Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2009-R0185 - Water Lines Ahead Of Freeway - 04/23/2009
Resolution No. 2009-RO185 May 14, 2009 Item No. 5.24 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Unit Price Construction Contract (No. 8943) and any associated documents with Wright construction Co., Inc., of Grapevine, Texas, for water lines ahead of freeway construction per ITB #09-716-BM, a copy of which Contract is attached hereto and which shall be spread upon the minutes of this Council and as spread upon the minutes of this Council shall constitute and be a part hereof as if fully copied herein in detail. Passed by the City Council this 14th day of May , 2009. TOM MARTIN, MAYOR ATTEST: D. . �@ Rebec a Garza. City Secretary AP P OVED AS TO CON T NT: Aubrey Spe , .E. Director of Mter Utilities APPROVED A.,. O FORM: Don Vandiver, City Attorney DDres/ W rightU PConstCon09Res April 28, 2009 CITY OF LUBBOCK SPECIFICATIONS FOR WATER LINES AHEAD OF FREEWAY ITB # 09-716-BM Contract # 8943 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY hLtp://Dr.thereproductioncomppLny.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas lk, Fq jj Page Intentionally Left Blank Jt ITB # 09-716-BM, Addendum # 1 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://purchasing.ei.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # I ITB # 09-716-BM WATER LINES AHEAD OF FREEWAY April 13, 2009 April 23, 2009 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the REVISED and REISSUED specifications and drawings, attached: 00010-Table of Contents 02665- Water Works Piping, Valves and Fittings 15010- Hydra Stops 15020 - Insta Valves Division 4000 Special Items is now Division 15000 Mechanical 2. Bidders' attention is directed to the ***REVISED*** BID SUBMITTAL FORM, attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to 806-775-2164 or Email to bmacnairna,mylubbock.us. THANK YOU, CITY OF LUBBOCK Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder' responsibility to advise the City of Lubbock Public Works _Contractine Officer if anv laneua¢e. reouirements. etc.. or an combinations thereof inadvertently restricts or limits the Mguirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 09-716-BM-Ad-I TABLE OF CONTENTS WATER LINE RELOCATION AHEAD OF MARSHA SHARP FREEWAY DIVISION 1— GENERAL REQUIREMENTS 01010 Summary of Work....................................................................4 01011 Special Provisions and Conditions.................................................3 01019 Contract Considerations..............................................................1 01025 Measurement and Payment.........................................................1 01028 Change Order Procedures...........................................................3 01039 Coordination of Meetings...........................................................3 01140 Work Restrictions....................................................................3 01300 Submittal Procedures.................................................................4 01310 Progress Schedules..................................................................2 01322 Photographic Documentation......................................................2 01356 Storm Water Pollution Prevention Plan...........................................3 01400 Quality Requirements................................................................4 01410 Testing Laboratory Services........................................................3 01555 Barricades, Signs, and Traffic Handling..........................................1 01576 Waste Material Disposal............................................................2 01700 Contract Closeout.....................................................................3 DIVISION 2 — SITE WORK 02200 Demolition, Removal and Salvaging of Existing Material......................I 02221 Removing Existing Pavements......................................................2 02240 Dewatering............................................................................3 02260 02317 Excavation Support and Protection................................................2 Excavation and Backfill for Utilities...............................................10 02320 Utility Backfill Materials..............................................................4 02511 Installation of Water Distribution System Components ...........................7 02665 Water Works Piping, Valves, and Fittings.........................................12 02741 Hot -Mix Asphalt Paving.............................................................13 DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete...............................................................13 DIVISION 15- MECHANICAL 015010 Hydra-Stop..............................................................................7 015020 Insta —Valve.............................................................................4 SECTION 02665 WATER WORKS PIPING, VALVES, AND FITTINGS PART 1— GENERAL 1.1 WORK INCLUDED A. This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings, and accessories as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 01400 — Quality Requirements C. Section 01555 — Barricades, Signs, and Traffic Handling D. Section 02320 — Utility Backfill Materials 1.3 MATERIAL SCHEDULE A. 6", 8" and 10" lines shall be AWWA C 900 Class 150 (DR 18). 12" lines as specified on plans for material Class 150 and AWWA C 900 (DR 18). 24" line Class 150 or AWWA C905 (DR 25) B. Ductile Iron Fittings (AWWA C 153) C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) G. Mechanical Joint Restraints 1.4 SUBMITTALS A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.5 REFERENCES A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C 111— Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. Waterlines Ahead of Freeway 02665-1 March 2009 D. E. F. G. H. I. J. K. L. M. N. O. P. Q. R. S. T. U. V. W. X. AWWA C 104 — Rubber Seated Butterfly Valves. AWWA 509 — Resilient Seated Gate Valves for Water Supply. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. AWWA C 301— Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger -Shop Applied ANSFAWWA C-206 Standard for Field Welding of Steel Water Pipe ANSFAWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" -144" ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings ANSFAWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines ANSUAWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefm Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water Pipelines and Fittings ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings AWWA M-11 Steel Pipe - A guide for Design and Installation ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High - Temperature Service. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless ASTM E 165 Method for Liquid Penetrant Examination ASTM E 709 Guide for Magnetic Particle Examination ASME Section V Nondestructive Testing Examination ASME Section IX Welding and Brazing Qualification. AWS B2.1 Standard for Welding Procedure and Welding Qualifications. PART 2 — PRODUCTS 2.1 GENERAL A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. Waterlines Ahead of Freeway 02665-2 March 2009 N C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL. CHLORIDE (PVC) PIPE A. PVC pipe 10 inches and smaller shall be AWWA C-900, Class 150 (DR-18). B. PVC pipe 12 inches shall be AWWA C-900, Class 200 (DR-14) C. PVC pipe 14 inches and larger shall be AWWA C-905, Class 200 (DR-21). The outside diameter of the PVC pipe shall be cast iron equivalent. D. PVC pipe shall be formed with an integral ball and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint length shall be twenty (20) feet. E. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water. F. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as applicable. G. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE A. Ductile Iron pipe 12" shall be Class 200. B. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revisions: ANSI/AWWA C150/A21.50-81 ANSI/AWWA C104/A21.4-80 ANSI/AWWA C151/A21.4-80 C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI A21 A) specifications. The external surface shall be coated with an asphalt base paint. D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C 11-72 (ANSI A21.11) or its latest revision. 2.4 CONCRETE CYLINDER PIPE A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the latest revision of AWWA C-301. B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWAS C303-78 C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. Waterlines Ahead of Freeway 02665-3 , March 2009 E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. Portland cement used in the mortar shall conform to "Standard Specifications and Test for Portland Cement" A.S.T.M. serial designations C150 and C77. Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate. The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be nine inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.5 PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in accordance with AWWA C 104. B. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. C. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C153 110. Fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. a. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the specifications for coating and lining the pipe. b. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for ductile iron pipe. c. Where flanged fittings are used, the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers shall be stainless steel. 2.7 PIPE JOINTS a. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C111. b. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C 111. 2.8 STEEL CASING A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a Waterlines Ahead of Freeway 02665-4 March 2009 bituminous coating. Casing wall thickness for installation shall be in accordance with the following: Location Diameter Min. Wall Thickness Highway and Street Crossings 24" and smaller 0.2500" 26" or larger 0.3125" Railroad Crossings 18" and smaller 0.2500" 20" thru 26" 0.3750" 28" and larger 0.50001, B. Casing spacers shall be used to install carrier pipe inside the encasement pipe. To provide support around the periphery of the pipe should the pipe twist as it is pushed through the casing. The spacers shall be of a projection type that has a minimum number of projections around the circumference totaling the number of diameter inches. For example, eight (8) inch pipe shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a minimum of eighteen (18) projections. C. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto the carrier pipe so that the spacers do not move during installation. Installation instructions shall be provided with each shipment. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits per spacer listed in the brochure. These values in the brochure include conservative safety factors for class spacer used. Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on plans. D. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. E. Manufacturer: Projection type spacers shall be Raci type spacers, or approved equal by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. 2.9 VALVES A. General: Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves: a. All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze mounted throughout and shall meet all requirements of AWWA C 509. b. The valves shall be of the type of joint used in the piping. c. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two (2) inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. d. Gate valves shall be furnished with O-ring stem packing. e. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. f. Gate valves shall be Mueller, M&H, Darling, or Clow. Waterlines Ahead of Freeway 02665-5 March 2009 g. All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and sound without defects that will impair their service. No plugging or welding of such defects will be allowed. h. Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with ASTM A307 and A563, respectively. i. All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. C. Valve Boxes and Extension Stems: a. Extension stems shall be furnished on buried valves where the top of the operating nut is more than thirty-six (36) inches below finished grade. Top of the extension stem shall not be more than nine (9) inches below the top of the valve box. b. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which will be used, as an extension from the top of the valve to within eight (8) inches of the ground surface. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base, with the base being approximately four (4) inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension shall be considered as a part of the box. Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal. 2.10 HYDRA -STOP A. HYDRA -STOPS will be installed on each end of the 24' line in order to plug and seal the existing 24" crossing. Installation and specifications shall meet the requirements of the manufacturer. 2.11 FIRE HYDRANTS A. Hydrants shall be: a. Clow Medallion. b. American Darling Model B-84-B. c. Dresser 129-09 d. Mueller Centurion e. Approved equal. B. Hydrants shall meet AWWA C-502 C. Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. D. Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2- 1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. E. The hydrant shall be for a 6-inch main. F. Existing fire hydrants will be removed and salvaged. Take existing fire hydrants to Municipal Hill at 402 Municipal Drive Lubbock, Texas 79457. 2.12 JOINT RESTRAINTS Waterlines Ahead of Freeway 02665-6 March 2009 I' 4 f_. A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer's recommendations. F�IC�K�`Z�7�1 A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 — EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by y the Engineer, and the Contractor shall remove such defective material from the site of the Work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the Work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. C. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or Waterlines Ahead of Freeway 02665-7 March 2009 horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection noted on the Drawings. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. 3.7 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting fittings or closure pieces- shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and not trench water shall be permitted to enter the pipe. D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. F. Defective joints shall be repaired as directed by the Engineer. G. Mechanical Joint Piping: The last eight (8) inches outside of the spigot and 3 inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland i toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the { thick edge toward the gland. a. The entire section of the pipe shall be pushed forward to seat the spigot end s in the bell. The gasket shall then be pressed into place within the bell; care Waterlines Ahead of Freeway 02665-8 March 2009 { .t shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque limiting wrench. b. Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. J. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 3.10 FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS, AND FITTINGS A. General: Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior to installation. After pressure has been applied to the line, stuffmg boxes shall be checked and tightened if necessary. B. Valve Boxes: Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. All valve boxes under pavement shall be adjusted to finished pavement grades. C. Fire Hydrants: Fire hydrants shall be located at the points shown on the Drawings. All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. a. The hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. The bowl of the hydrant shall be well braced Waterlines Ahead of Freeway 02665-9 March 2009 against unexcavated earth at the end of the trench with concrete blocking. The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. b. Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. c. The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. d. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. e. Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12 THRUST RESTRAINT A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with suitably restrained joints per the manufacturer's recommendation. B. Restrained Joints: restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be allowed under only under special circumstances as approved by the Engineer. 3.13 EXCAVATION, TRENCHING, AND BACKFILLING A. Backfill of Excavations. a. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. Backfill around pipe with specified granular bedding material that is free of large rocks, topsoil, debris or other unacceptable material. b. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted or hand tamped to a point 12 inches above the top of the pipe C. Backfill from 12 inches above the pipe to the finished grade will be as follows: i. For unpaved areas, use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum six (6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum moisture content. Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. Copies of these tests shall be provided to the Owners Representative. The City of Lubbock Waterlines Ahead of Freeway 02665-10 March 2009 N N will perform random spot testing at no expense to the contractor. ii. For paved areas, place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under the bottom of the pavement in a minimum of thickness of 12". The backfill from 12-inches above the top of pipe to the CSB shall be in placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D- 698. These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidders expense. Copies of these tests shall be provided to the Owners Representative. The City of Lubbock will perform random spot testing at no expense to the contractor. 3.14 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: a. Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours. b. Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100 percent, but not greater than 120 percent of the pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. c. Allowable Leakage — The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): PVC: Ductile Iron: L = ND(P) L = SD(P)� 7,400 133,200 where: L = allowable leakage in gallons per hour N = number of joints in length of pipe tested S = length of pipe D = nominal diameter of the pipe in inches P = average of the maximum and minimum pressures within the test section in psi Waterlines Ahead of Freeway 02665-11 March 2009 d. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.15 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe during construction. B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner's Representative may witness the disinfection activities. C. Quality Assurance: a. Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. b. The City of Lubbock laboratory will be used for bacteriological testing. D. Chemicals: a. Acceptable disinfectants are liquid and solid forms of hypochlorites. Liquid chlorine gas is not acceptable. b. Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. c. The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. E. Temporary Facilities: a. Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. b. Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. c. No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. F. Final Flushing: a. Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. b. Flush water in a location and manner approved by the Engineer. c. Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg1L. G. Sampling and Analysis: a. Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample from each end of the pipeline in the presence of the Engineer or Owner's representative. b. The Owner's representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. Waterlines Ahead of Freeway 02665-12 March 2009 IN c. Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. H. Acceptance: a. Facilities will be considered properly disinfected when two (2) consecutive sets of acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. b. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of Lubbock water distribution system. 3.15 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. B. The boring shall proceed from a pit provided for the boring equipment and workers. Excavation and location of the pit shall be approved by the Engineer and County as appropriate. Boring without the concurrent installation of the casing pipe will not be permitted. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. Jetting will not be permitted. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the installation. All casing pipe joints shall be welded. Care shall be taken to keep the pipe sleeve on the proper line and grade. C. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. 3.16 PIPE IDENTIFIERS A. Marking Tape: All pipes installed in an open trench will be identified with the appropriate color and description of three (3) inch wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. Install detectable tape as deep as it can be detected but no closer to the non- metallic pipe than twelve (12) inches. 3.16 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the Work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep areas in a presentable condition. Waterlines Ahead of Freeway 02665-13 March 2009 END OF SECTION Waterlines Ahead of Freeway 02665-14 March 2009 SECTION 15410 SUGGESTED SPECIFICATIONS FOR HYDRA -STOPS ON PRESTRESSED CONCRETE STEEL CYLINDER PIPE 1.0 SCOPE: Under this item Contractor shall furnish all materials, labor and equipment to properly install a Hydra -Stop into the existing Prestressed Concrete Steel Cylinder water main at the locations shown on the plans. 1.1 DESCRIPTION OF PROCEDURE: The Hydra -Stopping procedure is a means of temporarily plugging a pressurized pipe without disrupting pressure or service upstream of the Hydra -Stop. A Pressure Tap is first made into the main, allowing insertion of the Hydra -Stop plugging special Hydra -Stop fitting, the tapping valve can be later recovered after the plugging head has been removed from the main. The sequence consists of sixteen steps, two of which must be accomplished prior to placing orders for Hydra -Stop materials. 1.1.1 For Concrete pipe - determine from engineering, and/or manufacturers' records: (a) make, (b) specification, (c) age, (d) cross sectional dimensions (cylinder reinforcing/prestressing, core and coating) 1.1.2 Prior to ordering material: Excavate, dewater, expose and clean the exterior of the main at location of Tap(s). If main is heavily corroded; or if utilities will interfere with fittings, support/reaction blocking, or equipment; move location up or downstream to structurally sound pipe. a. Caliper O.D. of all mains to determine ovality. b. Verify wall thickness and interior condition. c. Remove outer coating and prepare a template of cylinder contours. This must be accomplished at the point where Pressure Tap(s) is to be installed. d. Backfill, restore as necessary. 1.1.3 Upon fitting delivery, re -excavate; dewater. Assemble split tapping fitting(s) to the main. 1.1.4 Pressure test per Engineer's specs. 1.1.5 Pour concrete support and reaction blocking. Allow to cure per Engineer's instructions. 1.1.6 Mount temporary tapping valve(s) to tapping fitting(s). 1.1.7 Mount tapping machine; open valve; pressure tap; retract cutter; close temporary valve, remove tapping machine. 1.1.8 Mount Hydra -Stop machine, open temporary valve; insert Hydra -Stop plugging head into main. a. If two or more Hydra -Stops; insert downstream plugging head first. b. NOTE. No flow in main greater than 0.5 fps at time plugging head is inserted into main. 1.1.9 Test for shutdown at drain nozzle. 1.1.10 Cut downstream main. Install required fittings. 1.1.11 Retract Hydra -Stop plugging head(s), close temporary valve. Remove Hydra -Stop machine. 1.1.12 Install completion machine; open valve. 1.1.13 Insert completion plug into nozzle of Hydra -Stop fitting. 1.1.14 Remove completion machine and temporary valve. 1.1.15 Repeat Par. 1.1.12 thru 1.1.14 at other Hydra -Stop fittings(s). 1.1.16 Install blind flange(s) into nozzle of Hydra -Stop fitting(s) and into drain fitting(s). 1.2 INTERRUPTION OF FLOW: The existing mains cannot be shut down or taken out of service. To insure that the entire operations shall be accomplished without interruption of water service or flow, the installation shall be accomplished by Contractor personnel skilled and experienced in the procedures specific to Hydra -Stops of this size. 1.3 REDUCTION OF PRESSURE: The entire operation of making the Tap(s) shall be accomplished with the line pressure operating at no more than the safety limit established by mathematical calculation of the hoop stress of the unsupported cylinder with the reinforcing (prestressing) wires removed. A safety factor of 80% of yield is normally used. This calculation will determine the maximum operating pressure at the time of the material installation and the Tap. 1.4 PRELIMINARY FIELD INSPECTION OF MAINS: Dimensional, specification, and other data regarding the existing mains have been taken from records, many of which are old and/or inadequate. These data have not been verified r by field inspections. Many of these mains consist of very old concrete pipe which may contain dimensional and structural flaws. In addition, it is anticipated that exterior main r conditions, service connections, or presence of adjoining utilities may require relocation of proposed Taps. - 1.4.1 It is necessary to know the exact main O.D., ovality, and cylinder diameter before Hydra -Stopping fittings can be manufactured. 1.4.2 Prior to ordering material, Contractor shall excavate at each proposed location and caliper the header O.D. along at least four (4) diameters to determine ovality. 1.4.3 Contractor shall determine main wall thickness, uniformity and structural integrity by means of ultrasonic testing. Data shall be submitted to Engineer. 1.4.4 Contractor shall expose a section of the internal steel cylinder at the Pressure Tap location and prepare a template showing the actual contour of that cylinder. Contractor shall apply Portland cement mortar to the exposed cylinder, filling the recess flush with the O.D. of the main. Mortar will be allowed to harden before backfilling. 1.4.5 If, in Engineer's opinion, the proposed location is unsatisfactory he will direct excavation at another site. Excavating, dewater, inspections, backfill and restoration will be separate pay items. 1.5 HYDRA -STOP FITTING AND ACCESSORIES, CONCRETE PIPE: Fitting shall be full encirclement type, split tee. It shall consist of three steel weldments; (1) an upper flange saddle plate and (2) a lower saddle plate/or straps and (3) tapping flange and nozzle with gland sealing against internal cylinder in concrete main. 1.5.1 Material Drawings: Contractor shall submit to Engineer five (5) sets of drawings, furnished by manufacturers, fully and distinctly illustrated and describing the tapping fittings proposed to be furnished. 1.5.2 General: Manufacturer will exercise extreme care to insure that weldments are of adequate strength, properly shaped, securely reinforced and free from distortion that could stress the concrete main or its internal steel cylinder during pressure tapping. 1.5.3 Steel Weldments: All steel shall meet the requirements of ASTM A36, as a minimum. All weldments shall be braced and stress relieved. 1.5A Gaskets: Shall be molded from elastomer compounds that resist compression setting and are compatible with drinking water in the 32 to 140 deg. F temperature range. 1.5.5 Coating: Unless otherwise noted, all exposed steel surfaces shall be given one coat of shop prime paint. 1.5.6 Upper Flange Saddle Plate Assembly: Shall consist of a saddle plate, an anchor flange, and a cylindrical anchor neck (or nozzle). a. Saddle plate shall be of 0.375" minimum thickness and shaped to concentric to the outside of the concrete main. Grout hoppers shall be provided, equally spaced across the saddle plate. b. A cylindrical anchor neck of 0.375" min. wall thickness shall be securely welded to the saddle plate. c. A 1.25" thick anchor flange shall be drilled and tapped to allow attachment of the gland assembly. The anchor flange shall be securely welded to the anchor neck. d. Two sets of gaskets shall be provided to retain the grout between the saddle plate and the outer coating of the concrete main. One gasket will be placed second will lie immediately outside the neck. 1.5.7 Lower Saddle Plate: The lower saddle plate/straps opposite the tapping nozzle) shall be shaped to fit the contours of the outer coating of the concrete pipe. 1.5.8 Hydra -Stop Flange And Nozzle Assembly. This weldment shall consist of the Hydra -Stop flange and nozzle welded to a gland which shall seal against the internal cylinder in the concrete pipe. a. The flange shall be drilled to match the anchor flange and Class 125 (ASA B 16.1- 1960) Flange shall also have locking pins built into retain the completion plug. b. Minimum wall thickness of nozzle shall be 0.375". c. The gland shall seal to the exterior of the cylinder by means of an elastomer gasket confined in a steel retainer ring. This retainer shall be shaped by manufacturer to conform to the contour of the steel cylinder in the main. Contractor shall provide manufacturer with a template prepared from a section of the main at the locations where the Tap is to be installed (See Section 1.4.4, above). LI 1.5.9 Completion Plug: The completion plug shall be machined from a stress relieved carbon steel weldment. It shall contain two (2) circumferential grooves: one to receive the locking devices from the Hydra -Stop flange, and the second to contain a compressible "O" ring to seal pressure tight against the bore of the flange. 1.5.10 Blind Flange: The Hydra -Stop fitting shall be closed with a blind flange. Facing and drilling of the blind flange shall be compatible with that of the Hydra -Stop flange. Minimum blind flange thickness shall be that of AWWA Spec. 207, Class D. 1.5.11 Gaskets: Shall be molded from elastomer compounds that resist compression setting and are compatible with water in the 32 to 140 deg. F temperature range. 1.6 INSTALLATION OF HYDRA -STOP FITTING, CONCRETE CYLINDER PIPE: Note: Cylinder shall have been exposed and inspected by Contractor, per Section 1.4, prior to ordering tapping fitting. Contractor shall power wire brush and grind the exterior of the main to remove any debris, corrosion deposits, or other surface irregularities that might interfere with proper seating and sealing of each tapping fitting against each main. Any structural defects in main, service connections appurtenances, adjacent utilities, etc. that could interfere with Tapping installation shall be immediately reported to Engineer. 1.6.1 Inspection: Contractor shall fit upper and lower saddle assemblies to main, thoroughly checking for proper fit to main. 1.6.2 Assembly to Main: Under no circumstances shall Contractor attempt to force, reshape or bend saddle plates by excessive tightening of saddle studs while Hydra -Stop fitting is assembled around the main. a. Any retrofitting shall be accomplished with the fitting removed from the main. b. Any damage to fitting, accessories, or main shall be repaired at Contractor's expense to the satisfaction of Engineer. 1.6.3 Assemble of Saddle: Upper and lower saddle assembly shall be drawn up against the main to compress gaskets (1.5.6 c). a. The exterior surface of the nozzle half of the main be wetted thoroughly by pouring water into the grout hoppers. 1.6A Grouting: Grouting material shall be a rich, high early strength, non -shrink, Portland cement mixture. Its' consistency shall be fluid enough to allow it to flow between the saddle plate and the surface of the main. a. Upper saddle plate shall be grouted by pouring mixture into grout hoppers and vibrating saddle plate to eliminate air pockets. b. After grout has taken initial set, draw studs shall be tightened as necessary. 1.6.5 Exposure of Cylinder: Contractor shall chip exterior concrete coating from main to expose reinforcing cages or prestressing wires. Any cages not touching cylinder may be - cut by torch or cold chisel. Contractor shall exercise extreme caution to avoid damage to cylinder. NOTE: Pressure in line may have to be reduced during installation of Hydra- Stop Fitting. 1.6.6 Hydra -Stop Flange/Nozzle Gland Assembly: Contractor shall thoroughly clean and prepare the surface of the cylinder to insure a pressure -tight seal to the gland gasket. Surface imperfections such as weld seams shall be carefully filled. 1.6.7 Pressure Test: Using a tapped blind flange, Contractor shall pressure test the Hydra - Stop fitting to verify satisfactory gland/cylinder seal. Test pressure shall not exceed line pressure in the main to avoid collapsing the cylinder and liner. 1.6.8 Nozzle Grouting: The entire volume between the Hydra -Stop nozzle and the anchor neck shall be filled with grouting material per Section 1.6.4 Contractor shall vibrate the nozzle to eliminate air pockets. a. Nozzle grout must thoroughly set before mounting tapping valve. 1.7 THRUST AND SUPPORT BLOCKING: Prior to mounting tapping valve and pressure tapping machinery, Contractor shall install concrete thrust and support blocking as shown on the plans. Blocking shall reach a minimum cure strength specified by Engineer before any valves or machinery shall be mounted onto the Hydra -Stop fitting. 1.8 CUTTING OPERATION: Drilling equipment shall be in good condition, and equipped with power drive to insure smooth cutting and to minimize shock and vibration. Cutting equipment shall be carbide tipped and capable of being renewed without removal from jobsite. 1.8.1 Tapping Equipment: Shall be mounted and blocked to tapping valve and the entire assembly pressure tested. a. Upon acceptance from Engineer the Pressure Tap may be performed. b. Upon completion of Tap, machine shall be retracted, with coupon, into its' housing, (- tapping valve closed and equipment removed. 1.9 HYDRA -STOP MACHINERY: f , The equipment shall consist of a folding plugging head that contains an elastomer sealing element. The plugging head is advanced into and from the main by means of a linear actuator. When retracted, the plugging head and carrier are housed in an adapter, bolted pressure tight between the tapping valve and the actuator. f 1.9.1 Plugging Head: The diameter of the plugging head shall be (1) pipe size (minimum) smaller than the bore of the main. Plugging head shall open mechanically and sealing element be in full contact with the bore of the main when fully seated. 1.9.2 Sealing Element: The element shall be monolithically molded from a suitable polyurethane compound. The element shall be flat in a plane perpendicular to the flow in the main and seal against the I.D. of the main when plugging head is in the full open position. 2.0 COMPLETION: The completion of the Hydra -Stopping shall include the installation of the Completion Plug (1.5.9) and a Blind Flange (1.510). 2.0.1 Completion Plug: Test of completion plug (1.5.9) sealing shall be accomplished through bleed -off in machinery housing. 2.0.2 Removal: Temporary valve shall be removed and installation of blind flange shall be completed. SECTION 15020 INSTA VALVES PART 1 GENERAL 1 1FUIU_: This section of specifications covers the Insta-Valve valves of V, 6", 815, 10",12" and 16" Nominal Sizes. U.S. Patent # 6,810,903 B1 1.2 SUBMITTALS Submit manufacturer's data and specifications for Hydra Stop Insta-Valve or approved equivalent. PART 2 PRODUCTS 2.1 INSTA-VALVE SYSTEM The Insta-Valve System shall provide a means to install a permanent block (open -close) valve into a pressurized water main - with no interruption of flow through the pipe and no reduction of line pressure (below 125 psig). The insertion of an Insta-Valve shall be accomplished through a single circular hole cut (under full line pressure) into the top of the pipe. The hista Valve, itself, permanently remains in the water distribution piping to allow shutdowns in the same manner as any gate, ball or butterfly block valve originally installed with the water main. 1. Machinery and Equipment This group shall include the Drilling Machine, which shall be used to cut (pressure tap) the access hole into the top of the pipe. Using various adaptors and inserting tools, this Drilling machine shall be used to install Insta-Valves. With the addition of certain parts, this Basic Machinery shall also be used for making conventional pressure taps and for installing and removing temporary linestops in water mains. Air or hydraulic drive motor or an optional electric drive shall be required to power the Drilling Machine to make the access cut (pressure tap) into the top of the pipe. 2. Insta-Valve: The Insta-Valve shall consist of three subassemblies: the Valve Body, which shall be mounted pressure -tight around the main; the Valve Cartridge, which shall be inserted, under full line pressure, into the Valve Body; and the Cartridge Closure Flange, which shall secure and permanently seal the Cartridge to the Body. Test and maximum operating pressures shall be as follows: Test pressure: 200 psig Working pressure: 150 psig A. Valve Body: The Valve Body shall consist of a two-part stainless steel fitting of the Saddle type with a Type L 304 stainless steel hollow cylindrical nozzle, welded to the upper saddle half. The two part Body shall be assembled around the water main and pressure -sealed to the main by a single griddled resilient sheet gasket. The gasket shall fully encircle the pipe, providing a 360-deg. full area seal. Suitable fasteners and supporting lugs shall be provided, as specified below. Eastport Industrial Area 15110-1 August 2008 Water System Improvements Saddles: Saddles shall be formed from Type 304L stainless steel. Minimum Upper Saddle thickness shall be 0.120", Lower Saddle, 0.083". The design of the Saddles, Bolting, Lugs and Armor Plates shall be such that the Fitting halves can be mounted, without further modification, pressure -tight onto the following 4", 6", 8" ,10",12" and 16" nominal size pipes: 1) Cast Iron: Pit Cast - Classes A, B, C. & D 2) Cast Iron: Centrifugal - Classes — all 3) Asbestos -Cement: Classes 100, 1504 & 200 4) Ductile Iron: Classes — all 5) PVC (AWWA C900): Classes 100, 150, & 200 Bolting Lugs Bolting lugs shall be Type 304L stainless steel weldments and shall be designed and positioned on the fitting halves to insure accurate assembly of both halves. After assembly around the pipe, the vertical spacing of the Bolting Lugs between the two fitting halves shall allow adjustment to accommodate the range of pipe diameters specified above. Bolting Studs: Bolting Studs, Nuts, along with any formed metal washers shall be fabricated from Type 304 stainless steel. All screw threads shall be 5/8-11UNC-2 (coarse). Nuts shall be heavy series. The number of fasteners per side of each fitting shall be as follows - 4"A; 6": 5; 8": 5, 10":6; 12": 6 16":24. Sheet Gasket: Sheet Gasket shall be molded from a virgin SBR elastomer compound that will resist compression set and is compatible with cold drinking water in the normal 32 to 120 deg. Minimum thickness of the Sheet Gasket shall be 0.125". A griddled ("waffle") pattern shall be molded on the inner side of the gasket. Each side (which lies parallel to the run of the pipe) of the Gasket shall be tapered to allow uniform distribution of clamping (gasket) pressure over the entire circumference of the pipe. A stainless steel Armor Plate shall be attached to each side of the Gasket to bridge the gap between the Saddle Halves. Nozzle Nozzle of the Upper Fitting Half shall be machined from Type 304 stainless steel, and shall have a weldneck Valve Flange with locking pins to mate with the top groove of the Stuffing Box Plate (which is part of the Valve Cartridge). Below these locking pins, the interior of the Nozzle shall be accurately bored to seal against the "O"- ring contained in the Stuffing Box Plate. The bore shall be further machined to provide a shoulder to vertically locate the Valve Cartridge when it is inserted into the Body. 1) Two opposing rectangular keyways shall be machined into the interior wall of the Nozzle to receive the Guide Keys on the Valve Cartridge Carrier. B. Valve Cartridge: Valve Cartridge shall consist of a Stuffing Box Plate, Valve Stem with Operating Nut, Valve Plugging Head that shall consist of a Carrier with an internal Deformable Sealing Element and two external Resilient Sealing Sleeves, and ancillary parts and fasteners. This Cartridge shall be inserted into the Nozzle under full line pressure by means of a Cartridge Inserter, which shall be attached to the Drilling Machine (that cut the access hole into the top of the main). Stuffing Box Plate: Eastport Industrial Area 15110-2 August 2008 Water System Improvements Stuffing Box Plate shall retain the collar of the Valve Stem against the Cartridge Closure Flange to prevent vertical motion during normal operation of the Insta-Valve. Suitable thrust washers shall be installed above and below the Stem collar. 1) The bore of this plate shall provide a pressure sealing surface for "0"-rings mounted on the valve stem. 2) The exterior of this plate shall be grooved to receive locking pins installed from the nozzle flange after plate has been inserted into the nozzle and has seated against the internal nozzle shoulder. Below this pin groove, the plate shall be further machined to accept a "0"-ring to provide a pressure -seal between the exterior of the plate and the bore of the nozzle. 3) All "0"-rings and fasteners used in the stuffing plate and nozzle flange shall meet the requirements of AWWA C509. Valve Stem: During normal operation of the Insta-Valve, rotation of the stem shall advance the valve carrier with sealing devices into the fully closed position to stop flow in the pipe. Reversal of stem rotation shall retract the carrier into the completely open position, allowing full flow through the main. 1) The stem shall be machined from wrought bronze. The composition and strength of the bronze, the minimum dimensional requirements of the stem and collar shall conform to AWWA C509. With a 700 LB torque capacity. 2) At customer's option, the stem shall be machined to open the valve by turning it clockwise (open right) or counter clockwise (open left). 3) The top the stem shall be provided with a detachable, 2" square operating nut that shall conform to AWWA C509. Valve Plugging Head: Valve plugging head hall consist of two major components: rigid cylindrical Carrier and three elastomer sealing devices, along with connecting parts and fasteners. 1) Carrier shall be a rigid, solid cylinder, turned to provide clearance to enter the access (tapped) hole in the pipe. A vertical central slot shall be machined into the lower portion of the Carrier. This slot shall contain a single flat Deformable Sealing Element. The Carrier shall consist of a solid CM-909 body with rubber coating on the middle half of the CM-909 body. 2) Bottom of Carrier shall be hemispherical to generally conform to the bore of the pipe. It shall be designed to break and to dislodge tuberculation and other deposits that might interfere with a suitable shutdown. 3) The Carrier top, above the slot, shall contain an internal brass thread to mate with that on the Valve Stem. Suitable mechanical means shall be provided to attach the Deformable Element to the Carrier to insure retraction upon opening. 4) Rectangular Guide Keys shall be inserted to the top of the Carrier. These Keys shall be positioned to engage with and slide in the keyways machined into the interior walls of the Nozzle. This action shall maintain alignment of the Valve Cartridge when the Insta-Valve is operated. 5) A single Deformable Sealing Element shall be contained inside the slot in the Carrier. The Element shape shall be generally flat with the lower end semi- circular to seal the bottom of the pipe. The Carrier shall deform that Element into sealing contact with the pipe wall when the Insta-Valve is closed. 6) A Resilient Sleeve shall be attached to each of the two vertical cylindrical sides of the Carrier. When the Insta-Valve is closed, these two Sleeves shall seal against the Eastport Industrial Area 15110-3 August 2008 Water System Improvements Deformable Element and those surfaces of the pipe not sealed by the element, thereby completing the shutdown. C. Cartridge Closure Flange: The Cartridge Closure Flange with a flat flange gasket shall be used to complete the installation of the Insta-Valve. After the Stuffing Box Plate has been seated on the shoulder in the Nozzle and the Lock Screws have been tightened from the Nozzle Flange, the Valve cartridge is now mechanically secure in the Valve Body. All water leakage paths have been sealed. The installation equipment shall now be removed and the Closure Flange shall be installed over the thrust washer in the Valve Stem. A Stem "O"- ring shall pressure -seal against a bored hole in the Closure Flange. The Flange shall then be bolted to the Nozzle flange, followed by installation of the Valve Operating Nut. Materials I) Cartridge Closure Flange, at manufacturer's option, shall be machined from mild structural steel, cast or ductile iron. 2) "0"-rings; gaskets, thrust washers; flange bolts and nuts shall meet the requirements of AWWA C509. PART 3 EXECUTION 3.1 GENERAL Installation of Insta-Valve valves shall be as recommended by the manufacturer. Eastport Industrial Area Water System Improvements END OF SECTION 15110-4 August 2008 *** REVISED *** BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: 09-716-BM - WATER LINES AHEAD OF FREEWAY Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of WATER LINES AHEAD OF FREEWAY, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. Estimated 1-I Item Quantity No. & Unit Description of Item Total Amount I Line W-1 . 1. 365 LF Furnish and install 6 inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. 3 TOTAL ITEM #1: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 2. 1 EA Furnish and install 6 inch gate valve and box, excavation, gravel embedment, backfilled to 95% ( proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #2: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) I 3. 1 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #3: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 4. 43 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM #4: $ /SY{ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Line W-2 5. 482 LF Furnish and install 10 inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM 45: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 6. 2 EA Furnish and install 10 inch gate valves, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #6: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 7. 1 EA Furnish and install 10 inch insta valve excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #7: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 8. to SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM #8: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Line W-3 9. 18 LF Furnish and install inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #9: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 1 EA Furnish and install 6" insta valve and valve box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM # 10: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 11. 1 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM # 11: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 12. 25 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM #12: $ /SY(, ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Line W-4 i_ t 13. 61 LF Furnish and install 24 inch Class 150 Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM # 13: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 2 EA Furnish and install 24" X 20" tapping sleeve and valve and valve box including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM # 14: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 15. 2 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #15: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 16. 100 LF Furnish and install 36" Steel Casing by jack and boring and install 24 inch pipe, including excavation, trench protection, any required shoring of launching and receiving pits, backfilling and compaction of pits, installing the pipe 36" and 24", pipe material for both 36" and 24", casing spacers, casing end seals and disposal of spoils and complete with all necessary appurtenances and testing. TOTAL ITEM #16: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials 3 Item Estimated No. Quantity & Unit Description of Item Total Amount 17. 362 LF Furnish and install 36" Steel Casing by open cut and install 24 inch pipe, including excavation, trench protection, backfilling and compaction of pits, installing the pipe 36" and 24", pipe material for both 36" and 24" , casing spacers, casing end seals and disposal of spoils and complete with all necessary appurtenances and testing. TOTAL ITEM #17: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 18. 300 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM #18: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Line W-5 19. 176 LF Furnish and install 8 inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #19: $_ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 20. 1 EA Furnish and install 8 inch gate valve and box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #20: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 21. 1 EA Furnish and install 4 insta valve, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #21: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 22. 1 EA Furnish and install 8 insta valve and box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #22: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 23. 3 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #23: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 24. 20 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM #24: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Line W-6 25. 660 LF Furnish and install 12 inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #25: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 26. 78 LF Furnish and install 24" Steel Casing and 12" AWWA C-900 PVC pipe by jack and boring, including excavation, trench protection, any required shoring of launching and receiving pits, backfilling and compaction of pits, installing the pipe, pipe material, casing spacers, casing end seals and disposal of spoils and complete with all necessary appurtenances and testing. TOTAL ITEM #26: $.__ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 27. 2 EA Furnish and install 12 inch gate valve and box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #27: $ /EAR ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) J 28. 1 EA Furnish and install 12 inch insta valve and box excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #28: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 29. 1 EA Furnish and install 8 inch insta valve excavation, gravel embedment, backfilled to 95% proctor, f ) testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. I TOTAL ITEM #29: $ /EAR ) i � (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) t 30. 2 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM 430: $ /EA( l (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials 5 Item Estimated No. Quantity & Unit Description of Item Total Amount 31. 55 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM 431: $ /Sy( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Line W-7 32. 150 LF Furnish and install 12 inch Class 150 Ductile Iron Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #32: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 33. 1 EA Furnish and install 10 inch insta valve and box excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #33: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 34. YEA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #34: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 35. 50 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM #35: $ /Sy( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 36. 120 LF Furnish and install 24" Steel Casing and 12 in ductile iron pipe by jack and boring, including excavation, trench protection, any required shoring of launching and receiving pits, backfilling and compaction of pits, installing the pipe, pipe material, casing spacers, casing end seals and disposal of spoils and complete with all necessary appurtenances and testing. TOTAL ITEM #36: $ /L,F( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 37. 373 LF Furnish and install 24" Steel Casing and 12" ductile iron pipe by open cut, including excavation, trench protection, backfilling and compaction of pits, installing the pipe, pipe material, casing spacers, casing end seals and disposal of spoils and complete in place with all necessary appurtenances and testing. TOTAL ITEM #37: $ /L,F( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount Line W 8 38. 22 LF Furnish and install 6 inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #38: $ /LF( a ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the mount shown in words shall govern.) 39. 1 EA Furnish and install 6 inch gate valve and box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #39: $ /EA( 1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) 40. 1 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #40: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Miscellaneous 41. 1 EA Conduct a field survey of all proposed water mains adjustment installation and valves and provide the x, y, and z coordinates of all the water mains and valve locations. In both state plane coordinates and TxDOT surface coordinates. TOTAL ITEM #41: $ /EA( i (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 42. 1 LS Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into - existing storm water systems and playa lakes. This item shall include all equipment, tools, fees, required documents and labor: TOTAL ITEM #42: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 43. 1 LS Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic Engineering Department prior to implementation. This plan shall include all lights, signs, barricades, cones and other assorted equipment and tools. TOTAL ITEM #43: $ /LS(, ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 44. 17,560 LB Furnish and install ductile iron fittings including excavation, trench protection, backfilling, thrust restraint blocks and disposal of spoils and complete in place with all necessary appurtenances. TOTAL ITEM #44: $ /LB(_ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials 7 Item Estimated No. Quantity & Unit Description of Item Total Amount 45. 1,000 LF Provide and maintain a Trench Safety System as per OSHA regulations, include all equipment, tools and labor. TOTAL ITEM #45: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 46. 10 EA Cut and Plug Water Lines 4"- 24" including all appurtenances. TOTAL ITEM #46: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 47. 1 EA Equipment mobilization/demobilization. Provide all equipment and tools to complete project, insurance, bonds, move in/out related costs and preparation of NOI and NOT complete. TOTAL ITEM #47: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 48. 2 EA Furnish and install fire hydrant assembly including 6 inch gate Valve fittings, excavation, gravel, embedment, backfill to 95% proctor, testing, pavement cuts, disposal of spoils, and all necessary accessories complete and in place. TOTAL ITEM #48: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 49. 1 EA Double Hydra Stop including excavation backfilled to 95% proctor, testing, pavement cuts and disposal of spoils. TOTAL ITEM #49: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL BID, ITEMS # 1- # 49: MATERIALS: $ LABOR: $ TOTAL BID ITEMS #1 - # 49: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 180 (ONE HUNDRED EIGHT'S) calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $2,814.00 (TWO THOUSAND. EIGHT HUNDRED, FOURTEEN AND 00/100 DOLLARS) for each calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder's Initials Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Sea] if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Authorized Signature t (Printed or Typed Name) Company Address City, County State Zip Code -, Telephone: - Fax: FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman I I Black American I Native American Hispanic American I I Asian Pacific American I I Other (Specify) 9 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us M # 09-716-BM, Addendum # 2 ADDENDUM # 2 ITB # 09-716-BM WATER LINES AHEAD OF FREEWAY DATE ISSUED: April 21, 2009 CLOSE DATE: April 23, 2009 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Contractor must anticipate caliche rock formations project throughout the 'ect area. Excavation g P by means of explosives will NOT be permitted. Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to 806-775-2164 or Email to bmacnair(@mvlubbock.us. THANK YOU, CITY OF LUBBr�OA�CK 6 6 " 71&MM Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's reWgpo ibility to advise the City of Lubbock Public Works Contracting Officer if any langoge requirements etc or any combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a singe source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 09-716-BM-Ad-2 1 Page Intentionally Left Blank CITY OF LUBBOCK INVITATION TO BID FOR TITLE: WATER LINES AHEAD OF FREEWAY ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 09-716-BM Contract # 8943 PROJECT NUMBER: 9247.9241.20000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Pase Intentionally Left Blank City of Lubbock, TX Public Works Contracting Office Contractor Checklist for ITB # 09-716-BM Before submitting your bid, please ensure you have completed and included the following: 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to / provide a bid surety WILL result in automatic rejection of your bid. 3. J Clearly mark the bid -number, title, due date and-tim�-and your company name and -address on the / outside of the envelope or container. 4. v Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late bids will not be accepted. 5. v1 Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 6. f Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REOUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING 1. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. — \JJ"ta H'P Co" TtAL. (Type or Print Company Name) Paae Intentionally Left Blank t_ i. 1. 2. 3. 4. E 5. 6. 7. 8. 9. r_ 10. 11. 12. 4 INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 3-5. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when bids are due.) 4-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Pate Intentionally Left Blank NOTICE TO BIDDERS Page Intentionally Left Blank NOTICE TO BIDDERS ITB # 09-716-BM Sealed bids addressed to Bruce MacNair, Public works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 P.M. on April 23, 2009, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "WATER LINES AHEAD OF FREEWAY" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Public works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Public works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 P.M. on April 23, 2009, and the City of Lubbock City Council will consider the bids on May 14, 2009, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on April 8, 2009 at 1:00 P.M., in the Lubbock Memorial Civic Center, Room 101,1501 Mae Davis Lane, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hft://���vr.thgeproductionco!npmy.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. [ i Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem ` wages included in the contract documents on file in the office of the Public works Contracting Officer of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage g Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. rj The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LU13BOCK Bruce 91Iac9Vair BRUCE MACNAIR PUBLIC WORKS CONTRACTING OFFICER ri, I GENERAL INSTRUCTIONS TO BIDDERS I Page Intentionally Left Blank GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish WATER LINES AHEAD OF FREEWAY per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 P.M. on April 23, 2009 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB # 09-716-BM, WATER LINES AHEAD OF FREEWAY" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Bruce MacNair, Public Works Contracting Officer - City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 1:00 P.M., April 8, 2009, at the Lubbock Memorial Civic Center, Room 101. 1501 Mac Davis Lane, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidWe.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at www.bidsvnc.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 3 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. j 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Public works Contracting Officer and a clarification obtained before the bids are received, and if no such notice is received by the Public works Contracting Officer prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Public works Contracting Officer before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 1'J 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES 1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Public works Contracting Officer if any language requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER City of Lubbock Public Works Contracting Office 1625 13' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: bmacnairQmvlubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED EIGHTY (180) CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP 17 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, 1 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). 1] 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. E I 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this I Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the 1 4 t Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder, (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be -necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such 5 methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as t required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT , NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF -' OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 6 f } k (. ([ `s L__i I 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of --- the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must f classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. 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 intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for: TTB-09-716-BM, WATER LINES AHEAD OF FREEWAY 7 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: 31 (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any).__ (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (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. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessaryfacilities, ability, and financial resources to provide the services specified therein Y> p p in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors i Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items ONE through FORTY-SEVEN plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may 1 result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. g 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 9 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: btp://www.gpo.gov/davisbacon/allstates.html r-1 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay f to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. II U 10 BED SUBMITTAL FORM Pate Intentionally Left Blank *** REVISED *** BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: + - Z 3 - 0 9 PROJECT NUMBER: 09-716-BM - WATER LINES AHEAD OF FREEWAY Bid of \40 Co, (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of WATER LINES AHEAD OF FREEWAY, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. Estimated Item Quantity No. & Unit Description of Item Total Amount Line W-1 365 LF Furnish and install 6 inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. o0 TOTAL ITEM #1: Tw ¢t-►-+r y n N d 'P o f t. A a s $ Z 1 /LF( ?tt, t. S� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 1 EA Furnish and install 6 inch gate valve and box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. .,r,. TOTAL ITEM #2: 5 e J z r. Ho ra o 0-4 P S Z'y z "T A Ls $ 710 /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 1 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTALITEM#3: /EA( 1. to a 1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal govern.) Bidder's Initials J Item Estimated No. Quantity & Unit Description of Item Total Amount 17. 362 LF Furnish and install 36" Steel Casing by open cut and install 24 inch pipe, including excavation, trench protection, backfilling and compaction of pits, installing the pipe 36" and 24", pipe material for both 36" and 24" , casing spacers, casing end seals and disposal of spoils and complete with all necessary appurtenances and testing. TOTAL ITEM #17: b to C )A.sva,pR.3a Te•►s�Tx (;w & Po" a w.s $ 1 3 4- �� /LF( f b .i b 8 �� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt g vem.) 18. 300 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM # 18: fb %,LT�f S Z Jle tra 10o L L tk t ,s $ + ? .__. /SY( It 100 �" } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Line W-5 19. 176 LF Furnish and install 8 inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. � , po Oo TOTAL ITEM #19: 'ry O"r;T•, 1 lit t. �r of '0 a waR `R s $ Z 3 r /LF( 4' O 4- ) t (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 1 EA Furnish and install 8 inch gate valve and box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #20: o t-a 3 Tt * o Y s An b SS -AT4, D 0 tzsz *- 1..4, $ ), O (A o -/EA( 1, u (a o ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sha 1 govem.) 21. 1 EA Furnish and install 4 insta valve, excavation, gravel embedment, backfilled to 95% proctor, testing pavement cuts, disposal of spoils and all necessary accessories, complete and in place. 0 N TOTAL ITEM #21: sL,t 140 Afgu SwrtN$ t4,Zo /EA( 4, l02 c 7) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown shalf govern.) 22. 1 EA Furnish and install 8 insta valve and box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #22:40 /EA( .r, 4 4 0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalf govern.) 23. 3 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #23: wti G '(-e'ry �� p.rs t� S3 �T x Q o ►.,t $ 1t 0 (6d /EA( 3, 1 0 a ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) -) Bidder's Initials 4 0 I " Item Estimated No. Quantity & Unit Description of Item Total Amount 24. 20 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM #24: Fn R.z y S isy 9,r1 V o L,.,P,& s. $ 4 'I ISE `i 40 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Line W-6 25. 660 LF Furnish and install 12 inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #25: TN s �-ry ) w a+r �t >� t.L a+,a., $ 3 3 i /LF( Z 1 a ° ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ovem.) 26. 78 LF Furnish and install 24" Steel Casing and 12" AWWA C-900 PVC pipe by jack and boring, including excavation, trench protection, any required shoring of launching and receiving pits, backfilling and compaction of pits, installing the pipe, pipe material, casing spacers, casing end seals and disposal of spoils and complete with all necessary appurtenances and testing. TOTAL ITEM #26: $ 14 l /I,F( 10, -j -t $ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal govern.) 27. 2 EA Furnish and install 12 inch gate valve and box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #27: OHe T«'O-z».Q Ls,-�-r H,3,-p"s FoL'S.. 9,*"AA*A $ 1, V 4'0 /EA( 3_ (A 3 0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shaem.) 28. 1 EA Furnish and install 12 inch insta valve and box excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #28: Nxr4o TNo-a, Ar.J>•l",Lakf bavt ,*mra (;5FT'l R°��saa$_`l. 3 So%EA( 9, 3So ^ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sha�govem.) 29. 1 EA Furnish and install 8 inch insta valve excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #29: 1.5a �ot, ry Qot,�dlf.a $_ i + 7 0 /EA( S, 4 4 0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal(govern.) 30. 2 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #30: 0,4.5 Two a a ra a D N 3 'p•ksu $ !.1 e G /EA( 7-0 Z (4 o ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wordsshallgovern.) V �_ t Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 31. 55 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM #31: 00 0• S 0 J a,4 D o %-., A 4ta $ 47 /SY( Z, S' 8 S } -� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) Line W-7 32. 150 LF Furnish and install 12 inch Class 150 Ductile Iron Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM#32: Fob%V 904V#P0.% $ 40j" /LF( to_ood �� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 33. 1 EA Furnish and install 10 inch insta valve and box excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in: TOTAL ITEM #33: 7 $ 66,190 /EA( $. 1 `t O (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 34. 1 EA Connect Proposed water main to existing water main, including excavation, gravel embedment,-' backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #34: wa- o "+ .s $1,o 0 o /EA( t o 0 o ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sha 1 govern.) 35. 50 SY Pavement repair to the asphalt or concrete as needed. TOTAL ITEM #35: Fo a-z •j 3 r,.► i; N YJ o ��, �;. s $ 4-7 � /SYl z,310 �� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 36. 120 LF Furnish and install 24" Steel Casing and 12 in ductile iron pipe by jack and boring, including) I excavation, trench protection, any required shoring of launching and receiving pits, backfilling-a and compaction of pits, installing the pipe, pipe material, casing spacers, casing end seals and disposal of spoils and complete with all necessary appurtenances and testing. TOTAL ITEM #36: ass 9-jv4oa.ao fat-rY Lst-"-Y Po"P-*a $ 1 4- 5 /LF() -7, 7 t40 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) `r 37. 373 LF Furnish and install 24" Steel Casing and 12" ductile iron pipe by open cut, including excavation, " trench protection, backfilling and compaction of pits, installing the pipe, pipe material, casing , spacers, casing end seals and disposal of spoils and complete in place with all necessary. appurtenances and testing. we TOTAL ITEM #37: tbr4J 14 o *a,p Laa �� ►� E� N P • ��Aa. r $ 1 1 s /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g vern.) r? Bidder's Initials IJ 6 is i Item Estimated No. Quantity & Unit Description of Item Total Amount Line W-8 38. 22 LF Furnish and install 6 inch AWWA C-900 PVC Pipe including detection wire, tape, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. O TOTAL ITEM#38: '.J-waN.T., 0►a4 004�AtLa $ 2 i lt- /LF( 4to'L ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 39. 1 EA Furnish and install 6 inch gate valve and box, excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in plac TOTAL ITEM #39: S r m tN IN -3•-4 ,0R.a a S e v e va"s„ A otiy Rt a $ 770 /EA( ? ? u �— ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 40. 1 EA Connect Proposed water main to existing water main, including excavation, gravel embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete and in place. TOTAL ITEM #40: o^ NsN iz 14,3m*(L zp rtxN uS., o4vtp.�.a $ 9 g 0 /EA( 5 10 ) (Unit Price Amounts shall be shown in both words and numerals. In case o� f discrepancy, the amount shown in words shall govem.) Miscellaneous 41. 1 EA Conduct a field survey of all proposed water mains adjustment installation and valves and provide the x, y, and z coordinates of all the water mains and valve locations. In both state plane coordinates and TxDOT surface coordinates. TOTAL ITEM #41:"T-- Tt4oujo,%-o S449" morn# g6zip fzM Powogs $ Z.? SO /EA( Z ? S 0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 42. 1 LS Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into existing storm water systems and playa lakes. This item shall include all equipment, tools, fees, required documents and labor: TOTAL ITEM #42: � Z S o — ) Fo o L i-w c ��g� �+ Tv • 14vt4 o s.6 o /LS( + (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amotint shown in words shall govem.) 43. 1 LS Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic Engineering Department prior to implementation. This plan shall include all lights, signs, barricades, cones and other assorted equipment and tools. TOTAL ITEM #43: 5 •�>ra� Two os'►t-�o SrveA Rj,-o m Ootw.Am $ ?, 7 o b%I S( ?, 7 0 0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amot(nt shown in words shalt govern.) 44. 17,560 LB Furnish and install ductile iron fittings including excavation, trench protection, backfilling, thrust restraint blocks and disposal of spoils and complete in place with all necessary appurtenances. TOTAL ITEM #44: 0 ) w o o�.was> 'fe%4 C3wTs $ Z ' /LB( 3 GO rd'7to �*. ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials ,. 7 Item Estimated No. Quantity & Unit Description of Item Total Amount 45. 1,000 LF Provide and maintain a Trench Safety System as per OSHA regulations, include all equipment, �£ tools and labor. sa =� TOTAL ITEM #45: %1 0 0 oL-.,4%fL a 6Sp;1 CO T s $ O /LF( SO O ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 46. 10 EA Cut and Plug Water Lines 4"- 24" including all appurtenances. TOTAL ITEM #46: d is 4 :w~ H4r%* P,,o& V e uu ,*o4 $ i�o.t, /EA o a o ) (Unit Price Amounts shall be shown in both words and numerals. Incase of discrepancy, the amount shown in words shall ovem.) 47. 1 EA Equipment mobilization/demobilization. Provide all equipment and tools to complete project, insurance, bonds, move in/out related costs and preparation of NOI and NOT complete. .F TOTALITEM #4'7: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 48. 2 EA Furnish and install fire hydrant assembly including 6 inch gate Valve fittings, excavation, gravel, embedment, backfill to 95% proctor, testing, pavement cuts, disposal of spoils, and all necessary accessories complete and in place. t 1 J TOTAL ITEM #48:T" aiL& T►+n.r cp,ao 5m x H 4)ra o t-4p FxaTy P nt,.. Ao. $ 3 (oSb /EA( '?, 3 O u } (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shal govern.) 49. 1 EA Double Hydra Stop including excavation backfilled to 95% proctor, testing, pavement cuts and disposal of spoils. ['11 TOTAL ITEM #49: foLT sz x 7t *u v+ w r.� Eo�� Hss�o wi3o n ot.vs•+. s $ 44 4� o'� /EA( 44, 4• a o } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) _* TOTAL BID, ITEMS # 1- # 49: k A 00 MATERIALSJ%-- 4w o60yv,fsa3 $ 211 1 4�r l LABOR: ?a 'EVII.tT EMLLAc.rsRNa "SP6 Nbr4,pgfp foyyz To rkr $ Z 2- tQ. 114 3 TOTAL BID _ t ITEMS #1 - # 49:Fad&-1�Laa 513 � �s.r�'fNo++a..a Svie SY 63s.WE p04Lr,0.c $ +GS O Y, t J (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal govem.) Bidder hereby agrees to commence the work on the above project on a date to be specified in a writterl "Notice to Proceed" of the Owner and to substantially complete the project within 180 (ONE HUNDRED EIGHTY) calendar days thereafter as stipulated in the specifications and other contract documents. Bidder; hereby further agrees to pay to Owner as liquidated damages the sum of $2,814.00 (TWO THOUSAND._ EIGHT HUNDRED, FOURTEEN AND 00/100 DOLLARS) for each calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. _ v Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. ' V ` Bidder's Initials 1- Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5 yo Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTES t�w�.. Secretary Bidder acknowledges receipt of the following addenda: Addenda No. ( Date ¢ -13- 0 4 U) Addenda No. Z Date 4 - z 1- o' Addenda No. Date Addenda No. Date )--t _ /) I e—Ot Company GotW.WNt,>-5, T. Address City, County TI: 7(00S' 1 State Zip Code Telephone: -6 t 7 - 4f31- L `t 4- Fax: FsiI - 4b1-231's FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: I Woman I I Black American -- � I Hispanic American I I Asian Pacific American 7J — Z3 ZZS(•-7 Ll Li I D11 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid 1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. if I ant awarded this contract by the City of Lubbock, I will be able to, within ten (I0) business clays after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting aloof the requirements defined in this bid. 4-( Contractor (gin(?6ginf i Signature Contractor (Print) FIRM NAME: Wright Construction Co., Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 601 W. Wall Street 14 Grapevine, TX 76051 Name of Agent/Brof er: Agent l rot; (Signature) Sells Address ofAgent/Broker. 1200 S. Main Street, Suite 1600 CitylStateXlp. Grapevine, TX 76051 Agent/Broker. Telephone Number: ( 817 ) 481-3529 Date: April 16, 2009 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid And award the contract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Officer for the City of Lubbock at (806) 775-2163. BID # 09-716-BM - WATER LINES AHEAD OF FREEWAY SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider.any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations-(as-defineftelow) from an -Environmental Protection Agency{as-defined-below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural. Resource Conservation Commission (Th1RCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES J NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. �4N�A Bidder's Initials U r QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for su firm, corporation, partnership or institution, received citations for violations of environmental protection la - regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforce i suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complain indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. F, YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with i 1.1 submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if anp penalty assessed. QUESTION THREE 1, Has the bidder, or the firm, corporation, partnership; or --institution represented by bidder, or anyone acting for such iz t f corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense r resulted in serious bodily injury or death? YES NO ri If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with i submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and pfl assessed. ACKNOWLEDGEMENT F-Al THE STATE OF TEXAS COUNTY OF LUBBOCK 1 I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in t statements and answers to questions. i am aware that the information given by me in this questionnaire sh investigated, with my full permission, and that any misrepresentations or olmissiong may cause my bid to be rejected. - l t� Signature s :90 0NT LJ Title v r- BED # 49-716-BM - WATER LINES AHEAD OF FREEWAY 4 7...t t__; 10/28/2008 10:21 8064727686 USDOL/OSHA/LUBBOCK i PAGE 02f 04 U.S, DEPARTMENT OF LABOR OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION In the Matter of: Wright Construction Company OSHA No.(s): 312386287 INFORMAL SETTLEMENT AGREEMENT The undersigned Employer and the undersigned Occupational Safety and Health Administration (OSHA), in settlement of the above citation(s) and penalties which were issued on 10/08/08. hereby agree as follows: 1. The Employer agrees to correct the hazards identified in the citations, or as amended below. The Employer agrees to comply with all applicable abatement verification provisions of 29 C.F.R. §1903.19, including but not limited to, all certification, documentation, and posting requirements. Abatement certification shall be accomplished within 10 calendar days after the abatement date by mailing a letter to Occupational Safety and Health Administration, Lubbock Area Office, 1205 Texas Avenue, Room 806, Lubbock, TX 79401, stating that abatement has been completed, the date and method of abatement, and that affected employees and their representatives have been informed of the abatement. Any required abatement documentation shall be submitted along with the abatement certification. 3. The Employer agrees to pay the proposed penalties, if any, as issued with the above citation(s), or if amended by this Agreement, as amended below. Such penalty is to be retnittcd within 5 days of the signing of this Agreement. If the original signed Agreement and payment is not received in accordance with this time period, the Agreement shall be null and void and All original penalties shall become payable along with appropriate fees, and interest, 4. The Employer and OSHA agree to amend the citations and penalties, if any, as follows: CITATION PENALTY Cit 1, Item I Reclassified to Other than Serious, Penalty $1,200,00 Cit 1, Item 2 Reclassified to Other than Serious, Penalty $1,200.00 TOTAL PROPOSED $2,400.00 PENALTY 5. The Employer promises to permit OSt1A access to the workplace at issue herein subsequent to the date fixed for abatement for the specific and limited purpose of determining if the conditions described in the citations have been corrected 10/28/200B 10:21 BB64727686 USDOL/OSHA/LUBBOCK PAGE 63/04 b, The employer agrees to continue to comply with the applicable provisions of the Occupational Safety and Health Act of 1970, and the applicable safety and health standards promulgated pursuant to the Act. 7. Neither this settlement agreement, not the employer's failure to contest the citations at issue, shall constitute an admission by the employer of any violations of the Occupational Safety and Heahh Act to any third panics in any subsequent proceedings, except proceedings brought by the United States Government. 8. The Employer, by signing this settlement agreement, hereby waives its rights to contest the above citations) and penalties, as amended in paragraph 4 of the agreement. 9. The Employer agrees to immediately post a copy of this settlement agreement in a prominent place at or near the location of the violation(s) referred to in paragraphs 3 and 4 above. This Agreement must remain posted until the violations cited have been corrected, or for 3 working days (excluding weekends and Federal Holidays), whichever is longer. 10. Each party agrees to bear its own attorney's fees, costs and other expenses incurred by such party in connection with any stage of the above -referenced proceeding including, but not limited to, attorney's fees which may be available under the Equal Access to Justice Act, as amended. 11. The Employer agrees to provide training to its foremen and lead persons regarding required housekeeping and ladder use including required ladder angles and lengths. Richard F. Tapio S'or Occupational Safety And Heali:h Administration (Signature and Date) 2 11 t D_ ij �0/28/200B 10*21 8064727686 USDOL/OSHA/LUBBOCk NOTICE TO EMPLOYEES PAGE 04 / 04 The law gives you or your representative the opportunity to object to any abatement date set for a violation if you believe the date to be unreasonable. Any contest to the abatement dates of the citations amended in paragraph 3 of this Settlement Agreement must be mailed to the U.S. Department of Labor Area Office at ROOM 806, GEORGE- MAI-ION FEDERAL BUILDING, 1205 TEXAS AVENUE, LUBBOCK, TX 79401, within IS working days (excluding weekends and Federal Holidays) of the receipt by the Employer of this Settlement Agreement. You or your representative also have the right to object to any of the abatement dates set for violations, which were not amended, provided that the objection is mailed to the office shown above within the 15-working-day period established by the original citation. 3 U.S. Department of Labor Occupational Safety and Health Administration ROOM 806, GEORGE MAHON FEDERAL BUILDING 1205 TEXAS AVENUE LUBBOCK, TX 79401 Phone: (806)472-7681 FAX: (806)472-7686 Citation and Notification of Penalty To: Wright Construction Company and its successors 601 Wall Street Grapevine, TX 7605 t Inspection Site: Loop 289 at Quaker Lubbock, TX 79414 Inspection Number Inspection Date(s): Issuance Date: NEN? Op WPP` (90 P srgrf, OF 312386287 10/02/2008 - t0/02/2008 10/08/2008 The vialation(s) described in this Citation and Not frcation of Penalty is (ore) alleged to have occurred on or about the days) the inspection was arcade unless otherwise This Citation and Notification of Penalty (this Citation) describes violations of the Occupational Safety and Health 1 Act of 1970. The penalty(ies) listed herein is (are) based on these violations. You must abate the violations - referred to in this Citation by the dates listed and pay the penalties proposed, unless within 15 working days (excluding weekends and Federal holidays) from your receipt of this Citation and Notification of Penalty you mail a notice of contest to the U.S. Department of Labor Area Office at the address shown above. Please refer to the _) enclosed booklet (OSHA 3000) which outlines your rights and responsibilities and which should be read in conjunction with this form. Issuance of this Citation does not constitute a finding that a violation of the Act has occurred unless there is a failure to contest as provided for in the Act or, if contested, unless this Citation is affirmed by the Review Commission or a court. POSting - The law requires that a copy of this Citation and Notification of Penalty be posted immediately in a prominent place at or near the location of the violation(s) cited herein, or , if it is not practicable because of the nature of the employer's operations, where it will be readily observable by all affected employees. This Citation must remain posted until the violation(s) cited herein has (have) been abated, or for 3 working days (excluding weekends and Federal holidays), whichever is longer. The penalty dollar amounts need not be posted and may be marked out or covered up prior to posting. Informal Conference - An informal conference is not required. However, if you wish to have such a conference you may request one with the Area Director during the 15 working day contest period. During such i an informal conference you may present any evidence or views which you believe would support an adjustment '• to the citation(s) and/or penalty(ies). y i; Citation and Notification of Penalty Page 1 of 6 OSHA-2(Rev. 6/93) 1 . If you are considering a request for an informal conference to discuss any issues related to this Citation and Notification of Penalty, you must take care to schedule it early enough to allow time to contest after the informal conference, should you decide to do so. Please keep in mind that a written letter of intent to contest must be submitted to the Area Director within 15 working days of your receipt of this Citation. The running of this contest period is not interrupted by an informal conference. If you decide to request an informal conference, please complete, remove and post the page 4 Notice to Employees next to this Citation and Notification of Penalty as soon as the time, date, and place of the informal conference have been determined. Be sure to bring to the conference any and all supporting documentation of existing conditions as well as any abatement steps taken thus far. If conditions warrant, we can enter into an informal settlement agreement which amicably resolves this matter without litigation or contest. Right to Contest - You have the right to contest this Citation and Notification of Penalty. You may contest all citation items or only individual items. You may also contest proposed penalties and/or abatement dates without contesting the underlying violations. Unless you inform the Area Director in writing that you intend to contest the citation(s) and/or proposed penalty(ies) within 15 working days after receipt, the citation(s) and the proposed penalty(ies) will become a final order of the Occupational Safety and Health Review Commission and may not be reviewed by any court or agency. _ Penalty Payment - Penalties are due within 15 working days of receipt of this notification unless contested. (See the enclosed booklet and the additional information provided related to the Debt Collection Act of 1982.) Make your check or money order payable to "DOL-OSHA". Please indicate the Inspection Nuinber on the remittance. OSHA does not agree to any restrictions or conditions or endorsements put on any check or money order for less than the full amount due, and will cash the check or money order as if these restrictions, conditions, or endorsements do not exist. Notification Of Corrective Action - For violations which you do not contest, you should notify the U. S. Department of Labor Area Office promptly by letter that you have taken appropriate corrective action within the time frame set forth on this Citation. Please inform the Area Office in writing of the abatement steps you have taken and of their dates, together with adequate supporting documentation, e.g., drawings or photographs of corrected conditions, purchase/work orders related to abatement actions, air sampling results, etc. (Please see attached "Corrective Action Verification.") Employer Discrimination Unlawful - The law prohibits discrimination by an employer against an employee for filing a complaint or for exercising any rights under this Act. An employee who believes that he/she has been discriminated against may file a complaint no later than 30 days after the discrimination occurred with the U.S. Department of Labor Area Office at the address shown above. Employer Rights and Responsibilities - The enclosed booklet (OSHA 3000) outlines additional employer rights and responsibilities and should be read in conjunction with this notification. Notice to Employees - The law gives an employee or his/her representative the opportunity to object to any abatement date set for a violation if he/she believes the date to be unreasonable. The contest must be mailed to € the U.S. Department of Labor Area Office at the address shown above and postmarked within 15 working days (excluding weekends and Federal holidays) of the receipt by the employer of this Citation and Notification cDf t Penalty. Citation and Notification of Penalty Page 2 of 6 OSHA-2(Rev. 619 3) Corrective Action Verification Reference: Inspection Number: Dear Sir: OSHA's inspections are intended to result in the abatement/correction of violations of the OSHAct. To verify that this has been accomplished, Section 1903.19 requires that an employer certi to OSHA, within ten (10) days of the final abatement date that each item cited has been corrected. This abatement certification letter must include the following: Name of Employer OSHA Inspection Number Citation and Item Numbers to which the submission relates The date each item was abated, specific action taken to abate each violation and appropriate documentation for the action taken. Where appropriate, this documentation should include photographs, work orders, purchase orders, personal protective equipment provided, standard operation procedures, copies of written programs, engineering controls, monitoring data, etc. Adequate supporting documentation may allow us to close the case file. The lack of adequate documentation could result in a follow-up inspection. A statement that affected employees and their representatives have been informed of the abatement actions A statement that the information submitted is accurate The signature of the employer or the employer's authorized representative. Following is a sample format that may be used for this submittal: Name of Employer Citation Item No. Date Item Corrective Number Instance No. Abated Action Taken Date this letter of submission posted I certify that the information submitted is correct. Employer or Authorized Representative Citation and Notification of Penalty Page 3 of 6 OSHA-2(Rev. 6/93) U.S. Department of Labor 01 Occupational Safety and Health Administration rTA TES OF NOTICE TO EMPLOYEES OF INFORMAL CONFERENCE An informal conference has been scheduled with OSHA to discuss the citation(s) issued on - 10/08/2008. The conference will be held at the OSHA office located at ROOM 806, GEORGE MAHON FEDERAL BUILDING, 1205 TEXAS AVENUE, LUBBOCK, TX, 79401 on at . Employees and/or representatives of employees have a right to attend an informal conference. Citation and Notification of Penalty Page 4 of 6 OSHA-2(Rev. 619P 3) U.S. Department of Labor Occupational Safety and Health Administration Citation and Notification of Penalty Inspection Number: 312386287 P�'J'p"`- of Inspection Dates: 10/02/2008 - 10/02/2008 IQ - Issuance Date: 10/08/2008 �a Pam ST�rEs oa Company Name: Wright Construction Company Inspection Site: Loop 289 at Quaker, Lubbock, TX 79414 Citation 1 Item 1 Type of Violation: Serious 29 CFR 1926.25(a): Debris was not kept cleared from work areas, passageways, and stairs, in and around buildings or other structures: On or about October 2, 2008 at the trench site located near the intersection of N TX Loop 289 and N Quaker Streets in Lubbock, Texas, debris, including but not limited to lumber, cable assemblies, a ladder laying on the ground parallel to trench, hammer, trench box rods, and a shovel, were strewn along the walk way along the length/edge of the trench. This created a slipping/tripping hazard to employees as they walked along this path to retrieve tools, etc. Date By Which Violation Must be Abated: Proposed Penalty: 10/15/2008 $ 1575.00 See pages 1 through 4 of this Citation and Notification of Penalty for information on employer and employee rights and responsibilities. Citation and Notification of Penalty Page 5 of 6 OSHA-2 (Rev. 9/93) U.S. Department of Labor Occupational Safety and Health Administration Citation and Notification of Penalty Inspection Number: 312386287 InspectionDates: 10/02/2008 - 10/02/2008 Issuance Date: 10/08/2008 Company Name: Wright Construction Company Inspection Site: Loop 289 at Quaker, Lubbock, TX 79414 Citation 1 Item 2 Type of Violation: Serious SENT oR WPPS (90 Q 9: ST'1 of 29 CFR 1926.651(c)(2): A stairway, ladder, ramp or other safe means of egress was not located in trench excavations that were 4 feet (1.22m) or more in depth so as to require no more than 25 feet (7.62m) of lateral travel for employees: On or about October 2, 2008 at the trench site located at the intersection of N TX Loop 289 and N Quaker Streets in Lubbock, Texas, a commercial extension ladder was employed to provide ingress and egress from a 13.5 foot deep by 12 foot wide trench. However, the ladder was placed at approximately a 20 degree angle( to ground plane ), the ladder safety -shoes being placed on the concrete pipe in the trench and the ladder rails were leaning against the top trench wall edge. This configuration was not safe, as it exposed employees to a fall into the trench during egress or ingress. Date By Which Violation Must be Abated: Proposed Penalty: 1� j>- 5 CHARD F. TAPI Area Director 10/15/2008 $ 1575.00 t See pages 1 through 4 of this Citation and Notification of Penalty for information on employer and employee rights and responsibilities. Citation and Notification of Penalty Page 6 of 6 OSHA-2 (Rev. 9/!9b3) U.S. Department of Labor Occupational Safety and Health Administration ROOM 806, GEORGE MAHON FEDERAL BUILDING 1205 TEXAS AVENUE LUBBOCK, TX 79401 Phone: (806)472-7681 FAX: (806)472-7686 INVOICE/ DEBT COLLECTION NOTICE Company Name: Wright Construction Company Inspection Site: Loop 289 at Quaker, Lubbock, TX 79414 Issuance Date: 10/08/2008 Summary of Penalties for Inspection Number 312386287 Citation 1, Serious = $ 3150.00 TOTAL PROPOSED PENALTIES = $ 3150.00 Sossi. OF P ,•9 P 0 W O•. STATES Of To avoid additional charges, please remit payment promptly to this Area Office for the total amount of the uncontested penalties summarized above. Make your check or money order payable to: "DOL-OSHA". Please indicate OSHA's Inspection Number (indicated above) on the remittance. OSHA does not agree to any restrictions or conditions put on any check or money order for less than the full amount due and will cash the check or money order as if these restrictions or conditions do not exist. If a personal check is issued, it will be converted into an electronic fund transfer (EFT). This means that our bank will copy your check and use the account information on it to electronically debit your account for the amount of the check. The debit from your account will then usually occur within 24 hours and will be shown on your regular account statement. You will not receive your original check back. The bank will destroy your original check, but will keep a copy of it. If the EFT cannot be completed because of insufficient funds or closed account, the bank will attempt to make the transfer up to 2 times. Pursuant to the Debt Collection Act of 1982 (Public Law 97-365) and regulations of the U.S. Department of Labor (29 CFR Part 20), the Occupational Safety and Health Administration is required to assess interest, delinquent charges, and administrative costs for the collection of delinquent penalty debts for violations of the Occupational Safety and Health Act. Interest. Interest charges will be assessed at an annual rate determined by the Secretary of the Treasury on all penalty debt amounts not paid within one month (30 calendar days) of the date on which the debt amount becomes due and payable (penalty due date). The current interest rate is 5 %. Interest will accrue from the date on which the penalty amounts (as proposed or adjusted) become a final order of the Occupational Safety and Health Review Commission (that is, 15 working days from your receipt of the Citation and Notification of Penalty), unless you file a notice of contest. Interest charges will be waived if the full amount owed is paid within 30 calendar days of the final order. Page 1 of 2 A Delinquent Charges. A debt is considered delinquent if it has not been paid within one month (30 calendar days) of the penalty due date or if a satisfactory payment arrangement has not been made. If the debt remains delinquent for more than 90 calendar days, a delinquent charge of six percent (6%) per annum will be assessed accruing from the date that the debt became delinquent. Administrative Costs. Agencies of the Department of Labor are required to assess additional charges for the recovery of delinquent debts. These additional charges are administrative costs incurred by the Agency in its attempt to collect an unpaid debt. Administrative costs will be assessed for demand letters sent in an attempt to collect the unpaid debt. -� RICHARD F. APIO v Area Director V Date Page 2 of 2 i " U.S. Department of Labor October 8, 2008 Wright Construction Company 601 Wall Street Grapevine, TX 76051 Occupational Safety and Health Administration 1205 Texas Avenue, Room 806 Lubbock, TX 79401 Phone: 806-472-7681 Fax:806-472-7681 Re: OSHA Inspection Number: 312386287 Dear Employer or° °"`" to, I Inspection 312386287 of your workplace conducted on October 2, 2008 revealed no instances of Repeated, Willful, or Failure -to -Abate violations, nor were there a significant number of High Gravity Serious violations. Additionally, the compliance officer has reported that you have a good understanding of the actions necessary to correct the violations that were cited, and that you are willing to make those corrections by the date(s) specified in the citation. The good faith you have exhibited, and the absence of Repeated, Willful or Failure -to -Abate violations, makes your firm eligible for an Expedited Informal Settlement Agreement (EISA). Under this program, an employer and OSHA can enter into an Informal Settlement Agreement without going through the formal procedure of meeting in the Area Office. However, if you decide to enter into the Expedited Informal Settlement Agreement, you should be aware that you relinquish your right to contest the citations and penalties. The Expedited Informal Settlement Agreement can be used only where the sole issue of dispute is the dollar amount of proposed penalties. If you wish to discuss, change, or object to any other aspect of the inspection or citations - including abatement dates, validity of violations, classification of violations - then the Expedited Informal Settlement agreement cannot be used. Under those circumstances, you may request an Informal Conference with me and/or exercise your contest rights as explained elsewhere. You should carefully read the enclosed Expedited Informal Settlement Agreement to determine whether the terms of the agreement are acceptable to you. Key elements of the agreement call for OSHA to agree to a 40 per cent (40 %) reduction in the total penalty amount proposed; for the Employer to correct the violations by the abatement date(s) set forth in the citation(s); for the Employer to provide evidence of corrective actions taken and to provide written certification that all terms have been abated at the time of final abatement. Please note that failure to comply with any of the terms set forth in the agreement will cause the penalty to revert to the initially proposed amount. The signed agreement and a check for the full amount of the reduced penalty (40 % off the total of initially proposed penalties) must be delivered to the Area Office prior to the expiration of the 15- working day contest period. If mailed, the letter must be postmarked not later than the day that the 15- working day contest period ends. If you have any questions regarding the Expedited Informal Settlement Agreement, please contact me at (806) 472-7681, ext 224. Sincerely, ul �i RICHARD F. fAPIO Area Director Lubbock Area Office - OSHA RFT/pd I i U.S. Department of Labor Occupational Safety and Health Administration Lubbock Area Office 1205 Texas Avenue, Room 806 Lubbock, TX 79401 (806)472-7681 EXPEDITED INFORMAL, SETTLEMENT AGREEMENT In the Matter of: Wright Construction Company OSHA Inspection Number: 312386287 The undersigned Employer and the undersigned Occupational Safety and Health Administration (OSHA), in settlement of the above reverenced Citation(s) and Notification(s) of Penalty which were issued on October 8, 2008, hereby agree as follows: 1. The Employer agrees to correct the violations as cited in the above referenced citation(s). 2. The Employer agrees to provide evidence of the actions taken to correct the cited violations. 3. Upon correction of all violations, the Employer agrees to provide written certification to the Area Director that all of the violations have been corrected. The Employer agrees to post a copy of the written certification for a period of three days in the place the citations were posted as described in paragraph 7 of this Agreement. 4. OSHA agrees that the total penalty is amended to $1,890.00, Failure of the Employer to comply with the terms of this Agreement shall cause the penalty to revert to the initially proposed penalty of $3,150.00. 5. In consideration of the foregoing amendment(s) and/or modification(s) to the citation(s), the Employer hereby waives its right to contest said citation(s) pursuant to Section 10c of the Occupational Safety and Health Act of 1970. It is understood and agreed by the Occupational Safety and Health Administration and the Employer that the citation(s) as amended and/or modified by this Agreement shall be deemed -a final order not subject to review by any court or Agency. 6. The employer agrees to immediately post a copy of this Settlement Agreement in the same manner and place as the Citation(s) (Citations are required by law to be posted in a prominent place at or near the location of the violation (s). Citations must remain posted until the violations cited have been corrected, or for three working days (excluding weekends and Federal Holidays), whichever is longer. 7. Each party hereby agrees to bear its own fees and other expenses incurred by such party in connection with any stage of this proceeding. For the Employer Occupational Safety and Health Administration Lubbock Area Office Date Signed NOTICE TO EMPLOYEES _ The law gives you or your representative the opportunity to object to any abatement date set for a violation if you believe the date to be unreasonable. Any contest of the abatement dates of the citations referred to in paragraph 1 of this Settlement Agreement must be mailed to the U.S. Department of Labor Area Office at 1205 Texas Avenue, Room 806, Lubbock, TX 79401, within 15 working days (excluding weekends and Federal Holidays) of the receipt by the Employer of the original citations. �r IMPORTANT INFORMATION ABOUT PENALTY REDUCTIONS UNDER EISA (EXPEDITED INFORMAL SETTLEMENT AGREEMENTS) WHAT IS EISA? It is a way to reduce OSHA penalties by 40%. This is a pilot program offered by this OSHA office to increase the efficiency of business and government; other local OSHA offices may or may not be currently participating in this pilot program. WHY IS THE OFFER BEING MADE TO ME? The recent inspection of your workplace uncovered no Repeated, Willful, or Failure -to -Abate violations of OSHA standards AND you are willing to correct the violations that were found no later than the dates shown on the citations. WHAT DO I HAVE TO DO? You have to agree to correct all the violations BY THE DATES shown on the citations AND provide evidence of the corrections. Submit the Corrective Action Verification Form (in the citation) to this office. STEP-BY-STEP, HOW WOULD I PROCEED? 1. Read and understand the Agreement. 2. If the terms are agreeable, sign the Agreement and return it to this office with a check for the reduced penalty amount. The agreement MUST be signed by you and POSTMARKED not later that the end of the 15 working day contest period. Correct the violation (Corrections MUST be made by the dates on the citations). 3. Send evidence of the corrections made (e.g., photographs, purchase orders, etc.). If you want, you can hold your evidence of corrections until everything has been corrected and then send it all out at once along with the Corrective Action Verification Form. 4. Fill out and sign the Corrective Action Verification Form, certifying that all of the violations have been corrected. Post one copy for your employees to see and send one copy to this OSHA office. WHAT IF I RUN INTO PROBLEMS AND CANNOT CORRECT ALL OF THE VIOLATIONS BY THE DATES ON THE CITATION? Contact this office as soon as you determine that you will not be able to correct the violations by the dates on the citations. If you can show a good reason for the delay, a new abatement date can be set. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME:_ C e., -1 FEDERAL TAX ID or SOCIAL SECURITY Mo. � ? 3 Z 2 S G i Signature of Company Official; Printed name of company official signing Date Sinned: 4r - 2- 0 ! o BID # 09-716-BM - WATER LINES AHEAD OF FREEWAY T J, u Ll E LIST OF SUB -CONTRACTORS Company Name and City Minority Owned Yes or No l / Pr. �A.x F� t�- L.� 1�isoti.��... / ❑ LYE Z. _ifli�.its�AOG> Ur*�ShSTrO L v$�oc.tt, ❑ 3. ws,at� C�� t+� �M��.3ti.a.o ❑ 4. 0 Ei' 5. 0 g, Tow SR.vs4� 6 ./ 7. V- Tet-N Guano�,,�. o B' S. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. 0 0 15. 0 ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR BID IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO BID # 09-716-BM - WATER LINES AHEAD OF FREEWAY POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when bids are due. FINAL LIST OF SUB -CONTRACTORS Paine Intentionally Left Blank FINA1, LIST OF -CONTRACTORS Company Name and City Minority awned Yes GrWo 3. 4. 'iF a. D o{ 7. © &4 ❑ ❑ pp& T. ❑ ❑ 10. 0 ❑ 11.. 0 ❑ 12. 0 D 13_ 0 0 W. ❑ ❑ i. 0 ❑ 16. ❑ 0 TIIiS FORK SHALL BE COMPLETED ADM RETURNED N6T LATER TIC XTW0 BUSMSS L_ DAYS AFT�P, THE CLOSE DATE WHEN BIDS ARE DUE IYNO SUB -CONTRACTORS WILL BE USED PLEASE I1 WCATE SU �_ RID ,# 09-716-RA4 WATER, LINES AHEAD OF F1 ' I WAY Page Intentionally Left Blank PAYMENTBOND Pate Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) Bond No. TXC 81611 KNOW ALL MEN BY THESE PRESENTS, that Wright Construction Co., Inc. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Hundred Sixty Five Thousand, Eighty Eight Dollars ($465,088.00**' lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adnninistrators, executors, successors and assigns, jointly and severally, f -inly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14th day of May , 2009, to construct water lines ahead of freeway and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to hint or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Governinent Code, and all liabilities on this bond shall be detern-ined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 20th day of May 2009. Merchants Bonding Company (Mutual) Surety *By: (Title) ath Sells, Attorney -In -Fact Wright Construction Co., Inc. (Company Name) By: V'h o t �� two (Printed Name) (Signature (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Cara D. Hancock an agent resident in Lubbock County to whomm any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Gallagher Risk Management Services Merchants Bonding Company (Mutual) P.O. Box 53910 Lubbock, TX 79423 Surety * By: 1�J (Title) Kathy Sells, Attorney -in -Fact Approved as to form: City or L bbock y, AA91 ttoi ey * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that tlus person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 PERFORMANCE BOND Pase Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Bond No. TXC 81611 Wright Construction Co.,lnc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Hundred Sixty Five Thousand, Eighty EightDollars ($465,088.00**) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14th clay of May , 2009) to construct water lines ahead of freeway and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 20th day of May 2009, Merchants Bonding Company (Mutual) Surety By:Ajttjk_� (Title) Ka y Sells, Attorney -In Fact Wright Construction Co., Inc. (Company Name) By: o w b3 (Printed Name) (Title) The undersigned surety company represents that it is duty qualified to do business in Texas, and hereby designates Cara D. Hancock an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be liad u) matters arising out of such suretyship. Gallagher Risk Management Services Merchants Bonding Company (Mutual) P.O. Box 53910 Lubbock, TX 79423 Surety *BY: (Title)—KaThy Sells, Attorney -in -Fact Approved as to Form City of Lubbock ti By: _ C1 y Atton ney k 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. 2 POWER OF ATTORNEY Merchants Bonding Company (Mutual) Nations Bonding Company Bond No. TXC 81611 KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Clydene Johnson, Dustin Parker, Kathy Sells and/or Carolyn J. Scott of Grapevine and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." in Witness Whereof, the Companies have caused this instrument to be signed and sealed this 16th day of January, 2006. .,•,., � ,O� ..... . 2i p. P 09ri Z:— -O- o • �fi' , 2003 as ,• .mob• •� -,• Al . �a STATE OF IOWA - • " COUNTY OF POLK ss. !��N . • p,�•. A' ;�a•oRPoq •.9' 1933 ; c; MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By 7 7,7� President On this 16th day of January, 2006, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. in Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. 00 CINDY SMYTH ` Commission Number 173604 pow' My Commission Expires March 16, 2009 Notary Public, Polk County, lotya STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 20th day of May 2000 NADi/V pR P 0.99 rn; O : ;� 2003 a; NBC 0103 (1106) Secretary IMI'OIZ.'I'ANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights cr - complaints at: 1.800-252-3439 You may write the Texas Department of Insurance at: P, O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi,state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved.. you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (7/07) CERTIFICATE OF INSURANCE Page Intentionally Left Blank COVERAGES J,CLICiES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDiCA"-'-I. ; NOTNI THSTANDING 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 A=:.., 'ERiAS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS_ INSR ADD'L - - LiR 1NSRD T PE ' POLICY EFFECTIVE POLICY EXPIRATION LIMITS POLICY NUMBER I DA E MM DD Y DATE(mmionryvi_ B GENERAL LIABILITY iCLP3259097 111/29/2008 111/29/2009 I EACH OCCURRENCE i S 1-0 00—C 3 X COMMERCIAL GENERAL LIABILITY ,, DAMAGETORENTED I 3 I PREMISES Ea occurencei i �. CLAIMS MADE IX I OCCUR « j 1 MED EXP (Any one person) S 5_ C 0 C'- E PERSONAL & ADV INJURY S 1 O.t) X XC`iJ__—_ '! X EZ_F_S Excluded « I GENERAL AGGREGATE S 2 0� ! �-- -- ;— -- - ` GENE AGGREGATE LIMITAPPLIES PER: j P UCTS-COMPIOPAGO S 2 , 000 ,_C } ` I - ---- POLICY «j{ 1, PRO- LOC I R AUTOMOBILE LIABILITY ICAP 3 5 2 6 2 6 9 11 / 2 9/ 2 0 0 8 l l/ 2 9/ 2 0 0 9 COMBINED SINGLE LIMIT Co accident) G J (: X ! ANY AUTO �« --- — -- ALL OWNED AUTOS I BODILY INJURY i S '- (Per person) SCHEDULEDAUTOS-- I X HIREDAUTOS ( 'BODILY INJURY ' (Per accident) / s E S 7 NOv 1+NED AU T 0 S (( E PROPERTY DAMAGE '' S I � « (Per accident) GARAGE LIABILITY I s ' € ; AUTO ONLY - EA ACCIDENT s S ANY AUTO I OTHER THAN EA ACC S AUTO ONLY: AGG ; S I11/29/2009 A � ' EXCESSIUMBRELLA LIABILITY IQK09101466 iill/29/2008 I EACH OCCURRENCE S i0 000 )'• � X :OCCUR J CLAIMS MADE ( « AGGREGATE S 10 0 0 0 J _ DEDUC (IDLE « j1 E = S --- --- - I— « X; RETENTION S 10 000 _ F� WORKERS COMPENSATION AND WC STATU- OTH WC3526269 1 1/29/2008' 11/29/2009 X 1TORYLIMITS' ER I EMPLOYERS' LIABILITY j E.L. EACH ACCIDENT S 1 0 0 } , C C)C. ANY PROPRIETORIPARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? I E.L. DISEASE - EA EMPLOYEES S 1, Q 0 0, J G '.. It yes, describe under i S r E.L. DISEASE -POLICY LEMIi Q Q O SPECIAL PROVISIONS below j - =� '., OTHER Z I I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS ^ "'6 BM water lines ahead of freeway construction he City ..f Lubbock, its officers, agents and employees are Additional Insured on a Primary/Non-contributory bas , as- ;-ects General Liability (per form GL-3085 (01/06) and form GL-4503 (04/07)), Auto Liability, and Umbrella L:iae;i_ «�iirequired by written contract. Waiver of Subrogation applies in favor of same as respects General Liability, A__-. [iability, Umbrella Liability, and Workers' Compensation if required by written contract. CERTIFICATE HOLDER City of Lubbock 1-625 13th Street, Suite 204 Lubbock, TX 79401 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEIA," BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSUi?r:j WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURl' TO ?'1 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF 1,NY KIN]' i'.. THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ?}. �"�y r• )•` ACORD 25 (2001108) `T OACORD`OORPOIWION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Policy No. CLP 3259097 i THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. UTILITY CONTRACTORS EXTENDED LIABILITY COVERAGE I This endorsement modifies Insurance provided under the following: I COMMERCIAL GENERAL LIABILITY COVERAGE FOAM It Is agreed that the provisions listed below apply only upon the entry F in the box next to the caption of of such provision. A. X❑ Partnership and Joint Venture Extension B. 0 Contractors Automatic Additional Insured Coverage C. XC� Automatic Waiver of Subrogation D. XC� Extended Notice of Cancellation, Nonrenewal E. fl Unintentional Failure to Disclose Hazards F. 0 Broadened Mobile Equipment G. 0 Personal Injury - Contractual Coverage H. F-X] Nonemployment Discrimination I. CX� Liquor Liability J. FX-1 Broadened Conditions K. 0 Automatic Additional Insureds- Equiprr.ent Leases L. tI Insured Contract Extension - Railroad Property and Construction Contracts - M,0 Construction Project General Aggregate Limits N. � Fellow Employee Coverage. 0, 0 Property Damage to the Named Insured's Work P. [rX Care, Custody or Control A. PARTNERSHIP AND JOINT VENTURE EXTENSION The following provision is added to SECTION 11- WHO IS AN INSURED: The Iasi full paragraph which reads as follows: No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that Is not shown as a Named Insured in the Declarations. is deleted and replaced with the following: With respect to the conduct of any past or present joint venture or partnership not shown as a Named Insured in the Declarations and of which you are or were a partner or member, you, and others Identified in Items t.a., 1.b., and i.c,, subject to the conditions and limitations contained therein, are insureds, but only with respect to liability arising out of "your work" on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no other similar liability insurance Is available to you for "your work" In connection with your interest in such partnership or joint venture. A partnership or joint venture, not shown as a Named insured in the Declarations, of which you have 33% or more ownership interest at the time of "bodily injury" or "property damage" caused by an "occurrence" or "personal and advertising injury' caused by an offense, is an Insured, provided that no other similar liability insurance is available to that partnership or joint venture. GL-30Bb (01 /06) -1- I 13. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE i SEr-71P I 11 • WHO iS*AN INSURED is amended to Include: 1 Any 'owner", 'contractor', "construction manager", "engineer" or 'architect" If It Is required In your written contract or written agreement executed by you and all other parties to the copolicy ntract or agreement any loss that such person(s) or organizationement prior In s) be added as an additional Insured on your emen but only I for the project designated in your written contract or written agreement and only with respect to "bodily injury," "property damage" or 'personal and advertising injury" caused, of least In part, by your negligence 3 and with respect to liability resulting froth: I 1 A. Your ongoing 'operations for the additional insured(s), or I 13. Acts or omissions of the additional insured(s) in connection with their general supervision of such operations, With respect to the, insurance afforded such additional insureds pursuant to this endorsement and the above referenced General Liability Form, the following additional provisions apply to limit that coverage, 7• We will have no duty to. defend the additional insured against any 'suit ",seeking damages for "bodily thJurye addition, onal Ins red requesting that we defend it nerty damage" or 'personal and ' the sing u t . until we receive written notice from 2. The Limits of Insurance applicable to the additional insureds under this endorsement are the minimum limits specified in the written contract or agreement requiring this coverage, or as stated in SECTION III - LIMITS OF INSURANCE of the COMMERCIAL GENERAL LIABILITY COVERAGE FORM, 'whichever Is less, These Llmlts of Insurance are inclusive of and not in addition to the Limits of Insurance described in SECTION ill of that form. 3. As additional conditlons of coverage under this form, an additional insured under this endorsement will as soon as practicable; a. Give written notice to us of an "occurrence" or an offense which may result In a claim. This shall include: ('I) How, when and where the 'occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b- Give written notice to us of a claim or °suit' brought against the additional insured including spec►fics of the claim or "suit" and the date it was received. c• Give written notice of such claim or "suit," Including a demand for defense and indemnity, to any other insurer who had coverage for the claim or "suli" under ifs policy(ies), either at the time of, or at any time subsequent to the occurrence of the 'bodily injury," "property damage" and/or the - offense causing the "personal and advertising injury," which Is the basis for such claims or "suit". (1) Such notificatlon must demand the full coverage available under that policy; and (2) The additional insured shail not take any action to +,valve or limit such other coverage available to it. GL-3085 (01/06) 2- - 4. This Insurance does not apply to: n. "Bodily injury" "property, damage" or'Personal .and advertising injury" occurring after: (1) Ail work on the project (other than service, maintenance, or repairs) to be performed by you or on your behalf for the additional insured(s) has. been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. b. 'Bodily injury" "property damage" or "personal, and advertising injury" resulting from any act or omission of the additional Insured(s) or any of their employees, other than the general supervision of work performed for the additional insured(s) by you- c. "Bodily injury" "property damage" or "personal and advertising injury" resulting from work performed on a project where other valid and collectible insurance is available to the additional Insured under an Owner Controlled insurance Program or Consolidated (Wrap-up) Insurance Program. d. "Bodily injury," "property damage" or "personal and advertising Injury": (1) Arising out of the rendering or failure to render any professional services by any insured, or on their behalf, but only with respect to either or both of the following operations; (a) Providing engineering, architectural or surveying services to others in the insured's capacity as an engineer, architect or surveyor, and (b) Providing, or hiring independent professionals to provide, engineering, archltecUal or surveying services in connection with work the'insured performs, (2) Subject to paragraph (3) below, professional services Include: (a) The preparing, approving or failing ,to prepare or approve maps, shop drawings, - opinions, reports, surveys, field . orders, change orders, or drawings and specifications; and (b) Supervisory or Inspection activities performed as part of any related architectural or engineering activities, but does not include the general supervision of your operatlons on such project. (3) Professional services do not include services within construction means, methods. techniques, sequences and procedures employed by you in connection with your operations as a construction contractor. For the purpose of this endorsement, the following definitions are added: "Owner" means a person or organization who has ownership in the project premises, designated In Your written contract or written agreement, ai which you are performing operations. "contractor" means a person or organization with whom you have agreed in a written contract or written agreement to perform operations for at the project designated in the written contract or written agreement. "Construction Manager" means a person or organization designated as "construction manager, in your written contract or written agreement, and has management or supervisory responsibilities over your operations for the project designated In your written contract or written agreement, GL-3085 (01/06) -3- 'Engineer" means a person or organization who has been engaged by t cons'on Jon lDallager" to perform engineering services for the project designhc ated in Your fla`written contract or written agreement and has a contractual responsibility for supervising, direciing or controlling your operations on such project. i I "Architect" means a person or organization who has been engaged by the "owner", "contractor" or "construction manager" to perform architectural services for the project designated in your written contract or written agreement and has a contractual responsibility for supervising, directing or ! controlling your operations on such project. Any coverage provided herein will be excess over any other valid and collectable insurance available to i the additional insured(s) whether primary, excess, contingelit or on any other basis unless you have agreed in a written contract or written agreement executed prior to any loss that this insurance will be primary. However, any other insurance specifically purchased for a designated project(s), Including but not limited to additional insured coverage, owners contractors proteciive coverage, etc., will be primary with the insurance provided by this endorsement being excess, It this Insurance is determined to be primary, WO agree not to seek contribution from such other insurance only if you have so agreed in the written contract or written agreement. C. AUTOMATIC WAIVER OF SUBROGATION lism 8, of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following. e. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to Impair those rights. At our request, the insured will bring 'suit" or transfer those rights to us and - help us enforce them. b, If required by a written contract executed prior to loss, we il,faive any right of recovery we may have against any person or organization because of payments we make for injury o, damage arising out of "your work" for that person or organization. D. EXTENDED NO'nCE OF CANCELLATION, NONRENEWAL . Item A,2.1b. of the COMMON POLICY CONDITIONS, is deleted and replaced with the following: A.2,b. 60 days before the effective date of the cancellation if we cancel for any other reason. Item 9, of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 9. WHEN WE DO NOT RENEW a. If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown in j' the Declarations written notice of the nonrenewal not le date. ss than 60 days before the expiration b. If we do not give notice of our Intent to nonrenew as prescribed in a. above, it is agreed that you May extend the period of this Policy for a maximum expiration date. Where not otherwie prohibited by law,,lthe existing iionaf 6terms, condi0) days tions and its drai, will remain In effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one time sixty day extension Is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a. above. a1--3085 (oi/06) -4- r; i t - I E. UNINTENTIONAL F'AILUIRE TO DISCLOSE HAZARDS Although we Celled on your representations as to existing and past hazards, if unintentionally you should fail 10 disclose all such hazards at the Inception date of your policy, we will not deny coverage under ibis Coverage Form because of such failure. F. BROADENED MOBILE EQUIPMENT Item 12.1b. of SECTION V - DEFINITIONS, is deleted and replaced with the following: 12.b. Vehicles maintained for use solely on or next to premises, sites or locations you own, rent or occupy. G. PERSONAL INJURY - CONTRACTUAL COVERAGE Exclusion 2.e, of SECTION 1, COVERAGE B is deleted. H. NONEMPLOYMENT DISCRIMINATION Unless "personal and advertising injury" Is excluded from this policy: Item 14. of SECTION V - DEFINITIONS, Is amended to Include: "Personal and advertising injury" also means embarrassment or humlllation, mental or emotional distress, physical illness, physical impairment, loss of earning capacity or monetary loss, whlch is caused by "discrimination." SECTION V - DEFINITIONS, is amended to include: 23. "Discrimination" means the unlawful treatment of individuals based on race, color, ethnic origin, age, gender or religion. Item 2. Exclusions of SECTION 1, COVERAGE B, is amended to include; `Personal and advertising Injury" arising out of `discrimination" directly or indirectly related to the past employment, employment or prospective employment of any person or class of persons by any insured; "Personal and advertising injury" arising out of "discrimination' by or at your, your agents or your "employees" direction or with your, your agents or yeur "employees" knowledge or consent; 'Personal and advertising injury" arising out of `discrimination" directly or indirectly related to the sale, rental, lease or sub -lease or prospective sate, rental, lease or sub -lease of any dwelling, permanent lodging or premises by or at the direction of any insured; or --= Fines, penalties, specific performance or injunctions levied cr imposed by a governmental entity, or governmental code, law, or statute because of "discrimination." 1. LIQUOR LIABILITY Exclusion 2.c. of SECTION 1, COVERAGE ,A, is deleted. J. BROADENED CONDITIONS Items 2.a. and 2.b. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, are deleted and replaced with the following: aL-3085 f01/06j �- i 2. Duties In The Event Of Occurrence, offense, claim Or Suit: I Q. You must see to it that we are notified of an 'occurrence" or an offense which may resuh in a claim as soon as practicable after the 'occurrence' has been reported to you, one of your oif'iccars or an "employee" designated to give notice to us. Notice should include: i (1) Flow, when and where the "occurrence" or offense took place; (2) The names and addresses of any Injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense, b. if a claim is made or "suit" is brought against any insured, you must: i (1) Record the specifics of the claim or 'suit, and the date received as soon as you, one of Your officers, or an "employee" designated to record such Information is notified of it; and (2) Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employea" you designate to give us such notice learns of the claims or Item 2.13, is added to SECTION IV_ COMMERCIAL GENERAL LIABILITY CONDITIONS: 2.e. If you report an "occurrence" to your workers compensation insurer which develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such "occurrence" to us at the time of "occurrence" shall not be deemed In vlolation of paragraphs 2.a. 2.b. and 2.c. However, you shall give written notice of this "occurrence" to us as soon as you are made aware of the fact that this "occurrence" may be a liability claim rather than a workers compensation claim. K. AUTOMATIC ADDITIONAL INSUREDS -EQUIPMENT LEASES SECTION II - WHO IS AN INSURED is amended to include any parson ar organization with whom you agree in a written equipment lease or rental agreement to name as an additional insured with respect to !lability for "bodily injury", "property damage" or 'personal and advertising injury" caused, at least in pail, by Your maintenance, operation, or use by you of the equipment !eased to you by such person or organization, subject to the following additional exclusions. the Insurance provided to the additional insured does not apply to: 1. "Bodily injury" or "property damage" occurring after you cease leasing the equipment. 1. 'Bodilyl! injury" ry" or "properly damagen arising out of the solo negligence of the additional insured. 3. "Property damage" to: a. Property owned, used or occupied by or rented to the additional insured; or 6. Property in the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical control. CL-3085 -6- I L. INSURED CONTRACT EXTENSION. RAILROAD PROPERTY AND CONSTRUCTION CONTRACTS Item g. of SECTION V - DEEINIT10Pi5, is deleted and replaced with the following. "Insured Contract" means, a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except In connection vAth work for a municipality; a., An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (Including an Indemnification of a municipality In connection with work performed for a municipality) under which you assume the tort liability of another party to .pay for "bodily Injury" or 'property damage" to a third person or organization provided the "bodily Injury" or "property dI caused, In whole or in part, by you or those acting on your behalf. Tort liability means a @geiiv amage" s that would be Imposed bylaw In the absence of any contract or agreement.. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, it an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insureds rendering or failure to render professfonai services, including those listed in (1) above and supervisory, Inspection, architectural or engineering activittes. M. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMITS This modifies SECTION III - LIMITS OF INSURANCE. A. For all sums which can be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - _. COVERAGE C: 1. A separate Construction Project General Aggregate Limit applles to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Decla-ations. 2L-3085 (01/06) -7- i 2. The Construction Project General Aggregate Limit Is the most we will pay for the sun) of all damages under COVERAGE A, except damages because of "bodily Injury" or "property damage" included In the "products -completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits," 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction. project Such payments shall not reduce -the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown, In the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, Instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For -all sums which cannot be attributed only to ongoing operations at a single construction projeci for which the insured becomes legally obligated to pay as damages caused by an 'occurrence° under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable: and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. Payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard' will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project, E. The provisions of SECTION Ill - LIMITS OF INSURANCE not otherwise modified by this endorsement shall contlnue to be applicable, K FELLOW EMPLOYEE COVERAGE Exclusion 2.e. Employers Liabillty of SECTION 1, COVERAGE A, is deleted and replace.J with the following; 2.s. "Bodily injury" to (1) An "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insureds business; or GL -3085 (01/06) - -8- I r (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of paragraph (1) above. This exclusion applies- I (1) Whether the Insured may be liable as an employer or in any oth6r capacity; and (2) To any obllgation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to; (1) Liability assumed by the insured under an 'insured contract'; or (2) Liability arising from any action or omission of a co -"employee" while that co -"employee" is either in the course of his or her employment or performing duties related to the conduct of your business. item 24. (1)(a) of SECTION 11- WHO IS AN INSURED, is deleted and replaced with the following: 2.a. (1)(a) To you, to your partners or members (if you are a partnership or joint venture) or to your members (if you are a limited liability company), or to your "volunteer workers" while performing duties related to the conduct of your business, 0. PROPERTY DAMAGE TO THE NAMED INSURED'S WORK Exclusion I of SECTION 1, COVERAGE A. is deleted and replaced with the following; 1. Damage to Your Work "Property damage" to "your work" arising out of it or any part of If and included in the "products completed operation hazard." This exclusion applies only to that portion of any loss in excess of $50,000 per occurrence if tho damaged work and the work out of which the damage arises was performed by you. This exclusion does not apply If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. P. CARE, CUSTODY OR CONTROL Exclusion 2.1.4 of SECTION 1, COVERAGE A. is deleted and replaced with the following: 2.1.4 Personal property in the care, custody or control of the insured. However, for personal propettt, in the care, custody or control of you or your "employees," this exclusion applies only to that portion of any loss in excess of $25,000 per occurrence, subject to the following terms and conditions; (a) The most that we will pay under this provision as an annual aggregate is $100,000, regardless of the number of occurrences. (b) This provision does not apply to "employee" owned property or any property that is missing where there is not physical evidence to show what happened to tho property. (c) The aggregate limit for this coverage provision Is part of the General Aggregate Limit 'gild SECTION III - LIMITS OF INSURANCE is changed accordingly. Gi 3G85 (01106) -9- (d) In the event of damage to or destruction- of property covered by this exception; you sE ail, E.r Mquestsd by us, replace the properly or furnish the labor and materials necessary for repairs thereto, at actual cost to you exclusive of prospective profit or overhead charges of any nature. (e) $2,500 shall be deducted from the total amount of all surns you became obligated to pay as darnages on account of damage to or destruction of all property of each person or .organization, Including theloss of use of that properly, as a result of each "occurrence.`.' Our limit of liability under the endorsement as being applicable to each "occurrence" shall be reduced by the amount of the deductible indicated above; however, our aggregate limit of liability under this Provision shall not be reduced by the amount of such deductible. The conditions of the policy, Including those with respect to duties in the event of "occurrence," claims or "stilt" apply irrespective of the application of the deductible amount. We may pay any part or all of tl�e deductible amount to effect settlement of any claim or "suit" and, upon notlfication of the action taken,, you shall promptly reimburse us for such part of the deductible amount as has been paid by us, GL-3085 tot/06) -10- Policy No. CLP 3259097 i 7HISt�f;ORSLh9LIaT CHANGES THE POLICY. PLEASE REACH iT CAREFULLY. CONTRACTORS ADDITIONAL INSURED ENDORSEMENT - a COMPLETED OPERATIONS ! This endorsement modifies insurance provided under the iollowing: I COMMERCIAL GENERAL LIABILITY COVERAGE FORM i SECTION I1- WHO IS AN INSURED Is amended to Include: Any "owner," "contractor,' "construction manager," "engineer" or "architect" if it is required in yours^rriiien contract or written agreement executed by you and all other parties to the contract or agreement prior to any loss that such person(s) or organizatlon(s) be added as an additional insured on your policy for completed operatlons but only for the project designated in your written contract or written agreement and only with respect to "bodily injury' or 'property damage" included in the "products -completed operations hazard" and caused, at least in part, by your negligence and with respect to liability resulting from: A. "Your work" performed for the additional insured(s), or B. Acts or omissions of the additional insured(s) in connection with their general supervision of 'your work." With respect to the Insurance afforded such additional insureds in connection with this endorsement and the above referenced Commercial General Liability Form, the following additional provisions apply to limit that coverage: 7. We will have no duty to defend the additional insured against any "suit" seeking damages for "bodily injury" or "property damage" until we receive written notice from the additional insured requesting that we defend It in the "suit.' 2. The Limits of Insurance applicable to the additional insureds under this endorsement are the minimum limits specified in the written contract or agreement requiring this coverage, or as stated in SECTION III - LIMITS OF INSURANCE of the COMMERCiAL GENERAL LIABILITY COVERAGE FORM, whichever is less. These Limits of insurance are inclusive of and nut in addition to the Limits of Insurance described in SECTION III .of that form. 3. As additional conditions of coverage under this form, an additional Insured under this endorsement will as soon as practicable: a. Give written notice to us of an "occurrence" which may result in a claim. This shall include: (1) How, when and where the 'occurrence" took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence." b. Give written notice to us of a claim or "suit" brought against, the additional insured Including specifics of the claim or 'suit" and the date it was received. c. Give written notice of such claim or "suit," including a demand for defense and indemnity, to any other insurer who had coverage for the claim or "suit' under fts nolicy(ies), either at the GL-4503 (04/07) Copyright, American Association of Insurance Services, Inc. 2004 Page i of 3 time of, or at any time subsequent to the occurrence of the "bodily injury" or "property demaga" which is the basis for such claims or "suit." (1) Such notification must demand the full coverage available under that policy; and (2) The additional insured shall not take any action to waive or limit such other coveraae available to it. 4. This insurance does not apply to: a. "Bodily injury" or 'property damage" resulting from any act or omission of the additional insured(s) or any of their employees, other than the general supervision of work performed for the additional insured(s) by you; b. "Bodily injury" or "property damage' resulting from "your work" peformed on a project where other valid and collectible insurance is available to the additional insured under an Owner Controlled Insurance Program or Consolidated (wrap-up) Insurance Program; C. 'Bodily injury" or "property damage" (1) In connection with a project where "your work" on the project was completed prior 10 the effective date of this policy, unless the written contract or written agreement includes a specific time requirement for completed operations coverage to be provided by you for the additional insured for "bodily injury" or "property damage" occurring during the policy period. Such coverage will not apply beyond: (a) The period of time required by the written contract or written agreemeni; or (b) 10 years from the completion of "your work" on the project which is the subject of the written contract or written agreement, whichever is less. (2) In connection with a project where 'your work" on the project was completed and where the duration of the additional Insured coverage requirement in the written contract or written agreement governing "your work" on that project had expired by the time that the injury or damage first occurred. For the purpose of this endorsement, "your work" will be deemed completed as sei tort;; in the "products -completed operations hazard' definition, d. "Bodily injury' or "property damage': (1) Arising out of the rendering or failure to render any professional services by any insured, or on their behalf, but only with respect to either or both of the following operations; (a) Providing engineering, architectural or surveying services to others in the insured's capacity as an engineer, architect or surveyor, or (b) Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with work the insured performs. CL-4503 (04/07) Copyright, American Association of Insurance Services, Inc. 2004 Paga 2 of 3 (2) Subject to paragraph (3) below, professional services include: (a) The preparing, approving or tailing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; or (b) Supervisory or inspection activities performed as part of any related architectural or engineering activities, but does not include the general supervision of your operations on such project. (3) Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection will; your operations as a construction contractor. For the purpose of this endorsement, the following definitions are added: "Owner" means a person or organization who has ownership in the project premises designated in your written contract or written agreement, at which you are performing or performed work. "Contractor" means a person or organization with whom you have agreed in a written contract or vjritten agreement to perform work fog at the project designated in the written contract or written agreement. "Construction Manager" means a person or organization designated as "construction manager' in your written contract or written agreement, and has management or supervisory responsibilities over "your work" for the project designated in the written contract or written agreement. 'Engineer" means a person or organization who has been engaged by the "owner," "contractor" or 'construction manager" to perform engineering services for the project designated in your written contract or written agreement and has a contractual responsibility for supervising, directing or controlling "your work" on such project. "Architect" means a person or organization who has been engaged by the "owner," "contractor" or "construction manager" to -perform architectural services for the project designated in your written contract or written agreement and has a contractual responsibility for supervising, directing or controlling -- your work" on such project. Any coverage provided herein will be excess over any other valid and collectable insurance available to the additional Insured(i) whether primary, excess, contingent or on any other basis unless you have agreed in a written contract or written agreement executed prior to any loss that this insurance will be primary. However, any insurance specifically purchased for a designated project(s), including but not limited to additional Insured coverage, owners contractors protective coverage, etc., will be primary with the insurance provided by this endorsement being excess. If this insurance is determined to be primary, we agree not to seek contribution from such other insurance only If you have so agreed in the written contract or written agreement. In no event will any coverage provided under this endorsement extend beyond the expiration date of this policy. GL-4503 (04/07) Copyright, py Ight, American Association of Insurance Services, Inc. 2004 Page 3 of 3 05/2B/2009 23:26 8067987838 BUTLER CARSON INS PAGE 01 ACPRO CERTIFICATE OF LIABILITY INSURANCE 11 2020 9' PRODUCER (806)798-7979 FAX: (806)798-7888 Butler Caraon I'nouxance 4505 82nd St, Suite 10 Lubbock TX 79424 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC M INSURED Went Texas Barricades, Inc, dba Barricades Unlimited & West Texas Traffic Control, Xnc. P . 0, BOX 11001 Lubbock TX 79408 INSURERA Admiral IZLIBUC S Com a INSURERB-IllinOiH National INSURER C' INSURER 0: INSURERE- THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A80VE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY RE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDEO BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, V INER ADD'L flnTYPEOFINBURANCE ;POLICY POLICYNVMBER EFFECTIVE DATE MMIDO POLICY EXPIRATION DATE MMI00"7 LIMITS A GENERAL LIABILITY X COMMERCUtGENERALUAeIU C'.AIMSMADE 1XI OCCUR CAOD0013741-01 1/01/2009 9/15/2009 S 11000,00 RRFMCP bnMAGTY i Eoccurnimol NTED S 50,000 MED FXP l&w ana pwi,onj1 5.000 PERSONALIANINJURYt 11000,000 QENERAL AGGR s 51000,000 GNL AGGREGATE LIMIT APPLIES PER: S 2,000,000 POLICY X P AUTOMOBILE LIABILITY COMBINED SINGLE LIMB (Eadaldam) S ANY AUTO 90DILY INJURY (Par (,Moon) = ALL OWNED AUTOS SCHEDULEDAUTOS BODILY INJURY (Per accident) S HIRED AUTOS NONAV.NED AUTOS PROPERTY OAMAGE (Par 5=100m) CARACE LIABILITY AVID ONLY• EA ACCIDENT 1 i OTHER THAN AUTO ONLY ANY AUTO i H eXCESSIUMERELLALIABILITY X OCCUR DCLAIMS MADE DROB4555444 9/15/2D08 9/15/2009 EACH QrrURRFNQF3 2,000,000 AGCR { _21000,000 i DFOUCTIBLE B ._._ X HE TENTICN 6 1.01000 WORXERSCOMPENSATIONAND ! EMPLOYERS' LIABILITY ANY PROPRIETORIPARYWR/EXECUTIVE WCSIIMIT OR E.L A HACCIbENT L EL. OI E • EA EMPLOYEE OCFICER/MEMBER EXCLUDED? E L - POLICY LI U yes, darn7ba undo S PROVISIONS below 3 OTHER DESCRIPTION OFOPERA'nCNSR,OCATIONSNENICLE91ERCLUSIONS ADDED BY ENOORSEMENTISPECIAL PROVISIONS ITB 009-716-81di Contract #59431 Project Name: WATER LINER AHXAD OF FREIWAY COMOTROCTION-LV890CK. Blanket additional Insured on a Primary a Nan-ContCS,butory Beale with Blanket Waiver of subrogation and Blanket 30 Day Notice of cancellation with reapecte to General Liability ao required by writton contract. CERTIFICATE HOLDER CANCELLATION (8J.7) 4 81- 23 6 9 SHOULD ANY OF THr ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Wright Construction CO., IAC- EXPIRATION DATE THEREOP, THE ISSUING INSURER WILL ENDEAVOR To MAIL Attu: Jason Garrett 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE LEFT, BUT 601 W . Wall Street FAILURE TO OO 90 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE Grapevine, TX 76051 ,um.nen -♦6euR nn mm.cueorwm,ce ACORD 25 (2001100) IN5025 (oloe).cea 0 ACORD CORPORATION 198E Pilga 1 of 2 05/28/2009 23:26 8067987888 BUTLER CARSON INS PAGE 02 IMPORTANT If the certificate holder is an ADDITIONAL, INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extand or alter the coverage afforded by the policies listed thereon AGORU [5 tNC# ItVOj Pspsi N2 INS025 to+oet oee it i l 05/28/2009 15:22 8067976235 ALAN HENRY INSURANCE PAGE 03 DATE(MM,DpnrYY) 05/28/2009 INFORMATInk OR AFFORDING COVERAGE NAIC>Y 1ut,ern County Mutual tns. Co, — THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT TERM OR CONDITION OF ANY CONTRACT 9 OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY 13E !$SUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR DO' POLICY EFFECTIVE POUOY EXPIRATION PC ICY N MBER ►IMITS GE ERAL LIABILITY E EAC t OCCUR COMMERCIAL GENERAL LIABILITY EN _s^ ! DAMAGE TO RENTED ' j rPREMISEI(kaccelimna — CtAiM6 MADE +_ OCCUR . I MEO EXP I Any one e p � — PERSONA QtADV INJURYI — NER LAGGREtlATE _ i CENT AGGREGATE LIMrl APPLIES PER- ! PRODUCTS . COMPIOP AGO 5 PRO• P CY LOC I A . AUTOMOBILE I`—� LIABILITY STC564564-04 E .j OS/� 1 /2009 0$13 j 12014 1 COMBINED 51Nr,LE I F—I ANY AUTO + Blanket Additinna! lnsured; E -1MIT (Ee etcldanl) S S ),000,001 _ I ALL OWNED AUTOS Blanket Waiver OC$ubPDGAt(On, I ; X SCHEDULED AUTOS 6lankct 30 day NOC apply if pODILV INJURY (Po, Porow) 'i S X HIRED AUTOS TC4Dittd by written controct I X NON -OWNED AUTOS ' (Per accident)Y 6 -` PROPERTYOAMAOE (Per See dent) S GARAGE LIA9IUTY j AUTO ONLY - EAACCIDENT 3 ANYAUTO OTHER THAN FA A C E j AU700NLL'• AGG EXCEBalUMBRELLA LIABILITY ,-I I OCCUR -"CHOCCURaENCE f,___• CLAIMS MADE AOOREOATE DEOUCTIBtE )4 RETENTION 3 E WORXFAB COMPENSATION A14D T5F000111749720090531 i05/31/2009 ',05/31/2010 `X WCSTA7U• ,OTH• EMPLOYERS' LIABILITY ANYCERAIEETORIPARTNOF07 .CUTIVc Blanket Waiver of Sub. if rc q OIiy-Uq E.I-, EACH ACCIDENT � 1,000 1 1000 t1ge.dRPdEMBEREXClU0E0T OS H ue.deieoaund r byWIII(CnCOnIrOCI _ _ ! ( jEL nISEASB.EAEMPLOYE j,000,000 1,000 ,000 FE.I 1 EASE-PoucvuMlr OTHER i E - , DE CR.PTION OF Of EM110NS t LOCATIONS r VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE; Bid NITS-09-716-BM-Water Lines Ahend of Fretway Construction.The City of Lubbock is additional insured on a primary/non contributory basis as respects Auto Liability. Waiver OFSubrogation applies in favor of same as respects Auto Linbility and Workers Comp. if required by written contract. CERTIFICATE HOLDER CANCELLATION _. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BFCANCELLEO BRIF QA THE EXPIRATION Cny of Luhbnck GATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN and Wrj0It1 Cori. Cn.. Inc, NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 90 SHALL 1625 lath St. IMPOSE NO OBUOATiON OR LIABILITY OF ANY HIND UPON THE INSURER, ITS AGENTS OR _. HEPRESENTATIVE Lubbock TX 79401 AUTHORIZED REPRESENTATIVE ACORD 25 (2001/09) 0 ACORD C6KPDRATION 1980 l_ 05!28l2009 15!22 8067976235 ALAN HENRY INSURANCE PAGE 04 IMPORTANT If the certificate holder is an ADDITIONAL, INSURED, the policy(les) must be endorsed. A statement i on this certificate does not confer rights to the certificate holder in Ileu of such endorsement(s). If SUBROGATION i5 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between i the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, 25 (2001/08) 05/28/2009 15:25 8067976235 ALAN HENRY INSURANCE PAGE 02 ATE tMNl0awvlq �...'n A ORL/T� CERTIFICATE OF LIABILITY INSURANCE D05/28/2009 PRODUCER Alan Henry Ins. Agency, Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3407 19th Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Lubbock TN 79410 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL 9 INSURED west Texas Barricades, Ltd. INS R fRn Southern County Mutual Ins. Co, dba Barricades Unlimited INSURER 9. PO BOX 11001 INSURER C. _ INSt1RE�D: ^ Lubbock TX 7440& INSURM E, Texas Mutual Insurance Co. COVERAGES r, t_ 1 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INOICATPD, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, _ !„ INSR 00 POINOY N MBER I PtlLIOY EFFECTIVE POLICY EXPIRATION UMITA ! GENERAL LIABILITY COhMtERC1AL GENERAL LIABILITY .. CLAIMS MADE C OCCUR i I EACH OCCURRENG,E_ ! DAMAGE TO RENTED PRPMISPS IF MF.D EXP IAny ens oendn3_y},_ PERSONAL E ADV INJURY!_,,. -- GENERALAOORBGATE _ i j i ' PRODUCTS-COMPIOPAGG S GEN-L ACCREGATE LIMIT APPLIES PER. PO I Y PRO- Lac A AUTOMOBILE X LIABILITY �STC564564-43 ! ANY AUTO ALL OWNED AUT09 I SCHECULDOAUTOS HIRED AUTOS NON•OWNEO AUTOS Blpnkct Additional lnsved. Blanket Waiver of Suhrngrltinn; ! I Blanket 30 day MC Rpply If ( required by written cnntrACE I i I 05/11/200$ OS/3112009 OMBBIINdEDDI'INGLE LIMIT ! 1,000,001 — -_ 9001LY INJURY ;Pa Paeen) S BODILY INJURY (Por ateCId8M) S PROPERTY DAMAGE . (Pet paldem) I! ._— GARAGE LIABILITY ALTO ONLY - EA ACCIDENT f� S ANY AUTO OTHER THAN EA ACC AUTO ONI.Y. AGG ! S EXCESSNMBRELLA. IIABILITY µ ' OCCUR F, CLAIMS MADE OEOUCTIBtE I t � EACH OCCURRENCE_ I AGGREGATE S __ ! _ - S - •• •- - RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPAMTORIPARTNEXECUTNE ERI IOFFICERIMEMBEREXCLUOED9 Ifet deltribe %Adst TSr000111749720080531 Blenk+ct waiver of Sub. If req bywfinCnconlmct 0Sl31/2008 05/31/2009 X VJC STATU. OTH- -- 70,' I w i l-ER_ . F.I.. EACH ACCIDENT 4 11000,000 E.L.OISCABE•EAEMPLQM E L DISE E - POLICY LIMIT - 1,000.000 I ! 1,000,000 I OTHER i III DESCRIPTION OF OPERATIONS I LOCATIONS t VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SpevAL PROVISIONS RE: Bid HITB-09-716-BM-Water Lines Ahead of Freeway Construction.The City of Lubbock is additional insured on a primnry/non contributory basis as respects Auto Liability. Waivcr of Subrogation applies In favor Of same a-c respects Auto Liability and Workers Camp, if required by written contract. CERTIFICATE HOLDER %;AIVL:CLL A I IVPI allOULD ANY OF The ABOVE OEBCRIBED POLICIES et CANCELLED BEF16 TH6 5XPIRAr10N City Of Lubbock DATE THEREOF. THE 18811I46 INSURER WALL ENDEAVOR TO MAIL _ DAY! WRITTEN end Wright Can& (:P•, Inc. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO 00 90 $HALL 1625 1.101 St. IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESE TATIVB9 I,Irhhnck 'i'X 79401 AUTHORILEO REPRESENTATIVE ACORD 25 (2001108) ®ACORD CCAPORATION 1988 _._. -DATE (MMIDDIYYYY): ACORd CERTIFICATE OF LIABILITY INSURANCE 06102/2009 PRODUCER THIS CERTIFICATION IS ISSUED AS A MATTER OF INFORMATION T— MARSH (USA) INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4400 BANK ONE CENTER HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1717 MAIN STREET ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW. CAROL PARSONS 214-303-8582 DALLAS75201 624491--ALL-09/10 PIPE TX GRAN N INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A Liberty Mutual Fire Ins Co 23035 HANSON PIPE & PRECAST, INC. -- - - 1003 N. MACARTHUR BLVD. NSURER B Liberty Insurance Corporation 42404 GRAND PRAIRIE, TX 75050 il INSURER CC NIA { NIA INSURER D N/A _ --._-- ...... N/A INSURER E- NIA . NIA COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSRADO'L LTR� INSRq TYPE OF INSURANCE POLICY NUMBER raucY eFrecnve rOlwT unnwnOn I I DATE IM"D1YYYY) DATE tMMmDayYYY) LIMITS ,GENERAL LIABILITY I EACH GCCURREN ,E -- I I CCMMERCIAL GENERAL LABILITY ; , I DAMAGEYORENTEO .. —I...-__._--.---- occurrence} '$ ----- -- .---� CLAIMS MAI F ;._. Or'CUR i _PREMISES{Ee MED EXP (Any -one person) i$ ._— ' !PERSONAL & ACV INJURY GENERAL AGGREGATE GENERAL AGGREGATE LIMIT APPLIES PER) I � RODUCTS - _ C �-` — `— POMP/OP AGG$ PRO POLICY JFCT - LCCI A X AUTOMOBILE LIABILITY AS2-631-509529-029 101/01/2009 01/01/2010 COMBINED SINGLE LIMIT :$ 1,000,000 X ' ANY AUTO 1 ALL OWNED .AJ I OS %JODILY INJURY _.-.- -.I ` (PMptNsOn) ��....._ SCHEDULED AUTOS , j ...._... ---- —..-.. '$ __.._._._...- .___7777 i HIRED AUTOS BODILY INJURY .I NCN-O'ANEDAUTOS (Per accanenl) ( PROPERTY DAMAGE $ IPeraccidenl! GARAGE LIABILITY AU s O ONLY - EA ACCIDENT $ _. ANY AUTO ! Oi)'ER THAN EA ACC $ ... - - i ALTO C,NLY I AGO i$ EXCESS I UMBRELLA LIABILITY i EACH OCCLRPLNGE [AGGREGATE OCCUR - CLAIMS MACE! ,$ Is DEDUCHBLE RETEWION $ B WORKERS COMPENSATION AND ' WA7-63D-509529-019 (AOS) 01/01/2009 01/0112010 X s `AIC STA J OTH ' ;._ER_}._._-._. EMPLOYERS' LIABILITY WC7-631-509529-049 01/01/2009 01/01/2010- ,roRYTS� $ 1'000,000 B ANY PROPRIETR I ARTNEFIJLXECUTiVE Y IN GFr-ICER!(EMBEREXCLUDED?OWA7-63D-509529-059(MN) 01/01/2009 01f01/2010 L EACH ACC DLNT -- -- - B N .L.DISEASE EAEMPLOYE$$ 1,000,000 (Mandatcr m NH) It yes, describe under L DISEASE POLICY LIMIT $ 1,000,000 SPECIAI. FRCVISIONS beow _ OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESItXCLUblUN3 ABUtu CT EnOUKbtMtN UbrtUTAL PKUVIbIUna RE: BID #ITB-09-716-BM-WATER LINES AHEAD OF FREEWAY CONSTRUCTION THE CITY OF LUBBOCK IS ADDITIONAL INSURED ON A PRIMARY/NON CONTRIBUTORY BASIS AS RESPECTS AUTO LIABILITY. WAIVER OF SUBROGATION APPLIES IN A FAVOR OF SAME AS ASPECTS AUTO LIABILITY AND WORKERS COMP. IF REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER HOU-001241449-01 CITY OF LUBBOCK �t AND WRIGHT CONS. CO., INC. ATTN:JASON GARRETT 1625 13TH Sr. L.JBBOCK. TX 79401 ACORD 25 (2009/01) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. or;PrS USAPIn ervrwnve William Hines ©1998-2009 ACORD CORPORATION, All Rights Reserved The ACORD name and logo are registered marks of ACORN IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED. subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AGORA CERTIFICATE OF LIABILITY INSURANCE DATE(MMiDDtYYYY) oS/28/2009 PRODUCER (806) 376-6301 FAX (806) 376-1449 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Neely, Craig & Walton, LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR A Member of the K&S Group ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO Box S06 Amarillo, TX 7910S INSURERS AFFORDING COVERAGE NAIC # INSURED Ewing Cable, Inc. WSUPERA: Union Insurance Co P. 0. Box 7772 INSURERS: Texas Mutual Insurance Company Amarillo, TX 79114-7772 NSURERc: Hartford Lloyds Insurance Co INSURER 0: INSURER E: r� wr�o THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRADD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIMIOtON LIMITS GENERAL LIABILITY 46SBMBA4616 03/09/2009 03/09/2010 EACH OCCURRENCE $ 1,000,00 X COMMERCIAL GENERA_ LIABILITY CLAIMS MADE M OCCUR DAMAGE-0 RENTED $ 100,00( MED EXP ;Arty• one person) $ 5,00 C PERSONAL & ADV INJURY $ 1 1 QQQ 1 00 GENERAL AGGREGATE $ 2,000,00( 00TL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPrOP AGG $ 2 QQQ , QQ POLICY JI"E El LOC AUTOMOBILE LIABILITY X ANY AUTU CPA 4329200 10/13/2008 10/13/2009 COMBINED SINGLE LIMIT (Ea acriot) el $ 1,000,000 A ALL OWNED AUTOS SCHEDULED AUTOS X HARED AUTOS X NON•OWNED Alfros BODILY INJURY (Per pem n) BODILY INJURY (Per amdern) $ PROPERTY DAMAGE ;Per accident) $ GARAGE LIABILITY AU 1"0 ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTOONLY. AGO $ ANY AUTO $ EXCESSNMBRELLA LIABILITY 46SBMBA4616 03/09/2009 03/09/2010 EACH OCCURRENCE_ $ 5,000,000 X OCCUR G..A!13S IJAUE _ AGGREGATE $ 5,000,000 C $ $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND TSF-0001195519 10/17/2008 10/13/2009 WCSTAfU- OTH- B EMPLOYERS' LIABILITY ANY PROPRIETOR+PARTNFR,FXECUTIVE OFFICERr:.1EMBER EXCLUDED? EL. EACH ACCIDENT $ 1,000,000 EL DISEASE - EAEMPLOYEE $ 1,000,000 If as, describe under SPECIAL PROV=SiCNS tielow C-.L" DISEASE - PUt. ICY LIMIT $ 1, QOQ 00 OTHER DESCRIPTION OF OPERATIONS f LOCATIONS; VEHICLES i EXCLUSIONS ADDED BY ENDORSEMENT r SPECIAL PROVISIONS Special Provisions: Re: Bid # ITB-09-716-BM - Water Lines ahead of freeway construction The City of Lubbock is Additional Insured on a Primary / Non-contributory basis as respects General lability, Auto Liability, and Umbrella Liability if required by written contract. Waiver of Subrogation applies in favor of same as respects General liability, Auto Liability, Umbrella Liability, and Worker's Compensation if required by written contract. City of Lubbock 162S 13th St. Lubbock, TX 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _lO . _ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILTTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ! Jeff Neely,III,CPCU,CIC/PKGI� ACORD 25 (2001i08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001i08) 06/02/2009 23:36 8067987888 BUTLER CARSON INS PAGE 01 C�'� " ( ) AC(7_RL, CERTIFICATE OF LIABILITY INSURANCE 6Ai(700°9 "' PRODUCER (806)798-7979 FAX: (806)798-7888 Butler Carnon Insurance 4505 82nd St, Suite 10 Lubbock TX 19424 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC N INSURED W. A. Atchley, Jr. I tiba W. A. Paving I5022 1Q. FN 2528 Lubbock TX 79415-4921 IRSURERA:UniOn Insurance CcqTany INSURERB: INSURER C: INSURER INSURERS: THE POLICIES OF INSURANCE LISTED BELOW HAVE 13EEN ISSUED TO THE INSURED NAIAEO 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. ATE LIMITS SHOWN MAY HAVE SEE, L&Q9fEQ BY PAID CLAIMS _6C,l INSRADD'l TYPE OF INSURANCE POLICY NUMBER DATE MMIODAYE PDATE EXPIRATION 10 LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLALLISMAOE OCCUR CP44313066-11 6/1/2009 6/l/2010 ; 1, 000, DOD DAMA FUI Tfps O RENTED !ZL f 100.000 MEOE son S 5,000 PER QftNjAQxjUU&t_ S 1,000,000 NERALAGG S 2,000 000 `GEN'LAGGREGATELIMITAPPLIESPER, S 2,000,000 S POLICY PRO- AUTOMOBILE X LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ee eet.duu; f 1,000,000 BODILY INJURY (PerPar,an) f A ALLONMEDAUTOS SCHEOULEDAUTOS CPA4313846-11 6/1/2009 6/l/2010 HIRED AUTOS NON.OWNED AUTOS BODILY INJURY (Par aCGdsrd) PROPBRTY DAMAGE. (Pat IkWW_I) T GARAGE LIABILITY AUTO ONLY . EA ACCIDENT S OTHER THAN ILA ACC= AUTO ONLY AGO ANYAUTO EXCESSIUMBREI LA LIABILITY EACH QCrURRFNQF -- OCCUR CLAIMS MADE QRFCATEf _....._ f DEDUCTIBLE RVETEN—TION jL WORKERS COMPENSATION AND EMPLOYERT LIABILITY ANY PROPRIETORNARTNERIEXECUTNE OFFICERIMFMBEREXCLUDED9 WCA4313867-21 6/l/2009 6/1/2010 X 6TA OTM- El ERGN AGCIpyNT 1, OQO, OOO DISEASE• EA EMPLOYEES _ 1,000,000 EL Y. f 1,000,000 0,St,dolu OV 660W a OTHER OESCRIPMON OF OPERATONSILOCA7I0N9NEHICLESIEXCLUSIONE ADDED BY ENDORSEMENTISPECIAL PROVISIDNE RE:e Sxn 11rTB-09-716-5M WATER LINED ART" OF PRREIRAY CONBTRUCTIOW. Certificate Holder is named as Additional insured on general Liability and Auto Liability where coverage LB on a Primary IZ Non -Contributory Basis with respects to General Liability a Waiver at Subrogation in favor of Certificats Bolder on General Liability, Auto Liability and Norlcers• Compensation as their interest may appear where required by Written Contract. CERTIFICATE HOLDER L:ANL;tLLAIIVN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF, THE 139UINQ INSURER WILL ENDEAVOR TO MAIL P . 0. Box 2000 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT Lubbock, TX 79408 FAILURE TO DO SO SHALL IMPOSE NO OBUGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR REPREBENTATNES. AUTHORIZED REPRESENTATIVE ,Sohn Carson/PONCE ACORD 2512001109) a ACORD CORPORATION 1988 INS02s (0108086 Pepe I of 2 06/02/2009 23:36 8067987888 BUTLER CARSON INS PAGE 02 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(tes) must be endorsed. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer. and the certificate holder, not does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ennan *o 1'2nn4enm INS026 toioei ae. Pape 2 d 2 ACORD, CERTIFICATE OF LIABILITY INSURANCE DATE Dr) YYYY) 06101/2009 PRODUCER 281--990-9294 FAX 281-890-2229 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Southern American Insurance Agency ! ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8203 Willow Place S. Ste 500 HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR I ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston, TX 71070 INSURERS AFFORDING COVERAGE NAIC k NsuREO suP.ERA: Bituminous Insurance Company Mickie Service Company, Inc. i URF.RB I P.O. Box 5 S 544 .. Houston, TX 772S5 - -- -- " 1PER E rnvKa ercf; THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN fSSL ED TO THE INSURED NAMED ABOVE FOR THE POLICY PERsOD >NDICATED_ NOTWITHSTANDIN.3 ANY REUjIREMENT TERM OF. CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERUFI"ATE 1VAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AL; THE TERMS, EXCLUSIONS AND CONDIT`.!)NS OF SUCH POL?CIES. ACG'r LGACTE LIMITS SHOVAN MAY HAV E BEEN REDUCED BY PAID C'LAIIAS. —._rP�ilCY�FEGfIt♦-E;P6L�Y'-EXF3RAtiDN_�_ LTR RO TYPE OF Nt5URANCE POLICY NUMBER ' pAT'E +AO!YYY I DATE iMWODfYYYY ; LIMITS t GENERAL UABILI Y CLP32SS275 07/20/2008 07/20/2009 r.,c-+f CURT FN E O{i(a_. `x----t 3 ' v ao X CGS--- H A ' ` X Blanket Add'1.Insd T __ `_._ . _._.__ �ra504aLAf1 +Sua ; 1, 0Od, 00 I X _Blanket 1ti0S — LN=RAI Ac r A > 21000.00 - I vtFP AG•34FWE nI A,PP .FS P - L...._ -. PR(DOIX S rrMP=tiP AGG €-s -r 00 2 000 Pr _.B_ AUTOMOBILELIAaIUrf CAP3523311 07/20/2008 07/20/2009 cts$:NFAs !U Esr x A'dYAtiT£, � . 1 o0o,on L_v.'tNEO tt: 5 fiiLY ItL't3RY - ' X - SQ;FDOi FD Ali ('s A_..-------- X HiRED Au"+ :`s AGO Y 04 U-- S NON C WNW AU _0S X Blanket Add'l Insd--_-_- .. 'Blanket R OPFT TY rAATSGE X WOS = GARAGE LIABILITY AUTO O'd; Y EA AC( )E N $ AtYAiJT'0 OTHER THAN j AURDIONLY' ACusS EXCESS UMBRELLA LIABILITY CUP2581616 07/20/2008 07/20/2009 �"Ac?iCr . u�rEta:E 3 l,OOO,OO c, u: L .w+.taOF ors.?ecA:� I 1,000,00 A I _. IS x I STEP 3Ft 10 , 000 WORKERSCOMPENSAnON WC35Z331O` 07 20/2008 ; 07/20/2009 ? X ? . C ' / PY tx E AND EMPLOYERS" LIABILITY �. _ N PRO PIETC1R' 1AI'TCJF-�EXC.J.eV +: F •. _ __ —._.-....._._ .___... ANY :f A ; OrFrLC lEkrG'ER Ez .t1O. r L L., LAt H Accrt �T- s^ —� 1,000, 00 _ (Mandatary in NH) l "F-i OASEASF EAc3+d1UYEC_S 1,000,00( i SPEI;IAL iKiGviS?.,tJJ Imo. w { E.L. OISEAtiH PO _r_Y 1,16411 S1,000,00( oTHgR qulpment Floater CLP32S527S 07/20/20081 07/20/2009 ' Rented/Leased Equipment A i Per Item - $100,000 Per Loss - $200,000 DESCRIPTTON OF OPERATIONS+ LOCATIONS: VEHICLES EXCLUSIONS ADOED BY ENDORSEMENT; SPECIAL PROVISIONS E: Sewer Lines ahead of Freeway right Construction Co, Inc. and City of Lubbock are additional insured on GL & Auto with waiver of ubrogation on all policies when required by written contract. Insurance is primary & non-contrubutory s respects insureds operations. 30 days notice of cancellation, except 10 days for non-payment. b'e t to policy terms,conditions. limitations & exclusions, Let" I I1_11:A I G nVLucn 11ArVt,c1.L.F41IVN I SHOULD ANY OF -THE ABOVE DESCAMEO POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER .WILL ENDEAVOR TO MAIL - 30 DAYS wRt"EN I NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABR R`Y OF ANY KIND UPON THE INSURER, nS AGENT"S OR Wright Construction Co, Inc. REPRESWATIVBS. 162S 13th Street AUTHORIZED REPRESENTATIVE Lubbock, TX 79401 v.'t 7gTGl riY t Southern American Ins. Agcy., ACORD 28 (2009101) @ 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD It the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subiect to the tears and conditions of the poiicy, certain policies may require an endorsement. A statement on this ceri>€icam does not confer rights to the certificate holder in lieu of such endorsement,$). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer. and the certificate holder, nor does it all irmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORQ, CERTIFICATE OF LIABILITY INSURANCE ,RODUCER 291-890-9294 FAX 281-890-2229 THIS CERTIFICATE IS ISSUED AS A MAT" Southern American Insurance Agency ONLY AND CONFERS NO RIGHTS UPON 8203 Willow Place S. Ste 500 HOLDER. THIS CERTIFICATE DOES NOT ALTER THE COVERAGE AFFORDED BY " Houston, TX 77070 INSURERS AFFORDING COVERAGE NSUREO itaugERA: Bituminous Insurance CoM Mickie Service C Ompany, Inc. P.O. Box 55544-- Houston, TX 77255 INSUREq D _ TE NAIL # THE POLCIES OF INSURANCE LISTED BELO`N HAVE BEEN GSUED TO THE INSURED NAf4ED ABOVE FOR THE POLICY PERIOD INDiCAI ED. NOTWIT HSTANDING ANY PEOJIRE?V%NT, T ERkt OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT-10 WHICH THIS CERTIFICATE MAY 8E SSUEO OR L4AY PERTAIN. THE INS61`!ANCE AFFORDED BY THE: POI_KAES DESCRIBED HEREIN IS SuBJECT TO AL'-_ THE TE-HMS, EXCLi.'S?<JN5 AND CONDfT�.u^NS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIM& W_..._..._-_POLICY TJTYPE OF INSURANCE- � P61iCY�1^i^EC�PiE_ ; PtSCt?rY E%PI— RATiOR€`-___�__�..________�_....____.______-_......_—____ NUMBER .-. _. _ ; DATE 'YY ? DATE AVDMYYY t LIMm9 !DD. GENERAL LIABILITY CLP3255275i 07/20/2009 , 07/20/2010 EacHncrlaqESE ; 00 - X !`O=.SEz�;k_GEtif RA* :.AL•,iiiz' ! ; �1,000 As �uGE LitTeii CtS P`T'L#.SF''� E.a .u-are ss `. S 300.00( (.-_AIMS MADE X - un.f. t" : W I EXP .5 , 0O A X Blanket Add'l Insd ._...... ._ 1, 000.00 X ; Blanket W05 _ aE.3ER11 AG-G`?tC.A'E � 2,000.00( A:Z- P"TIF _Frig APPMES PEh'.. »_ _ . _ . --- P¢ aeLie 5 aP OP AGG 2 , 000, 00 I POLICY - X AUTOMOBILE LIA8ILITY CAP3523311j 07/20/2009 i 07/2012010 COMBINED SINGLE i.>+AiT '- X I A_AUTO - NY Es micA,M; 3 ---- --- - - ---- 11000,000 .. Al LOlti'dK� AL7Tv`& i ?47rLV IkL`URY F A � i_ X ti.REO A;;?OS E GOOiI_Y NJiF?Y NONrOWNED All 08 i 'Pa oK'a`-''-n+ X? Blanket Add' l Insd Is i X ;Blanket WOS p�=r4tir ; t GARAGE LIABILITY i AUTO ONLY . EA ACC'OE.NT s ANY AUTO s THAN EhA z '----- ,OTHER ; AUTO ONLY: ACr. EXCESSr UMBRELLA LIABILITY CUP2581616 07/20/2009 ': 07/20/2010 I;&C-I+ CYc.URxFNCE l,0pf), 00 - — -- - j X _ i3 GtiP f, A.� S " ACE AL ItECA t I e 1,000,000 . -. A _. :s 4CEOUC'sHLE X AE?ENCiCjJ 10,00tT --- € woRKEg8CDMPENSAnoN ! AND RS' LIABILITY WC3523310 07/20/2009 07/20/2010 X }Y EMPLOYEY N ,._ ._.. AiY A Off tCc 4AEYBER EXv_LCE01 I 1 E-L EACH A'r: ENT is 1,000,00 - - (Mandntory In NH) _ E - CSEA.,E EA E)APLOYEE s 1,000,000 I Y65, uEECnC9 tender : yPECFAL PHOVTS>;NS €tel•;t+ �_..... _..__ I FL CISEASF POLICY LIMIT i S 1,000,000 'OTH" Equipment Floater CLP3255275i 07/20/2009 # 07/20/2010 Rented/Leased Equipment A Per Item - $100,000 Per Loss - $200,000 DESCRIPTION OF OPERATIONS t LOCATIONS., VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT: SPECIAL PROVISIONS E: Water Lines ahead of Freeway I right Construction Co, Inc and City of Lubbock are additional insured on GL & Auto with waiver of abrogation on all policies when requried by written contract. Insurance is primary & non-contributory s respects insureds operations. 30 days notice of cancellation except 10 days for non-payment. ub'ect to policy terms conditions limitations exclusions. SHOULD ANY OF THE ABOVE OESCRIBEO POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER VALL ENDEAVOR TO MAIL 30 DAY`` wRTrTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO OO SD SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, irS AGENTS OR Wright Construction Co, Inc,- REPRESENTATIVES._ 1625 13th Street AUTHORIZED REPRESENTATIVE Lubbock, TX 79401 Southern American Ins. Agcy,7�Lir� ACORD 25 (2009101) 1988-2009 ACORD CORPORATION. All riuhis reserved. The ACORD name and logo are registered marks of ACORD If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in tied of such endorsement(s). It SUBROGATION IS WAIVED, subject to the terms and conditions of the policy. certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in `lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing nsurer(s), authorized representative or producer, and the certificate holder, nor ;foes it affirmatively or neetaNvety amend, extend or alter the coverage afforded by the policies listed thereon. ACORD- CERTIFICATE OF LIABILITY INSURANCE D6Ai2i2 09 " PRODUCER (918)747-8631 x539, Fax(918)747-8619 CFR Risk Management Group Kim Winters 5314 So. Yale, Suite 900 Tulsa OK 74135 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED T D Williamson, Inc. and subsidiaries including TDW Services, Inc. & Magpie Systems 5727 S. Lewis Ave, Suite 300, PO Box 2299 Tulsa OK 74101 INSURER A ACE American Insurance I INSURERS _ INSURERC INSURERD. f INSURER E: _ 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. A R TE LIMITS SHOWN MAY HAVE EN REDUCED_BY_PA!0 CIA M INTR SR A'D TYPE OF INSURANCE POLICY NUMBER DATE MMIODDIYY1YI CTIVE DATE EXPIRATIONNUI"LIMITS GENERAL LIABILITY HDOG23744478 09/20/2008 09/20/2009 EpCHOCC_URRENCE S _ 2,000,000 DAMAGE TO RENTED PREMISES iEa occurrence) 5 100,000 I A X C_ OMMF.RCIAL GENERAL LIABILITY CLAIMS MADE LX] OCCUR MED EXF (Any cne_erSon $ 10,000 PE SONAt. 8 ADV INJURY $ 2,000,000 X Contractual_ Liab X Cross Lia_b_& XCU GENERALA GREGATE S 6,000,000 I GENT AGGREGATE LIMIT APPUES PER PRO POLICY M JECT F LOC PRODUCTS -COMPIOP AGG 4 2,000,000 -' A AUTOMOBILE LIABILITY ANY AUTO AI._01ANED AUTOS ±SCHEDULED AUTCS ISAH08247341 09/20/2008 09/20/2009 COMBINED S'NGLELIMIT (Ea accident) $ 2,000,000 1 BODILYINJURY (Per person) ----- IS EODILF Y:NJURY IPeraccldenl) I i HIREDAUTOS NON-01ANEDAU`0S PROPERTY DAMAGE (Per accident) S ( i GARAGE LIABILITY ANY AUTO H AUTO ONLY - EA ACCCENT 'OTHER'. HAN _EAA S S S - A070ONLY AGG EXCESSIUMBRELLA LIABILITY i OCCUR 17 CLAIMS MACE EA H iR F'J S AGGREGATE S _ 5 S DEDUCTIBLE S RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERiEXECUTIVE 1 WLRC42848013 09/20/2008 09/20/2009 Y NA;STA7U- OTH- T RV i IM)TS R _ FL EACH ACCIDENT S 2,000,000 _E L CISEASE_ EA EMPLOYEES _ 2,000,000 OFFICER/ENDER EXCLUDED? If yes. eescribe under SPECIAL PROVISIONS telow E L DISEASE - POLICY LIMIT S 2,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Project: MCR Job #612-0904-029 As required by written contract, the Certificate Holder is named as Additional Insured, but only as their interest may appear except additional insured does not apply to the Workers Compensation policy. A Waiver of Subrogation is in favor of the Certificate Holder. This insurance shall be primary and non-contributory. CERTIFICATE HOLDER CANCELLATION jkolb@wrightconst.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Wright Construction Company, Inc. EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL Attn: John Kolb 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT 601 West Wall Street FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE Lubbock, TX 76051 INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE <_ p• E2 I "Q Kim Winters/KIMW by ACORD 25 (2001108) ACORD CORPORATION 1988 ,►,enter:........ ..... ,,.,..... _.� IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. --- - {a,.v., yr INS025 pmpaa Page 2 ct 2 Woft.ers' Compensation and Employers' Liability Policy Named Insured Endorsement Number T.D. WILLIAMSON, INC. 5727 S LEWIS AVE, STE 300 Policy Number TULSA OK 74105 . symbol: WLR Number: C42848013 Policy Period 09-20-2008 TO 09-20-2009 Effective Date of Endorsement 09-20-2008 Issued By (Name of Insurance Company) ACE AMERICAN INSURANCE CCMPAW Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, TX, refer to state specific endorsements. This endorsement is not applicable in ICY, NH, and NJ. Authorized Agent wG 00 03 13 (11/05) Ptd. U.S.A 4567 Copyright 1982-83, National Council on Compensation Insurance ACORD- CERTIFICATE OF LIABILITY INSURANCE 0:1M/OD/YYYY, PRODUCER 5/29 / $ 0 09 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION I SENT TREE INSURANCE AGENCY INC! ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 118394 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Carrollton, TX 75011 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (972)466-0084 INSURERS AFFORDING COVERAGE INSURED V—Tech Envir0=ental Services INSURERA: American safety Casualty Ins. Co. NAICIit INSURER B: Texas Nutual I IS C 1510 Buddy Holly INSURER C: Lubbock, TX 79401 INSURER D: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REOUCEDBY PAIDCLAIMS. ILT1t TYPE OF INSURANCE POLICY NUMBER DATECY C NE UCY N, LIMITS A X GENERAL X LIABILITY COMMERCALGENERALUABILITY CLAIMSMADE ®OCCUR Professional Lia.* ENVOIS789-09-03 I 02-17-09 02-17-10 EACH OCCURRENCE s 2, 000, 000 PREMISES (Eaxcuregcs} s 50,000 MED EXP (Any one person) $ 51000 X PERSONAL&ADVIMURy s 2,000,000 X Pollution Lia. GENERAL AGGREGATE s 2,000,000 COMPIOPAGG s 2, 00O 000 GEN'L AGGREGATE LIMIT APPLIES PER -!PRODUCTS. X POLICY 'PRO LOC AUTOMOBILE LIABILITY I COMBINED SINGLE LIMITANYAVTO } s AIlOWNEQAUTpS SCHEDULED AUTOS E RY (PerBODperson) i s HIRED AUTOS This agency does not NON-0WNEDAUTOs provide coverage. (P�arlawd t}� s PROPERTY DAMAGE (PereaideM} $ GARAGE LIABILITY ANYAUTO This Agency does not Provide coverage. AUTO ONLY- EAACCIDENT S OTHERTHAN EAACC AUTOONLY: AGG $ S EXCESSIUMBRELLA LABILITY OCCUR CLAIMS MADE This agency does not EACH OCCURRENCE $ AGGREGATE s s DEDUCTIBLE Vrovide coverage. I 1 s RETENTION $ s_ $ WORKERS COMPENSATIONANDEMPLOY ANY PRC�� LIABILITY ANY PNOPR�TOAIPARTNEtLE)ECUTAIE OFriCEwtuEMe&i IXttVOEDt nder SPECIAL. PROVISIONS below SPECIAL PROcribe VISIONS SSP0001082788 I 10-24-08 10-24-09 i ' x T YLI AD'ER E.L. EACH ACCIDENT 1. 000, 000 EL' EL DISEASE EA EMPLO S 1, O00 s 500 E.L. DISEASE -POLICY LIMIT 14 11000,000 OTHER t I DESCRIPTION OF OPERATIONS/ LOCATCNSI VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS I Bid #ITB-09-716-SEA. Water Utilitites ahead of freeway construction. ➢hrisht Conetructioa Co., Inc. is added as additional insured to general liability nap grentod waiver of subrcgatica on ganaral liability a workers ccopenratioa. Co,"rags available to such additional insureds is subject to all tarns and conditions of the additional insured endorsameat attached. *Professional Liability is claims made. Cp.'alaaN Mz tdea by tM peaSaiaa iaaioatW aaer.w m net .arced to zadaamlticatlaafh,ld namloas cau="taal aapalxr♦imts. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO Wright Construction Co., Inc. DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL_ Q DAYS WRITTEN 601 W . Wall Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL j Grapevine, TX 76051 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR t attn: Jazon Garrett aaooaecr �rern cc i ACORD25(2001/08) CACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED: the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. r ACORD25(2001l08) � C t_ 3 rI li M THIS �O[�����8�B����%��.����8����DCARFFULL��^ LJ ENDORSEMENT— A3CIC ' ENV 8J 0090607 l , ADDITIONAL INSURED COVERAGE END0RSBMLENT \� This Endorsement shall not serve to increase our |irnha of insurance, as described in the L\K4\l-G OF INSURANCE SgCdVn of this policy, � / k\sagreed the following changes are incorporated into the policy. The following shall beadded mSECTION |. COVERAGE A,Par. 1.: ' Any parson ohu*m osaoAUUh/ona| Insured ono certificate u(insurance issued byour authorized representative provided such person o mqo\md to be named as an AddKiona| Insured m amn�0000n.rac. with you, oha(| be entitled to xuve.uye .v.e",~= "v=xy .m :ux* or ^u/m for uuuov ovu/v or 'property damage" arising solely out of your negligence and not out of the negligence of any other person or entity. The limits of insurance provided to such � ` Additional Insured shalt be limited to the lesser of the limits of 'nsomnce required ir a written contract with you. or We { Umhso|meurannoaaUosunhedinUheL\N!|TSOFiNSURANCEaection(s)und*r'hepn|icy. Noobligation for defense 8] � o, indemnity under the policy is provided to any Additional Insured for "nlaimy^o,^yoits" directly o, indirectly "arising ' (mm^ the stahus, uo8unn or inaction, including (without limitation) for vicahouo, derivative or strict liability of said ` Additional |noumd, its agents, oonnu|tants, oamonto' contractors or subcontractors (other than the Named Insured), | !� except for the actions orinactions ofthe Named Insured. 0. � We will have noduty Uxdefend any insured, other than the Named |nxumd, except when file sole allegation against � that insured is vioohnuy liability for the xuie negligence of the Named Insured and no/ the negligence of any other person o'entity. � All terms, conditions and exclusions ofthe policy, including, but not limited to, any deductible o,self-insured retention, \ shall apply uasuch Additional Insured. All other terms, conditions and exclusions under the policy are applicable to this Endorsement and remain unchanged. L� E3O956O` Csuyngnxrr.,,2DO7Amencan 3a/ory Casualty /nsyranoe Company Page 1 of 1 06!01/2009 07:29 8067485012 May ty UU 0:14Up V TECH ENV PAGE 14 P.2 t i tAl. 11� CERTIFICATE OF INSURANCE SUCH INSURANCE AS RESPECTS THE INTEREST OF.THE CERTIFICATE HO DER NAMED BELOW WILL NOT 8E CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS THE DATE WRITTEN. FROM THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY POLICY DESCRIBED BELOW. This cerliftes that, N STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois ❑ STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois ❑ STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas, Tex as El STATE FARM INDEMNITY COMPANY of Bloomington, Illinois, or E7 STATE FARM GUARANTY INSURANCE COMPANY Bloomington, of Illinois has coverage in force for the following Named Insured as shown below: NAMED INSURED: WNDY s PCLLY VANN dba V-Tech Environmental Services 100 E 25TH ST. ADDRESS OF NAMED INS URED: LITTLErIELD TX 79339-S601 POLICY NUMBER EFFECTIVE DATE P14 2104 P1.4 2104 P14 11C4 P34 2104 OF POLICY 05/21/09-13/21/09 05/21/C9-11/21/09 05/21/09-11/22109 05/21/09-1L/21/08 r DESCRIPTION OF 1997 FORD 2002 GMC K2500 EXPEDITION 9PT P�cXUF 2000 CHEV X 1500 04 FCRD VEHICLE (Including VIN) 1GTH'(291X111777 WGN 1FMFU18L7V.L345816 PICKUP 2GCZK19TSY1360830 1250 SDPICXUP FTNW IP44EBE53E1 LIABiUTY COVERAGE N YES ❑ NO ® YES ❑ NO N YES ❑ NO N YES ❑ LIMITS pF LIABILITY NO a Bodily Injury Each Person 1 Million 1 M_l:ion 1 ?7illior_ 1 Million Each Accident b. Property Damage 1 Million 1 1,111=ion 1 Mlllior. 1 Million Each Accident C. Bodily Injury 8 I Million 1 Million 1 Million 1 Mill_ow Property Damage Single Limit Each Accident PHYSICAL DAMAGE COVERAGC-8 N YES ❑ NO ❑ YES N NO YES ❑ NO NO ®YES ❑ NO LA a. Com rehensive $ 1000 Deductible $ t3sduglb!o $ iC00 $ i C 0 D Oeductibie b. CoillSion ® YES $ 0:0 ❑ NO Deductible ElYES $ ® NO ® YES ❑ NO YES ❑ NO EMPLOYERS NON•OUVNED oedudIbie $ 1000 Deductible $ 2000 OeducxllWe CAR LIAaIL" COVERAGE ® YES ❑ NO ® YES ❑ NO N YES ❑ NO ® YES []NO HIREb GAR LIABILnY COVERAGE FLEET ❑YES NO ❑ YES ® NO ❑ YES 0 NO YES NO • COVERAGE FOR ALL C'WNED AND UCENSED MOTOR VEHIICLEE$/� D YES ® NO [] YES N NO 10 YES N NO ❑ YES �) NO 1 lr(��iLt! Anent 733a Name and Address of Certificate Holder Wright Construction Co., Inc. 601 W. wall Street Grapevine, TN. 7605; Re:_T8-04-;16-BM Natez util;tiss ahead of freeway cenatruction Attn: Jason Garrett - 05/29/09 tie Agent's Co- * Number Bate Name and Address of Agent MARX MORTON SPATE FARM iNSURAq)CE 1_3 West Ave 0 2.0. Box 315 MulevhoQ. Texas 79347 r? '* Added as Additional Ir-:!urad and graA7ted a Waiver of Subrogation I i CERTIFICATE OF INSURANCE i TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, a at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further -,, hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ 0 Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ 0 All Owned Autos Bodily Injury (Per Person) $ 0 Scheduled Autos Bodily Injury (Per Accident) $ 0 Hired Autos Property Damage $ 0 Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ 0 BUILDERS RISK D 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY 0 Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive 0 Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the Cityof Lubbock as a Prima Additional Insured on General Primary Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. BID # 09-716-BM - WATER LINES AHEAD OF FREEWAY CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to.beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity i*iil have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices I shall be the following text provided by the commission on the sample notice, without any additional t words or changes: Li PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS` COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the proj ect; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. I Page Intentionally Left Blank t I a CONTRACT Pave Intentionally Left Blank CONTRACT # 8943 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14th day of May, 2009, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and WRIGHT CONSTRUCTION COMPANY INC of the City of GRAPEVINE, County of TARRANT and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 09-716-BM - WATER LINES AHEAD OF FREEWAY - $ 465,088.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. WRIGHT CONSTRUCTION COMPANY, INC's bid dated APRIL 21, 2009 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: _! W (---6-NT �or� ST By: PRINTED NAME: TITLE: Q e- c; .s Z COMPLETE ADDRESS: Company Wtsc.� r Ca�»^fLJt�T�t� Co.N l., Address o f W. \d Pcw s i, City, State, Zip !sR-��2dsr��. 'ix. 7�� ► ATTEST: CoiPorate Secre CITY OF LUBBOCK, TEXAS(r"V". O YNER): By: MAYOR ATTEST: City Secrdjary Paae Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit WRIGHT CONSTRUCTION COMPANY INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative WOOD FRAIVKLIN, P.E., CHIEF ENGINEER WATER UTILITIES, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES 9 10. 11. 12. 13. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY - Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents,' and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the E__ t execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) P calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be r- deemed waived. t 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 1J 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be . a encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. 18. 19. 20 21 Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and h it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public t observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to fiunish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such 4 tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is fiu-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 materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS 1 -n It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these - contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification i i must be submitted no later than five (5) calendar days prior to the opening of bids. j 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 i comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 6 I 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable l _ provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, k expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The: Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED _x ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE v ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. 10 M Fol FS Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury XCU (Explosion, Collapse, Underground) Heavy Equipment Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, 50� 0,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with Fit coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. l Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any ) Subcontractor on the job with Employers Liability of at least $ 500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the 1 Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with f I the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to r provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, 'informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and 9 (iii) include in all contracts to provide services on the project the following language: `By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of 12 I this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, -'' discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 �L PAYMENTS -rein specified, ' act, the Owner efore the tenth day of each month, the Contractor shall submit to Owner's Representative an application W, THOUSAND, ial payment or, if the Contractor does not submit such application, the Owner's Representative shall — amages for the ae the amount to be partially paid. Owner's Representative shall review said application for partial ll be in default t if submitted, and the progress of the work made by the Contractor and if found to be in order, shall a certificate for partial payment showing as completely as practical the total value of the work done by the for up to and including the last day of the preceding month. The determination of the partial payment by the substantial ier's Representative shall be in accordance with Paragraph 14 hereof. s- e, taking into tin in this locality. rner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of ictual damages aer's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be +w er, the amount until final payment, and finther, less all previous payments and all further sums that may be retained by )n Owner, and is znder the terms of the contract documents. rtial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to D WNER THAT the express terms of the contract documents, and all remedies provided therein, as to any and all work ' ,ed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said ►ayment is attributable. rj ANTIAL COMPLETION the Contractor am n such manner :tor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) tin of prosecution days after the Contractor has given the Owner's Representative written notice that the work has been ance with this tially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, pr ided, also, that vork be found to be substantially completed in accordance with the contract documents, the Owner's of p epresentative ;ntative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding gill be avoided ance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete k within the time provided in this contract. " representative, _l COMPLETION AND PAYMENT dates at which tev al parts. ntractor shall give written notice to Owner's Representative of final completion. Upon written notice of mpletion, the Owner's Representative shall proceed to make final measurement to determine whether final tion has occurred. If the Owner's Representative determines final completion has occurred, Owner's ;ntative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, d completion of 1. J shall pay to the Contractor on or before the 31 st working day after the date of certification of final wailing in this tion, the balance due Contractor under the terms of this agreement. Neither the certification of final fo3 and expressly tion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the -t, ccept when its I on for fulfillment of any warranty which may be required in the contract documents and/or any warranty Ithe Owner or anties implied by law or otherwise. acc :s, acts of God _t ;n Iuest for same ?CTION OF WORK within twenty >resentative to :tor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative 6y ontractor shall ►unt of failure to conform to the contract documents, whether actually incorporated in the work or not, and nd request for ' ;tor shall at its own expense promptly replace such condemned materials with other materials conforming •equirements of the contract documents. Contractor shall also bear the expense of restoring all work of ? ontractors damaged by any such removal or replacement. If Contractor does not remove and replace any ondemned work within a reasonable time after a written notice by the Owner or the Owner's -ntative, Owner may remove and replace it at Contractor's expense. & ie time herein vs cident to such the final payment, nor certification of final completion or substantial completion, nor any provision in the s or delays in t documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and tb Contractor for ,tor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which us ontract except E. 16 'z shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: 17 (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 18 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matterof this contract. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. '' 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 19 Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) - days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 9 20 DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Eotoz, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (aooIodiog tunnels a dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 02/08/2008 * GUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9,25 0.00 / Asphalt Heater Operator ,,,,..,.$ 11.21 0.00 \ _ Asphalt paving machine opazator$ I1.16 0.00 Asphalt Raker .................. $ 9,51 0,00 , Broom or Sweeper Operator ...... $ 8.57 0,00 Bulldozer operator ,-..,.,..,.$ 9,76 0,00 �— Carpenter ...................... $ I2,61 0.00 Concrete Finisher, Paving .,,,,,$ 13.26 0,00 ° Concrete Finisher, 8tznctozea..$ 11.20 0,00 > Crane, ClamabeIl, Backboe, � — Derrick, DragIiuo, Shovel Operator ,,,,,..,.',.,,,,,,...'.$ 11.00 0.00 Electrician .................... $ 17.00 0,00 L^ Form Builder/Setter, 8tcuctozea$ 9,36 0,00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ I0.52 0,00 \ Laborer, common ................ $ 8.51 0,00 Laborer, Utility ............... $ 10,46 0,00 Mechanic ....................... $ 16.85 0,00 / Motor Grader Operator Rough .... $ I1,75 0.00 Motor Grader Operator, Fine Grade ,,,.,,....,,,'.'..,.,','''$ 13,50 0'00 Planer Operator .,,,,'.,.,.',,,.$ 13'36 0.00 ( Roller Operator, Pneumatic, Self -Propelled ................. $ 7.67 0,00 Roller Operator, Steel Wheel, ' Flat Wheel/Tamping ,,,.'...,.,,'$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement ''''''.''''''$ 7'50 0.00 _ Scraper Operator '''''''''''''''$ 8'50 0'00 � | Sezvioer,'..,,.,,..,,..',.,,,,,$ 8.98 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... ---------------------------------------------------------------- $ 8.28 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Ei Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act Page Intentionally Left Blank SPECIFICATIONS Pace Intentionally Left Blank WATER LINE RELOCATION AHEAD OF MARSHA SHARP FREEWAY TECHNICAL SPECIFICATIONS MARCH 2O09 AM E a rF,9�� JOHN TURPIN i - Page Intentionally Left Blank TABLE OF CONTENTS WATER LINE RELOCATION AHEAD OF MARSHA SHARP FREEWAY DIVISION 1— GENERAL REQUIREMENTS 01010 Summary of Work....................................................................4 01011 Special Provisions and Conditions.................................................3 01019 Contract Considerations..............................................................1 01025 Measurement and Payment.........................................................1 01028 Change Order Procedures...........................................................3 01039 Coordination of Meetings...........................................................3 01140 Work Restrictions....................................................................3 01300 Submittal Procedures.................................................................4 01310 Progress Schedules..................................................................2 01322 Photographic Documentation......................................................2 01356 Storm Water Pollution Prevention Plan...........................................3 01400 Quality Requirements................................................................4 01410 Testing Laboratory Services........................................................3 01555 Barricades, Signs, and Traffic Handling..........................................1 01576 Waste Material Disposal............................................................2 01700 Contract Closeout.....................................................................3 DIVISION 2 — SITE WORK 02200 Demolition, Removal and Salvaging of Existing Material......................1 02221 Removing Existing Pavements......................................................2 02240 Dewatering.............................................................................3 02260 Excavation Support and Protection................................................2 02317 Excavation and Backfill for Utilities...............................................10 02320 Utility Backfill Materials..............................................................4 02511 Installation of Water Distribution System Components ...........................7 02665 Water Works Piping, Valves, and Fittings.........................................12 02741 Hot -Mix Asphalt Paving..............................................................13 DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete...............................................................13 DIVISION 4- SPECIAL ITEMS 04000 Hydra-Stop..............................................................................7 04010 Insta Valve.............................................................................4 Page Intentionally Left Blank DIVISION 1 iil� I I ��� lll,;l �1111 �-i jzj=j�j MA, 1 1 11 1 1 , ''' I I - Page Intentionally Left Blank SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 SECTION INCLUDES A. Project Description. C. Permits and Licenses D. Project Schedule E. Warranty 1.2 RELATED SECTIONS A. Section MP — Mandatory Provisions B. Section GP — General Provisions. C. Section 01011— Special Provisions. 1.3 PROJECT DESCRIPTION A. This Project involves a relocation of a 24" and 12" water main with new pipe, jack and bore and encasement within the Texas Department of Transportation right of way. Major Work items in the Project include installation of approximately: B. 61-ft 24-in waterline, 362-ft of 36-in encasement with 24-inch waterline. C. 100- Ft of jack and bore 36-in encasement with 24in waterline. D. 150-ft 12-in ductile iron pipe E. 120-ft of 24-in encasement by jack and bore with 12inch ductile iron pipe. F. 373-ft of installed by open cut 24-in encasement with 12in ductile iron pipe. G. 405- ft of 6-in C-900 PVC pipe H. 176-ft of 8-in C-900 PVC pipe I. 660-ft of 12-in C-900 PVC pipe J. 78-ft of 24-in Encasing with 12-in C-900 pipe 1.4 PERMITS AND LICENCES A. Contractors shall submit copies of all permits, licenses and similar permissions obtained, and receipts for fees paid, to Engineer. List of such permits may include Stormwater Pollution Prevention Plan, Traffic Control Plan, Work Permit in Right -of -Ways, and Fire Hydrant Meter Use Permit. 1.5 PROJECT SCHEDULE A. The Work of this Project shall be substantially completed within 180 calendar days from the date of the Notice to Proceed. There shall be $2800 per day -liquidated damages assessed for each day that exceeds the 180-day limit. Water Lines Ahead of Freeway 01010-1 March 2009 B. Within five business day after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. Punch list items shall be complete within 30 calendar days from the date of the Final Punch List. There shall be $200 day liquidated damages assessed for each day that exceeds the 50 day limit. 1.6 WARRANTY A. Contractor shall warrant 100 percent of the project for one (1) year after the date of Substantial Completion Certificate. PART 2—PRODUCTS Not Used PART 3 — EXECUTION Not Used END OF SECTION Water Lines Ahead of Freeway 01010-2 March 2009 SECTION 01011 SPECIAL PROVISIONS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: 1. Owner 2. Preconstruction Conference. 3. Project Sequence 4. Project Signs. 5. Contractor's Superintendent's Field Office. 6. Contractor Responsibilities 7. Project video. 8. Project photographs. 9. Water for Construction. 10. Historical and archeological finds. 11. Project Coordination. B. Related Sections include but not necessarily limited to: 1. Division 1— General Requirements 1.2 OWNER A. Owner: City of Lubbock, 1625 13s' Street, Lubbock, Texas 79457 a. Owner's Representative: Wood Franklin, P.E., City of Lubbock, P.O.Box 2000, Lubbock, Texas 79457 b. All correspondence, submittals, payment application shall be addressed to: John Turpin, P.E., P.O. Box 2000, Lubbock, Texas 79457 1.3 PRECONSTRUCTION CONFERENCE A. A Preconstruction Conference shall be held at time and place designated by the Owner. B. Contractor's Project Manager and Project Superintendent shall attend. 1.4 PROJECT SEQUENCE A. Contractor shall sequence construction as to minimize disruption of traffic and services.. 1.5 PROJECT SIGNS A. Optional - Furnish and install project sign as approved by Owner. B. Install in location approved by Owner. C. Signs not listed in these Specifications permitted only upon approval of Owner. 1.6 CONTRACTOR'S SUPERINTENDENT'S FIELD OFFICE A. Optional — Contractor shall arrange for a site and all required utilities if a field office is desired. B. Remove field office from site upon acceptance of the entire work by the Owner. Waterlines ahead of Freeway 01011-1 March 2009 1.7 CONTRACTOR'S RESPONSIBILITIES A. Contractor shall submit to Engineer copies of approved SWPPP, Traffic Control Plan, Alley Use Permit. B. Contractor shall be responsible for staking and surveying from Owner established control points as required to complete Work. C. Contractor shall restore any disturbed existing landscaping and irrigation systems to prior condition. D. Contractor shall enlist services of a licensed plumber to perform all private side plumbing beyond the meter as required by the most recent pluming code. E. Contractor shall backfill and compact all excavations in accordance with the most recent Design and Construction Standard of the City of Lubbock. In place density test result shall be submitted to Engineer no later than two working days from the time the test was performed. F. As -Built or Record Drawings: 1. Contractor shall maintain a record of Contract Documents in a safe place on Site with written interpretation and clarifications in good order and annotated to show changes made during construction. 2. Upon completion of the Work, completed record documents shall be delivered to Engineer for Owner. G. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connections with the Work. H. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be prevention of accidents and maintenance and supervision of safety precautions and programs. 1.8 PROJECT VIDEO A. With the company of an Owner's Representative, perform video recording along entire pipeline route prior to construction and upon final approval: B. Submit copies of each recording to Engineer. 1.9 PROJECT PHOTOGRAPHS A. At least twice each month during construction of Work, take at least 10 but not more than 20 progress photographs as directed by the Owner's Representative. Refer to Section 01322. 1.10 WATER FOR CONSTRUCTION A. Contractor shall pay deposit and secure fire hydrant meter from Owner for water. Refer to Section 01140 Paragraph 1.6 and Appendix A. 1.11 HISTORICAL AND ARCHEOLOGICAL A. If during the course of construction, evidence of deposits of historical or archeological interest is found, the Contractor shall cease operations affecting the find and shall notify the Owner. 1.12 PROJECT COORDINATION: A. Contractor's shall coordinate work with the following agencies: CITY OF LUBBOCK Waterlines ahead of Freeway 01011-2 March 2009 Water Department - Inspection / Locate: Josh Flud, office # (806) 775-2345, cell # (806) 548-4152 Emergency: Randy Rathael, office # (806) 775-2950, cell # (806) 458-4167 Water Meter Relocation: Paul Nolen, office # (806)775-2747 Fire Hydrant Meter Permit: Tammy Vander Kuy, office # (806) 755-2989 Engineering: John Turpin, P.E., office # (806) 775-2342 Street Right -of -Way - Stephanie Nichols, office # (806) 775-3156 Traffic Engineering- Sharmon Owens, P.E., office # (806) 775-2134 Storm Water Engineering - Mike Keenum, P.E., office # (806)775-2393 LP&L- Locate: Greg Pillow, cell # (806) 777-0416 Emergency: (806) 775-2555 The following utilities are contacted through DIG-TESS 1-800-344-8377 ATMOS ENERGY Emergency # 1-800-692-4694 AT&T Emergency # 1-800-286-8313 XCEL Emergency # 1-800-895-1999 South Plains Electric Cooperative Emergency # 1-800-344-8377 PART 2 — PRODUCTS Not Used PART 3 — EXECUTION Not Used END OF SECTION Waterlines ahead of Freeway 01011-3 March 2009 SECTION 01019 CONTRACT CONSIDERATIONS PART 1— GENERAL 1.1 SECTION INCLUDES A. Schedule of Values B. Application for Payment 1.2 SCHEDULE OF VALUES A. Submit a printed schedule on Engineer approved Contractor's form or electronic media printout. B. Submit Schedule of Values in duplicate within five (5) days after receiving the bid tabulation. C. Revise schedule to list approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit five (5) copies of each application on Engineer approved Contractor's form or electronic media printout. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: Monthly, submit application for payment on or about the 101' day of each month. Include an updated construction progress schedule, materials received, and manifest. D. Submit the following along with the application for final payment: a. The documentation for the completed project. b. Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. c. Contractor warranties for this job shall be signed and sealed by a Notary Public. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Waterlines Ahead of Freeway 01019-1 March 2009 SECTION 01025 MEASUREMENT AND PAYMENT PART 1— GENERAL A. The bid price on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the prices on the various items. 1.1 UNIT COST ITEMS Unit cost items, not otherwise included in this section to be paid for at unit cost per unit shall include all work and materials involved in the installation within the limits designated on the plans. Measurements shall be made in units shown on the Proposal Sheet. All work so included shall be installed, constructed or performed as shown on the drawings and/or specified. 1.2 LUMP SUM ITEMS Lump sum items to be paid for at a lump sum price per job shall include all work and materials involved in the installation within the limits designated on the plans. No measurement of the work or material included in such items will be made. All work s included shall be installed, constructed or perfomed as shown on the drawings and specified herein. 1.3 FINAL CLEANUP (INCIDENTAL COST TO ALL BID ITEMS) The Contractor shall make final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction material and in general preparing the site of the work in an orderly manner. The cost of cleanup shall be included as part of the cost of the various work items of work involved and no direct compensation will be made for this work. 1.4 UTILITY ADJUSTMENTS No separate payment will be made for utility adjustments. The cost of adjusting or repairing existing utilities shall be considered incidental to the applicable pay items. 1.5 SURVEYING Surveying for as builts must be done in both state plane coordinates and TxDOT-surface coordinates and will be paid for under the surveying pay item as one survey. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Waterlines Ahead of Freeway 01025-1 March 2009 SECTION 01028 CHANGE ORDER PROCEDURES PART 1— GENERAL 1.1 SECTION INCLUDES A. Submittals B. Documentation of change in Contract Sum/Price and Contract Time C. Change procedures D. Stipulated price change order E. Unit price change order F. Time and material change order G. Execution of change orders H. Correlation of Contractor submittals 1.2 RELATED SECTIONS A. Document — General Contract Conditions B. Section 01300 — Submittals: Work schedule C. Section 01700 — Contract Closeout 1.3 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in a cost or time with sufficient data to allow evaluation of the quotation. C. On request, provide additional data to support computations: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. Waterlines Ahead of Freeway 01028-1 March 2009 d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. The Contractor will prepare and submit an estimate within seven (7) days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in the Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by the Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.10 EXECUTION OF CHANGE ORDERS Waterlines Ahead of Freeway 01028-2 March 2009 f6 ' ig! A. Execution of Change Order: The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to records each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2—PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Waterlines Ahead of Freeway 01028-3 March 2009 SECTION 01039 COORDINATION AND MEETINGS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings: General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1— General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Coordination B. Field engineering C. Preconstruction meeting D. Progress meetings E. Preinstallation meetings F. Cutting and patching 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set -backs and easements, confirm drawing dimensions, and elevations. C. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. D. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.5 PRECONSTRUCTION MEETING A. The Engineer will schedule a meeting after a Notice to Proceed. B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. Water Line Relocation Ahead 01039-1 March 2009 of Marsha Sharp Freeway C. Agenda: a. Use of premises by Owner and Contractor. b. Distribution of executed Contract Documents. c. Submission of list of Subcontractors, list of products and progress schedule. d. Designation of personnel representing the parties in Contract and the Engineer. e. Owner's requirements. f. Construction facilities and controls provided by Owner. g. Survey and layout. h. Security and housekeeping procedures. i. Schedules. j. Procedures for testing. k. Procedures for maintaining record documents. 1. Inspection and acceptance of products put into service during construction period. D. Record minutes and distribute copies within five (5) days after meeting to participants and those affected by decisions made. 1.6 PROGRESS MEETINGS j A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda a. Review minutes of previous meetings. b. Review of Work progress. c. Field observations, problems, and decisions. d. Identification of problems which impede planned progress. e. Review of submittals schedule and status of submittals. f. Review of off -site fabrication and delivery schedules. g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned progress during succeeding work period. j. Coordination of projected progress. k. Maintenance of quality and work standards. 1. Effect of proposed changes on progress schedule and coordination. in. Other business related to Work. E. Record minutes and distribute copies within five (5) days to Engineer, participants, and those affected by decisions made. Li PART 2 — PRODUCTS Not used [J PART 3 — EXECUTION Water Line Relocation Ahead 01039-2 March 2009 of Marsha Sharp Freeway 1-, 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: a. Structural integrity of element b. Integrity of weather -exposed or moisture -resistant elements c. Efficiency, maintenance, or safety element d. Visual qualities of sight -exposed elements e. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching, including excavation and fill, to complete Work, and to a. Fit the several parts together, to integrate with other Work b. Uncover Work to install or correct ill-timed Work c. Remove and replace defective and non -conforming Work d. Remove samples of installed Work for testing D. Execute work by methods which will avoid damage to other Work, and provide surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Refinish surfaces to match adjacent finishes. I. Identify any hazardous condition exposed during the Work to the Engineer for decision or remedy. END OF SECTION Water Line Relocation Ahead 01039-3 March 2009 of Marsha Sharp Freeway SECTION 01140 WORK RESTRICTIONS PART 1— GENERAL 1.1 SECTION INCLUDES A. Use or premises B. Special scheduling requirements C. Working period D. Water for construction 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 USE OF PREMISES A. Use of site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. a. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. b. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. i. Schedule construction to minimize obstruction of driveways and entrances. ii. Provide commercial and industrial occupants with at least one (1) driveway suitable for traffic in and out of the location when obstructions are inevitable. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. B. Permission to interrupt a utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with the existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 1.5 WORKING PERIOD A. Working Hours: Regular working hours shall be within a thirteen (13) hour period between 7:00 a.m. and 8:00 p.m., Monday through Friday. Work on Waterlines Ahead of Freeway 01140-1 March 2009 Saturdays and Sundays must be authorized by the Engineer as noted in paragraph 1.5.B. The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: a. New Year's Day b. Good Friday Holiday c. Memorial Day Holiday d. Independence Day Holiday e. Labor Day Holiday f. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. g. Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work outside Regular Hours: Work outside regular working hours requires the Engineer's approval. Make application three (3) calendar days prior to such work to allow arrangements to be made by the Engineer for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number, project title, and state that the Contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. Based on the justification provided, the Engineer may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Engineer. Lighting shall be such that it does not cause nuisance conditions. 1.6 WATER FOR CONSTRUCTION A. Obtaining Fire Hydrant Meter for construction is the Contractor's responsibility. B. Owner shall pay for water used by Contractor for construction purposes. C. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 Not Used END OF SECTION Waterlines Ahead of Freeway 01140-2 March 2009 SECTION 01300 SUBMITTAL PROCEDURES PART 1— GENERAL 1.1 SECTION INCLUDES A. Submittal procedures B. Construction progress schedules C. Proposed products list D. Shop drawings E. Product data F. Samples G. Manufacturers' instructions H. Manufacturers' certificates I. Construction photographs 1.2 RELATED SECTIONS A. Section 01700 — Contract Closeout 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers; pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. a. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. D. Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on the Owner or Engineer's receipt of submittal. a. Allow fifteen (15) days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. b. If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (21) days. c. Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (21) days for initial review of each submittal. d. If intermediate submittal is necessary, process it in same manner as initial submittal. Waterlines Ahead of Freeway 01300-1 March 2009 e. Allow fifteen (15) days for processing each resubmittal. Each resubmittal will count toward the submittal count in a five (5) day period in paragraph 1.3.D.b above. f. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for. Contractor and Engineer review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. I. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. J. Submittals not requested will not be recognized or processed. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal. PART 2 — PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. a. Number of Copies: Submit three (3) copies of each submittal, unless otherwise indicated. The three (3) copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. B. Proposed Products List a. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model or catalog designation, and reference standards. b. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. a. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. b. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. c. Include notation of special coordination requirements for interfacing with adjacent work. Waterlines Ahead of Freeway 01300-2 March 2009 1' 2.2 d. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 — Contract Closeout. D. Samples: Prepare physical units of materials or products, including the following: a. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. b. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors, textures, and patterns, as specified, for Engineer's selection. c. Where variations in color, pattern, or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. d. Include full Project information and identification of manufacturer, model number, type, style, and color on each sample. e. Submit the number of copies or samples specified in individual specification Sections; one of which will be retained by the Engineer. f. Reviewed samples which may be used in the Work are indicated in individual specification Sections. INFORMATION SUBMITTALS A. Manufacturer's Instructions: a. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. b. Identify conflicts between manufacturers' instructions and Contract Documents. c. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer's Certificates a. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. b. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. c. Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity cover by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. Waterlines Ahead of Freeway 01300-3 March 2009 'a PART 3 — EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to the Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER AND ENGINEER'S ACTION A. General: The Owner or Engineer will not review submittals that do not bear the Contractor's approval stamp and will return them without action. B. Action Submittals: The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: a. No exception taken b. Make correction noted c. Revise and resubmit d. Rejected e. The submittal stamp by the Owner or Engineer will also contain the following: i. Checking is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Any action shown is subject to the requirements of the plans and specifications. The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. C. Informational Submittals: The Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with the requirements. END OF SECTION Waterlines Ahead of Freeway 013004 March 2009 SECTION 01310 PROGRESS SCHEDULES PART 1— GENERAL 1.1 SECTION INCLUDES A. Format B. Content C. Revisions to schedules D. Submittals 1.2 RELATED SECTIONS A. Section 01010 — Summary of Work B. Section 01019 — Contract Considerations C. Section 01300 — Submittal Process 1.3 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 112 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or partnering conference. E. Maintain monthly updates to schedule. 1.4 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. a. Identify each item by specification Section number. b. Provide sub -schedules to define critical portions of the entire Schedule. c. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. d. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.5 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. Water Line Relocation Ahead 01310-1 March 2009 of Marsha Sharp Freeway 1.6 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. 1.7 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Water Line Relocation Ahead 01310-2 March 2009 of Marsha Sharp Freeway SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1— GENERAL 1.1 SECTION INCLUDES A. This section includes administrative and procedural requirements for the following: a. Preconstruction photographs b. Periodic construction photographs B. Related Sections include the following: a. Division 1 Section "Unit Prices" for procedures for unit prices for extra photographs. b. Division 1 Section "Submittal Procedures" for submitting construction photographs. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 SUBMITTALS. A. Submit three (3) complete sets of preconstruction photographs to the Engineer. The Owner and the Engineer will retain all three (3) sets. a. Identification: On back of each print provide an applied label or rubber- stamped impression with the following information: i. Name of Project ii. Name and address of photographer iii. Name of Engineer iv. Name of Contractor v. Date photograph was taken vi. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. b. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 PHOTOGRAPHS, GENERAL Waterlines Ahead of Freeway 01322-1 March 2009 A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at the Project site, available at all times for reference. Identify photographs the same as those submitted to the Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by the Engineer. a. Take photographs to show existing conditions adjacent to the property before starting the Work. b. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to the Engineer. END OF SECTION t Waterlines Ahead of Freeway 01322-2 March 2009 _i SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1— GENERAL 1.1 GENERAL A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No.TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor as required. Contractor must keep a copy of the SWP3 on site at all times. END OF SECTION Waterlines Ahead of the Freeway 01356-1 March 2009 SECTION 01400 QUALITY REQUIREMENTS PART 1— GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. a. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. b. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 1 specification Sections, apply to this section. 1.3 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complied with requirements. B. Quality Control Services: Test, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by the Contractor who will perform testing as required by the drawings, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: a. Date of issue b. Project title and number. Waterlines Ahead of Freeway 01400-1 March 2009 1.5 c. Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. d. Dates and locations of samples and test e. Names of individuals making tests f. Description of the work and test method g. Identification of material, product, and specification Section. h. Complete test or inspection data i. Test results and interpretation of test results j. Ambient conditions at time of sample taking and testing. k. Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. 1. Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. in. For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Test Agency Qualifications: An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. D. Testing Agency Responsibilities: Submit certified written report of each test and similar Quality Assurance service to the Contractor. QUALITY CONTROL A. Contractor Responsibilities: Provide quality control services required in the various specification Sections. a. Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. b. Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. B. Retesting: Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. C. Testing Agency Responsibilities: Cooperate with the Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. a. Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. b. Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. c. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept and portion of the Work. d. Do not perform any duties of the Contractor. D. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance or operations to permit assignment of personnel. Provide the following: a. Access to the Work. b. Incidental labor and facilities necessary to facilitate tests and inspections. Waterlines Ahead of Freeway 01400-2 March 2009 c. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. d. Facilities for storage and field curing of test samples. e. Additional associated services required of the Contractor for testing access are listed in the specification Sections. f. Delivery of samples to testing agencies. g. Preliminary design mix proposed for use for material mixes that require control by testing agency. h. Security and protection for samples and for testing and inspecting equipment at Project site. E. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. a. Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. a. Provide materials and comply with installation requirements specified on drawings. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality control service activities. C. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION ` Waterlines Ahead of Freeway 01400-3 March 2009 SECTION 01410 TESTING LABORATORY SERVICES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1— General Requirements apply to Work of this Section 1.2 SECTION INCLUDES A. Selection and payment B. Contractor submittals C. Laboratory responsibilities D. Laboratory reports E. Limits on testing laboratory authority F. Contractor responsibilities 1.3 RELATED SECTIONS A. Section 01300 — Submittals B. Section 01700 — Contract Closeout C. Individual Specification Sections: Inspection, tests, and standards for testing are required. 1.4 REFERENCES r A. ANSFASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. i B. ANSFASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.5 SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, tests, and other services specked in individual specification Sections i and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents. t C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. ` s a. Notify the Engineer and independent fret forty-eight (48) hours prior to expected time for operations requiring services. Water Line Relocation Ahead 01410-1 March 2009 of Marsha Sharp Freeway b. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. E. The cost associated with compliance testing shall be paid by the Contractor. Re- testing required because of non-conformance to specified requirements shall be _ performed by the same independent firm on instructions by the Engineer. Payment for re -testing will be paid by the Contractor. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANS1/ASTM E329 and ANSI/ASTM D3740R. B. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. C. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.7 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with the Engineer and Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Engineer and Contractor of observed irregularities or non- conformance of Work or Products. F. Perform additional inspections and tests required by the Engineer. A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Include: a. Date issued b. Project title and number c. Name of inspector d. Date and time of sampling or inspection e. Identification of product and Specification Section f. Location in the Project g. Type of inspection or test h. Date of test i. Results of tests j. Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. Water Line Relocation Ahead 01410-2 March 2009 of Marsha Sharp Freeway 1.9 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory many not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.10 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.11 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Water Line Relocation Ahead 01410-3 March 2009 of Marsha Sharp Freeway r- i - SECTION 01555 BARRICADES, SIGNS, AND TRAFFIC HANDLING PART 1— GENERAL 1.1 DESCRIPTION A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights, and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 — PRODUCTS A. Construction Methods a. All barricades, signs, and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. PART 3 — EXECUTION 3.1 GENERAL A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. Contractor -Proposed TCP shall be approved by the City of Lubbock Traffic Engineering. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on this project site or in the immediate area to insure compliance with the TCP. 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing, or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION Waterlines Ahead of Freeway 01555-1 March 2009 SECTION 01576 WASTE AND SALVAGE MATERIAL DISPOSAL PART 1— GENERAL 1.1 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.2 RELATED SECTIONS A. Section 02050 — Removal, Demolition, and Salvage. 1.3 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 SALVAGEABLE MATERIAL 3.2 A. Salvageable Materials: Salvaged fire hydrants shall be palletized and delivered to the City of Lubbock Water Operations Salvage Yard, 402 Municipal Drive, Lubbock, Texas. B. Coordinate the delivery of salvaged material to above specified location with the Engineer. EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). a. Excess material may be disposed at the WTRDF. There will be a tipping fee of $28.50 per ton for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the WTRDF, please go to the City's website at hft://sohdwaste.ci.lubbock.tx.us/disposal/disfees.htrn. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. B. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. END OF SECTION Waterlines Ahead of Freeway 01576-1 March 2009 SECTION 01700 CONTRACT CLOSEOUT PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1— General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures B. Final cleaning C. Project record documents D. Operations and maintenance data E. Warranties F. Spare parts and maintenance materials. 1.3 CLOSEOUT PROCEDURES A. Contractor shall submit written certification that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Engineer shall schedule Substantial Completion Inspection. C. Engineer shall prepare Punch List of items to be completed necessary for Final Completion. D. Contractor shall promptly remedy all deficiencies prior to Final Inspection and submit written notice when work is completed. 1.4 FINAL CLEANING A. Execute final cleaning prior to substantial completion inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work a. Contract Drawings b. Specifications c. Addenda d. Change Orders and other Modifications to the Contract e. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: Waterlines Ahead of Freeway 01700-1 March 2009 a. Manufacturer's name and product model and number. b. Product substitutions or alternates utilized. c. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: a. Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. b. Field changes of dimension and detail. c. Details not on original Contract Drawings. d. Changes made by Addenda and Modifications. F. Submit copies to the Engineer with claim for final Application for Payment. 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.7 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Waterlines Ahead of Freeway 01700-2 March 2009 DIVISION 2 SITE WORK Page Intentionally Left Blank SECTION 02200 DEMOLITION, REMOVAL, AND SALVAGING OF EXISTING MATERIALS PART 1— GENERAL 1.1 GENERAL This item shall consist of demolition, removal, and salvage or disposal of certain portions of existing paving materials, including existing asphalt surfacing and base material and existing concrete median, in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established for the project. 1.2 CLASSIFICATION AND PAYMENT Materials to be removed may consist of asphaltic concrete, caliche base, and concrete paving and shall be considered subsidiary to the pertinent bid items. No consideration shall be given to differences in thickness or volume of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION 3.1 GENERAL Where applicable, all lines separating pavement to be removed from that to remain in place shall be cut neatly and in a straight line, or shall be separated at an existing expansion or construction joint. Cuts shall be made by means of sawing or other methods approved by the Owner's Representative which will produce a satisfactory edge. In no case shall the line be cut with a motor grader blade. 3.2 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL All existing materials to be removed and disposed of under this item shall be removed by the Contractor, and shall be disposed of in appropriate disposal areas off the Owner's property. Removal operations shall be accomplished in such a manner to minimize disturbance of existing underlying courses and adjacent pavement structures or improvements to remain in place. Any underlying courses disturbed during removal operations shall be reworked, recompacted, and regarded to the satisfaction of the Engineer. Any damage to adjacent pavement structures or improvements to remain in lace shall be repaired to the satisfaction of the Engineer. END OF SECTION Waterlines Ahead of Freeway 02050-1 March 2009 SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1— GENERAL 1.1 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter, and concrete sidewalks. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. B. Section 01576 — Waste Material Disposal C. Section 02317 — Excavation and Backfill for Utilities 1.3 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 PREPARATION A. Obtain advance approval from the Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. Stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: a. Adjacent public and private property. b. Trees, plants, and other landscape features designated to remain. c. Utilities not designated to be removed. d. Pavement and utility structures not designated to be removed. e. Benchmarks, monuments, and existing structures not designated to be removed. Water Line Relocation Ahead of Marsha Sharp Freeway 02221-1 March 2009 r_ f F 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer. D. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete, which is damaged or destroyed beyond the neat lines so established, shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat, clean appearance. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities as applicable to the specific portion of the work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION Water Line Relocation Ahead 02221-2 March 2009 of Marsha Sharp Freeway SECTION 02240 DEWATERING PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General Conditions and Division 1 Specifications, apply to this Section. i�►4t.Yi1�IT01 A. This Section includes construction dewatering. B. A geotechnical survey has not been performed at the site. This Section shall be applicable only if ground water begins to enter the trench. C. Related Sections include the following: a. Division 1 Section "Temporary Facilities and Controls" for temporary utilities and support facilities. b. Division 2 Section "Excavation Support and Protection". 1.3 PERFORMANCE REQUIREMENTS A. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. a. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. b. Prevent surface water from entering excavations by grading, dikes, and other means. c. Remove dewater system if no longer needed. 1.4 SUBMITTALS A. Shop Drawings for Information: For dewatering system. Show arrangements, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. a. Include layouts of piezometers and flow -measuring devices for monitoring performance of dewatering system. b. Include written report outlining control procedures to be adopted if dewatering problems arise. B. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. C. Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. a. Note locations and capping depth of wells and well points. Water Line Relocation Ahead 02240-1 March 2009 of Marsha Sharp Freeway D. Field Test Reports: Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitting in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: A geotechnical report has not been prepared for the Project area. a. The Contractor, at own expense, may make test borings and conduct other exploratory operations necessary for dewatering. C. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. a. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. a. Prevent surface water and subsurface or ground water from entering excavations, ponding on prepared subgrades, and from flooding site and surrounding area. b. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. a. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. Water Line Relocation Ahead 02240-2 March 2009 of Marsha Sharp Freeway 3.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavating below ground water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. C. Provide and adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. a. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope stability. D. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. a. Maintain piezometric water level a minimum of sixty (60) inches below surface of excavation. E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. F. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. a. Remove dewatering system from Project Site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation well risers to demonstrate that observation wells are functioning properly. a. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Water Line Relocation Ahead 02240-3 March 2009 of Marsha Sharp Freeway SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. This Section includes temporary excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. a. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. b. Prevent surface water from entering excavations by grading, dikes, or other means. c. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01300 — Submittal Procedures. B. Shop Drawings for Information: Prepared by or under the supervision of a qualified professional engineer for excavation support and protection systems. a. Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. C. Qualification Data: For installer and professional engineer. D. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.5 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Waterlines Ahead of Freeway 02260-1 March 2009 PART 2 — PRODUCTS 2.1 MATERIALS A. General: Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. PART 3 — EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. a. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. a. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. Limit vertical offset of adjacent sheet piling to sixty (60) inches. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3 TRENCH BOXES A. Provide Engineer approved trench boxes sufficient for depth and width of open - cut trench. All exposed trench shall be protected. Waterlines Ahead of Freeway 02260-2 March 2009 t _- 3.4 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three (3) feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Waterlines Ahead of Freeway 02260-3 March 2009 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 1— GENERAL 1.1 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 01400 — Quality Requirements. C. Section 01555 — Barricades, Signs, and Traffic Handling. D. Section 02260 — Excavation Support and Protection. E. Section 02320 — Utility Backfill Materials. F. Section 02665 — Water Works Piping, Valves, and Fittings. 1.3 DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over - excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backji'll — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. G. Backji'll — Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems — Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from Waterlines Ahead of Freeway 02317-1 March 2009 side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 — Dewatering. I. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. a. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. b. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. i. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. ii. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. c. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. L. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. M. Over -Excavation and Bac>f 11— Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. N. Foundation Backjzill Materials — Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. O. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection P. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. Q. Shoring System — A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. Waterlines Ahead of Freeway 02317-2 March 2009 1.4 1.5 1.6 1.7 REFERENCES A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil - Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. SUBMITTALS A. Conform to Section 01300 — Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: a. Sequence of work and coordination of activities. b. Selected trench widths. c. Procedures for foundation and embedment placement, and compaction. d. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to survey control points. Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. TESTS Waterlines Ahead of Freeway 02317-3 March 2009 A. Perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. B. Perform field density tests of trench backfill representative of each 500 linear feet of trench and each compacted layer. C. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the m Contractor. PART 2 — PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is obtained over pipes, conduits, and ducts. Do not use heave compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 — Utility Backfill Materials. 2.3 ACCESSORIES A. Warning Tape: Install twenty-four (24) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; as follows: a. Red — Electric b. Yellow — Gas, oil, steam, and dangerous materials. c. Orange — Telephone and other communications. d. Blue — Water systems. e. Green — Sewer systems. B. Install continuously coated ten (10) gauge locating wire on top of the pipe. PART 3 — EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform with the trench details shown in the drawings. Waterlines Ahead of Freeway 02317-4 March 2009 t'_ 3.2 3.3 3.4 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs, and Traffic Handling and the drawings. B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. D. Maintain permanent benchmarks, monumentation and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. B. Protect and support above grade and below grade utilities which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at not additional cost to the Owner. E. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. F. The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. Coordinate vertical separation requirements with utility owners and any other special construction considerations. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. G. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Determine trench excavation widths based on the requirements shown on the plans. C. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it Waterlines Ahead of Freeway 02317-5 March 2009 fI c - uneconomical or impractical to pump from the surface elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. D. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. E. Shoring of Trench Walls. a. Install special shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. ` b. For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out behind the trench wall support. c. Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, waters, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. d. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment. e. If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a one (1) inch thick steel plate. Fill voids left on removal of supports with compacted backfill material. f. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. F. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: a. Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. b. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. c. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact backfill materials against undisturbed walls and foundation. d. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. e. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.1 LB 3.5 HANDLING EXCAVATION MATERIALS Waterlines Ahead of Freeway 02317-6 March 2009 3.6 3.7 3.8 A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 — Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 — Temporary Facilities and Controls. TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of the pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. GROUND WATER CONTROL A. Implement ground water control according to Section 02240 — Dewatering. Provide a stable trench to allow installation in accordance with the Specifications. PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. E. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. F. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. If necessary, hold small -diameter or Waterlines Ahead of Freeway 02317-7 March 2009 ` lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. G. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of the next lift. Water tamping and water jetting are not allowed. H. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. I. Install specified location tape and wire as shown on the drawings and per Section 02317 — Excavation and Backfill for Utilities 2.3.A and 2.3.B. 3.9 TRENCH ZONE BACKFILL, PLACEMENT, AND COMPACTION A. Place backfill for pipe or conduits and restore as soon as practicable. Leave only the minimum length of trench open as necessary for construction. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. Maximum unrepaired pavement surface shall be limited to 2,640 feet. B. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. Cut off sheeting two (2) feet or move above the crown of the pipe. Remove trench supports within five (5) feet from the ground surface. C. Place trench zone backfill in lifts and compact by methods selected by the - Contractor. Fully compact each lift before placement of the next lift. a. Cement Stabilized Backfill/Lean Concrete Backfill i. Place in depths as may be required during construction. ii. Use vibratory equipment to ensure placement under the haunches of the pipe. iii. Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square inch needle. This equates to a penetration resistance of approximately 300 pounds per square inch. This is not a strength requirement of the cement -stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square inch needle. The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. Such readings shall be taken prior to commencing backfill operations. b. Gravel Embedment i. Place in depths as shown on plans ii. Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. c. Native Material/Borrow Material (Pipe Installation) # Waterlines Ahead of Freeway 02317-8 March 2009 i. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding six (6) inches. ii. Compaction by trench sheep's foot or by vibratory equipment to a minimum of ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. iii. Moisture content within two (2) percent of optimum determined according to ASTM D 698. d. Topsoil i. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding six (6) inches. ii. Compaction by sheep's foot, by steel wheel roller, or by vibratory equipment to a minimum of ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.13. iii. Moisture content within two (2) percent of optimum determined according to ASTM D 698. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. C. Tests will be performed by the Contractor on a minimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. a. A minimum of one test for every 500 linear feet of compacted trench zone backfill material for each compacted layer. b. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. c. The number of tests will be increased if compacting effort is variable end not considered sufficient to attain uniform density, as specified. Waterlines Ahead of Freeway 02317-9 March 2009 d. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. e. Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria (two tests will be performed for each failing test). Placement will be rejected unless both verification tests show acceptable results. f. Recompacted placement will be retested at the same frequency as the first �- test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION Waterlines Ahead of Freeway 02317-10 March 2009 SECTION 02320 UTILITY BACKFILL MATERIALS PART 1— GENERAL 1.1 SECTION INCLUDES A. This Section of the specification covers materials related to the backfill of utilities. Included are the following: a. "Concrete" sand (for use as pipe bedding). b. Native soil materials. c. Topsoil. d. Borrow material. e. Crushed stone. f. Cement stabilized backfill. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 01400 — Quality Requirements C. Section 02317 — Excavation and Backfill for Utilities. 1.3 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.4 REFENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131— Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. Waterlines Ahead of Freeway 02320-1 March 2009 L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. 1.5 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.6 TESTS A. Perform tests of sources for off -site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner's expense; however, failing tests will be charged to the Contractor. PART 2 — PRODUCTS 2.1 MATERIAL DESCIRPTIO114S A. In accordance with the most recent Design and Construction Standards of the City of Lubbock and as approved by Engineer. B. Fine aggregate bedding: a. Fine aggregate bedding shall consist of natural sand or screenings having hard, strong, durable particles free from deleterious substances and meeting the following graduation requirements: Sieve Percent Passim 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 C. Course aggregate bedding: a. Course aggregate bedding shall consist of chorused rock free of waste, trash, debris, organic material, and unstable material and meeting the following graduation requirements: s Waterlines Ahead of Freeway 02320-2 March 2009 2.2 Sieve Percent Passing 3/4" 40 to 100 3/8" 30 to 75 No. 4 25 to 60 No.40 8 to 26 D. Native Soil Material for Backfill a. Provide Backfill material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic material, unstable material, non - soil matter, hydrocarbons, or other contamination. E. Topsoil a. Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or other contamination. b. Surface should be made clear of rock and other debris before planting. c. Use top three (3) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. F. Borrow a. Use Class A borrow under roadways (proposed or existing) and Class B elsewhere. G. Cement Stabilized Backfill a. Cement Content —1 1/2 sack mix per cubic yard. b. Water/Cement Ratio — 0.60. c. Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. d. Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: a. Gradation: Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. b. Plasticity of material passing the No. 40 sieve. Waterlines Ahcad of Freeway 02320-3 March 2009 : c. Los Angeles abrasion wear of material retained on the No. 4 sieve. d. Clay lumps. e. Lightweight pieces. f. Organic impurities. C. Production Testing: Provide certified reports to the Engineer from an independent testing laboratory. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 — EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top three (3) feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill material at least twenty-one (21) days ahead of intended use so that the Engineer may obtain samples fro verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations in areas shown on plans for practical material handling and control, and verification testing by the Engineer in advance of final placement. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control a. The Engineer may sample and test backfill at: i. Sources including borrow pits, production plants, and Contractor's designated off -site stockpiles. ii. On -site stockpiles. iii. Materials placed in the Work. Waterlines Ahead of Freeway 02320-4 March 2009 b. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Quality Control Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. END OF SECTION Waterlines Ahead of Freeway 02320-5 March 2009 SECTION 02511 INSTALLATION OF WATER DISTRIBUTION SYSTEM COMPONENTS PART1 GENERAL 1.1 SECTION INCLUDES. A. Requirements for the installation of water distribution system components such as pipe, fittings and valves. B. Requirements for trench safety, final clean up and acceptance. 1.2 PRODUCTS INSTALLED UNDER THIS SECTION. A. Approved municipal water pipe. B. Approved fittings, connections, valves and appurtenances. C. Warning tape. D. Locator wire, if pipe is of non-ferrous material. 1.3 UNIT PRICES A. Water Distribution Pipe. 1. Payment for installation of water distribution pipe will be on a linear foot basis. Unit cost shall include pipe installed, complete in place including all appurtenances, trench safety and traffic barricading required. 2. The Owner's Representative will perform measurement. B. Tapping Sleeves and Valves. 1. Payment for purchase and installation of the tapping sleeve and valve will be per each, complete in place including all appurtenances, trench safety and traffic barricading required. 1.4 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures. B. Submit storm water pollution prevention plan (SWPPP). C. Submit traffic control plan. 1.5 WARRANTY A. Contractor to provide standard one year warranty. Warranty period will begin at the date of Substantial Completion. B. The Contractor at no additional expense to the Owner will perform any repairs, replacements or maintenance work on Work performed by the Contractor. PART 2 PRODUCTS 2.1 See section 02665. PART 3 EXECUTION 3.1 EXAMINATION A. Contractor will examine the entire length of the project site to verify conditions before starting work. _ Waterlines Ahead of Freeway 02511-1 March 2009 3.2 3.3. B. Contractor is responsible for verifying that site conditions are suitable for the proposed Work prior to beginning activities. PROTECTION I. Contractor is responsible for notifying all utilities and other affected parties prior to beginning excavation. Contractor will comply with the State of Texas excavation notice requirements. 2. Contractor is responsible for providing shoring, bracing or other supports as required to prevent damage to adjacent utilities, structures or other affected components. 3. Contractor will excavate and expose any utilities or other potential conflicts to determine the lines and grades, if deemed necessary by the Contractor or Owner's Representative. 4. Contractor is responsible for any expenses incurred to repair, replace or otherwise restore facilities damaged due to excavation or installation of the sanitary sewer system. 5. The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals, and shall take such other precautionary measures for the protection of persons, property and the works as may be necessary. All safety measures shall meet the requirements of The Texas Manual on Uniform Traffic Control Devices. Traffic control plans shall be submitted to the City of Lubbock Traffic Engineer for approval. 6. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the days of issuance to Contractor of City's certificate of acceptance of the project. 7. Rules and regulations of local, state and Federal authorities regarding safety provisions shall be observed. SURFACE PREPARATION I. Within Unpaved Easements; or Cultivated, Agricultural or Undeveloped Land. 04 a. Remove all vegetation, brush, heavy growth, grass, weeds, decayed organic matter, rubbish or other unsuitable material within the area of excavation. b. Remove topsoil separately from the other excavation material. Store the topsoil separately from the other excavation material. Within Unpaved Roadways a. Remove roadway cover material and store separately from other excavated material. b. Take care to keep the roadway material as clean as possible for placement back on the roadway. Within Paved Areas Waterlines Ahead of Freeway 02511-2 March 2009 a. Remove pavement, sidewalks, driveways, and curb and gutter in a neat and workmanlike manner. Use straight and perpendicular cuts. b. The cut will exceed the width of the excavation by 12 inches on each side of the trench. C. Cut concrete pavement, sidewalks, driveways, and curb and gutter with a power saw to a minimum depth of 2 inches prior to breaking. 3.4 INSTALLATION A. Excavation 1. Excavations will be open cut unless otherwise indicated on the plans or designated by the Owner's Representative. 2. Contractor will comply with trench safety requirements as outlined in OSHA 1910 using benching, shoring, trench boxes or other means to meet or exceed the requirements of OSHA 1910. 3. The Contractor at no expense to the Owner will dispose of excavated materials unsuitable for backfill or not required for backfill. 4. Contractor will prevent surface water from flowing into excavations. Pipe that has had its grade or alignment changed due to water entering the excavation will be re-laid at no expense to the Owner. 5. Spongy material, organic matter, or fill material containing ' concrete, asphalt or debris encountered during excavation will be removed and properly disposed. Over excavation in this situation will be at the direction of the Owner's Representative. 6. Over excavation for the Contractor's convenience will be at the Contractor's expense. 7. Stockpile excavated material so as not to interfere with the progress of the Work or to create a safety hazard. Excavate trench only as necessary to install the pipe. Excavation limits for pipe less than 18 inches. Pipe O.D. + 12 inches B. Installation 1. Install components in accordance with the City of Lubbock Construction Standards and the Manufacturer's Instructions. The Contractor will bring any conflict between these two methods to the Owner's attention. _ 2. Products will be inspected prior to installation for any defects. No defective products will be installed. Products found to be defective will be replaced at the Contractor's expense. 3. Installation of Pipe. a. Fine grade the bottom of the trench using specified bedding material. Provide for bell holes to allow the pipe to be placed at the proper grade and alignment. b. Check for proper grade and alignment at each joint. C. Do not place pipe in wet trench conditions. Provide adequate dewatering methods to keep free water from the trench. d. Do not leave open joints overnight. Place watertight barriers at the end of the exposed pipe segment to g Waterlines Ahead of Freeway 02511-3 March 2009 I prevent water intrusion into the pipe after each day's work. e. All pipes shall be installed according to manufactures suggestions in both the open cut areas and in the slick bore areas. 4. Installation of Valves. a. Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be joined to the pipe in the manner heretofore specified for pipe installation. The valves and fittings shall be adequately blocked for thrust with concrete. Valves shall be set vertically and in concrete valve boxes. b. Valves 12" and smaller for lines connecting into existing waterlines will be inserted while the line is still under pressure unless the flow can be contained by other means. Backfill of Excavations. a. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. Backfill around pipe with specified granular bedding material that is free of large rocks, topsoil, debris or other unacceptable material. b. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted or hand tamped to a point 12 inches above the top of the pipe C. Backfill from 12 inches above the pipe to the fmished grade will be as follows: i. For unpaved areas, use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum six (6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum moisture content. Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. Copies of these tests shall be provided to the Owners Representative. The City of Lubbock will perform random spot testing at no expense to the contractor. ii. For paved areas, place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under the bottom of the pavement in a minimum of thickness of 12". The backfill from Waterlines Ahead of Freeway 025114 March 2009 12-inches above the top of pipe to the CSB shall be in placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D- 698. These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidders expense. Copies of these tests shall be provided to the Owners Representative. The City of Lubbock will perform random spot testing at no expense to the contractor. 3.5 FIELD QUALITY CONTROL A. Inspection 1. Owner's Representative will provide all inspection services. Owner's Representative will be present at all tests. Do not cover pipe or valves until inspected by the Owner`s Representative. 2. Notify the Owner's Representative a minimum of 24 hours prior to placement of pipe, manholes or other buried components. B. Testing 1. General a. Notify the Owner's Representative a minimum of 24 hours prior to conducting any testing. b. All testing will be performed in the presence of the Owner's Representative and only after the Owner's Representative has agreed the system being tested is ready for the appropriate test. d. Components to be tested will be thoroughly cleaned to remove debris, gravel, grit, dirt or other foreign material prior to performing any tests. e. The Owner's Representative will approve equipment used for testing. The Contractor at no expense to the Owner will replace testing equipment rejected by the Owner's Representative. 2. Pipe Testing Requirements a. After the pipe has been laid, the line shall be subjected to a hydrostatic pressure test and leakage test. The line shall be tested at 100 p.s.i. gauge pressure. The duration of each pressure test shall be as directed by the Owners Representative but shall not exceed for (4) hours. b. No pipe installation will be accepted until or unless the leakage as determined by above test is less than the amount set forth below. The allowable leakage (gallons per hour) shall not be greater than determined by the following formula: IWaterlines Ahead of Freeway 02511-5 March 2009 L=ND P i2 7400 L = Gallons Per Hour D = Nominal Pipe Diameter N = Number of Joints P = Test Pressure (PSI) If individual sections show leakage greater than the limits specified above, the contractor shall at his own expense locate and repair the defective joints until the leakage is within the specified allowance. 3. Sterilization of Pipe Lines a. The contractor shall furnish all labor, equipment and material necessary for the sterilization of the new pipelines according to AWWA C 651 before being placed in service. The lines shall be sterilized by the application of the chlorinating agent. The chlorinating agent may be liquid chlorine, liquid chlorine gas -water mixture, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution -feed device, or other methods approved by the engineer. The chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be in such proportion of water entering the pipe that the chlorine dose applied to the water entering the line shall be at least 50 parts per million. The treated water shall be retained in the pipelines for a period of not less than twenty-four (24) hours. b. Samples shall be taken from the contractors sample port by Owners Representative and will be tested for bacteriologic growth by the Texas Department of Health Laboratory. Samples will be taken twice in a forty-eight (48) hour period not less than twenty-four (24) hours apart. C. The sampling riser shall be located at a location farthest from the point of chlorination. The riser shall be above ground and equipped with a faucet for control of flow during sampling. 3.6 ADJUSTING AND CLEANING A. Contractor will return areas disturbed by the work to the conditions existing prior to commencement of the work. 1. Contractor will grade disturbed areas to the preexisting grade. Waterlines Ahead of Freeway 02511-6 March 2009 2. Owner's Representative will determine if adequate adjustments and cleaning have been performed. 3. Contractor will leave the construction site clean, neat and free of construction debris. 4. .Areas that have established turf will have sod placed in the excavated areas. 5. Paved areas will have pavement replaced in accordance with the City of Lubbock Street Engineering Standard Paving Specifications. END OF SECTION Waterlines Ahead of Freeway 02511-7 March 2009 SECTION 02665 WATER WORKS PIPING, VALVES, AND FITTINGS PART 1— GENERAL 1.1 WORK INCLUDED A. This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings, and accessories as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 01400 — Quality Requirements C. Section 01555 — Barricades, Signs, and Traffic Handling D. Section 02320 — Utility Backfill Materials 1.3 MATERIAL SCHEDULE A. 6", 8" and 10" lines shall be AWWA C 900 Class 150 (DR 18). 12" lines as specified on plans for material Class 150 and AWWA C 900 (DR 18). 24" line Class 150 or AWWA C905 (DR 25) B. Ductile Iron Fittings (AWWA C 153) C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) G. Mechanical Joint Restraints 1.4 SUBMITTALS A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.5 REFERENCES A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. AWWA C 110 — Ductile iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C 111— Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. Waterlines Ahead of Freeway 02665-1 March 2009 D. AWWA C 104 — Rubber Seated Butterfly Valves. E. AWWA 509 — Resilient Seated Gate Valves for Water Supply. F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. H. AWWA C 301— Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger -Shop Applied L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144" N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings O. ANSIIAWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water Pipelines and Fittings T. ANSIIAWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings V. AWWA M-I I Steel Pipe - A guide for Design and Installation W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High - Temperature Service. X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless Y. ASTM E 165 Method for Liquid Penetrant Examination Z. ASTM E 709 Guide for Magnetic Particle Examination AA. ASME Section V Nondestructive Testing Examination BB. ASME Section IX Welding and Brazing Qualification. CC. AWS B2.1 Standard for Welding Procedure and Welding Qualifications. PART 2 — PRODUCTS 2.1 GENERAL A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. Waterlines Ahead of Freeway 02665-2 March 2009 1 C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 10 inches and smaller shall be AWWA C-900, Class 150 (DR-18). B. PVC pipe 12 inches shall be AWWA C-900, Class 200 (DR-14) C. PVC pipe 14 inches and larger shall be AWWA C-905, Class 200 (DR-21). The outside diameter of the PVC pipe shall be cast iron equivalent. D. PVC pipe shall be formed with an integral ball and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint length shall be twenty (20) feet. E. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water. F. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as applicable. G. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE A. Ductile Iron pipe 12" shall be Class 200. B. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revisions: ANSI/AWWA C150/A21.50-81 ANSI/AWWA C104/A21.4-80 ANSI/AWWA C 15 1/A21.4-80 C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI A21.4) specifications. The external surface shall be coated with an asphalt base paint. D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specked by AWWA C 11-72 (ANSI A21.11) or its latest revision. 2.4 CONCRETE CYLINDER PIPE A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the latest revision of AWWA C-301. B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWAS C303-78 C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. Waterlines Ahead of Freeway 02665-3 March 2009 E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. Portland cement used in the mortar shall conform to "Standard Specifications and Test for Portland Cement" A.S.T.M. serial designations C150 and C77. Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate. The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be nine inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.5 PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in accordance with AWWA C 104. B. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. C. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C153 110. Fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. a. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the specifications for coating and lining the pipe. b. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for ductile iron pipe. c. Where flanged fittings are used, the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the. locations shown on the Drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers shall be stainless steel. 2.7 PIPE JOINTS a. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C111. b. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C111. 2.8 STEEL CASING A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a Waterlines Ahead of Freeway 02665-4 March 2009 2.9 bituminous coating. Casing wall thickness for installation shall be in accordance with the following: Location Diameter Min. Wall Thickness Highway and Street Crossings 24" and smaller 0.2500" 26" or lar er 0.3125" Railroad Crossings 18" and smaller 0.2500" 20" thru 26" 0.3750" 28" and larger 0.50001, B. Casing spacers shall be used to install carrier pipe inside the encasement pipe. To provide support around the periphery of the pipe should the pipe twist as it is pushed through the casing. The spacers shall be of a projection type that has a minimum number of projections around the circumference totaling the number of diameter inches. For example, eight (8) inch pipe shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a minimum of eighteen (18) projections. C. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto the carrier pipe so that the spacers do not move during installation. Installation instructions shall be provided with each shipment. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits per spacer listed in the brochure. These values in the brochure include conservative safety factors for class spacer used. Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on plans. D. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. E. Manufacturer: Projection type spacers shall be Rad type spacers, or approved equal by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. VALVES A. General: Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves: a. All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze mounted throughout and shall meet all requirements of AWWA C 509. b. The valves shall be of the type of joint used in the piping. c. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two (2) inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. d. Gate valves shall be furnished with O-ring stem packing. e. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. f. Gate valves shall be Mueller, M&H, Darling, or Clow. Waterlines Ahead of Freeway 02665-5 March 2009 i g. All ductile iron shall conform to A536 Grade 6545-12. Castings shall be clean and sound without defects that will impair their service. No plugging or welding of such defects will be allowed. h. Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with ASTM A307 and A563, respectively. i. All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. C. Valve Boxes and Extension Stems: -. a. Extension stems shall be furnished on buried valves where the top of the operating nut is more than thirty-six (36) inches below finished grade. Top of the extension stem shall not be more than nine (9) inches below the top of the valve box. b. Buried valves shall be provided with cast iron valve boxes. The boxes shall �- be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which will be used, as an extension from the top of the valve to within eight (8) inches of the ground surface. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base, with the base being approximately four (4) inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension shall be considered as a part of the box. Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal. 2.10 HYDRA -STOP A. HYDRA -STOPS will be installed on each end of the 24' line in order to plug and seal the existing 24" crossing. Installation and specifications shall meet the requirements of the manufacturer. 2.11 FIRE HYDRANTS A. Hydrants shall be: a. Clow Medallion. b. American Darling Model B-84-B. c. Dresser 129-09 d. Mueller Centurion e. Approved equal. B. Hydrants shall meet AWWA C-502 C. Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. D. Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2- 1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. E. The hydrant shall be for a 6-inch main. 2.12 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. The Waterlines Ahead of Freeway 02665-6 March 2009 1__.'' polyethylene material shall have a minimum thickness of eight (8) mils. The wrap shall be secured by two (2) inch duct tape. 2.13 JOINT RESTRAINTS A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer's recommendations. 2.14 CONCRETE A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 — EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the Work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the Work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Waterlines Ahead of Freeway 02665-7 March 2009 3.6 3.7 3.8 B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. C. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection noted on the Drawings. MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. LAYING AND JOINTING PVC PIPE A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and not trench water shall be permitted to enter the pipe. D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. F. Defective joints shall be repaired as directed by the Engineer. G. Mechanical Joint Piping: The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland Waterlines Ahead of Freeway 02665-8 March 2009 toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. a. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque limiting wrench. b. Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. J. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 3.10 FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS, AND FITTINGS A. General: Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. After pressure has been applied to the line, stung boxes shall be checked for operation prior to installation. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. B. Valve Boxes: Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. All valve boxes under pavement shall be adjusted to finished pavement grades. Waterlines Ahead of Freeway 02665-9 March 2009 C. Fire Hydrants: Fire hydrants shall be located at the points shown on the Drawings. All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. a. The hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. The bowl of the hydrant shall be well braced ` against unexcavated earth at the end of the trench with concrete blocking. The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. b. Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. c. The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. d. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. e. Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12 THRUST RESTRAINT A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with suitably restrained joints per the manufacturer's recommendation. B. Restrained Joints: restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be allowed under only under special circumstances as approved by the Engineer. 3.13 EXCAVATION, TRENCHING, AND BACKFILLING A. Backfill of Excavations. a. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. Backfill around pipe with specified granular bedding material that is free of large rocks, topsoil, debris or other unacceptable material. b. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted or hand tamped to a point 12 inches above the top of the pipe C. Backfill from 12 inches above the pipe to the finished grade will be as follows: L For unpaved areas, use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum six (6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum moisture content. Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. These ' tests shall be performed by a reputable Waterlines Ahead of Freeway 02665-10 March 2009 I contractor specializing in geotechnical work and will be at the successful bidder's expense. Copies of these tests shall be provided to the I Owners Representative. The City of Lubbock } will perform random spot testing at no expense to the contractor. ii. For paved areas, place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under the bottom of the pavement in a minimum of thickness of 12". The backfill from 12-inches above the top of pipe to the CSB shall be in placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D- 698. These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidders expense. Copies of these tests shall be provided to the Owners Representative. The City of Lubbock will perform random spot testing at no expense to the contractor. 3.14 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as , follows: a. Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours. b. Pressure — The pipeline shall be tested so that the pressure at the lowest paint in the test section is at least 100 percent, but not greater than 120 percent of the pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. c. Allowable Leakage — The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): PVC: Ductile Iron: L = ND(P) r' L = SD(P) "2 7,400 133,200 where: L = allowable leakage in gallons per hour-`` N = number of joints in length of pipe tested S = length of pipe D = nominal diameter of the pipe in inches - Waterlines Ahead of Freeway 02665-11 March 2009 P = average of the maximum and minimum pressures within the test section in psi d. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.15 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe during construction. B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner's Representative may witness the disinfection activities. C. Quality Assurance: a. Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. b. The City of Lubbock laboratory will be used for bacteriological testing. D. Chemicals: a. Acceptable disinfectants are liquid and solid forms of hypochlorites. Liquid chlorine gas is not acceptable. b. Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. c. The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. E. Temporary Facilities: a. Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. b. Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. c. No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. F. Final Flushing: a. Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. b. Flush water in a location and manner approved by the Engineer. c. Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. G. Sampling and Analysis: a. Collect bacteriological samples at intervals no more than 1000 feet and one - (1) sample from each end of the pipeline in the presence of the Engineer or t, Owner's representative. Waterlines Ahead of Freeway 02665-12 March 2009 r b. The Owner's representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. c. Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. H. Acceptance: a. Facilities will be considered properly disinfected when two (2) consecutive sets of acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. b. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of� Lubbock water distribution system. 3.15 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as E specified herein. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. B. The boring shall proceed from a pit provided for the boring equipment and workers. Excavation and location of the pit shall be approved by the Engineer _) and County as appropriate. Boring without the concurrent installation of the casing pipe will not be permitted. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. Jetting will not be permitted. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the t installation. All casing pipe joints shall be welded. Care shall be taken to keep the pipe sleeve on the proper line and grade. C. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. 3.16 PIPE IDENTIFIERS A. Marking Tape: All pipes installed in an open trench will be identified with the appropriate color and description of three (3) inch wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. Install detectable tape as deep as it can be detected but no closer to the non- metallic pipe than twelve (12) inches. 3.16 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future `- settlement and any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the Work. The maintenance shall include Waterlines Ahead of Freeway 02665-13 March 2009 blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep areas in a presentable condition. END OF SECTION Waterlines Ahead of Freeway 02665-14 March 2009 SECTION 02741 HOT -MIX ASPHALT PAVING PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Section 01400 — Quality Requirements 1.2 SUMMARY A. This Section includes the following: a. Hot -mix asphalt paving. b. Hot -mix asphalt patching. c. Asphalt surface treatments. d. Pavement -marking paint. e. Cold milling of existing hot -mix asphalt pavement. 1.3 DEFINITIONS A. Hot -mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. TxDOT: Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges", 2004. 1.4 REFERENCES A. AASHTO T 102 — Spot Test of Asphaltic Materials. B. AASHTO T 245 — Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus. C. AASHTO M 248 — Standard Specification for Ready -Mixed White and Yellow Traffic Paints. D. AI MS-2 — Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types. E. Al MS-22 — Construction of Hot -Mix Asphalt Pavements. F. ASTM C 29/C 29M — Unit Weight and Voids in Aggregate. G. ASTM C 88 — Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. H. ASTM C 117 — Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing. I. ASTM C 127 — Specific Gravity and Absorption of Coarse Aggregate. J. ASTM C 128 — Specific Gravity and Absorption of Fine Aggregate. K. ASTM C 131— Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. L. ASTM C 136 — Sieve Analysis of Fine and Coarse Aggregate. M. ASTM C 188 — Density of Hydraulic Cement. N. ASTM D 70 — Specific Gravity of Semi -Solid Bituminous Materials. O. ASTM D 75 — Sampling Aggregates. Waterlines Ahead of Freeway 02741-1 March 2009 I 1` P. ASTM D 242 — Mineral Filler for Bituminous Paving Mixtures. Q. ASTM D 546 — Sieve Analysis of Mineral Filler for Road and Paving Materials. R. ASTM D 692 — Coarse Aggregate for Bituminous Paving Mixtures. S. ASTM D 854 — Specific Gravity of Soils. T. ASTM D 946 — Penetration -Graded Asphalt Cement for Use in Pavement Construction. U. ASTM D 979 — Sampling Bituminous Paving Mixtures. V. ASTM D 995 —Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures. W. ASTM D 1073 — Fine Aggregate for Bituminous Paving Mixtures. X. ASTM D 1075 — Effect of Water on Cohesion of Compacted Bituminous Mixtures. Y. ASTM D 1188 — Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens. Z. ASTM D 1559 — Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus. AA. ASTM D 2027 — Standard Specification for Cutback Asphalt. BB. ASTM D 2041 — Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures. CC. ASTM D 2172 — Quantitative Extraction of Bitumen from Bituminous Paving Mixtures. DD. ASTM D 2726 — Bulk Specific Gravity and Density of Non -Absorption Compacted Bituminous Mixtures. EE. ASTM D 2950 — Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods. FF. ASTM D 3381— Viscosity -Graded Asphalt Cement for Use in Pavement Construction. GG. ASTM D 3405 — Standard Specification for Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements. HR. ASTM D 3549 — Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens. U. TEX-126-E — Molding, Testing, and Evaluating Bituminous Black Base Materials. JJ. TEX-204-F — Design of Bituminous Mixtures. KK. TEX-224-F — Determining Flakiness Index. LL. TxDOT Item 300 — Asphalt, Oils, and Emulsions. MM. TxDOT Item 301— Asphalt Antistripping Agents. NN. TxDOT Item 340 — Specification for Hot -Mix Asphaltic Concrete Pavement. 00. TxDOT Item 345 — Specification for Asphaltic Stabilized Base. PP. TxDOT Item 662 — Work Zone Pavement Markings. QQ. TxDOT Item 666 — Reflectorized Pavement Markings. RR. TxDOT Item 672 — Raised Pavement Markers. SS. City of Lubbock Specifications — City of Lubbock Street/Drainage Engineering Standard Specifications. 1.5 SUBMITTALS A. Product Data: k ' a. For each type of product indicated, include technical data and tested physical and performance properties. B. Job Mix Designs: Waterlines Ahead of Freeway 02741-2 March 2009 a. Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained in Chapter in, Marshall Method of Mix Design, of AT MS-2. Formulas shall indicate physical properties of the mixes as shown by the tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new jab -mix formula for each source change. Job mix shall be for this specific project. Job mixes developed for other projects, although they may have similar requirements, will be rejected without review. C. Qualification Data a. Submit qualifications for product manufacturers. D. Material Test Reports a. Specific gravity test of asphalt b. Coarse aggregate tests c. Weight of slag test d. Percent of crushed pieces in gravel e. Fine aggregate tests f. Specific gravity of mineral filler g. Bituminous mixture tests h. Aggregates tests i. Bituminous mixture tests j. Aggregates tests k. Bituminous mix tests 1. Pavement courses E. Product Submittals a. Pavement marking materials. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. B. Asphalt Paving: Comply with TxDOT Item 345 "Asphalt Stabilized Base" (Plant Mix) unless other requirements are indicated herein, for asphalt -stabilized base. Comply with TxDOT Item 340 "Hot Mix Asphaltic Concrete Pavement" for hot mix wearing course unless other requirements are indicated herein. C. Mock -Up Test Section a. Prior to full production of the binder and wearing course(s), prepare a quantity of bituminous mixture according to the job -mix formula. Construct a test section two hundred (200) feet long by not less than ten (10) feet wide and of the same compacted depth specified for the construction of the course, which the test section represents. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. Test not less than two (2) samples of the mixture produced at the plant for gradation, asphalt cement content, stability, flow, air voids, voids in mineral aggregate, and in weight. Obtain not less than three (3) cores from the test strip for density and thickness tests. Check the test section for smoothness and finish surface texture. If the test section should prove to be unsatisfactory, make the necessary adjustments to the mix design, plant operation, transportation, laydown, and/or rolling procedures. Additional test sections, as required, Waterlines Ahead of Freeway 02741-3 March 2009 is I i shall be constructed and evaluated for conformance to the specified requirements. When test sections do not conform to specified requirements, remove and replace the bituminous pavement. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second test section also does not meet specified requirements, remove both sections at the Contractor's expense. Full production shall not begin without the Engineer's approval. D. Required Data a. Job -mix formula shall show the following: i. Source and proportions, percent by weight, of each ingredient of the mixture. ii. Correct gradation, the percentages passing each size sieve listed in the specifications for the mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture. iii. Amount of material passing the No. 200 sieve determined by dry sieving. iv. Number of blows of hammer compaction per side of molded specimen. v. Temperature viscosity relationship of the asphalt cement. vi. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight. vii. Asphalt absorption by the aggregate. viii. Effective asphalt content as percent by weight of total mix. ix. Temperature of the mixture immediately upon completion of mixing x. Asphalt viscosity grade and/or penetration range. xi. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 1.7 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: a. Prime and Tack Coats: Minimum surface temperature of 60 degrees Fahrenheit b. Asphalt Base Course: Minimum surface temperature of 40 degrees Fahrenheit and rising at time of placement. c. Asphalt Surface Course: Minimum surface temperature of 60 degrees Fahrenheit at time of placement. 1.9 MIXING PLANT A. Provide mixing plant capable of meeting the needs of the project. B. At no time shall the plant hinder the progress of the project. Waterlines Ahead of Freeway 02741-4 March 2009 PART 2 — PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. a. Coarse Aggregate — Coarse aggregate shall conform to ASTM D 692. i. The coarse aggregate shall be the materials retained on a No. 4 sieve, and shall consist of clean, tough, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of fifty-five (55) percent crushed faces for Type "C" HMAC as defined by the City of Lubbock paving specifications when tested in accordance with ASTM D 692. ii. Coarse aggregate shall have a minimum loss of fifteen (15) percent when subjected to four (4) cycles of the Magnesium Sulfate Soundess Test ASTM C 88. The amount of organic matter, clays, loams, or particles coated therewith, of other undesirable materials shall not exceed two (2) percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than forty (40) percent by weight. iii. Coarse aggregate may be enhanced by the addition of crushed concrete (Class A minimum). The crushed concrete shall be processes and blended at the Contractor's batch plant. The material shall be processed to remove wood, steel, and other objectionable materials so as to produce a crushed aggregate in conformance with these specifications. b. Fine Aggregate — Fine aggregate shall conform to ASTM D 1073. i. The fine aggregate shall be that part of the material passing the No. 4 sieve and shall consist of sand and/or screenings. The plasticity index of that part of the sand passing the No. 40 sieve shall not exceed six (6). The plasticity index of the screenings shall not exceed nine (9). ii. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. c. Mineral Filler i. Mineral filler shall conform to ASTM D 242 and consist of thoroughly dry stone dust, Portland cement, or other material dust approved by the Engineer. The mineral filler shall be free from foreign and other injurious matter and shall meet the following gradation: 1. Percent by Weight Retained on No. 30 Sieve — 0 2. Percent by Weight Retained on No. 80 Sieve —10 maximum 3. Percent by Weight Retained on No. 200 Sieve — 35 maximum B. Asphalt a. Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or performance grade 64-28 S or L, AASHTO Performance Graded Binder Specification (MP1). Waterlines Ahead of Freeway 02741-5 March 2009 b. The Contractor shall notify the Engineer of the source of the asphaltic material for approval prior to production of the asphaltic mixture. c. The optimum asphalt content shall be determined by the Marshall Stability method. d. The percent asphalt content in HMAC surface shall be optimum as indicated by Marshall Stability optimum plus 0.25% for Type "C" HMAC as defined by City of Lubbock paving specifications. e. The asphalt content of the paving mixture shall not be below optimum, or vary from the specified design asphalt content by more than plus 0.30% dry weight, based on total mixture. C. Prime Coat a. The surface shall be primed using an application of 0.20 to 0.30 gallons per square yard of MC asphalt conforming to ASTM D 2027 — MC 30. D. Tack Coat a. The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, or medium rate cure MS-1 emulsified asphalt. E. Joint Sealant a. ASTM D 3405 or AASHTO M 301, hot -applied, single -component, _. polymer -modified bituminous sealant. F. Emulsified Asphalt Sealer a. The surface coat shall be sealed using a 15/85 mix of MS-2 (or 20/80 SS-1) liquid anionic asphalt and distilled water at a rate of 0.10 to 0.12 gallons per square yard of surface. G. Mix Design a. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2 "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and complying with the following requirements: i. Provide mixes with a history of satisfactory performance in geographical area where Project is located. b. Base Course i. Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 345 "Asphalt Stabilized Base" (Plant Mix). ii. The Contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Sieve Size 1 1 1/211 1 3/4" 1/2" No. 4 No. 40 Percent Retained by Weight 1 0 1 8-30 30-55 50-70 70-90 Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed: 45 Plasticity Index shall not exceed: 15 Linear Shrinkage shall not exceed: 5 iii. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. Waterlines Ahead of Freeway 02741-6 March 2009 _. CAI d. iv. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. The percent asphaltic material shall be determined in accordance with Test Method Tex-126-E or Test Method Tex-204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall the asphalt content be less than four (4) percent or more than nine (9) percent by weight. Asphalt for the mixture shall meet the requirements of TxDOT Item 300 "Asphalt, Oils, and Emulsions". The grade of asphalt and source must be approved by the Engineer prior to use. Surface Course i. Hot mix asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 "Hot Mix Asphaltic Cement Pavement". ii. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than forty-five (45) when tested in accordance with Test Method Tex-203-F. The percent of flat or elongated slivers of stone for any aggregate shall not exceed twenty-five (25) percent when tested in accordance with Test Method Tex-224-F. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet the requirements of TxDOT Item 301 "Asphalt Antistripping Agents", and shall be added at the manufacturer's recommended dosage and temperature range. Type "C" Hot Mix Asphaltic Concrete (FIMAC) as defined by the City of Lubbock paving specifications shall be used for asphalt paved street repairs on this project. The Contractor shall provide a current HMAC mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Type "C" Coarse Graded Surface Course Percent passing 7/8" 100 Percent passing 5/8" 98-100 Percent retained on 3/8" 12-25 Percent retained on No. 4 15-30 Percent retained on No. 10 12-30 Total Percent Retained on No. 10 53-65 Percent retained on No. 40 10-20 Percent retained on No. 80 5-15 Percent retained on No. 200 5-15 Percent passing No. 200 1-6 Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Waterlines Ahead of Freeway 02741-7 March 2009 Liquid Limit shall not exceed: 45 Plasticity Index shall not exceed: 15 Linear Shrinkage shall not exceed: 5 e. The mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. f. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows: Marshal Criteria Type "C" No. Blows each end of specimen) 75 Stability lb. 1500 Flow units of 0.01 inch) 8 min. 16 max. Percent Air Voids 1 2 min 5 max Molding temperature for Marshal Criteria shall be 275 degrees Fahrenheit. PART 3 — EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, and any other foreign matter. 3.2 PRIME COAT A. Application a. Immediately following the surface preparation, apply the bituminous material by means of the bituminous distributor. Apply the bituminous material at a pressure range of twenty-five (25) to seventy-five (75) pounds per square inch within the temperature limits specified herein, and at a rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained r over the entire surface to be treated with slight puddling on the surface. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each { application, so that flow from the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Immediately after the application, remove the building paper and apply bituminous material to spots missed by the distributor. B. Curing a. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than forty-eight (48) hours or _ _ longer as may be necessary, to attain penetration into the foundation course Waterlines Ahead of Freeway 02741-8 March 2009 3.3 3.4 and evaporation of the volatiles from the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. C. Temperature a. Maintain application temperature between 68 and 149 degrees Fahrenheit. D. Protection a. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated } surfaces. TACK COAT A. Application a. Apply the tack coat when the surface to be treated is dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of the bituminous distributor, within the limits of temperature specified herein and at a rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. B. Temperature a. Maintain application temperature between 122 and 185 degrees Fahrenheit. C. Material Test a. Perform spot test for asphalt in accordance with AASHTO T102 on each shipment. D. Traffic Controls a. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. ASPHALT STABILIZED BASE COURSE (ASB) A. ASB shall not be placed when air temperature as reported by the National Weather Service is below 45 degrees Fahrenheit and falling. B. ASB shall be placed at a temperature between 255 and 285 degrees Fahrenheit during the months of June, July, and August. During other months, ASB shall be placed at a temperature between 275 and 325 degrees Fahrenheit. C. Any ASB material that is above or below the specified temperature range may be rejected. No payment will be made for any rejected material. D. ASB shall be placed and compacted in three (3) inch lifts, unless otherwise directed by the Engineer. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with required cross -sections and grades. Waterlines Ahead of Freeway 02741-9 March 2009 3.5 SURFACE COURSE A. HMAC shall be placed with a minimum compacted thickness of 1 1/2 inches unless otherwise shown on the plans. B. Laying of HMAC shall not start until sunrise, and must stop one hour before sunset. C. Air temperature requirements as follows: a. November 1 to April 1— HMAC shall not be placed when the air temperature is below 55 degrees Fahrenheit and falling. HMAC may be placed when the air temperature is above 50 degrees Fahrenheit and rising. b. April 1 to November 1— HMAC shall not be placed when the air temperature is below 50 degrees Fahrenheit and falling. HMAC may be placed when the air temperature is above 45 degrees Fahrenheit and rising. c. Air temperature shall be determined by the National Weather Service hourly report. zD. If the temperature of any HMAC, measured while passing through the laydown machine, is 25 degrees Fahrenheit more or less than the mixing temperature, that load shall be rejected. No payment will be made for rejected material. E. �- The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall x be placed in such a manner than when properly compacted the finished course is ' smooth, of uniform density, and in conformance with the cross -sections and - grades shown on the associated plans. F. Raking loose material back across the HMAC mat will not be permitted. G. Wings of the laydown machine may not be dumped unless they are dumped after every load. H. A level up course, 1/2 inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. I. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the Contractor may use other methods approved by the f Engineer provided a satisfactory surface can be obtained. J. Adjacent to curbs, gutters, or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 inch above the curb or flush structure. K. All joints shall present the same texture, density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be made to ensure a continuous bond between the old and new sections of the course. The transverse edges of old pavement and, if _ required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot bituminous material (tack coat) before the fresh mixture is placed. L. Rolling with three (3) wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. On super elevated curves, rolling shall begin at the low side and progress toward the high side. M. The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted to stand on pavement which has not fully compacted. Any displacement of the mixture shall be corrected immediately by the use of rakes and fresh mixture were required. Waterlines Ahead of Freeway 02741-10 March 2009 �m 3.6 3.7 N. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Limited areas where required compaction cannot be obtained using a three (3) wheel roller shall be compacted with a trench type roller. O. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. When tested with a ten (10) foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to the Engineer, the maximum deviation shall not exceed 1/8 inch in ten (10) feet. An acceptable ten (10) foot straight edge shall be provided by the Contractor. Any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8 inch maximum deviation requirements may be waived by the Engineer. JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. a. Clean contact surfaces and apply tack coat to joints. b. Offset longitudinal joints, in successive courses, a minimum of six (6) inches. c. Offset transverse joints, in successive courses, a minimum of twenty-four (24) inches. d. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements". e. Compact joints as soon as hot mix asphalt will bear roller weight without excessive displacement. f. Compact asphalt joints to a density within two (2) percent of specified course density. COMPACTION A. General: Begin compaction as soon as placed hot mix paving will bear roller weight without excessive displacement. Compact hot mix paving with hot, hand tampers or vibratory plate compactors in areas inaccessible to rollers. a. Complete compaction before mix temperature cools to 185 degrees Fahrenheit. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot mix asphalt is still hot enough to achieve specified density. Continue rolling until hot mix asphalt course has been uniformly compacted to the following density: a. Average Density: ninety-six (96) percent of reference laboratory density according to AASHTO T 245, but not less than ninety-four (94) percent nor greater than one hundred (100) percent. D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot mix asphalt is still warm. E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot, compact thoroughly. Waterlines Ahead of Freeway 02741-11 March 2009 F. Repairs: Removed paved areas that are defective or contaminated with foreign materials and replace with fresh, hot mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until is has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.8 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: a. Base Course: Plus or minus 1/2 inch. b. Surface Course: Plus 1/4 inch, no minus B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a ten (10) foot straight edge applied transversely or longitudinally to paved areas: a. Base Course: 1/4 inch b. Surface Course: 1/8 inch c. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. 3.9 PAVEMENT MARKING A. Work Zone Pavement Marking — See Section 01555 — Barricades, Signs, and Traffic Handling, paragraph 2.2. B. Permanent Pavement Markings a. All permanent pavement markings shall be Reflectorized multiploymer (Modified Urethane) applied in accordance with manufacturer's recommendations including surface preparation. b. Permanent pavement markings including raised pavement markers shall be identical in size, shape, color, and location to pavement markings that exist prior to commencing the Work. c. Before removing existing pavement markings or existing paving, the Contractor shall inventory existing paving markings. The inventory shall include all information necessary to replace the markings in their original location following pavement reconstruction. d. Materials and installation for surface markings shall be in accordance with TxDOT Item 666, except markings may be applied between September 31 and March 1 if temperature and moisture limitations are not exceeded. e. Materials and installation for raised pavement markers shall be in accordance with TxDOT Item 672, Class B. C. Elimination of Pavement Markings a. Existing pavement markings and raised pavement markers that are in conflict with work zone pavement markings shall be removed. b. Work zone markings that are not eliminated by street construction performed by the Contractor shall be removed as described in this paragraph. c. Approved methods for removal of markings on asphalt surfaces: i. Surface treatment application at least two (2) feet in width. ii. Water or water -sand blasting. iii. Other methods proven to be successful to the Owner. d. Approved methods for removal of markings on concrete surfaces: Waterlines Ahead of Freeway 02741-12 March 2009 Page Intentionally Left Blank SECTION 03300 CAST -IN -PLACE CONCRETE PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag, and silica. fume. 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. a. Indicate amounts of mix water to be withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. a. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. D. ACI Publications: Comply with the following, unless more stringent provisions are indicated: a. ACI 301— Specification for Structural Concrete Water Lines Ahead of Freeway 03300-1 March 2009 b. ACI 117 — Specifications for Tolerances for Concrete Construction and Materials. 1.6 DELIVERY, STORAGE, AND DANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. a. Avoid damaging coatings on steel reinforcement. PART 2 — PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. a. Plywood, metal, or other approved panel material. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Chamfer Strips: Wood, metal, PVC, or rubber strips, % by % inch, minimum. D. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. a. Formulate form -release agent with rust inhibitor for steel form -facing materials. E. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber - reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. a. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. b. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. c. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: a. For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless - steel bar supports. b. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. c. Wood, concrete, or clay blocks are not permissible. Water Lines Ahead of Freeway 03300-2 March 2009 B. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. a. Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: a. Class: Moderate weathering region, but not less than 3M. C. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. 2.6 CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. 2.7 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. a. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. b. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. c. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. d. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: a. Proportion normal -weight concrete according to ACI 211.1 and ACI 301. B. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: Water Lines Ahead of Freeway 03300-3 March 2009 a. Compressive Strength (28 days): 3000 psi b. Type I cement c. Fly Ash: Allow up to 25% of cementitious material d. Minimum Slump: 4 inches e. Maximum Slump: 6 inches f. Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. g. Maximum Water/Cementitious Materials Ratio: 0.55 h. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. C. Cementitious Materials: For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. D. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: a. Fly Ash: 20 percent E. Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. F. Admixtures with chloride ions are prohibited. G. Admixtures: Use admixtures according to manufacturer's written instructions. a. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. b. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. c. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. a. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. PART 3 — EXECUTION Water Lines Ahead of Freeway 03300-4 March 2009 `- 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. a. Do not use rust -stained steel form -facing material. F. Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. General: Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form - Water Lines Ahead of Freeway 03300-5 March 2009 removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports weight of concrete un place until concrete has achieved the following: a. At least 70 percent of 28-day design compressive strength. b. Determine compressive strength of in -place concrete by testing representative field or laboratory cured test specimens according to ACI 301. C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged farm -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSI's Manual of Standard Practice for placing reinforcement. a. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. D. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. General: Construction joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. Water Lines Ahead of Freeway ' 03300-6 March 2009 d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: a. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day's concrete pour. A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these _ joints shall be finished as specified under finishing. E. Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. F. Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. G. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. ` a. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and _ embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. ` b. Water may not be added beyond the limit of water withheld from the plant. D. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. Water Lines Ahead of Freeway 03300-7 March 2009 E. F. G. H Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. a. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. b. Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as follows, when hot weather conditions exist: a. Cool ingredients before mixing to maintain concrete temperature below 90 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. Water Lines Ahead of Freeway 03300-8 March 2009 c. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. a. Leave forms in place for a minim of 3 days. b. Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: a. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. b. No work will be permitted on the slab during wet curing. c. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. d. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. D. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.10 FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION Water Lines Ahead of Freeway 03300-9 March 2009 Pase Intentionally Left Blank SPECIAL ITEMS Pase Intentionally Left Blank I SECTION 4000 SUGGESTED SPECIFICATIONS FOR HYDRA -STOPS ON PRESTRESSED CONCRETE STEEL CYLINDER PIPE 1.0 SCOPE: Under this item Contractor shall furnish all materials, labor and equipment to properly install a Hydra -Stop into the existing Prestressed Concrete Steel Cylinder water main at the locations shown on the plans. 1.1 DESCRIPTION OF PROCEDURE: The Hydra -Stopping procedure is a means of temporarily plugging a pressurized pipe without disrupting pressure or service upstream of the Hydra -Stop. A Pressure Tap is first made into the main, allowing insertion of the Hydra -Stop plugging special Hydra -Stop fitting, the tapping valve can be later recovered after the plugging head has been removed from the main. The sequence consists of sixteen steps, two of which must be accomplished prior to placing orders for Hydra -Stop materials. 1.1.1 For Concrete pipe - determine from engineering, and/or manufacturers' records: (a) make, (b) specification, (c) age, (d) cross sectional dimensions (cylinder reinforcing/prestressing, core and coating) 1.1.2 Prior to ordering material: Excavate, dewater, expose and clean the exterior of the main at location of Tap(s). If main is heavily corroded; or if utilities will interfere with fittings, support/reaction blocking, or equipment; move location up or downstream to structurally sound pipe. a. Caliper O.D. of all mains to determine ovality. b. Verify wall thickness and interior condition. c. Remove outer coating and prepare a template of cylinder contours. This must be accomplished at the point where Pressure Tap(s) is to be installed. d. Backfill, restore as necessary. 1.1.3 Upon fitting delivery, re -excavate; dewater. Assemble split tapping fitting(s) to the main. 1.1.4 Pressure test per Engineer's specs. 1.1.5 Pour concrete support and reaction blocking. Allow to cure per Engineer's instructions. 1.1.6 Mount temporary tapping valve(s) to tapping fitting(s). t 1.1.7 Mount tapping machine; open valve; pressure tap; retract cutter; close temporary valve, remove tapping machine. 1.1.8 Mount Hydra -Stop machine, open temporary valve; insert Hydra -Stop plugging head into main. a. If two or more Hydra -Stops; insert downstream plugging head first. h. NOTE: No flow in main greater than 0.5 fps at time plugging head is inserted into main. 1.1.9 Test for shutdown at drain nozzle. 1.1.10 Cut downstream main. Install required fittings. 1.1.11 Retract Hydra -Stop plugging head(s), close temporary valve. Remove Hydra -Stop machine. 1.1.12 Install completion machine; open valve. 1.1.13 Insert completion plug into nozzle of Hydra -Stop fitting. 1.1.14 Remove completion machine and temporary valve. 1.1.15 Repeat Par. 1.1.12 thru 1.1.14 at other Hydra -Stop fittings(s). 1.1.16 Install blind flange(s) into nozzle of Hydra -Stop fitting(s) and into drain fitting(s). 1.2 INTERRUPTION OF FLOW: The existing mains cannot be shut down or taken out of service. To insure that the entire operations shall be accomplished without interruption of water service or flow, the ` installation shall be accomplished by Contractor personnel skilled and experienced in the procedures specific to Hydra -Stops of this size. 1.3 REDUCTION OF PRESSURE: The entire operation of making the Tap(s) shall be accomplished with the line pressure operating at no more than the safety limit established by mathematical calculation of the hoop stress of the unsupported cylinder with the reinforcing (prestressing) wires removed. A safety factor of 80% of yield is normally used. This calculation will determine the maximum operating pressure at the time of the material installation and the Tap. 1.4 PRELIMINARY FIELD INSPECTION OF MAINS: Dimensional, specification, and other data regarding the existing mains have been taken from records, many of which are old and/or inadequate. These data have not been verified by field inspections. Many of these mains consist of very old concrete pipe which may contain dimensional and structural flaws. In addition, it is anticipated that exterior main conditions, service connections, or presence of adjoining utilities may require relocation of proposed Taps. 1.4.1 It is necessary to know the exact main O.D., ovality, and cylinder diameter before Hydra -Stopping fittings can be manufactured. 1.4.2 Prior to ordering material, Contractor shall excavate at each proposed location and caliper the header O.D. along at least four (4) diameters to determine ovality. 1.4.3 Contractor shall determine main wall thickness, uniformity and structural integrity by means of ultrasonic testing. Data shall be submitted to Engineer. 1.4.4 Contractor shall expose a section of the internal steel cylinder at the Pressure Tap location and prepare a template showing the actual contour of that cylinder. Contractor shall apply Portland cement mortar to the exposed cylinder, filling the recess flush with the O.D. of the main. Mortar will be allowed to harden before backfilling. 1.4.5 If, in Engineer's opinion, the proposed location is unsatisfactory he will direct excavation at another site. Excavating, dewater, inspections, backfill and restoration will be separate pay items. 1.5 HYDRA -STOP FITTING AND ACCESSORIES, CONCRETE PIPE: Fitting shall be full encirclement type, split tee. It shall consist of three steel weldments; (1) an upper flange saddle plate and (2) a lower saddle plate/or straps and (3) tapping flange and nozzle with gland sealing against internal cylinder in concrete main. 1.5.1 Material Drawings: Contractor shall submit to Engineer five (5) sets of drawings, furnished by manufacturers, fully and distinctly illustrated and describing the tapping fittings proposed to be furnished. 1.5.2 General: Manufacturer will exercise extreme care to insure that weldments are of adequate strength, properly shaped, securely reinforced and free from distortion that could stress the concrete main or its internal steel cylinder during pressure tapping. 1.5.3 Steel Weldments: All steel shall meet the requirements of ASTM A36, as a minimum. All weldments shall be braced and stress relieved. 1.5.4 Gaskets: Shall be molded from elastomer compounds that resist compression setting and are compatible with drinking water in the 32 to 140 deg. F temperature range. 1.5.5 Coating: Unless otherwise noted, all exposed steel surfaces shall be given one coat of shop prime paint. 1.5.6 Upper Flange Saddle Plate Assembly: Shall consist of a saddle plate, an anchor flange, and a cylindrical anchor neck (or nozzle). a. Saddle plate shall be of 0.375" minimum thickness and shaped to concentric to the outside of the concrete main. Grout hoppers shall be provided, equally spaced across the saddle plate. b. A cylindrical anchor neck of 0.375" min. wall thickness shall be securely welded to the saddle plate. c. A 1.25" thick anchor flange shall be drilled and tapped to allow attachment of the gland assembly. The anchor flange shall be securely welded to the anchor neck. d. Two sets of gaskets shall be provided to retain the grout between the saddle plate and the outer coating of the concrete main. One gasket will be placed second will lie immediately outside the neck. 1.5.7 Lower Saddle Plate: The lower saddle plate/straps opposite the tapping nozzle) shall be shaped to fit the contours of the outer coating of the concrete pipe. 1.5.8 Hydra -Stop Flange And Nozzle Assembly: This weldment shall consist of the Hydra -Stop flange and nozzle welded to a gland which shall seal against the internal cylinder in the concrete pipe. a. The flange shall be drilled to match the anchor flange and Class 125 (ASA B 16.1- 1- 1960) Flange shall also have locking pins built into retain the completion plug. b. Minimum wall thickness of nozzle shall be 0.375". c. The gland shall seal to the exterior of the cylinder by means of an elastomer gasket confined in a steel retainer ring. This retainer shall be shaped by manufacturer to conform -' to the contour of the steel cylinder in the main. Contractor shall provide manufacturer with a template prepared from a section of the main at the locations where the Tap is to be installed (See Section 1.4.4, above). t 1.5.9 Completion Plug: The completion plug shall be machined from a stress relieved carbon steel weldment. It shall contain two (2) circumferential grooves: one to receive the locking devices from the Hydra -Stop flange, and the second to contain a compressible " O" ring to seal pressure tight against the bore of the flange. 1.5.10 Blind Flange: The Hydra -Stop fitting shall be closed with a blind flange. Facing and drilling of the blind flange shall be compatible with that of the Hydra -Stop flange. Minimum blind flange thickness shall be that of AWWA Spec. 207, Class D. 1.5.11 Gaskets: Shall be molded from elastomer compounds that resist compression setting and are compatible with water in the 32 to 140 deg. F temperature range. 1.6 INSTALLATION OF HYDRA -STOP FITTING, CONCRETE CYLINDER PIPE: Note: Cylinder shall have been exposed and inspected by Contractor, per Section 1.4, prior to ordering tapping fitting. Contractor shall power wire brush and grind the exterior of the main to remove any debris, corrosion deposits, or other surface irregularities that might interfere with proper seating and sealing of each tapping fitting against each main. Any structural defects in main, service connections appurtenances, adjacent utilities, etc. that could interfere with Tapping installation shall be immediately reported to Engineer. 1.6.1 Inspection: Contractor shall fit upper and lower saddle assemblies to main, thoroughly checking for proper fit to main. 1.6.2 Assembly to Main: Under no circumstances shall Contractor attempt to force, reshape or bend saddle plates by excessive tightening of saddle studs while Hydra -Stop fitting is assembled around the main. a. Any retrofitting shall be accomplished with the fitting removed from the main. b. Any damage to fitting, accessories, or main shall be repaired at Contractor's expense to the satisfaction of Engineer. 1.6.3 Assemble of Saddle: Upper and lower saddle assembly shall be drawn up against the main to compress gaskets (1.5.6 c). a. The exterior surface of the nozzle half of the main be wetted thoroughly by pouring water into the grout hoppers. 1.6.4 Grouting: Grouting material shall be a rich, high early strength, non -shrink, Portland cement mixture. Its' consistency shall be fluid enough to allow it to flow between the saddle plate and the surface of the main. a. Upper saddle plate shall be grouted by pouring mixture into grout hoppers and vibrating saddle plate to eliminate air pockets. b. After grout has taken initial set, draw studs shall be tightened as necessary. --= 1.6.5 Exposure of Cylinder: Contractor shall chip exterior concrete coating from main to expose reinforcing cages or prestressing wires. Any cages not touching cylinder may be cut by torch or cold chisel. Contractor shall exercise extreme caution to avoid damage to cylinder. NOTE: Pressure in line may have to be reduced during installation of Hydra- Stop Fitting. 1.6.6 Hydra -Stop Flange/Nozzle Gland Assembly: Contractor shall thoroughly clean and prepare the surface of the cylinder to insure a pressure -tight seal to the gland gasket. Surface imperfections such as weld seams shall be carefully filled. 1.6.7 Pressure Test: Using a tapped blind flange, Contractor shall pressure test the Hydra - Stop fitting to verify satisfactory gland/cylinder seal. Test pressure shall not exceed line pressure in the main to avoid collapsing the cylinder and liner. 1.6.8 Nozzle Grouting: The entire volume between the Hydra -Stop nozzle and the anchor neck shall be filled with grouting material per Section 1.6.4 Contractor shall vibrate the nozzle to eliminate air pockets. a. Nozzle grout must thoroughly set before mounting tapping valve. 1.7 THRUST AND SUPPORT BLOCKING: Prior to mounting tapping valve and pressure tapping machinery, Contractor shall install concrete thrust and support blocking as shown on the plans. Blocking shall reach a minimum cure strength specified by Engineer before any valves or machinery shall be mounted onto the Hydra -Stop fitting. 1.8 CUTTING OPERATION: Drilling equipment shall be in good condition, and equipped with power drive to insure smooth cutting and to minimize shock and vibration. Cutting equipment shall be carbide tipped and capable of being renewed without removal from jobsite. 1.8.1 Tapping Equipment: Shall be mounted and blocked to tapping valve and the entire assembly pressure tested. a. Upon acceptance from Engineer the Pressure Tap may be performed. b. Upon completion of Tap, machine shall be retracted, with coupon, into its' housing, tapping valve closed and equipment removed. 1.9 HYDRA -STOP MACHINERY: The equipment shall consist of a folding plugging head that contains an elastomer sealing element. The plugging head is advanced into and from the main by means of a linear actuator. When retracted, the plugging head and carrier are housed in an adapter, bolted pressure tight between the tapping valve and the actuator. 1.9.1 Plugging Head: The diameter of the plugging head shall be (1) pipe size (minimum) smaller than the bore of the main. Plugging head shall open mechanically and sealing element be in full contact with the bore of the main when fully seated. 1.9.2 Sealing Element: The element shall be monolithically molded from a suitable polyurethane compound. The element shall be flat in a plane perpendicular to the flow in the main and seal against the I.D. of the main when plugging head is in the full open L position. 2.0 COMPLETION: The completion of the Hydra -Stopping shall include the installation of the Completion Plug (1.5.9) and a Blind Flange (1.5.10). 2.0.1 Completion Plug: Test of completion plug (1.5.9) sealing shall be accomplished through bleed -off in machinery housing. 2.0.2 Removal: Temporary valve shall be removed and installation of blind flange shall be completed. SECTION 4010 INSTA VALVES PART 1 GENERAL IA SUMMARY This section of specifications covers the Insta-Valve valves of 4", 6", 8", 10",12" and 16" Nominal Sizes. U.S. Patent# 6,810,903 B1 1.2 SUBMITTALS Submit manufacturer's data and specifications for Hydra Stop Insta-Valve or approved equivalent. PART 2 PRODUCTS 2.1 INSTA-VALVE SYSTEM The Insta-Valve System shall provide a means to install a permanent block (open -close) valve into a pressurized water main - with no interruption of flow through the pipe and no reduction of line pressure (below 125 psig). The insertion of an Insta-Valve shall be accomplished through a single circular hole cut (under full line pressure) into the top of the pipe. The Insta-Valve, itself, permanently remains in the water distribution piping to allow shutdowns in the same manner as any gate, ball or butterfly block valve originally installed with the water main. 1. Machinery and Equipment This group shall include the Drilling Machine, which shall be used to cut (pressure tap) the access hole into the top of the pipe. Using various adaptors and inserting tools, this Drilling machine shall be used to install Insta-Valves. With the addition of certain parts, this Basic Machinery shall also be used for making conventional pressure taps and for installing and removing temporary linestops in water mains. Air or hydraulic drive motor or an optional electric drive shall be required to power the Drilling Machine to make the access cut (pressure tap) into the top of the pipe. 2. Insta-Valve: The Insta-Valve shall consist of three subassemblies: the Valve Body, which shall be mounted pressure -tight around the main; the Valve Cartridge, which shall be inserted, under full line pressure, into the Valve Body; and the Cartridge Closure Flange, which shall secure and permanently seal the Cartridge to the Body. Test and maximum operating pressures shall be as follows: Test pressure: 200 psig Working pressure: 150 psig A. Valve Body: The Valve Body shall consist of a two-part stainless steel fitting of the Saddle type with a Type L 304 stainless steel hollow cylindrical nozzle, welded to the upper saddle half. The two part Body shall be assembled around the water main and pressure -sealed to the main by a single griddled resilient sheet gasket. The gasket shall fully encircle the pipe, providing a 360-deg. full area seal. Suitable fasteners and supporting lugs shall be provided, as specified below. Eastport Industrial Area 15110-1 August 2008 Water System Improvements Saddles: Saddles shall be formed from Type 304L stainless steel. Minimum Upper Saddle thickness shall be 0.120", Lower Saddle, 0.083". The design of the Saddles, Bolting, Lugs and Armor Plates shall be such that the Fitting halves can be mounted, without further modification, pressure -tight onto the following 4", 6", 8" ,10",12" and 16" nominal size pipes: 1) Cast Iron: Pit Cast - Classes A, B, C. & D 2) Cast Iron: Centrifugal - Classes — all 3) Asbestos -Cement: Classes 100,1504 & 200 4) Ductile Iron: Classes — all 5) PVC (AWWA C900): Classes 100, 150, & 200 Bolting Lugs Bolting lugs shall be Type 304L stainless steel weldments and shall be designed and positioned on the fitting halves to insure accurate assembly of both halves. After assembly around the pipe, the vertical spacing of the Bolting Lugs between the two fitting halves shall allow adjustment to accommodate the range of pipe diameters specified above. Bolting Studs: Bolting Studs, Nuts, along with any formed metal washers shall be fabricated from Type 304 stainless steel. All screw threads shall be 5/8-11UNC-2 (coarse). Nuts shall be heavy series. The number of fasteners per side of each fitting shall be as follows - 4":4; 6": 5; 8": 5, 10":6; 12": 6 16":24. Sheet Gasket: Sheet Gasket shall be molded from a virgin SBR elastomer compound that will resist compression set and is compatible with cold drinking water in the normal 32 to 120 deg. Minimum thickness of the Sheet Gasket shall be 0.125". A griddled ("waffle") pattern shall be molded on the inner side - of the gasket. Each side (which lies parallel to the run of the pipe) of the Gasket shall be tapered to allow uniform distribution of clamping (gasket) pressure over the entire circumference of the pipe. A stainless steel Armor Plate shall be attached to each side of the Gasket to bridge the gap between the Saddle Halves. Nozzle Nozzle of the Upper Fitting Half shall be machined from Type 304 stainless steel, and shall have a weldneck Valve Flange with locking pins to mate with the top groove of the Stuffing Box Plate (which is part of the Valve Cartridge). Below these locking pins, the interior of the Nozzle shall be accurately bored to seal against the "O"- ring contained in the Stuffing Box Plate. The bore shall be further machined to provide a shoulder to vertically locate the Valve Cartridge when it is inserted into the Body. 1) Two opposing rectangular keyways shall be machined into the interior wall of the Nozzle to receive the Guide Keys on the Valve Cartridge Carrier. B. Valve Cartridge: Valve Cartridge shall consist of a Stuffing Box Plate, Valve Stem with Operating Nut, Valve Plugging Head that shall consist of a Carrier with an internal Deformable Sealing Element and two external Resilient Sealing Sleeves, and ancillary parts and fasteners. This Cartridge shall be inserted into the Nozzle under full line pressure by means of a Cartridge Inserter, which shall be attached to the Drilling Machine (that cut the access hole into the top of the main). I+ Stuffing Box Plate: Eastport Industrial Area 15110-2 August 2008 Water System Improvements Stuffing Box Plate shall retain the collar of the Valve Stem against the Cartridge Closure Flange to prevent vertical motion during normal operation of the Insta-Valve. Suitable thrust washers shall be installed above and below the Stem collar. 1) The bore of this plate shall provide a pressure sealing surface for "0"-rings mounted on the valve stem. 2) The exterior of this plate shall be grooved to receive locking pins installed from the nozzle flange after plate has been inserted into the nozzle and has seated against the internal nozzle shoulder. Below this pin groove, the plate shall be further machined to accept a "0"-ring to provide a pressure -seal between the exterior of the plate and the bore of the nozzle. 3) All "0"-rings and fasteners used in the stuffing plate and nozzle flange shall meet the requirements of AWWA C509. Valve Stem: During normal operation of the Insta-Valve, rotation of the stem shall advance the valve carrier with sealing devices into the fully closed position to stop flow in the pipe. Reversal of stem rotation shall retract the carrier into the completely open position, allowing full flow through the main. 1) The stem shall be machined from wrought bronze. The composition and strength of the bronze, the minimum dimensional requirements of the stem and collar shall conform to AWWA C509. With a 700 LB torque capacity. 2) At customer's option, the stem shall be machined to open the valve by turning it clockwise (open right) or counter clockwise (open left). 3) The top the stem shall be provided with a detachable, 2" square operating nut that shall conform to AWWA C509. Valve Plugging Head: Valve plugging head hall consist of two major components: rigid cylindrical Carrier and three elastomer sealing devices, along with connecting parts and fasteners. 1) Carrier shall be a rigid, solid cylinder, turned to provide clearance to enter the access (tapped) hole in the pipe. A vertical central slot shall be machined into the lower portion of the Carrier. This slot shall contain a single flat Deformable Sealing Element. The Carrier shall consist of a solid CM-909 body with rubber coating on the middle half of the CM-909 body. 2) Bottom of Carrier shall be hemispherical to generally conform to the bore of the pipe. It shall be designed to break and to dislodge tuberculation and other deposits that might interfere with a suitable shutdown. 3) The Carrier top, above the slot, shall contain an internal brass thread to mate with that on the Valve Stem. Suitable mechanical means shall be provided to attach the Deformable Element to the Carrier to insure retraction upon opening. 4) Rectangular Guide Keys shall be inserted to the top of the Carrier. These Keys shall be positioned to engage with and slide in the keyways machined into the interior walls of the Nozzle. This action shall maintain alignment of the Valve Cartridge when the Insta-Valve is operated. 5) A single Deformable Sealing Element shall be contained inside the slot in the Carrier. The Element shape shall be generally flat with the lower end semi- circular to seal the bottom of the pipe. The Carrier shall deform that Element into sealing contact with the pipe wall when the Insta-Valve is closed. 6) A Resilient Sleeve shall be attached to each of the two vertical cylindrical sides of the Carrier. When the Insta Valve is closed, these two Sleeves shall seal against the in Eastport Industrial Area 15110-3 August 2008 Water System Improvements Deformable Element and those surfaces of the pipe not sealed by the element, thereby completing the shutdown. C. Cartridge Closure Flange: The Cartridge Closure Flange with a flat flange gasket shall be used to complete the installation of the Insta-Valve. After the Stuffing Box Plate has been seated on the shoulder in the Nozzle and the Lock Screws have been tightened from the Nozzle Flange, the Valve cartridge is now mechanically secure in the Valve Body. All water leakage paths have been sealed. The installation equipment shall now be removed and the Closure Flange shall be installed over the thrust washer in the Valve Stem. A Stem "O"- ring shall pressure -seal against a bored hole in the Closure Flange. The Flange shall then be bolted to the Nozzle flange, followed by installation of the Valve Operating Nut. Materials 1) Cartridge Closure Flange, at manufacturer's option, shall be machined from mild structural steel, cast or ductile iron. 2) "0"-rings; gaskets, thrust washers; flange bolts and nuts shall meet the requirements of AWWA C509. PART 3 EXECUTION 3.1 GENERAL Installation of Insta-Valve valves shall be as recommended by the manufacturer. END OF SECTION Eastport Industrial Area 15110-4 August 2008 Water System Improvements L__; Page Intentionally Left Blank r