A to Special Conditions. The performance of Engineer's duties is intended to be for the sole and exclusive benefit of Owner. SC-5. INDEMNIFICATION. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the Engineer and its officials, officers, directors, partners, consultants, agents, and employees for and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals �— and court costs) arising out of or resulting from the performance of the work by the Contractor, and subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, r" regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by law and regulations regardless of the negligence of any such party. However, this indemnity shall not r apply to liability for bodily injury or death to persons or damage to property of any person or expenses in connection therewith caused by or resulting from defects in plans, designs or specifications prepared, approved or used by Engineer or negligence of Engineer in the rendition or conduct of professional duties called for or arising out of the ! Contract and the plans, designs, or specifications which are a part hereof. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-1 r-� SC-6. RESPONSIBILITY FOR PAYMENT. Except for items specifically identified as provided by Owner, Contractor shall pay for all labor, materials, and other costs incurred under this Contract. SC-7. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT. Contrac- tor's Applications for Payment shall be accompanied by the documentation specified herein. SC-7.01. Materials and Equipment. If payment is requested for mate- rials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Progress Payment shall be accompanied by such data, satisfactory to Owner, as will establish Owner's title to the materials and equipment and protect his interest therein, including applicable insurance. Payments for such materials and equipment shall be based only upon the actual cost of the materials and equipment to Contractor and shall not include,any overhead or profit to Contractor. SC-7.02. Schedules and Data. Each Application for Progress Payment shall be accompanied by Contractor's updated schedule of operations, or progress report, with such shop drawings schedules, procurement sche- dules, value of material on hand included in application, and other data specified in Division 1 or reasonably required by Engineer. SC-7.03. Labor Standards Certificate. As provided under Labor Standards, paragraph SC-20, each Application for Payment shall be accompanied by certificates that all labor standards requirements have been fulfilled. This is required from the Contractor and all subcontractors. SC-7.04. Final Payment. Final payment to the Contractor shall be made subject to his furnishing the Owner with a release in satisfactory form of all claims against the Owner arising under and by virtue of his con- tract, other than such claims, if any, as may be specifically excepted by the Contractor from the operation of the release as provided under general and supplemental conditions elsewhere in this contract. The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project) and services to the Contractor, if the Owner deems the same necessary in order to protect the Owner's interests. The Owner, however, may if it deems such action advisable make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall in no way impair the obligations of any surety or sureties furnished under this Contract. The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-2 r Withholding of any amount due the Owner, under general and/or supple- mental conditions regarding "Liquidated Damages,, shall be deducted from we the final payment due the Contractor. SC-8. RETAINAGE. Owner shall retain from each progress payment an amount equal to 5 percent of the estimated value of the Work completed, j until payment is due under the terms and conditions governing Substan- tial Completion and final payment. SC-9. PARTIAL UTILIZATION. Owner has the right to take possession of or use any completed or substantially completed portions of the Work at any time, but such taking possession or use will not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the Contract Time or change in the Contract Price. Owner's use of any facilities not specifically identified in the Con- tract Documents will be in accordance with conditions agreed to prior to such use, and any extra costs or delays in completion incurred and properly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Docu- ments which are occupied or used by Owner prior to Substantial Comple- tion of the entire Work will be defined by Engineer in a written notice to Owner and Contractor fixing the responsibility for insurance, and r. maintenance on that part of the Work and including a tentative list of items to be completed or corrected before final acceptance. Guarantee periods for accepted or substantially completed Work, including equipment, will commence upon the start of continuous use by t Owner. All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of the Work not yet completed by Contractor. SC-10. SUBSTANTIAL COMPLETION. When Contractor considers the Work ready for full occupancy or utilization by Owner, Contractor shall declare in writing to Owner and Engineer that the Work is substantially complete and request that Engineer issue a Notice of Substantial Completion therefor. r" Within a reasonable time thereafter, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of com- pletion. If Engineer does not consider the Work substantially complete, �.. Engineer shall notify Contractor in writing giving reasons therefor. If Engineer considers the Work substantially complete, Engineer shall pre- (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-3 pare and deliver to Owner and Contractor a Tentative Notice of Substan- tial Completion which will fix the date of Substantial Completion, the release of any part of the retainage (subject to approval by the Texas Water Development Board) and the responsibilities between Owner and Contractor for operation and maintenance. The notice shall include a tentative list of items to be completed or corrected before final acceptance. Owner shall have 10 days after receipt of the Tentative Notice during which he may make written objection to Engineer as to any provisions of the notice or list. If, after considering such objec- tions, Engineer concludes that the Work is not substantially complete, Engineer shall notify Contractor in writing, stating reasons therefor.. If, after 10 days and after consideration of Owner's objection, Engineer considers the Work substantially complete, Engineer shall execute and deliver to Owner and Contractor a definitive Notice of Substantial Completion, with a revised list of items to be completed or corrected, reflecting such changes from the Tentative Notice as Engineer believes justified after consideration of any objections from Owner. •Substantial Completion" means that the facilities are completed to the point that effluent can be conveyed through the effluent pipeline to the satisfaction of Engineer. All process equipment shall be installed and operational, or temporary arrangements satisfactory to Owner shall have been made. To be considered substantially complete, the following portions of the Work must be operational and ready for Owner's continuous use as intended: Air/vacuum relief manholes Blowoffs Main pipeline and connections Portions of the Work not essential to operation, which can be completed without interruption of operation, may be completed after the Work is accepted as substantially complete, and may include the following items: Cleanup Painting SC-11. FINAL INSPECTION AND ACCEPTANCE. Upon written notice that Contractor considers all Work complete, Engineer shall make a final inspection with Owner and Contractor and shall notify Contractor in writing of incomplete or defective work revealed by the inspection. Contractor shall promptly remedy such deficiencies. After Contractor has remedied all deficiencies to the satisfaction of Engineer and delivered all construction records, maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, and other documents (all as required by the Contract Documents), Owner and Contractor shall be promptly notified in writing by Engineer that the Work is acceptable. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-4 SC-12. CORRECTION PERIOD. Nothing in General Conditions Article 45 concerning the correction period shall establish a period of limitation t with respect to any other obligation which Contractor has under the Contract Documents. The establishment of time periods relates only to the specific obligations of Contractor to correct the Work, and has no relationship to the time within which his obligations under the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish his liability with respect to his obligations other than to specifically correct the Work. SC-13. OVERTIME WORK. No Work shall be done between 6:00 p.m. and 7:00 a.m. nor on Sundays or legal holidays without permission of Owner. However, emergency work may be done without prior permission. Night work may be undertaken as a regular procedure with the permission of Owner; such permission, however, may be revoked at any time by Owner if Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the Work at night. SC-14. LEGAL ADDRESSES. The business address of Contractor given in the Bid Proposal and Contractor's office in the vicinity of the Work are both hereby designated as the places to which all notices, letters, and other communication to Contractor will be mailed or delivered. The address of Owner, Post Office Box 2000, Lubbock, Texas 79457, is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either party may f"` change his address at any time by an instrument in writing delivered to Engineer and to the other party. SC-15. TEST HOLES. Test holes have been made along the route of the pipeline. The locations of test holes are indicated on the! Drawings. Logs of the test holes are bound as an appendix to these Specifications. Test hole information represents subsurface characteristics to the extent indicated, and only for the point location of the test hole. Each Bidder shall make his own interpretation of the character and condition of the materials which will be encountered between test hole locations. Each prospective Bidder may, at his own expense, make additional surveys and investigations as he may deem necessary to determine conditions which will affect performance of the Work. SC-16. UNDERGROUND INSTALLATIONS. Existing underground installations are indicated on the Drawings only to the extent such information was made available to or discovered by Engineer in preparing the Drawings. There is no guarantee as to the accuracy or completeness of such information, and all responsibility for the accuracy and completeness thereof is expressly disclaimed. Contractor shall be responsible for discovery of existing underground installations, in advance of excavating or trenching, by contacting all local utilities and by prospecting. p (LUBBOCK, TEXAS ) roll (36 INCH EFFLUENT PIPELINE) I (CONTRACT 1 ) (17578 ) SC-5 SC-17. HISTORICAL OR ARCHAEOLOGICAL DEPOSITS. If, during the course of construction, evidence of deposits of historical or archaeological interest is found, Contractor shall cease operations affecting the find and shall notify Owner, who shall notify the Texas Water Development Board and the State Historic Preservation Officer. No further disturb- ance of the deposits shall ensue until Contractor has been notified by Owner that he may proceed. Owner will issue a Notice to Proceed only after the state official has surveyed the find and made a determination to the Environmental Protection Agency and Owner. Compensation to Contractor, if any, for lost time or changes in construction to avoid the find, shall be determined in accordance with changed conditions or change order provisions of the Contract Documents. (Reference: 80 Stat 915, lb USC 470, and Executive Order No. 11593 of May 31, 1971.) SC-18. PRIVITY OF CONTRACT. This contract is expected to be funded in part with Federal funds through the State Revolving Fund. Neither the State of Texas nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to regulations contained in 31 TAC Chapter 375 in effect on the date this contract is entered into. SC-19. DEFINITIONS. (a) The term "Minority Business Enterprise" (MBE) means a business concern that is (1) at least 51 percent owned by one or more minority individuals, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more minority individuals; and (2) whose daily business opera- tions are managed and directed by one or more of the minority owners. Minority individuals include Black Americans, Hispanic Ameri- cans, Native Americans, Asian Pacific Americans, or other groups whose members are found to be disadvantaged by the Small Business Act or by the Secretary of Commerce under Section 5 of Federal Executive Order 11525. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Administrator, or the authorized representa- tive thereof. (c) The term "Woman Business Enterprise" (WBE) means a business concern that is, (1) at least 51 percent owned by one or more women, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more women; and, (2) whose daily business operations are managed and directed by one or more of the women owners. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-6 r. SC-20. LABOR STANDARDS. r, (a) This subsection applies to any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a public �- building or public work, or building or work financed in whole or in part with Federal funds through the State Revolving Fund (SRF). The definitions contained in 29 CFR 5.1 for the terms; labor standards, laborer/mechanic, apprentice, trainee, wages, r` and wage decision shall apply to this section, (1) Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent ` deduction or rebate on any account (except such payroll t deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act ((29 CFR Part �- 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of " payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof. regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and .� mechanics. Contributions made or costs reasonably anti- cipated for bona fide fringe benefits under section 1(b) ` (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) l of this subsection; also, regular contributions made or costs incurred for more than a weekly period (but not {r-• less often than quarterly) under plans, funds, or N programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage F determination for the classification of work actually performed, without regard to skill, except as provided in �... paragraph (4) of this subsection. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: PROVIDED, that the r employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classi- fication and wage rates conformed under paragraph (1)(ii) '. of this subsection) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractor at the site of the work in a prominent and r (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-7 r f accessible place where it can be easily seen by the workers. (ii) (A) The Owner and Contractor agree that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conform- ance with the wage determination. The Contractor shall immediately examine the wage determinations to determine if additional classifications and basic hourly rates are required and advise the Owner if additional classifications are needed. The TWDB shall approve an additional classifica- tion and wage rate and fringe benefits therefore only when the following criteria have been met: (I) The work to be performed by the classi- fication requested is not performed by a classification in the wage determination; and (II) The classification is utilized in the area by the construction industry; and (III) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the Owner, to the TWDB for processing to the Adminis- trator of the Wage and Hour Division, Employment Standards Administration (W&H, ESA), U.S. Depart- ment of Labor, Washington, D.C. 20210. The W&H, ESA Administrator, or an authorized representative, will approve, modify, or disapprove every addi- tional classification action within 30 days of receipt and so advise the owner, through the TWDB, or will notify the TWDB within the 30 day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, the owner, and the TWDB do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-8 the questions, including the views of all interested parties and the recommendation of the TWDB to the Administrator W&H, ESA for determina- tion. The Administrator W&H, ESA, or an authorized representative, will issue a determination within r•- 30 days of receipt and so advise the owner, through f the TWDB, or will notify the TWDB within the 30-day period that additional time is necessary. r` (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraph (B) or (C) of this paragraph shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is �. not expressed as an hourly rate, the Contractor 3 shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equi- valent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide F_ fringe benefits under a plan or program, 3 PROVIDED, That the Secretary of LILbor has found, upon the written request of the Con- tractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the i- meeting of obligations under the plan or program. �., (2) Withholding. The TWDB shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other SRF Federally funded contract with the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, �.. including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, r trainee, or helper, employed or working on the site of (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-9 the work, all or part of the wages required by the contract, the TWDB may, after written notice to the Contractor or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payroll and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years there- after for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and Social Security Number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs antici- pated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in pro- viding benefits under a plan or program described in section l(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and .certification of trainee programs, the registration of apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii) (A) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Owner. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR Part 5. This information may be submitted in any form desired. Optional Form 347 is available for this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime Contractor is responsible for the submis- sion of copies of payrolls by all subcontractors. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-10 kkr^ i (B) Each payroll submitted shall be accompanied by a r "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or f supervises the payment of the persons employed under the contract and shall certify the following: j (I) That the payroll for the payroll period contains the information required to be main- tained under section 5.5(a)(3)(i) of 29 CFR Part 5 and that such information is correct and complete; (II) That each laborer or mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; (III) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorpora- ted into the contract. (C) The weekly submission of a properly executed certi- fication set forth on the reverse side of Optional Form 347 shall satisfy the requirement for submis- sion of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this subsection. (D) The falsification of any of the above certifica- tions may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United State Code. (iii) The Contractor or subcontractor shall make the records required under paragraph (3)(1) of this subsection available for inspection, copying, or transcription by authorized representatives of the TWDB, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the TWDB may. after written notice to the Contractor, sponsor, appli- cant, or owner, take such action as may be neces- (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-11 sary to cause the suspension of any further payment, advance, or guarantee of funds. Further- more, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they per- formed when they are employed pursuant to and individu- ally registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determi- nation for the work actually performed. Where a Contrac- tor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator W&H, ESA determines that a different practice prevails for the (LUBBOCK, TEAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-12 r applicable apprentice classification. fringes shall be �., paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predeter- mined rate for the work performed unless they are r employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen of the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee 7 must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate r- specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provision of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid " the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship ,.. program associated with the corresponding journeyman wage rate on the wage determination which providers for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not r registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually I performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predeter- mined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The Utilization of apprentices, trainees and journeymen under this part r- shall be in conformity with the equal employment (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) 1 (CONTRACT 1 ) (17578 ) SC-13 a i opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. (6) Contract Termination: Debarment. A breach of the contract clauses in this section may be grounds for termination of the contract, and for debarment as a Contractor and a subcontrac- tor as provided in 29 CFR 5.12. (7) Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. (8) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the Owner, the U.S. Department of Labor, or the employees or their representatives. (9) Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government con- tract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (b) This subsection applies to any contract subject to the Contract Work Hours and Safety Standards Act. As used in this subsection of the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-14 r r mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such e: workweek unless such laborer or mechanic receives com- pensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this subsection the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contrac- tor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer Y or mechanic, including watchmen and guards, employed in t(� .. violation of the clause set forth in paragraph (1) of this subsection, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the ,w clause set forth in paragraph (1) of this subsection. (3) Withholding for Unpaid Wages and Liquidated Damages. The TWDB shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcon- tractor under any such contract or any other SRF Federally funded contract with the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this subsection. (c) The Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics. including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. The records to be maintained under this paragraph shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the TWDB and the Department of Labor, and the Contractor -or subcontractor will permit such representatives to interview employees during working hours on the job. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-15 I (d) Subcontracts. The Contractor or subcontractor shall insert in each subcontract all of the provisions contained in subsec- tions (a), (b), (c), and (d) of this section, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be _ responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this sec- tion. SC-21. EQUAL EMPLOYMENT OPPORTUNITY. This provision applies to any contract which is funded in part with Federal funds through the State Revolving Fund. During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, - sex, age, handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment _ without regard to their race, color, religion, sex, age, handicap, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compen- sation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimi- nation clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, age, handicap, or national origin. (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967, 29 U.S.C.A. 621 (1985), Executive Order 12250 of November 2, 1980, the Rehabilitation Act of 1973, 29 U.S.C.A. 701 et seq. (1985), and of the rules, regulations, and relevant orders of the Secretary of Labor. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-16 (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the Contractor's noncompliance with the non- discrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph 1. and the provisions of paragraphs 1. through 7. in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Con- tractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a Con- tractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into suc)i litigation to protect the interest of the United States. SC-22. REVIEW BY OWNER AND TWDB. (a) The.Owner, Engineer, authorized representatives and agents of r the Owner, and the TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equip- ment, payrolls, personnel records, employment conditions, r• material invoices, and other relevant data and records per- taining to this Contract, provided, however that all instruc- tions and approval with respect to the work will be given to the Contractor only by the Owner through authorized represen- tatives or agents. (b) Any such inspection or review by the TWDB shall not subject r, I the state of Texas to any action for damages. (LUBBOCK, TEXAS ) r" r (36 INCH EFFLUENT PIPELINE) i. (CONTRACT 1 ) (17578 ) SC-17 r I i SC-23. WOMEN AND MINORITY BUSINESS ENTERPRISES. (a) This provision applies to any contract which is funded in part with Federal funds through the State Revolving Fund. (b) The Contractor shall, if awarding subagreements, to the extent appropriate for the goals listed in the instructions to bidders make a good faith effort to utilize minority and women business when possible as sources of supplies, construction and services by taking the following steps. (1) Including qualified small, minority, and women's businesses on solicitation lists: (2) Assuring that small, minority, and women's businesses are -- solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum parti- cipation of small, minority, and women's businesses: (4) Establishing delivery schedules, where the requirements of the work permit, which will encourage participation by small, minority, and women's businesses; (5) Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. (c) The Contractor shall submit to Owner information on utiliza- tion of minority and women businesses enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include the information called for by the Minority and Women's Business Enterprise Participation form SRF 373. (d) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women Business Participation. SC-24. DEBARMENT AND SUSPENSION. This contract is subject to 40 CFR Part 32 regarding the debarment and suspension of firms, persons, and affiliates. The Contractor shall not enter into any agreement with any firm, person, or affiliate who is listed on the current Master List of debarments, suspensions, and voluntary exclusions. (LUBBOCK, TEXAS ) (36 INCH EFFLUENT PIPELINE) (CONTRACT 1 ) (17578 ) SC-18 r i 7 EXHIBIT A TO SPECIAL CONDITIONS ENGINEER'S CONSTRUCTION PHASE DUTIES SECTION A. PROJECT ADMINISTRATION r Engineer will perform project administration services during the construction phase of the project. By performing these services, Engineer shall not have authority or responsibility to supervise, �^ direct, or control Contractor's work or Contractor's means, methods, techniques, sequences, or procedures of construction. Engineer shall not have authority or responsibility for safety precautions and programs r.. incident to Contractor's work or for any failure of Contractor to comply with laws, regulations, rules, ordinances, codes, or orders applicable to Contractor furnishing and performing the work. Specific services to be performed by Engineer are as follows: 1. Prepare and distribute conforming copies of the construction contract documents. These services will include review of Contractor's bonds and Contractor executed construction contract documents to determine that their contents comply with the requirements of the specifications, furnishing the Contractor unsigned.construction contract documents, and transmitting the construction contract documents to Owner for signature and distribution. r 2. Review Contractor's insurance certificates and forward the certificates to Owner for acceptance by Owner's legal counsel. Engineer's review of the insurance certificates for content is only for the purpose of determining if the Contractor maintains the general types and amounts of insurance required by the specifications, and is not a legal review to determine if Contractor's insurance coverage �,. complies with all applicable requirements. 3. Distribute one reproducible set of the construction contract drawings and specifications to the successful bidders. 4. At a date and time selected by the Owner and at a facility provided by the Owner, conduct a preconstruction conference for each contract. Engineer shall prepare an agenda for the conference, and prepare and distribute minutes. The preconstruction conference shall include a discussion of Contractor's tentative schedules, procedures for transmittal and review of Contractor's submittals, processing payment applications, critical work sequencing, change orders, record documents, and Contractor's responsibilities for safety and first aid. 062791 A-1 5. Review and comment on the Contractor's initial and updated construction schedule and advise Owner as to acceptability. 6. Analyze Contractor's construction schedule, activity sequence, and construction procedures as applicable to Owner's ability to keep existing facilities in operation. Advise Owner and Contractor of items needing further review and consideration. 7. Review the Contractor's initial and updated schedule of estimated monthly payments and advise Owner as to acceptability within 10 days following receipt in Engineer's office. 8. Make periodic visits to the construction site to observe progress of the work, and consult with the Owner and Contractor concerning problems and progress of the work. 9. Review drawings and other data submitted by Contractor as required by the construction contract documents. Engineer's review shall be for general conformity to the construction contract drawings and specifications for the project and shall not relieve the Contractor of any of his contractual responsibilities. Such reviews shall not extend to means, methods, techniques, sequences, or procedures of construc- tion, or to safety precautions and programs incident thereto. 10. Receive and review guarantees, bonds and certificates of inspection, and tests and approvals to determine that their content complies with the requirements of construction contract documents, and which are to be assembled by the Contractor in accordance with the construction contract documents and transmit them to Owner. 11. Interpret construction contract drawings when requested by the Owner or Contractor and issue -written interpretations to the Owner and Contractor. If authorized by the Contractor, Engineer may interpret construction contract drawings and specifications upon request by subcontractors and suppliers. Review proposals for field changes prepared by Contractor and issue written review comments to the Owner and Contractor. 12. Review and process Contractor's monthly payment requests, and forward to the Owner if appropriate. Engineer's review shall be for the purpose of making a full independent mathematical check of Contractor's payment request. If Engineer provides Resident Project Representative, Engineer is responsible for verifying the quantities of work which are the basis of the payment requests. 062791 A-2 13. Provide documentation and administer the processing of change orders, including applications for extension of construction �,. time. Evaluate the cost and scheduling aspects of all change orders and, where necessary and with approval of Owner, negotiate with the Contractor to obtain a fair price for the work. Said negotiation shall be subject to the approval of r' the Owner. i, 14. Upon completion of the project, revise the construction contract drawings to conform to the construction records. Submit one copy of the mylars to Owner within 60 days following Engineer's receipt of Record Drawings from the Contractor and Resident Project Representative. 15. Act as initial arbiter on all claims of Owner and Contractor relating to the acceptability of the work or the -interpretation of the requirements of the construction !' contract documents pertaining to the execution and progress of the work. 16. Analyze data from performance testing of equipment by Contractor or supplier when the construction contract documents require the equipment to be tested after installation. Submit conclusions to Owner within 21 days after completion of the test and receipt of all test data. 17. Upon substantial completion of each construction contract, inspect the construction work and prepare a listing of those items to be completed or corrected before final completion of the project. Submit results of the inspection to Owner and Contractor. 18. Upon completion or correction of the items of work on the punch list, conduct a final inspection to determine if the work is completed. Provide written recommendations concerning final payment to Owner, including a list of items, if any, to be completed prior to the making of such payment. 19. Provide assistance to Owner, as requested, in completing State Revolving Fund (SRF) forms for partial payment requests and the final payment request. 20. Provide assistance to Owner as requested for final certification of the project to the TWDB. 21. Advise Owner of defective or neglected work by the Contractor. 22. Advise Owner of Contractor's or other's filing of unreason- able or.an extensive number of claims. 062791 t A-3 r SECTION B. RESIDENT SERVICES DURING CONSTRUCTION Engineer will furnish a full-time Resident Project Representative and such assistant Resident Project Representatives as may be required on the work. The Resident Project Representative and assistants will observe the Contractor's work and perform the services listed below. The Resident Project Representative shall not have responsibility for the superin- tendence of construction site conditions, safety, safe practices or unsafe practices or conditions, operation, equipment, or personnel other than employees of the Engineer. This service will in no way relieve the Contractor of complete supervision of the work or the Contractor's obli- gation for complete compliance with the drawings and specifications. The Contractor shall have sole responsibility for safety and for maintaining safe practices and avoiding unsafe practices or conditions. Specific services performed by the Resident Project Representative and assistants are as follows: A. Site Observations and Liaison with Owner and Contractor(s) 1. Conduct onsite observations of the general progress of the work to assist Engineer in determining if the work is proceeding in accordance with the construction contract documents. 2. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent, and assist Engineer in providing interpretation of the construction contract documents. Transmit Engineer's clarifications and interpretations of the construction contract documents to Contractor. 3. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect -Owner's onsite operation. 4. As requested by Engineer, assist in obtaining from Owner additional details or information regarding plant operations and facilities when required at the jobsite for proper execution of the work. 5. Consult with the Owner and the Contractor and prepare written documentation of the consultations to the Engineer, Owner, and Contractor, giving opinions and suggestions based on his (Resident Project Representative's) observations regarding defects or deficiencies in the Contractor's work and relating to compliance with drawings, specifications, and design concepts. 062791 A-4 f k r 6. Advise Engineer and Contractor or its superintendent immediately of the commencement of any work requiring a shop r- drawing or sample submission if the submission has not been accepted by Engineer. 7. Monitor changes of apparent integrity of the site (such as differing site conditions, existing structures, and site - related utilities when such utilities are exposed) resulting from construction -related activities. 8. Observe pertinent site conditions when Contractor maintains that differing site conditions have been encountered and document actual site conditions. 9. Review and prepare written comments on Contractors' construc- tion sequence for all construction work undertaken simultaneously. 10. Contact utilities in the general construction area and advise them of Contractor's schedule. Assist in coordinating scheduling of utility activities as so to minimize conflicts with Owner's activities. 11. Furnish Contractor information on the necessary base lines and control points which will be used as'datum for the work. Actual construction staking will be done by the Contractor. 12. Visually inspect materials, equipment, and supplies delivered to the worksite. Reject materials, equipment, and supplies which do not conform to the construction contract documents. 13. Coordinate onsite materials testing services during construc- tion. Copies of testing results with appropriate Resident Project Representative's comments will be forwarded to Owner for review and information. 14. Observe field tests of equipment, structures and piping, and review the resulting reports, commenting to Owner as appropriate. B. Outside Liaison Services 1. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project. Record the results of these inspections and report to Engineer. 062791 A-5 C. Meetings, Reports, and Document Review and Maintenance 1. Attend the preconstruction conference, and assist Engineer in explaining administrative procedures which will be followed during construction. 2. Prepare for and attend monthly progress meetings, and other meetings when deemed necessary, with the Owner and Contractor to review and discuss.construction procedures and progress scheduling, engineering management procedures, and other matters concerning the project. 3. Submit to the Owner weekly construction progress reports containing a summary of the Contractor's progress, general conditions of the work, problems, and resolutions or proposed resolutions of problems. _ 4. Review the progress schedule, schedule of shop drawings submissions, and schedule of values prepared by Contractor and consult with Engineer concerning their acceptability. 5. Report to Engineer, with a copy of the report to the Owner, whenever work is known to be defective, or does not meet the _ requirements of any inspections, tests or approval required to be made, or has been damaged prior to final payment, and advise Engineer when the work should be corrected or rejected or should be uncovered for observation,,or requires special testing, inspection, or approval. 6. Review applications for payment with Contractor for _ compliance with the established procedure for their submission and forward them with recommendations to Engineer, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered at the site but not incorporated into the work. 7. Record date of receipt of shop drawings and samples. Receive samples which are furnished at the site by'Contractor, and notify Engineer of their availability for examination. 8. During course of the work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed; and deliver this material to the Engineer for his review and forwarding to Owner prior to final acceptance of the work. 9. Maintain a marked set of record drawings and specifications at the jobsite based on data provided by the Contractor. This information will be combined with information maintained 062791 A-6 r� by the Contractor and a master set of record documents r. submitted by the Resident Project Representative to the Engineer. 10. Review certificates of inspections, testings, and related approvals submitted by the Contractor in compliance with or required by laws, rules, regulations, ordinances, codes, orders, or the Contract Documents (but only to determine that their content complies with the requirements of, and results certified indicate compliance with, the construction contract documents). This service is limited to a review of items submitted by the Contractor and does not extend to a determination of whether the Contractor has complied with all legal requirements. 11. Maintain the following documents at the jobsite. a. Correspondence files. b. Reports of job conferences, meetings, and discussions among the Engineer, Owner, and Contractor. C. Shop drawings and samples submissions. d. Reproductions of original construction contract documents. e. Addenda. f. Change orders. g. Field orders. h. Additional drawings issued subsequent to execution of the construction contract documents. i. Engineer's clarifications and interpretations of the construction contract documents. j. Progress reports. k. Names, addresses, and telephone numbers of all contractors, subcontractors, and major suppliers of materials and equipment. 12. Maintain a daily diary or log book of events occurring at the jobsite, including the following information: 062791 a. Contractor's hours on the jobsite. A-7 b. Contractor and subcontractor personnel on:jobsite. C. Construction equipment on jobsite and hours of use. d. Observed delays and causes. e. Weather conditions. f. Data relative to questions of extras or deductions. g. List of visitors. h. Daily activities. i. Decisions. J. Observations connected with the progress of the work. k. Materials received on jobsite. The diary or log book shall remain the property of the Engineer. D. Assistance in Certification of Substantial Completion 1. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. 2. Assist Engineer in conducting final inspection in the companies of Owner and Contractor, and prepare a final list of items to be completed or corrected. 3. Verify that all items on the final list have been completed or corrected and make recommendations to Engineer concerning acceptance. 062791 A-8 TO: NOTICE OF ACCEPTANCE The City of Lubbock, having considered the proposals submitted and opened on the _day of 199_, for work to be done and materials to be furnished in and for: as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the day of 199_ at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer- tificates of insurance, and all other documents specified and required to be executed and furnished under the con- tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. in the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re- tained by the City of Lubbock. CITY OF LUBBOCK Owner's Representative -4T- (THIS PAGE LEFT BLANK INTENTIONALLY)