Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2023-R0571 - Public Works Contract 17649, With MH Civil Constructors, Inc, Blue Sky - 12/05/2023
Resolution No. 2023-R0571 Item No. 5.7 December 5, 2023 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, Public Works Contract No. 17649 for Playa Lake 054 Lateral Extension — Blue Sky as per RFP 24-17649-TF, by and between the City of Lubbock and MH Civil Constructors, Inc., of Amarillo, TX, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on .Decerr�be��,20�3 � TRAY P.�i1FIVE. MAYOR ATTEST: Courtney Paz, City S�cretar APPROVED AS TO CONTENT: � e . Erik Rejino, Assistant City Manager APPROVED AS TO FORM: elli Leisure, Senior Assistant City Attorney ccdocs/RES.Public Works Contract 17649 Playa Lake 054 Lateral Extension 11.14.23 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: November 7, 2023 PROJECT NLIMBER: RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky Proposal of _ MH Civil Constructors, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliauce with your Request for Proposals for construction of the refereuced project, having carefully examined the plans, specifications, inst�uctions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; aud to construct the project in accordance with the pla�is, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTiON TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 270 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 300 (to Final Completion) (not to exceed 270 consecutive calendar days to Substantial Completion / 300 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 Consecutive Calendar Days with final completion within 300 ConsecuNve Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive caleudar day after substantial completion and liquidated damages in the sum of $1,000 for each consecutive calendar day after final completlon set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications aiid contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a pa}nnent or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. City of Lubbock, TX Public Works RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky MH Civil Constructors, Inc. of Amarillo, TX # Blue Sky - Indiana Ave Route #1-1 PROJECT MOBII..IZATION #1-2 SWPPP #1-3 BARRICADES, SIGNS, AND TRAFFIC HANDLING #1-4 24" PIPE OPEN CUT #1-5 30" PIPE OPEN CUT (16-20 FT) #1-6 30" PIPE OPEN CUT (20-24 FT) #1-7 30" PIPE OPEN CUT (24-28 FT) #1-8 30" PIPE OPEN CUT (28-32 FT) #1-9 30" PIPE OTHER THAN OPEN CUT #1-10 TIE INTO EXISTING STORMWATER MH #1-11 STORM SEWER MANHOLES WITH R1NGS AND COVERS #1-12 PAVEMENT REPAIR RESIDENTIAL #1-13 PAVEMENT REPAIR COLLECTOR #1-14 PAVEMENT REPAIR ARTERIAL #1-15 SEAL COAT #1-16 REFLECTIVE PAVEMENT MARKING: 8" WHITE STRIPE #1-17 REFLECTIVE PAVEIvIENT MARKING: 4" WHITE STRIPE BROKEN #1-18 REFLECTIVE PAVEMENT MARKING: 24" WHITE STRIPE #1-19 REFLECTIVE PAVEMENT MARKING: 4" YELLOW STRIPE #1-20 �FLECTIVE PAVEIvIENT MARKING: 4" YELLOW STRIPE BROKEN #1-21 REFLECTIVE PAVEMENT MARKING: ARROW #1-22 COFFERDAM #1-23 TOWER INLET STRUCTURE - 4 SIDED #1-24 PCO 15FT CURB INLET #1-25 PCU 15FT CURB INLET #1-26 �TICULATED CONCRETE BLOCK MATTRESS AND GEOTEXTILE FABRIC #1-27 CROSSING St�NITARY SEWER LINE, 6" DIAMETER #1-28 CROSSING SANITARY SEWER LINE, 8" DIAMETER #1-29 CROSSING WATERLINE, 3" DIAMETER #1-30 CROSSING WATERLINE, 4" DIAMETER #1-31 CROSSING WATERLINE, 6" DIAMETER #1-32 CROSSING WATERLINE, 8" DIAMETER #1-33 CROSSING WATERLINE, 12" DIAMETER #1-34 CROSSING WELL WATERLINE, 20" DIAMETER #1-35 REMOVE CONCRETE CURB AND GUTTER #1-36 INSTALL CONCRETE CURB (SLOTTED) #1-37 REMOVE CONCRETE FLATWORK #1-38 INSTALL CONCRETE FLATWORK #1-39 SOD #1-40 GABION WALLS #1-41 GABION MATTRESSES Add Alternate #1 - Contech Unit #2-1 CONTECH UMT (CDS) CDS5653-10-C - 624005-20 INCLUDING INSTALLATION #2 2 CONTECH BYPASS VAULT SG0811 - 624005-30 INCLUDING INSTALLATION QTY +/- U/M 1 1 12 313 2094 2929 982 400 56 1 8 1680 180 4075 8200 540 LS LS MO LF LF LF LF LF LF EA EA SY SY SY SY LF Unit Price 265,825.00 10,000.00 26,000.00 300.00 350.00 370.00 550.00 737.00 2,450.00 15,000.00 64,000.00 92.00 105.00 133.00 4.50 3.00 Extended Cost 265,825.00 10,000.00 312,000.00 93,900.00 732,900.00 1,083,730.00 540,100.00 294,800.00 137,200.00 15,000.00 512,000.00 154,560.00 18,900.00 541,975.00 36,900.00 1,620.00 2150 LF 3.00 6,450.00 160 LF 50.00 8,000.00 8850 LF 3.00 26,550.00 2150 LF 3.00 6,450.00 7 EA 1,000.00 7,000.00 1 EA 209,000.00 209,000.00 1 EA 328,000.00 328,000.00 2 EA 10,400.00 20,800.00 2 EA 14,400.00 28,800.00 660 SF 73.00 48,180.00 45 30 15 15 15 75 45 15 26 26 194 194 0.1 10 35 LF LF LF LF LF LF LF LF LF LF SY SY AC CY CY 218.00 220.00 230.00 230.00 230.00 214.00 218.00 230.00 113.00 164.00 39.00 123.00 59,600.00 1,260.00 1,260.00 9,810.00 6,600.00 3,450.00 3,450.00 3,450.00 16,050.00 9,810.00 3,450.00 2,93 8.00 4,264.00 7,566.00 23,862.00 5,960.00 12,600.00 44,100.00 EA 231,000.00 EA 136,000.00 231,000.00 136,000.00 Total (Items 1-1 through 1-41): $ 5,598,000.00 Total (Items 2-1 t6rough 2-2): $ 367,000.00 Total (Items 1-1 t6rough 2-2): $ 5,965,000.00 Enclosed with this proposal is a Cashier's Check or CerNfied C6eck Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (� ) or a Proposal Bond in the sum of five �ercent of contract amount Dollars ($ 5'•0 of canVact ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written noti6cation of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. �: :;?;. ..``4��`�� r � '; , � . � � 1J Y ::,aT m � � :;, � f �� :� ;S' �, ff%ri.: �•�.'�. l,�'j „�,�„ Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competltive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRiOR TO PROPOSAL OPENiNG. (Seal if Offeror is a Corporation) 7'�ST: J �•e�ary � �fferor acknowledges receipt of the following addenda: Addenda No. � Date �0����2o2s " Addenda No. z Date 10/25/2023 Addenda No. 3 Date i vv2oss Addenda No. a Date >>i�2o23 Date: 111712023 Authorized S� re Jase T�JIe� (Printed or Typed Name) MH Civil Constructors, Inc. Company 621 SW Sixth Ave, Amarillo, Tx 79101 Address Amarillo , Potter City, County TX , 79f41 State Zip Code Telephone: 806 - 367-fi043 Fax: Email:._ �j¢(a?mh-ci�il.com FEDE1tAL TAX iD or SOCiAL SECURITY No. 27-2016347 M/WBE Firm: Woman Black American Native American His anic American Asian Pacific American Other (S eci ) BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: December 5, 2023 CITY OF LUBBOCK SPECIFICATIONS FOR Playa Lake 054 Lateral Extension — Blue Sky RFP 24-17649-TF CONTRACT 17649 PROJECT NUMBER: 92743.9243.30000 Plans & Specifications may be obtained from hlt2s://ci-lubbock-tx.bonfirehub.com/ � City Of � ubbock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank Addenda Page Intentionally Left Blank *kAlri- '`b�oek Lub ADDENDUM 1 Closing Date Extension RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky DATE ISSUED: October 17, 2023 NEW CLOSING DATE: November 2, 2023, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Closing Date Extension The bid due date has been extended to November 2, 2023, at 2:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores2mylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, ?ems ;16*a CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Page Intentionally Left Blank *kAlri- '`b�oek Lub ADDENDUM 2 BidTable Modification, Davis Bacon Wages, & Engineer's Addendum 1 RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky DATE ISSUED: October 25, 2023 CLOSING DATE: November 2, 2023, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. BidTable Modification As of issuance of this addendum, the bidtable has been modified. Please utilize the updated table when submitting a response. Davis Bacon Wales Please see the exhibit, attached. Engineer's Addendum 1 Please see Addendum No. 1, attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores2mylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, 7eeXo 7 CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. EXHIBIT A "General Decision Number: TX20230002 01/06/2023 Superseded General Decision Number: TX20220002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . JIf the contract is entered �. linto on or after January 30, 12022, or the contract is lrenewed or extended (e.g., an �. loption is exercised) on or 1 lafter January 30, 2022: 1 If the contract was awarded onl. or between January 1, 2015 andl January 29, 2022, and the contract is not renewed or �. extended on or after January 30, 2022: Executive Order 14026 1 generally applies to the 1 contract. 1 The contractor must pay 1 all covered workers at 1 least $16.20 per hour (or 1 the applicable wage rate 1 listed on this wage 1 determination, if it is 1 higher) for all hours 1 spent performing on the 1 contract in 2023. 1 I Executive Order 13658 1 generally applies to the 1 contract. 1 The contractor must pay alil covered workers at least 1 $12.15 per hour (or the 1 applicable wage rate listed) on this wage determination,) if it is higher) for all hours spent performing on that contract in 2023. I I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX2011-002 08/02/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ** ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** I A i0' 0'7 Asphalt Raker ...............$ 12.28 ** Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility ............ $ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 ** Asphalt Paving Machine ...... $ 13.40 ** Fringes Broom and Sweeper ........... $ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Over 3 CY...................$ 12.77 ** Front End Loader, 3CY or less ........................$ 12.28 ** Loader/Backhoe..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 ** Motor Grader, Rough ........ $ 16.15 ** Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........$ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ...............$ 10.36 ** Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing) ....... $ 13.50 ** TRUCK DRIVER Lowboy -Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 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 National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO" CITY OF LUBBOCK BLUE SKY LATERAL LUB22311 ADDENDUM NO. 1 October 23, 2023 00 91 13 ADDENDUM NUMBER 001 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. The Pre -Bid Questions Response Log documents all questions received by October 23, 2023 responses provided by Freese and Nichols, Inc. If a question warranted a change to the bid documents then those changes are reflected in the addenda and supporting documentation. If a question did not warrant a change to the bid documents, a response is provided as part of the response log, which has been included as an attachment to this Addendum. OF TF�1cS,l i#; HEATHER RAE KEISTER 10 ...� ...................� Oo.. i �� 100095 00 •. < EO • �: G 10/23/2023 FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Addendum 001 00 91 13 - 1 LUB22311— Blue Sky Lateral TECHNICAL SPECIFICATIONS: A1-6 Section 0129 01 MEASUREMENT AND BASIS FOR PAYMENT A. Modification: Supplement 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE ITEMS title to read as follows: 1.04 G. Item 11— Pavement Repair Collector: B. Modification: Supplement 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE ITEMS title to read as follows: 1.04 H. Item 12 —Pavement Repair Arterial: A1-9 Delete the following Specification Sections: Section Section Title 02 61 16 HYDROCARBON CONTAMINATED GEOLOGIC MATERIALS 02 62 16 SOIL VAPOR EXTRACTION 02 71 16 HYDROCARBON CONTAMINATED GROUNDWATER TREATMENT Addendum 001 00 91 13 - 2 LUB22311— Blue Sky Lateral DRAWINGS: Replace the following Drawings: Replace Drawing With Drawing Drawoing Drawing No. Drawing Title Drawing Title N. TRENCH PAVEMENT DESIGN TRENCH PAVEMENT DESIGN D-04 D-04 TYPICAL STANDARDS TYPICAL STANDARDS PP-01 LINE IND PAVING PLAN (1 OF 2) PP-01 LINE IND PAVING PLAN (1 OF 2) PP-02 LINE IND PAVING PLAN (2 OF 2) PP-02 LINE IND PAVING PLAN (2 OF 2) END OF ADDENDUM NO. 1 Addendum 001 00 91 13 - 3 LUB22311— Blue Sky Lateral PHASE 1 PRE -BID QUESTIONS RESPONSE LOG Project: Playa Lake 054 Lateral Extentsion FNI Project No: LUB22311 Last Updated: 10/23/2023 `°-;'XnYtYIYA QUESTION RESPONSE ACTION Due to schedule conflict, contractor is requesting to push back opening data Close Date has been changed to Nov. 2nd, 2023, Answered by City a week. 2:00 PM CDT. 1 The depth of pipe varies significantly and has always been broke out by Bid items have been broken out according to Refer to updated bid item quantities sheet range of depths for bid items. The various depths will require different class depths shown on sheet G-09 as requested. An and stiffness of pipe, size of trench boxes, and time of placement. Can these updated bid form is being provided with 2 bid items be broke out as per the plans show on sheet G-09? Addendum 1. The plans require existing asphalt and flexible base to be milled and hauled All detail regarding what activities are included No Action to City site, each instances being performed separately. There is no breakout within each bid item is included in Section 0129 for these as pay items. Please confirm how these operations will be captured 01 Measurement and Basis for Payment. 1.4.F, G and paid. and H have lists of what is included for each roadway type. All three items include: "sawing, separating for salvage, break-up into specified 3 maximum size, hauling to City of Lubbock specified stockpile location, labor and equipment, and any other item necessary and incindental to work" as number 1 within their respective subsection. For the placement of the new concrete flume on Plan Sheet GR-1, page 20, Refer to Spec 0129 01, Items 34 and 35 - No Action there is no bid/pay item for this new concrete flume. Removal and Replacement of Concrete Flatwork, where it details that the pay item includes "all sawing, chipping, breaking, ahuling, disposal or recycling, and all other items incidential to removal of concrete flatwork (valleygutter, pilot 4 channel, riprap, and sidewalk) as specified within the areas designated as eligible for payment on the Paving Plans." The name of Bid Items 34 and 35 have been revised to refer to Concrete Flatwork. The roadway details show to be replaced with flexbase and hot mix per FNI revised Plan Sheet D-04, page 26 to remove Refer to Addendum 1. details on Plan Sheet D-05, page 27. The City of Lubbock standard sheets City of Lubbock standard sheet, "Asphalt show place flowfill on all roadways thickness based on thoroughfare type Pavement Cut Repairs." Follow details for and then hot mix, Plan Sheet D-04, page 26. Please clarify which method to residential, collector, and arterial roadway types 5 use. based on Plan Sheet D-05, page 27. Is there existing core data for Indiana Avenue? The existing roadway Core data exists in geotechnical boring logs Refer to Addendum 1 A1-6. structure is approximately 12" - 14" thickness. Will have 6"-8" of hot mix provided. Contractor to follow details for base and then 4"-6" of hot mix service. Is the new hot mix to match the residential, collector, and arterial roadway types existing roadway depth? This will also effect the milling of the existing hot based on Plan Sheet D-05, page 27. mix and flexbase quantities. New hot mix and pavement repair depth does not need to match existing roadway depth, but comply with the provided details. Adjusted pay item in specs to directly correspond 6 with residential, collector, and arterial pavement repair as shown in details on Plan Sheet D-05, page 27. FNI revised sheets PP-01 and PP-02 to remove "seal coat" hatch from sheets for the arterial and updated bid item quantities. Will the Inlet 1 Structure be allowed to be pre -cast? Yes. No Action 7 ZM UPDATED TECHNICAL SPECIFICATIONS UPDATED DRAWINGS L REPLACE CURB AND GUTTER (RE: D-10) Era — HARTFORD ST REPLACE WITH SAWTOOTH CURB (RE: GR-01) —" ��" PROPOSED CONCRETE FLUME (RE: SP-06) PROPOSED GABION STEPPED SPILLWAY (RE: SP-06) m —�� MATCH LINE STA 6+00.00 VI ..Lu-�- � gym-- - -- o Q 2ND STREET C! Z REPLACE CONCRETE VALLEY GUTTER MATCH LINE STA 1. I Q 2 -REPLACE CONCRETE VALLEY GUTTER 0 20+00 Ln + 1711l 21 +00 Q INDIANA AVELn w T4 Qc T NIP, o........—_........—_........—_........—......—...._ O + -- -- I 1714 L C C R TE LL G T R Q l/] 22+00 23+00 24+00 3 w -o z z own :5 —.m ON �m N3N z 0 Ev o N u ¢ - - Plot Date: 10/23/2023 5:27 PM Plot By: 08107 Filename: N:\SW\Base\2D Design\CV-ALL-OA-PL-STDN-1.dwg . ---- -- - -- - ,.. °----°°---- REPLACE CONCRETE VALLEY GUTTER -00 26+00 27+00 28+ 29+00 30+00 31+00 _°—w INDIANA AVE t I NOTES: 1. EMERGENCY ACCESS AND ACCESS TO RESIDENCE DRIVES SHALL BE PROVIDED AT ALL TIMES. ACCESS SHALL BE CLOSED FOR NO MORE THAN 2 HOURS AT ANY TIME DURING DAY, OPEN AT ALL TIMES DURING NIGHT. 2. CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE, BARRICADE, FLAGMAN, ETC. TO MAINTAIN SAFE TRAFFIC FLOW DURING ENTIRE TIME CONSTRUCTION OR EXCAVATION IS OCCURRING WITHIN THE RIGHT-OF-WAY. 3. CONTRACTOR SHALL CONTAIN EASEMENT WORKING OPERATIONS WITHIN THE ROW. ANY PAVEMENT DAMAGED BY THE CONTRACTOR'S OPERATIONS LL E _ _ vyi4s« m N O N � N p �S♦{pj:`3�1 Q •' ' „�:• :fie '� �// , ���������� THAT IS SHOWN TO BE OUTSIDE OF PAVEMENT REPLACEMENT LIMITS SHALL BE REPLACED BY THE CONTRACTOR AT NO �Q ADDITIONAL COST TO THE OWNER. 4. CONTRACTOR SHALL REPAIR AND REPAVE EACH �V o 0 v CITY STREET, WITHIN 7 DAYS UPON COMPLETION OF ALL PIPE LAYING ACTIVITIES FOR EACH STREET. (I.E. WHEN CONTRACTOR LEAVES ONE STREET TO PRIVATE PROPERTY OR TO ANOTHER STREET, THE STREET 0 3 MUST BE REPAVED.) v0v o1. 5. IF CONTRACTOR DAMAGES PAVEMENT OUTSIDE OF a ," a 3 WORK LIMITS, IT IS THE CONTRACTORS RESPONSIBILITY TO REPAVE AREAS AT NO ADDITIONAL COST TO THE OWNER. 6. CONTRACTOR IS TO FIRST MILL THE EXISTING ASPHALT PAVING AS DEFINED IN THE LIMITS OF PAVING CONTRACTOR SHALL THEN DELIVER THOSE MILLINGS TO THE CITY OF LUBBOCK STORAGE YARD LOCATED AT 8425 NORTH AVENUE P. LUBBOCK, TEXAS 79403. THEN THE CONTRACTOR IS TO MILL THE EXISTING FLEXBASE MATERIAL AS DEFINED IN THE LIMITS OF J PAVING. CONTRACTOR SHALL THEN DELIVER THE FLEXBASE MILLINGS TO < THE CITY OF LUBBOCK STORAGE YARD LOCATED AT 8425 NORTH AVENUE P. LUBBOCK, TEXAS, 79403. THE CONTRACTOR SHALL THEN REMOVE ANY Lu N ADDITIONAL EXISTING SOIL TO OBTAIN DEPTH REQUIRED TO INSTALL Q L.L 12-INCHES OF FLEXBASE AND AT LEAST 2 INCHES OF ASPHALT O PAVEMENT. THE CONTRACTOR CAN COORDINATE DELIVERY OF MILLINGS WITH SITE OPERATIONS BY CALLING (806) 775-2657. V Y c-I Q 7. LIMITS OF REMOVAL FOR CURB AND GUTTER AND co N Z Z CONCRETE VALLEY GUTTER, ARE APPROXIMATE. j J LU — Lu REMOVAL FOR THESE ITEMS SHALL BE AS NEEDED FOR THE TRENCH AND D u TO THE NEAREST JOINT IN THE FIELD. SEE SHEET D-11 FOR CURB DETAILS p J Z 0- AND SHEET D-10 FOR VALLEY GUTTER DETAILS. >- m J 8. LIMITS OF CONCRETE RIPRAP REMOVAL ARE u LL O Z APPROXIMATE. CONTRACTOR SHALL SURVEY ALL CONCRETE FLATWORK PRIOR TO REMOVAL. CONTRACTOR SHALL Z REMOVE CONCRETE RIPRAP WITH CLEAN SAWCUTS AT THE LIMITS OF Ur THE TRENCH AND REPLACE TO MATCH THE EXISTING LINES AND GRADES. SEE SHEET D-09 FOR VALLEY GUTTER DETAILS. N Lu 9. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL INFORMATION. c) 10.SEE SHEET D-03, D-04, D-05, D-06 FOR TRENCH DETAILS. 11.CONTRACTOR SHALL BE RESPONSIBLE FOR CLEARING SEDIMENT FROM EXISTING CONCRETE DRAINAGE INFRASTRUCTURE TO REMAIN. x x o J 3 z o LEGEND: o o o za o -> + O PROPOSED MANHOLE [V i m PROPOSED STORM Q WATER PIPE l/] w TREE m s z J � o�v _ SEAL COAT L o " '`. CONCRETE REPLACEMENT d m� z � w LIMITSOFTRENCHFULL z u DEPTH PAVEMENT DEPTH PAVEMENT It� r o LL REMOVAL/REPLACEMENT a z > 0 50' 100 SHEET SCALE IN FEET PP-01 SEQ. 21 00 ° ° . M 33+00 34+C Lu Q 75 MATCH LINE S1 a o !� O 09g soN FNm � 4 r4i zo o c u N ¢LLB „o .° REPLACE CONCRETE VALLEY GUTTER - -----° ,- Ln M 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 Q H INDIANA AVE w ° o -_ � N 00 LL _ - L�98<62+00 Ir — —— i �dgli I � i II: j�lli I I I I III I Ili NOTES: 1. EMERGENCY ACCESS AND ACCESS TO RESIDENCE DRIVES SHALL BE PROVIDED AT ALL TIMES. ACCESS SHALL BE CLOSED FOR NO MORE THAN 2 HOURS AT ANY TIME DURING DAY, OPEN AT ALL TIMES DURING NIGHT. 2. CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE, BARRICADE, FLAGMAN, ETC. TO MAINTAIN SAFE TRAFFIC FLOW DURING ENTIRE TIME CONSTRUCTION OR EXCAVATION IS OCCURRING WITHIN THE RIGHT-OF-WAY. 3. CONTRACTOR SHALL CONTAIN EASEMENT WORKING OPERATIONS WITHIN THE ROW. ANY PAVEMENT DAMAGED BY THE CONTRACTOR'S OPERATIONS LL E _ _ _ m N O N � N p �S♦{�j:`3L1 P •'•' ' „�:• :fie '� �// , // ,_, oy. /�is* THAT IS SHOWN TO BE OUTSIDE OF PAVEMENT �� REPLACEMENT LIMITS SHALL BE REPLACED BY THE CONTRACTOR AT NO �Q ADDITIONAL COST TO THE OWNER. 4. CONTRACTOR SHALL REPAIR AND REPAVE EACH �V V o 0 v CITY STREET, WITHIN 7 DAYS UPON COMPLETION OF ALL PIPE LAYING �Z b v ACTIVITIES FOR EACH STREET. (I.E. WHEN CONTRACTOR LEAVES ONE STREET TO PRIVATE PROPERTY OR TO ANOTHER STREET, THE STREET a 0 3 MUST BE REPAVED.) 0 o y 3 ' v0 5. IF CONTRACTOR DAMAGES PAVEMENT OUTSIDE OF WORK LIMITS, IT IS THE CONTRACTORS RESPONSIBILITY TO REPAVE AREAS AT NO ADDITIONAL COST TO THE OWNER. 6. CONTRACTOR IS TO FIRST MILL THE EXISTING ASPHALT PAVING AS DEFINED IN THE LIMITS OF PAVING CONTRACTOR SHALL THEN DELIVER THOSE MILLINGS TO THE CITY OF LUBBOCK STORAGE YARD LOCATED AT 8425 NORTH AVENUE P. LUBBOCK, TEXAS 79403. THEN THE CONTRACTOR IS TO MILL THE EXISTING FLEXBASE MATERIAL AS DEFINED IN THE LIMITS OF J PAVING. CONTRACTOR SHALL THEN DELIVER THE FLEXBASE MILLINGS TO THE CITY OF LUBBOCK STORAGE YARD LOCATED AT 8425 NORTH AVENUE P. LUBBOCK, TEXAS, 79403. THE CONTRACTOR SHALL THEN REMOVE ANY W N ADDITIONAL EXISTING SOIL TO OBTAIN DEPTH REQUIRED TO INSTALL Q L.L 12-INCHES OF FLEXBASE AND AT LEAST 2 INCHES OF ASPHALT O PAVEMENT. THE CONTRACTOR CAN COORDINATE DELIVERY OF MILLINGS WITH SITE OPERATIONS BY CALLING (806) 775-2657. u Y Q N 7. LIMITS OF REMOVAL FOR CURB AND GUTTER AND m N Z z CONCRETE VALLEY GUTTER, ARE APPROXIMATE. co J W — W REMOVAL FOR THESE ITEMS SHALL BE AS NEEDED FOR THE TRENCH AND D u TO THE NEAREST101NT IN THE FIELD. SEE SHEET D-11 FOR CURB DETAILS p J Z CL AND SHEET D-10 FOR VALLEY GUTTER DETAILS. CYl J 8. LIMITS OF CONCRETE RIPRAP REMOVAL ARE u LL O z APPROXIMATE. CONTRACTOR SHALL SURVEY ALL CONCRETE FLATWORK PRIOR TO REMOVAL. CONTRACTOR SHALL z REMOVE CONCRETE RIPRAP WITH CLEAN SAWCUTS AT THE LIMITS OF Ur THE TRENCH AND REPLACE TO MATCH THE EXISTING LINES AND GRADES. SEE SHEET D-09 FOR VALLEY GUTTER DETAILS. N W 9. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL INFORMATION. c) 10.SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. 11.CONTRACTOR SHALL BE RESPONSIBLE FOR CLEARING SEDIMENT FROM EXISTING CONCRETE DRAINAGE INFRASTRUCTURE TO REMAIN. x x o J o - 3 o z > o I LEGEND:o o ¢ �z z� > LL� u 0 PROPOSED MANHOLE + Y PROPOSED STORM _ a N w WATER PIPE 66+16 TREE "s � SEAL COAT oov o 0� CONCRETE REPLACEMENT d y z m LIMITSOFTRENCH w ® DEPTH PAVEMENT FULL z u jI DEPTH PAVEMENT / o LL REMOVAL/REPLACEMENT ¢ z 50' 100 SHEET SCALE IN FEET PP-02 SEQ. 22 Date: 10/23/2023 5:27 PM Plot By: 08107 Filename: N: O O II d O O � M a H a yO a!\ r� z� � E o � a *kAlri- '`b�oek Lub ADDENDUM 3 Closing Date Extension, BidTable Modification, & Engineer's Addendum 3 RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky DATE ISSUED: November 1, 2023 NEW CLOSING DATE: November 7, 2023, at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Closing Date Extension The closing date has been extended to November 7, 2023, at 3:00 p.m. BidTable Modification As of issuance of this addendum, the bidtable has been modified. Please utilize the updated table when submitting a response. Engineer's Addendum 1 Please see Addendum No. 3, attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloreskmylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, eeXo RM" CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. CITY OF LUBBOCK BLUE SKY LATERAL LUB22311 ADDENDUM NO. 3 October 30, 2023 00 91 03 ADDENDUM NUMBER 003 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. The Pre -Bid Questions Response Log documents all questions received by October 30, 2023 responses provided by Freese and Nichols, Inc. If a question warranted a change to the bid documents then those changes are reflected in the addenda and supporting documentation. If a question did not warrant a change to the bid documents, a response is provided as part of the response log, which has been included as an attachment to this Addendum. OF TF�1cS,l i#; HEATHER RAE KEISTER 10 ...� ...................� Oo.. i �� 100095 G 10/30/2023 FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Addendum 003 00 91 03- 1 LUB22311— Blue Sky Lateral TECHNICAL SPECIFICATIONS: Addendum 003 00 91 03- 2 LUB22311— Blue Sky Lateral DRAWINGS: Replace the following Drawings: Replace Drawing With Drawing Drawoing Drawing No. Drawing Title Drawing Title N. INLET GRADING LAYOUT INLET INLET GRADING LAYOUT INLET GR-01 GR-01 1 1 STORM DRAIN PLAN AND STORM DRAIN PLAN AND P-01 P 01 PROFILE LINE IND (1 OF 7) PROFILE LINE IND (1 OF 7) D-03 TRENCH DETAILS D-03 TRENCH DETAILS SP-02 TREE PROTECTION DETAILS SP-02 TREE PROTECTION DETAILS END OF ADDENDUM NO. 3 Addendum 003 00 91 03- 3 LUB22311— Blue Sky Lateral PHASE 1 PRE -BID QUESTIONS RESPONSE LOG ibbock Project: Playa Lake 054 Lateral Extentsion FNI Project No: LUB22311 Last Updated: 10/30/2023 QUESTIONS SUBMITTED NUM. BY: APRIL 30,2020 Hill QUESTION RESPONSE ACTION Sheet SP-02 Note 1 Indicates that trees are to be protected as shown on Note had been added due to a tree in conflict Refer to Addendum 3. sheet TP-01. Can you please provide sheetTP-01? with the location of the proposed flume. The tree has since been removed and we have updated 1 Plan Sheet SP-02, page 53 to remove this note. Spec Section 0150 00 Indicates to provide Contractor and OPT Field Offices Portion of Spec Section 0150 00 is correct and No Action 2 including furnishings. Please confirm if this is correct and required for this required for the project. project. Who will be responsible for the cost to relocate the power poles at the Note had been added due to a power pole in Refer to Addendum 3. Proposed Concrete Flume Area at Playa Lake 054? conflict with the location of the proposed flume. The power pole has now been removed and we 3 have updated Plan Sheet P-01, page 11 and Plan Sheet GR-01, page 20 to add a note to this effect since the survey picked up the power pole. Note 7 on sheet 25 (D-03) indicates to place a trench dam every 200 LF Trench Dam detail has been added to Plan Sheet Refer to Addendum 3. according to trench dam detail this sheet, however this detail is not D-03, page 25. 4 provided. Can you please provide the detail? Note 11 on sheet 25 (D-03) mentions filter fabric. Please confirm if this is This note has been in place for previous phases No Action required and provide the detail that shows the required location so we can to specify filter fabric required for project. In determine if the bedding envelope is wrapped. previous phases filter fabric was to be included 5 between native fines and backfill materials to prevent migration. The City of Lubbock Detail UEM-01 on sheet 26 indicates to provide Flow Fill FNI revised Plan Sheet D-04, page 26 to remove Refer to Addendum 1. below the HMAC however the other details on sheets 25 & 27 indicate to City of Lubbock standard sheet, "Asphalt provide base material under the HMAC. Please confirm which is correct. Pavement Cut Repairs." Follow details for 6 residential, collector, and arterial roadway types based on Plan Sheet D-05, page 27. Please confirm if grouting of the annular space is required for all types of The detail shows our requirements for either No Action carrier pipe. Sheet 29 details 2 (RCP) & 7(HDPE) do not have a call out for the spacers or annular grout by material. annular grout however detail 5 for FRP does have a callout for the annular 7 grout. Bid Item 1-6 has a bid quantity of 125 LF, however the drawings only show We have updated the quantity for Bid Item 6. Refer to updated bid item quantities sheet one tunnel with a length of 56 LF. Please confirm if the remaining quantity can be used at the contractors option. 8 Can you please provide the measurement and payment for the PCO Curb We have updated the quantities for Bid Item 22 Refer to updated bid item quantities sheet Inlet? Also are we to use this bid item for the PCU Curb Inlets? Drawings to include PCO's and PCU's as called out for in show (2) PCO's & (2) PCU's however the bid quantity indicates 3 EA - please the plans. 9 clarify. On P-01 to P-09 there are no dimensions showing new pipe locations from We provided northings/eastings on the No Action centerline to ROW and/or edge of pavement or curb and gutter. These will horizontal alignment sheet and stationing along need to be shown to know placement of pipe within the roadway and for the alignment to communicate pipe placement. alignment purposes. On P-07 and PP-02, states that Fordham will remain Our alignment was adjusted to allow for the open to traffic at all times and can not be shutdown for ore than 2 hours. appropriate trenching to occur and for the curb 10 The new pipe alignment will require the southside of Fordham to be closed and gutter/driveways not to be impacted. We for all residence due to depth and width of trench. The existing sidewalk, will handle local traffic as we have previously, curb and gutter, and driveways will be impacted and thus will have to be this note has been in place for previous phases to removed and replaced along the southside. Can bid items be added for minimize the disruption to residents. these areas? Plans state bore logs are available from City of Lubbock, who is the person of City has geotechnical reports for Phases 1-3. No Action contact to receive the bore logs? 11 ZIM UPDATED TECHNICAL SPECIFICATIONS UPDATED DRAWINGS I -, - CDSSTORMWATER OFFLINECONTECHCDSOR TREATMENT SYSTEM APPROVED EQUAL (RE: 8'X11' BYPASS VAULT D-15) --- - (RE: D-16) STA 1+59.00 STA 1+59.00 - 12.76 LT N:7270644.55 RIM 3221.51 S: 937526.83- N: 7279644.94 S:937514.08 I N D-01 60-INCH MANHOLE WATERTIGHT�- STA 1+34.11 = RIM=3222.27 - N:7279619.67 - - E:937526.07 INLET-1 STA 0+58.55 TOP OF INLET=3220.02 _ _.-^° ^-�• N:7279591.97 ~W 8 AC` -° E:93759637 Eo-,=ss n e -°• HARTFC - - - u 3+00 CAUTION I I I EXISTING UTILITY LINES UNDER GROUND CROSSING PROPOSED PIPE AND PARALLEL TO PIPE RD ST -- POWER POLE PREVIOUSLY IN SURVEY 8" PVCJ PROPOSED CONTOURS HAS BEEN REMOVED AND IS NO (RE: GR-01 j I° 1 8 PVC LONGER THERE. PLAYA LAKE 054 g PVC .PROPOSED CONCRETE FLUME O oGABION& CAUTION I I I STEPPED EXISTING GAS LINES AND STA 0+00 SPILLWAY OVERHEAD ELECTRIC LINES IN AREA BP ALIGNMENT 1 (RE: 1/SP-06) CONTACT UTILITY 48 HOURS PRIOR< STORMWATER TO CONSTRUCTION IMPOUNDMENT - EASEMENT _ CD O PVC I 2 19 NOTES: "ELECTRONIC DEPTH" (E. ) VALUES SHOWN ARE APPRO IMATE ONLY, AND NOT INTENDED FOR DESIG OR CONSTRUCTION USE. QUALITY LEVEL D LINEWORK SBASEDONAVAILABLE RECOR SANDABOVE GROUND FEATUR S. 3235 PER COBB FENDL Y SUE SURVEY DATE = 07/29/2 22 3235 100 YEAR HGL 3230 10 YEAR HGL 3230 LP&L ELECT RIC N LINE N ISTING GRADE 3225 �m 3225 o g AT&T FIBER ATERLINE 8" PVC ATMOS GA z LINE OPTIC 3220 / / AT&TPH NE VEXUS FIBER 3220 PROF ILE // L -��W Pmaff - - GRADEL NE // LINE SU DENLINK FIBER / ��'/ OP IC 3215 3215 0-J / WASTEWAT R-LINE6"PV LI &TPHONE 0 / ATERLINE 8" PVC LINE WASTEWATER -LINE 8' AC WASTEWA ER -LINE 8" PVC 3210 3210 30INC 31LF@0.150 38LF1 3205 LF 30INCH 3205 7 F 17 @ 0. 5% 3 STA: 2+29. 0 301 CH 22.5° BEND 3200 d o FL:3205.66 3200 o .� io 22 50 BEND p Z o FL 3205.71 3195 w m 3195 APPRO.... 11 CBS OR ED EQUAL N STA 1+59.00 N z z RIM 3221.50 '...... '...... 3190 3190 0+00 1+00 2+00 3+00 4+00 5+00 6+00 m N O 'a N O M o% , Oft,4 NOTES:(TYPICAL- PLAN & PROFILE) 1. CONTRACTOR TO SUPPORT AND PROTECT EXISTING PIPE AND BEDDING. CONTRACTOR IS RESPONSIBLE FOR REPAIRING ANY DAMAGE TO EXISTING UTILITIES AT NO EXPENSE TO THE OWNER.o 2. CONTRACTOR SHALL COORDINATE WITH -P&L AS NEEDED NEAR OVERHEAD LINES AND GUY WIRES. 3. CONTRACTOR SHALL BRACE AND ADEQUATELY SUPPORT CROSSING WATER AND SEWER LINES UNLESS OTHERWISE NOTED. 4. SEE SHEET D-08 AND D-09 FOR MANHOLE DETAILS. wo wz �� w •+ o m� �Q''" > v 3 a v m s oo n 3 5. SEE SHEET D-06 FOR OTHER THAN OPEN CUT DETAILS. BORE PIT/ACCESS SHAFT LIMITS SHALL BE WITHIN ALLOWABLE EASEMENT, ROW, AND WORK ZONE LIMITS. Lu 6. SEE SHEET D-01 AND D-02 FOR INLET DETAILS. J J 7. SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. Q O 8. SEE SHEET GR-01 FOR GRADING DETAILS. Lu 1= 9. SEE SHEET D-15 AND D-16 FOR TREATMENT UNIT DETAILS. Q Q -izz J z 10. SEE SHEET PP-01 AND PP-02 FOR LIMITS OF PAVEMENT AND Y LL Q CHANNEL REPAIR. O Y O m N z 11. SEE SHEET D-05, PP-01, PP-02, AND SP-01 FOR PAVEMENT, Lum Q RIPRAP, AND CHANNEL REPAIR DETAILS. = > ^ IJ LL O} m V _3 z 12. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL - INFORMATION. H z 1 LL Lu 13. SEE SHEET SP-01 AND SP-02 FOR EROSION CONTROL DETAILS. O Z z Ic J 14. SEE SHEET SP-03, SP-04, SP-05, AND SP-6 FOR GABION DETAILS. 15. INLET IS TO BE BUILT EARLY IN PROJECT TO SUPPORT CITY OF N LUBBOCK FEMA MAP UPDATE EFFORTS. W O 0 N ANEW- p o `o v 0 50' 100' `o `o v v o SCALE IN FEET HORIZONTAL o m D 5' 10' to o z a u LL SCALE IN FEET VERTICAL a a °z Q > SHEET P-01 SEQ. 11 Date: 10/30/2023 3:32 PM Plot By: 08107 GENERAL NOTES: 1. PROPOSED GRADING SHALL BE CUT AT SLOPES SPECIFIED NOT NECESSARILY THE LENGTH SPECIFIED TO PROVIDE A SMOOTH TRANSITION TO THE EXISTING NATURAL GROUND. 2. GEOTEXTILE MUST BE PLACED AGAINST ALL SIDES OF ALL STRUCTURES AS WELL AS AT HORIZONTAL AND VERTICAL INTERFACES BETWEEN THE SOIL AND THE ARTICULATED CONCRETE BLOCK MATTRESSES AND GABIONS. 3. MINIMUM OVERLAP AT ALL GEOTEXTILE SEAMS SHALL BE 12 INCHES. 4. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE PLACED DIRECTLY ON TOP OF THE GEOTEXTILE. 5. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE INSTALLED ACCORDING TO MANUFACTURER RECOMMENDATIONS AND A MINIMUM OF TWO BLOCKS ANCHORED INTO THE ANCHOR TRENCH. 6. FINISHED GRADES SHALL BE THE TOP OF THE ARTICULATED CONCRETE BLOCK MATTRESSES (WHERE SHOWN) AROUND STRUCTURES. 7. CONTRACTOR IS REQUIRED TO SUBMIT A COFFERDAM PLAN DESIGNED BY A LICENSED PROFESSIONAL ENGINEER IN THE STATE OF TEXAS. CONTRACTOR IS PERMITTED TO ADJUST THE LOCATION AND LAYOUT OF ALL COFFERDAMS WITHIN THE PERMISSIBLE LIMITS, FOR CONSTRUCTION PURPOSES. S. SEE SHEET D-01 AND D-02 FOR INLET AND ARTICULATED CONCRETE BLOCK DETAILS. 9. IN -LINE TREATMENT UNIT TO BE AT THE LOCATION SHOWN FOR MAINTENANCE PURPOSES. 10. CONTRACTOR SHALL NOTIFY PROPERTY OWNER TO COORDINATE CONSTRUCTION ACTIVITIES IN THIS AREA. 11. CONTRACTOR SHALL COORDINATE WITH LP&LAS NEEDED NEAR OVERHEAD LINES AND GUY WIRES. 12. SEE SHEET SP-03, SP-04, SP-OS, AND SP-06 FOR GABION DETAILS. 13. INLET IS TO BE BUILT EARLY IN PROJECT TO SUPPORT CITY OF LUBBOCK FEMA MAP UPDATE EFFORTS. 3250 3250 3240 3240 EXISTING NATURAL GROUN ACB MAT AND GEOTEXTILE AS SPECIFIED 3230 3230 MATCH NATURAL GROUN PROFILE GRADELINE 4,000 PSI CONCRETE 3220 10' MIN o GROUT AS SPECIFIED 3220 10' MIN 3210 3210 4,000 PSI CONCRETE/30" IN DIA. PIPE flkFL+3206.00 GROUT AS SPECIFIED 3200 3200 SECTION GR-01 HOR: 1 "=10' VER:1"=5' 3250 3250 EXISTING NATURAL GROUND 3240 3240 ACB MAT AND GEOTEXTILE AS SPECIFIED 3230 3230 MATCH NATURAL GROUND PROFILE GRADELINE 4,000 PSI CONCRETE 3220 GROUT AS SPECIFIED o 3220 o S:ti 0 10, MIN 10" MIN 4,0DO PSI CONCRETE 3210 GROUT AS SPECIFIED 3210 30" IN DIA. PIPE 3200 FL=3206.00 3200 2 SECTION GR-01 HOR: 1 "=10' - VER:1"=5' Date: ---- Plot By: 08107 TT I// W W� _ N: 7279701.13 � x L E: 937545.38 li ELEV: 3218.82 POWER POLE PREVIOUSLY \ -- N: 7279674.43 - - - _ _ IN SURVEY HAS BEEN - E: 937544.63 REMOVED AND IS NO - - - E '/u-SAW TH CURB ELEV: 3218.64 LONGER THERE. - ---- - 1 li N: 7279673.74 -_ - /p ----\ E: 937525.57 ELEV: 3218.77 _- 20' CONCRETE FLUME I L I r 19' EX SAWTOOTH ,� I F 0 \ F/0 321 - 32 j \ ' N: 7279664.63" / \ - E: 937570.09 a __ OF LINE ONTECH C ` ELEV: 3216.62 321 0 APPROVED EQUAL FI o I---- I \\ \ �x'� --L32 (RE: D-15)--__ - - - A \-�'/'�'=�--32 STA:X1+59.00 x 1 76 LT 0 1 a' r i� ---- 32 RIM 3221.51 321 N:7279644.94 \! , E:937514.OR----x N; 72796e5.90 \ /"� �\ E: 937543.87- ��� 321 34 , ELEV: 3217.41 \J iX r - _---� �� N: 7279639.98 321 -E: 937587.38. ELEV: 3211.12 321 I N: 7279.85 E: 937552.70 I ELEV: 3217.12 `, �� ` = PROPOSED CONTOUR PROPOSED GARION I STEPPED SPILLWAY ' COS STORMWAT R I I i U (RE: 1/SP-06) K,J TREATMENTSYS �EM I I/I�, (RE: D-16) STA:1+59.0 I r N:7279644. 4 / E:937514.D �) I I I // N: 7279627.53 CENTER OF INLET -E: 937568.99 STA 0+58.55 I ELEV: 3211.12 x l I I I I M i W I/ - �\ M tt1 M M (Y1 r% - v II i I I I i v I I = I \ I I i I I I U I EXISTING CONTOURS'( II I X- - X- - -X- ,X- _ INLET 1 - BLUE SKY LAKE EXPECTED DEPTHS OF WATERAT INLET 1 TYPICAL WATER SURFACE ELEVATION/ELEVATION D SHEET D-01 3218.33 100-YR PEAK WATER SURFACE ELEVATION 3220.50 6" 20' FLUME BOTTOM (TYPICAL)' 6" 6" CONCRETE W/ 6"x6" WELDED WIRE MESH r3-�CONCRETE FLUME DETAIL NOTTO SCALE Q Lu 0 Q Q J J Y ( � 0 ca V1 Z Lu LL U O J m Q LL 0 (� z w J l/) z Lu 0 - EROSION CONTROL BLANKET (TYPICAL) �o EC 73 ENKAMAT TYPE 7020 SOIL RETENTION BLANKET AI OR APPROVED EQUAL I V ^� R (TYPICAL) z mom" � w oQ z� oy a - 0 5' 10, 20, z Q > SCALE IN FEET SHEET G R-01 SEQ. 20 TYPICAL SECTION I TYPICAL SECTION UNDER UNDER PAVEMENT NATURAL GROUND (SEE NOTE 8) 6" TRANSITION WIDTH 14' [APPROX. - SEE NOTE 2) TYPICAL SECTION I TYPICAL SECTION UNDER UNDER PAVEMENT NATURAL GROUND 6" TRANSITION (SEE NOTE 8) WIDTH _ PAVEMENT PAVEMENT _ (MATCH EXIST.) - (MATCH EXIST.)- x m m v tia� Jw.- o� ,+ wo o� am= Qm= a Z Q m - COMPACTED a + ++ { I I I I/BACKFILL O NOTE: 1. TRENCH OPERATOR MUST REMAIN CO ABOVE EXISTING GRADE UNLESS ++i+. a '^ +,i++ BENCH SLOPED OR SHORED. w ... / 2. MINIMUM BENCH WIDTH SHOWN. j/+' ADDITIONAL ASPHALT MAY NEED TO BE STRIPPED OUTAND REPLACED. 12" MIN.) + + SEE MEASUREMENT AND PAYMENT J 24" MAX)++ SECTION OF SPECIFICATIONS FOR s REQUIREMENTS ON PAVEMENT REPAIR. REFER TO STANDARD o TRENCH DETAILS FOR o INFORMATIOI ON BEDDING AND INITIAL BACKFILL ON BENCHED TRENCHES 6" MIN. ROCK BEDDING THICKNESS. IF ROCK FOUNDATION IN TRENCH INCREASE TO 9" D / O.D.+2'-0" MIN.) O.D.+4'-D" MAX.) BASED ON TYPE OF PIPE BENCHED TRENCH DETAIL D� NOT TO SCALE LONGITUDINAL PIPE AXIS —CEMENT STABILIZED BACKFILL SAND BEDDING 2'-0" MIN. ___---EXTEND CSB TO TRENCH BOTTOM PLACE TRENCH DAM AT EVERY 200 FEET AS SPEC. NOTE: TRENCH DAM IS TO BE LOCATED IN CENTER OF PIPE OR BOX JOINT k'^ LENGTH. SPACING MAY VARY PLUS OR MINUS 20 FEET FROM THE v 200 FOOT TRENCH DAM SPACING REQUIREMENT IN ORDER TO o m ACHIEVE PLACEMENT IN CENTER OF PIPE OR BOX JOINT LENGTH. 'm TRENCH DAM DETAIL DETAIL NOT TO SCALE oho c .. sv Plot Date: ---- Plot BY: 08107 Filename: N:\Standard\34Border-TT.dgn COMPACTED BACKFILL CEMENT STABILIZED BACKFILL TO BOTTOM OFTRENCH SPRING LINE - LOOSELY PLACED UNCOMPACTED SAND BEDDING STANDARD TRENCH DETAIL D�z PRECAST REINFORCED CONCRETE PIPE NOT TO SCALE TYPICAL SECTION I TYPICAL SECTION UNDER UNDER PAVEMENT NATURAL GROUND 6" TRANSITION (SEE NOTE 8) WIDTH _ PAVEMENT (MATCH EXIST.) 0.7 x O.D 6" (MIN. 'd - O.D.+2'-0" MIN.) 0.D.+4'-0" MAX.) COMPACTED BACKFILL PIPE MANUFACTURER TO SUBMIT CHOICE OF PIPE ZONE BACKFILL MATERIAL ALONG WITH CHOICE OF PIPE STIFFNESS. COMPACTION MUST NOT BE LESS THAN THE 95% MODIFIED PROCTOR, SPRING LINE_ / INITIAL BACKFILL MATERIAL PER MANUFACTURER PIPE BEDDING PER MANUFACTURER STANDARD TRENCH DETAIL 3 FLEXIBLE PIPE DII NOT TO SCALE WA �O v Lu wu? 9mr. J Lu Q J u� O Y m V) m W J J > LLO J V > m F LL O �z Lu n J a W 0 2 U z Lu NOTES: 1) SEE GENERAL NOTES, SHEETS G-01 AND G-02, AND STREET 9) TOPSOIL TO BE SALVAGED IN ACCORDANCE WITH SPECIFICATIONS. AND ROW SECTIONS FOR ASPHALT REPLACEMENT AND SALVAGE. 10) ALLOW 24-HR SET UP TIME FOR CEMENT STABILIZED BACKFILL PRIOR TO THE 2) SEE PAVEMENT/BASE CROSS SECTION FOR MATERIAL DEPTHS NEXT LIFT OF BACKFILL w REQUIRED FOR STREET REPAIR. ° 11) FILTER USED TO WRAP CRUSHED AGGREGATE SHALL HAVE A MINIMUM o ' d 3) IN SPECIFIED TRENCH OR EXCAVATION BACKFILL COMPACTION TENSILE STRENGTH OF 370 x 250 Ibs WHEN TESTED IN ACCORDANCE WITH 2 _ d UNDER STREETS CANNOT BE ACHIEVED, BACKFILL TRENCH WITH ASTM D-4632. THE FABRIC USED SHALL EITHER BE MARAFI FILTERWEAVE " CEMENT STABILIZED BACKFILLTO BOTTOM OF STREET BASE 700X, OR APPROVED EQUAL. u MATERIAL. 12) CONTRACTOR HAS THE OPTION OF UTILIZING ADDITIONAL CEMENT 4) TRENCH BACKFILL TO BE COMPACTED TO 95%ASTM D1557 STABILIZED BACKFILL BEYOND THE MINIMUM REQUIRED AT NO ADDITIONAL o - MODIFIED PROCTOR DENSITY. COMPENSATION. 5) MAXIMUM DEPTH PERMISSIBLE FOR OPEN CUT EXCAVATION METHODS (TRENCH, CUT AND COVER, ETC.) IS 50 FEET TO BOTTOM OF TRENCH. 6) CSB MEANS CEMENT STABILIZED BACKFILL °r 7) PLACE TRENCH IN DAM AT EVERY 200-LF ACCORDING TO `o TRENCH DAM DETAILTHIS SHEET. o` v 8) FOR TRENCHES IN PAVED AREAS, SEE SHEET D-05 FOR -6 -- PAVEMENT REPAIR DETAILS, AND SHEETS PP-01 THROUGH °"-6 o'� PP-02 FOR PAVEMENT REPAIR LIMITS. z m o z o� oLL a � SHEET D-03 SEQ. 25 No Text *kAlri- '`b�oek Lub ADDENDUM 4 BidTable Modification & Engineer's Addendum No. 4 RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky DATE ISSUED: November 3, 2023 CLOSING DATE: November 7, 2023, at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. BidTable Modification As of issuance of this addendum, the bidtable has been modified. Please utilize the updated table when submitting a response. Engineer's Addendum No. 4 Please see Addendum No. 4, attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores2mylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, 7eeXop4ft" CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. CITY OF LUBBOCK BLUE SKY LATERAL LUB22311 ADDENDUM NO. 4 November 3, 2023 00 91 04 ADDENDUM NUMBER 004 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. The Pre -Bid Questions Response Log documents all questions received by October 30, 2023 responses provided by Freese and Nichols, Inc. If a question warranted a change to the bid documents then those changes are reflected in the addenda and supporting documentation. If a question did not warrant a change to the bid documents, a response is provided as part of the response log, which has been included as an attachment to this Addendum. OF TF�1cS,l i#; HEATHER RAE KEISTER 10 ...� ...................� Oo.. i �� 100095 00 •. < EO • �: G FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Addendum 004 00 91 04- 1 LUB22311— Blue Sky Lateral TECHNICAL SPECIFICATIONS: Section 0129 01 MEASUREMENT AND BASIS FOR PAYMENT A. Modification: Replace section in its entirety. Item numbers have been updated to reflect the changes to the bid form. END OF ADDENDUM NO. 4 Addendum 004 00 91 04- 2 LUB22311— Blue Sky Lateral UPDATED TECHNICAL SPECIFICATIONS 012901 MEASUREMENT AND BASIS FOR PAYMENT PART 1 - GENERAL 1.01 PAYMENT FOR MATERIALS AND EQUIPMENT A. Payment will be made for materials and equipment materials properly stored and successfully incorporated into the Project less the specified retainage. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Remove items from the tabulation of materials and equipment if this documentation is not provided with the next Application for Payment. C. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. D. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until final acceptance in accordance with the General Conditions. E. Payment for materials and equipment does not constitute acceptance of the product. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Measurement for progress payments is the invoice value for stored materials and the earned value for all other cost for constructing each item. Earned value is expressed as the value of the Work completed divided by the total value of installation cost. The total amount paid will be equal to the total lump sum amount for that item. 1.03 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Measure the Work using the unit of measure indicated in this Section for each unit price line item. Payment will be made only for the actual measured unit and/or computed length, area, solid contents, number, and weight unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside dimensions shown in the Contract Documents. B. Payment will be made for the actual quantity of Work completed and for materials and equipment stored during the payment period. Payment amount is the Work quantity measured per Paragraph A above multiplied by the unit price for that line item in the Agreement. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE ITEMS A. Item 1 - Mobilization: 1. Include the following costs in this offer item: a. Bonds and Insurance; Transportation and setup of equipment; Measurement and Basis for Payment 01 29 01 - 1 LUB22311— Blue Sky Lateral Transportation and/or erection of all field offices, sheds and storage facilities; Salaries for preparation of documents required before the first Application for Payment; Salaries for field personnel assigned to the Project related to the mobilization of the Project; and Mobilization may not exceed 5 percent of the total Contract Price. 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Item 2 — Stormwater Pollution Prevention Plan: 1. Includes Stormwater Pollution Prevention Plan measures, furnished, installed, periodically inspected and properly maintained. 2. Measuring for payment is on a lump sum basis. Payment will be based on the percentage of the total storm sewer project that is accepted for payment. Payment will be made for up to 60% of the total amount, with the remaining 40% paid upon final stabilization and removal of measures. No payment will be made for measures that are not in compliance with the TPDES permit. C. Item 3 — Barricades, Signs, and Traffic Handling: 1. Includes installation and removal of temporary paving, signage, barricades, channelization devices and work zone pavement markings. 2. Measuring for payment will be made on a lump sum basis. Partial payment will be made for this item based on the percentage of the total storm sewer project that is accepted for payment. D. Items 4-9 — Storm Sewer Lines, Open Cut or Other than Open Cut: 1. Includes storm sewer conduit, trench excavation, compacted backfill, any special bedding or backfill, ties to existing pipelines, hauling, protection of existing utilities, testing of lines, project cleanup and any changing surface and/or subsurface conditions. 2. Measuring for payment will be made on a linear foot basis, up to the maximum quantity listed in the bid proposal, for pipe furnished and installed in accordance with the plans and specifications. 3. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses paved areas for Open Cut method: Trench excavated, shoring installed, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to street subgrade 0.80 Conduit installed and trench backfilled to street subgrade, leakage test completed 0.90 Applicable mandrel test completed 1.00 4. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses paved areas for Other than Open Cut method: Tunnel or bore excavated and shoring installed 0.50 Measurement and Basis for Payment 01 29 01 - 2 LUB22311— Blue Sky Lateral Conduit installed and tunnel or bore space grouted 0.75 Access shafts backfilled to street subgrade, applicable leakage test completed 0.90 Applicable mandrel test completed 1.00 5. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses unpaved areas for Open Cut method: Trench excavated, shoring installed, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to topsoil subgrade 0.80 Conduit installed and trench backfilled to topsoil subgrade, leakage test completed 0.90 Topsoil installed 0.95 Applicable mandrel test completed 1.00 6. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses unpaved areas for Other than Open Cut method: Tunnel or bore excavated and shoring installed 0.50 Conduit installed and tunnel or bore space grouted 0.75 Access shafts backfilled to topsoil subgrade, applicable leakage test completed 0.90 Topsoil installed at access shafts 0.95 Grading and cleanup completed and applicable mandrel test completed 1.00 7. Cost for trench access safety system and Other than Open Cut access shaft safety system will be subsidiary to the unit price bid for storm sewer lines in Open Cut and Other than Open cut. E. Items 10 and 11— Storm Sewer Manholes and Tie to Existing Storm Sewer Manhole: 1. Includes installation of manhole riser sections, excavation, any special bedding and backfill and support, the ring and cover, any grade rings or appurtenances, the connection of the manhole to the lines, and other incidental work or connection of new storm sewer to existing storm sewer manhole, including all incidental work associated with the connection. 2. Measuring for payment will be made on a per unit basis for each manhole furnished and installed or connected. Item 12 — Pavement Repair Residential: 1. Includes sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock specified stockpile location, labor and equipment, and any other item necessary and incidental to the work. 2. Includes Flexible Base material, hauling, spreading, wetting, rolling, compacting, blading, testing, and all other items incidental to work within the areas designated as eligible for payment on the Paving Plans. 3. Includes Prime Coat materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 4. Includes Asphaltic Concrete Pavement materials, hauling, placing, compacting, rolling, testing, tack coat, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans and in compliance with City requirements. Measurement and Basis for Payment 01 29 01 - 3 LUB22311— Blue Sky Lateral 5. Measuring for payment of Pavement Repair Residential will be made on a per square yard basis for HMAC installed. a. Hot -Mix Asphaltic Concrete Paving will be used within the eligible limits along Hartford, 2nd, and Fordham Street. G. Item 13 — Pavement Repair Collector: 1. Includes sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock specified stockpile location, labor and equipment, and any other item necessary and incidental to the work. 2. Includes Flexible Base material, hauling, spreading, wetting, rolling, compacting, blading, testing, and all other items incidental to work within the areas designated as eligible for payment on the Paving Plans. 3. Includes Prime Coat materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 4. Includes Asphaltic Concrete Pavement materials, hauling, placing, compacting, rolling, testing, tack coat, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans and in compliance with City requirements. 5. Measuring for payment of Pavement Repair Collector will be made on a per square yard basis for HMAC installed. a. Hot -Mix Asphaltic Concrete Paving will be used within the eligible limits along Erskine Avenue. H. Item 14 — Pavement Repair Arterial: 1. Includes sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock specified stockpile location, labor and equipment, and any other item necessary and incidental to the work. 2. Includes Flexible Base material, hauling, spreading, wetting, rolling, compacting, blading, testing, and all other items incidental to work within the areas designated as eligible for payment on the Paving Plans. 3. Includes Prime Coat materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 4. Includes Asphaltic Concrete Pavement materials, hauling, placing, compacting, rolling, testing, tack coat, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans and in compliance with City requirements. 5. Measuring for payment of Pavement Repair Arterial will be made on a per square yard basis for HMAC installed. a. Hot -Mix Asphaltic Concrete Paving will be used within the eligible limits along Indiana Avenue. Item 15 — Seal Coat: 1. Includes materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. Measurement and Basis for Payment 01 29 01 - 4 LUB22311— Blue Sky Lateral 2. Measuring for payment of Seal Coat will be made on a per square yard basis for Seal Coat installed. J. Items 16-21 - Reflective Pavement Marking: 1. Payment of reflective pavement markings will be made on a linear foot or per unit basis for pavement markings furnished and installed, as specified within the areas designated as eligible for payment on the Paving Plans. K. Item 22 — Cofferdams: 1. Includes materials, installation, dewatering, removal, and all other items incidental to the work. 2. Measuring for payment will be made on a per unit basis for each cofferdam installed, dewatered, and removed. Partial payment can be requested for this item, up to 60% of the total amount can be requested after the installation and dewatering is complete. The remaining 40% will be paid upon completion of the work and subsequent removal of the cofferdam. L. Items 23 - 25 — Inlet Structures: 1. Includes excavation, earthwork, grading, bedding, backfill, materials, all other appurtenances, and connection to the storm sewer conduit for tower and pre -cast inlet structures. 2. Inlet at Lake 054 is to be built early in project to support City of Lubbock FEMA map update efforts. 3. Measuring for payment will be made on a per unit basis for each inlet structure installed. M. Item 26 — Articulated Concrete Block Mattresses and Geotextile Fabric: 1. Includes articulated concrete block mattresses, geotextile fabric, and any other materials, anchorages, labor, equipment, and superintendence necessary to install the mattresses as specified. 2. Measuring for payment will be made on a per square foot basis of articulated concrete block mattress installed as specified and according to manufacturer requirements. N. Items 27-28 — Crossing Sanitary Sewer Line: 1. Includes all required for removal and replacement of crossing sanitary sewer lines, including cutting existing crossing pipe, new pipe as specified, connection to existing sanitary sewer line, existing pipe removal and disposal, required pump around, and any other materials, labor, equipment, and superintendence necessary to install new sanitary sewer lines at the listed diameters and at the locations shown on the plans. 2. Measuring for payment will be made on a per linear foot basis of sanitary sewer line installed as specified. O. Items 29-34 — Crossing Water Line: 1. Includes all required for removal and replacement of crossing water lines, including cutting existing crossing pipe, new pipe as specified, ductile iron fittings, connection to existing water line, existing pipe removal and disposal, and any other materials, labor, equipment, and superintendence necessary to install new water lines at the listed diameters and at the locations shown on the plans. Measurement and Basis for Payment 01 29 01 - 5 LUB22311— Blue Sky Lateral 2. Measuring for payment will be made on a per linear foot basis of water line installed as specified. Item 35 — Remove Concrete Curb and Gutter: 1. Includes all sawing, chipping, breaking, hauling, disposal or recycling, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per linear foot basis of curb and gutter removed and the Owner's Representative will be the final authority on the quantity eligible for payment. Q. Item 36 — Concrete Curb and Gutter: 1. Includes all materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per linear foot basis of curb and gutter constructed. R. Items 37 and 38 — Removal and Replacement of Concrete Flatwork: 1. Includes all sawing, chipping, breaking, hauling, disposal or recycling, and all other items incidental to removal of concrete flatwork (valley gutter, pilot channel, riprap, and sidewalk) as specified within the areas designated as eligible for payment on the Paving Plans. 2. Includes all materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items incidental to the replacement of concrete flatwork (valley gutter, pilot channel, riprap, and sidewalk) as specified within the areas designated as eligible for payment on the Paving Plans. 3. Measuring for payment will be made on a per square yard basis of concrete flatwork removed and replaced and the Owner's Representative will be the final authority on the removal quantity eligible for payment. S. Item 39 —Vegetation Restoration: 1. Includes sod, proper preparation of the soil, adequate watering and fertilization until vegetation is established. 2. Measuring for payment will be made on a per acre basis for sod of restored vegetation. Partial payment can be requested. Following installation up to 60% of the total payment may be requested. The remaining 40% will be held until the Owner's Representative determines vegetation has been established. T. Items 40 and 41— Gabions: 1. Includes all materials (including filter fabric, gabion containers, connectors, stones, backfill and appurtenances), tools, labor, equipment, and all other work incidental to install the gabion structures in accordance with the intent of the Drawings and Specifications. 2. Excavation and all subgrade preparation required for shaping the foundation for the wire containers shall be included in the unit price bid. Measurement and Basis for Payment 01 29 01 - 6 LUB22311— Blue Sky Lateral 3. Measurement of gabion structures, complete in place, shall be based on the volume in cubic yards determined by the actual length, width, and height. Payment for the gabion structures shall be made at the price bid per cubic yard. This price shall compensate for furnishing and placing all materials. 1.05 MEASUREMENT AND BASIS FOR PAYMENT FOR ADDITIVE ALTERNATE ITEMS A. Items A-1 and A-2 — Storm Water Treatment Device 1. Includes all materials, labor, equipment, and superintendence necessary to install water quality treatment units and connect to the storm sewer line in the locations shown on the plans and according to manufacturer requirements. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 7 LUB22311— Blue Sky Lateral Page Intentionally Left Blank 1. 2. 3. 4. 5 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Pate Intentionally Left Blank City of #Lubbock RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 2:00 PM on October 26, 2023, 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 above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of proposals, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made before RFP closing must be initialed by offeror guaranteeing authenticity. 1.8. Proposals are due at 2:00 PM on October 26, 2023 and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on November 21, 2023, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror 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 offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVFn_ 1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF THE CONTRACT BY THE LUBBOCK CITY COUNCIL. 1.10. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.11. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.12. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from hltps://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.13. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hltp://pr.theroroductioncompany.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 Six 60 days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the offeror's expense. 1.14. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. 2. PRE -PROPOSAL MEETING 2.10. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, October 17, 2023, via teleconference. The Zoom meeting information is as follows: Website: hltps://zoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dz09 Meeting ID: 975 917 1012 Passcode: 1314 2.11. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.12. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the 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. 3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: TKFlores2mylubbock.us Website: https://ci-lbbock-tx.bonfirehub.com/portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 270 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 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. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. GUARANTEES 3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within One year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 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. 3.3 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. 3.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor and the "Safety Record Questionnaire. The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.4 The "Contractor's Statement of Qualifications" is a minimum. 4.1.4.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.5 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.6 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.7 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $4,875,000. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at hiips://ci-lubbock-tx.bonfirehub.com/portal/. 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. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/ and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 7. PROPOSAL PREPARATION COSTS 7.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. hLtps://Iubbocktx.govga.us/WEBAPP/_rs/(S(quiyirflbtihahjny^ cegwpcs),�pportHome.aspgovga.us/WEBAPP/_rs/(S(quiyirflbtihahjny^ cegwpcs),�pportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pa�es/public-information-act 9. LICENSES. PERMITS. Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror 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. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 11.3It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hLtps://www.ethics.state.tx.us/fonns/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.Iegis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 13.2 A contract described by Subsection (b) of Government Code Section 2252.908 entered into by a governmental entity or state agency is voidable for failure to provide the disclosure of interested parties required by this section only if: (1) the governmental entity or state agency submits to the business entity written notice of the business entity 's failure to provide the required disclosure; and (2) the business entity fails to submit to the governmental entity or state agency the required disclosure on or before the loth business day after the date the business entity receives the written notice under Subdivision (1). 14. PLANS FOR USE BY OFFERORS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 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. 17. MATERIALS AND WORKMANSHIP 17.1 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 proj ect. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of five 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 19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror 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 offeror. (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 2 1. 1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 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 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24. CONTRACTOR'S REPRESENTATIVE 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26. LABOR AND WORKING HOURS 26.1 Attention of each offeror 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 offeror's 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 offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3In 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 27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be chanted for the purpose of correcting an error in the bid price. 29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been opened may not be chanted for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror'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 offeror for his inspection in accordance with the Notice to Offerors. 30.2If 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. 31. QUALIFICATIONS OF OFFERORS 31.1 The offeror may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror 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 offeror (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 32.5A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 35. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: November 7, 2023 PROJECT NUMBER: RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky Proposal of called Offeror) MH Civil Constructors, Inc. To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 270 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 300 (to Final Completion) not to exceed 270 consecutive calendar days to Substantial Completion / 300 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 Consecutive Calendar Days with final completion within 300 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $1,000 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. City of Lubbock, TX Public Works RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky MH Civil Constructors, Inc. of Amarillo, TX # QTY +/- U/M Unit Price Extended Cost Blue Sky - Indiana Ave Route #1-1 PROJECT MOBILIZATION 1 LS 265,825.00 265,825.00 #1-2 SWPPP 1 LS 10,000.00 10,000.00 #1-3 BARRICADES, SIGNS, AND TRAFFIC HANDLING 12 MO 26,000.00 312,000.00 #14 24" PIPE OPEN CUT 313 LF 300.00 93,900.00 #1-5 30" PIPE OPEN CUT (16-20 FT) 2094 LF 350.00 732,900.00 #1-6 30" PIPE OPEN CUT (20-24 FT) 2929 LF 370.00 1,083,730.00 #1-7 30" PIPE OPEN CUT (24-28 FT) 982 LF 550.00 540,100.00 #1-8 30" PIPE OPEN CUT (28-32 FT) 400 LF 737.00 294,800.00 #1-9 30" PIPE OTHER THAN OPEN CUT 56 LF 2,450.00 137,200.00 #1-10 TIE INTO EXISTING STORMWATER MH 1 EA 15,000.00 15,000.00 #1-11 STORM SEWER MANHOLES WITH RINGS AND COVERS 8 EA 64,000.00 512,000.00 #1-12 PAVEMENT REPAIR RESIDENTIAL 1680 SY 92.00 154,560.00 #1-13 PAVEMENT REPAIR COLLECTOR 180 SY 105.00 18,900.00 #1-14 PAVEMENT REPAIR ARTERIAL 4075 SY 133.00 541,975.00 #1-15 SEAL COAT 8200 SY 4.50 36,900.00 #1-16 REFLECTIVE PAVEMENT MARKING: 8" WHITE STRIPE 540 LF 3.00 1,620.00 #1-17 REFLECTIVE PAVEMENT MARKING: 4" WHITE STRIPE BROKEN 2150 LF 3.00 6,450.00 #1-18 REFLECTIVE PAVEMENT MARKING: 24" WHITE STRIPE 160 LF 50.00 8,000.00 #1-19 REFLECTIVE PAVEMENT MARKING: 4" YELLOW STRIPE 8850 LF 3.00 26,550.00 #1-20 REFLECTIVE PAVEMENT MARKING: 4" YELLOW STRIPE 2150 LF 3.00 6,450.00 BROKEN #1-21 REFLECTIVE PAVEMENT MARKING: ARROW 7 EA 1,000.00 7,000.00 #1-22 COFFERDAM 1 EA 209,000.00 209,000.00 #1-23 TOWER INLET STRUCTURE - 4 SIDED 1 EA 328,000.00 328,000.00 #1-24 PCO 15FT CURB INLET 2 EA 10,400.00 20,800.00 #1-25 PCU 15FT CURB INLET 2 EA 14,400.00 28,800.00 #1-26 ARTICULATED CONCRETE BLOCK MATTRESS AND GEOTEXTILE 660 SF 73.00 48,180.00 FABRIC #1-27 CROSSING SANITARY SEWER LINE, 6" DIAMETER 45 LF 218.00 9,810.00 #1-28 CROSSING SANITARY SEWER LINE, 8" DIAMETER 30 LF 220.00 6,600.00 #1-29 CROSSING WATERLINE, 3" DIAMETER 15 LF 230.00 3,450.00 #1-30 CROSSING WATERLINE, 4" DIAMETER 15 LF 230.00 3,450.00 #1-31 CROSSING WATERLINE, 6" DIAMETER 15 LF 230.00 3,450.00 #1-32 CROSSING WATERLINE, 8" DIAMETER 75 LF 214.00 16,050.00 #1-33 CROSSING WATERLINE, 12" DIAMETER 45 LF 218.00 9,810.00 #1-34 CROSSING WELL WATERLINE, 20" DIAMETER 15 LF 230.00 3,450.00 #1-35 REMOVE CONCRETE CURB AND GUTTER 26 LF 113.00 2,938.00 #1-36 INSTALL CONCRETE CURB (SLOTTED) 26 LF 164.00 4,264.00 #1-37 REMOVE CONCRETE FLATWORK 194 SY 39.00 7,566.00 #1-38 INSTALL CONCRETE FLATWORK 194 SY 123.00 23,862.00 #1-39 SOD 0.1 AC 59,600.00 5,960.00 #1-40 GABION WALLS 10 CY 1,260.00 12,600.00 #1-41 GABION MATTRESSES 35 CY 1,260.00 44,100.00 Add Alternate #1- Contech Unit #2-1 CONTECH UNIT (CDS) CDS5653-10-C - 624005-20 INCLUDING 1 EA 231,000.00 231,000.00 INSTALLATION #2 2 CONTECH BYPASS VAULT SG0811 - 624005-30 INCLUDING 1 EA 136,000.00 136,000.00 INSTALLATION Total (Items 1-1 through 1-41): $ 5,598,000.00 Total (Items 2-1 through 2-2): $ 367,000.00 Total (Items 1-1 through 2-2): $ 5,965,000.00 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of five percent of contract amount Dollars ($ 5 ', of contract ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (SenI if Offeror is a Corporation) EtT • : u'' r y` r;- rc i azy L I : 01t'rur acknowledges receipt of the following addenda: Addenda No. i Date 10/17/2023 Addenda No. 2 Date 10/25/2023 Addenda No. 3 Date 1111/2023 Addenda No. 4 Date 11/3/2023 Date: 11 /7/2023 Authorized S re Jose Tellez (Printed or Typed Name) MH Civil Constructors, Inc. Company 621 SW Sixth Ave, Amarillo, Tx 79101 Address Amarillo Potter City, County TX 79101 State Zip Code Telephone: 806 - 367-6043 Fax: - Email: bid@mh-civil.com mh-civil.com FEDERAL TAX ID or SOCIAL SECURITY No. 27-2016347 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the tern of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and ( X) is acceptable ( ) is acceptable as noted Contractor AcknovOedgement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name: MH Civil Constructors, Inc. Signed By: Print Name and Title: JokJkKz i (project Engineer Date: 111712023 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we MH Civil Constructors, Inc. (Here Insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and, FCCI Insurance Company, 6300 University Parkway, Sarasota, FL 34240-8424 (Here Insert lull name and address or legal title of Surety) a corporation duly organized under the laws of the State of Florida as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, TX (Here insert full name and address or legal title of corporation as Obligee, hereinafter called the Obligee, in the sum of Five -Percent of the Total Contract Amount Dollars ($ 5% of Contract ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Design of Blue Sky Lateral RFP # PUR-2024-17649 CONTRACT # 17649 PROJECT NUMBER: 92743 (Here Insert lull name and address description of project) NOW THEREFORE, if the obligee shall accept the bid of the principal and the principal shall enter into Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material ru,m!5 ecf in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. r " Signed and sealed this 17th day of u'& /" /'4� 410 (apt ` U L11'1 1 e /mess) r ►'�1 G c� (witness) October 20 23`+` MH Civil Constructors, Inc. (Principal) :;�.. ( �) ��` ^•. ".aye) FCCI Insurance Company (surety) (Seal) Cory B,`B nqe _ Attorney -In -Fact GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Cory B. Bentley; Robert B. Bentley; Jarrett Hudson; Lauren Lane Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $20,000,000.00): $20,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this _ _23rd day of July , 2020. Attest: ; .t. — '10- aa4l— Christina D. Welch, President FCCI Insurance Company State of Florida County of Sarasota Christopher Shoucair, SEAL _ EVP, CFO, Treasurer, Secretary 2oRso*:' FCCI Insurance Company Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 K- WYSNOW °CA%ThWW#NH3XM Notary Public State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. � ,• K-WY8NOW My commission expires: 2/27/2027 cMuesas`�_�VDV UO E*W%Wy2T,2W Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 17th ` day of October Christopher Shoucair, EVP, CFO. Treasurer FCCI Insurance Company 1-IONA-3592-NA-04, 72021 Secretary 2023 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll -free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateCornnlaintssu�fcci-group.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclainl^fcci-aroup.com. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-490-1007 Web: i11[,) .lbvvivv tdi.texas.gov E-mail: Cans.in�er� if c i^n 'di.lexas.�tnv PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1 -BD-TX-21690-NTP-07 15 Page 1 of 1 Copyright 2015 FCCI Insurance Group. Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process'? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As MH Civil Constructors, Inc. Business Address of Principle Office 621 SW 6th Street Amarillo, TX 79101 Telephone Numbers MainNunber (806) 367-6043 Fax Number N/A Web Site Address https://mh-civil.com/ Form of Business (Check One) If a Corporation Date of Incorporation X I A Corporation A Partnership L_LAn Individual February 26, 2010 State of Incorporation Texas Chief Executive Officer's Name Saul B. Hernandez, PE, CCM President's Name Juan A. Moreno Vice President's Name(s) N/A Secretary's Name Treasurer's Name If a artnership Date of Organization Saul B. Hernandez, PE, CCM N/A State whether partnership is general or limited If an Individual Name N/A Business Address Identify all individuals not iusly named which exert a significant amount of business controlover the organization N/A OrganizationIndicators of Average Number of Current Full Time 85 Average Estimate of Revenue for the $ 18 000 000.00 Employees Current Year Contractor's Organizational Experience Organization Doing Business As MH Civil Constructors Inc. Business Address of Regional Office 621 SW 6th Ave Amarillo TX 79101 Name of Regional Office Manager Saul Hernandez, PE, CCM Telephone Numbers Main Number (806) 367-6043 Fax Number N/A Web Site Address http://mh-civii.com/ Organization List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date MH Civil Constructors Inc. February 26, 2010 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership N/A Construction Experience Years experience in projects similar to the proposed project: As a General Contractor 113 1 As a Joint Venture Partner N/A Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? NO If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? NO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? NO If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As MH Civil Constructors, Inc. Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Saul Hernandez serves as MH's General Manager in charge of pre -construction activities, project management, and general day to day activities. Juan Moreno services as MH's Construction Manager in charge of coordinating and scheduling projects, materials deliveries, meeting with Owners, and serves as our ombudsman. Manuel Flores serves as the MH's General Superintendent assisting project superintendents and foremen. Raul Hernandez serves as MH's project and quality control engineer in charge of submittals, project management, startup and testing, coordinating with suppliers and subcontractors. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Saul B. Hernandez will serve as the project manager. Juan A. Moreno serves as the project superintendent. Manuel Flores will serve as the safety officer and will assist the project superintendent when needed. Raul Hernandez will serve as the project engineer / quality control. Experience of Key Personnel Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Saul B. Hernandez, PE Saul B. Hernandez, PE Project Superintendent Juan A. Moreno Juan A. Moreno Project Safety Officer Manuel A. Flores Manuel A. Flores Quality Control Manager Raul B. Hernandez Raul B. Hernandez If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual MH Civil Constructors Inc. Saul B. Hernandez, PE, CCM Years of Experience as Project Manager 15 Years of Experience with this organization 10 Number of similar projects as Project Manager 45 Number of similar projects in other positions 30 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Stephenville Eastside Sewer Interceptor - Phase 1 15 October 2024 Abilene Second Pressure Plane Supply Line - Phase 2 5 July 2023 City of Vernon Solid Waste Transfer Station Rehabilitation 5 October 2023 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Josh Kristinek, PE Name Dwight Brandt, PE Title/ Position Project Manager Title/ Position Project Manager Or anization City of Lubbock Organization Brandt Engineers Telephone (80 ) 775-3397 Telephone 806 353-7233 E-mail JKristinek@mail.ci.lubbock.tx.us E-mail DLBrandt@brandtengineers.com Project 98th & Salisbury Drainage Project Canadian WWTP, Fritch WL Candidate role on Project Alternate Candidate Name of Individual Project Superintendent Candidates role on Project Raul B. Hernandez Project Manager/Executive Years of Experience as Project Manager 7 Years of Experience with this organization 6 Number of similar projects as Project Manager 13 Number of similar projects in other positions 18 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Stephenville Eastside Sewer Interceptor - Phase 1 25 October 2024 Abilene Second Pressure Plane Supply Line - Phase 2 20 July 2023 City of Vernon Solid Waste Transfer Station Rehabilitation 5 October 2023 ' - Name Maroney, PE 1 1 1 Name Kirt Harle PE —Kerry Title/ Position Project Manager / President Title/ Position Project Manager Organization Biggs & Mathews Organization Jacob & Martin Telephone 940 766-0156 Telephone 325 695-1070 E-mail skdm bmiwf.com E-mail kirth 'acobmartin.com Project Archer City WTP Project Abilene 2nd Pressure Plane / Snyder WT Candidate role on Project Project Engineer/Manager Candidate role on Project Project Engineer / Manager Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual MH Civil Constructors, Inc. Juan A. Moreno Years of Experience as Project Superintendent 14 Years of Experience with this organization 10 Number of similar projects as Superintendent 39 Number of similar projects in other positions 26 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Stephenville Eastside Sewer Interceptor - Phase 1 25 Uctober Abilene Second Pressure Plane Supply Line - Phase 2 15 July 2023 City of Vernon Solid Waste Transfer Station Rehabilitation 2 October 2023 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Allen Phillips, HE Name Dwight Brandt, PE Title/ Position Project Manager Title/ Position Project Manager Organization Jacob & Martin Organization Brandt Engineers Telephone (325) 695-1070 Telephone (806) 353-7233 E-mail Irt jaco martln.com E-mail DLBrandt@brandtengineers.com Project Buffalo Gap Sanitary Sewer System Project Post Water Line Improvements Candidateroleon Project Alternate Candidate Name of Individual Project Superintendent Candidate role on Project Superintendent Project Manuel A. Flores Years of Experience as Project Superintendent 13 Years of Experience with this organization 9 Number of similar projects as Superintendent 24 Number of similar projects in other positions 1 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Stephenville Eastside Sewer Interceptor - Phase 1 25 October 2024 Abilene Second Pressure Plane 6upply Line - Phase 2 5 July 2023 City of Vernon Solid Waste Transfer Station Rehabilitation 5 October 2023 ' - Name Kirt Harle, PE 6 Name Allen Phillips, PE Title/ Position Project Manager Title/ Position anager Organization Jacob & Martin Organization Jacob & Martin Telephone (325) 695-1070 Telephone 325 695-1070 E-mail kirth@jacobmartin.com E-mail apriillips(cojacobmartin.com Project Abilene 2nd Pressure Plane / Snyder WTP Project Stonewall o. l-S 7 Buttalo Gap San. ys. Candidateroleon Project Project Superintendent I Candidateroleon Project Project Superintendent Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual MH Civil Constructors, Inc. Manuel A. Flores Years of Experience as Project Safety Officer 13 Years of Experience with this organization 9 Number of similar projects as Safety Officer 24 Number of similar projects in other positions 16 Current Project Assignments 6 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Stephenville Eastside Sewer Interceptor - Phase 1 25 October 2024 Abilene Second Pressure Plane Supply Line - Phase 2 20 July 2023 City of Vernon Solid Waste Transfer Station Rehabilitation 5 October 2023 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Kerry Maroney, PE Name Kirt Harle PE Title/ Position Project Manager / President Title/ Position Project Manager Organization Biggs & Mathews Organization Jacob & Martin Telephone 940 766-0156 Telephone 325 695-1070 E-mail skdm bmiwf.com E-mail kirth 'acobmartin.com Project Archer City WTP Project Abilene 2nd Pressure Plane / Snyder WTP Candidate role on Project Alternate Candidate Name of Individual Project Engineer/Manager Candidate role on Project Engineer / Manager Project Saul B. Hernandez, PE, CCM Years of Experience as Project Safety Officer 15 Years of Experience with this organization 10 Number of similar projects as Safety Officer 45 Number of similar projects in other positions 3 Current Project Assignments 0 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Stephenville Eastside Sewer Interceptor - Phase 1 15 October 2024 Abilene Second Pressure Plane Supply Line - Phase 2 5 July 2023 City of Vernon Solid Waste Transfer Station Rehabilitation 5 October 2023 ' - Name Josh Kristinek PE 6 Name Dwight Brandt, PE Title/ Position Project Manager Title/ Position Project Manager Or anization City of Lubbock Organization Brandt Engineers Telephone 806 775-3397 Telephone 806 353-7233 E-mail JKristinek mail.ci.lubbock.tx.us E-mail DLBrandt brandten ineers.com Project 98th & Salisbury Drainage Project Canadian WWTP Fritch WL Candidate role on Project Project Superintendent Candidate role on Project Project Manager/Executive Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual MH Civil Constructors, Inc. Raul B. Hernandez Years of Experience as Quality Control Manager 7 Years of Experience with this organization 6 Number of similar projects as Quality Manager 13 Number of similar projects in other positions 18 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Stephenville Eastside Sewer Interceptor - Phase 1 25 October 2024 Abilene Second Pressure Plane Supply Line - Phase 2 20 July 2023 City of Vernon Solid Waste Transfer Station Rehabilitation 5 October 2023 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Kerry Marone , PE Name Kirt Harle, PE Title/ Position Project Manager / President Title/ Position Project Manager Organization Biggs & Mathews Organization Jacob & Martin Telephone 940 766-0156 Telephone 325 695-1070 E-mail skdm bmiwf.com E-mail kirth 'acobmartin.com Project Archer City WTP Project Abilene 2nd Pressure Plane / Snyder WTP Candidate role on Project Alternate Candidate Name of Individual Project Engineer/Manager Candidateroleon Project Saul B. Hernandez, Project Engineer / Manager PE, CCM Years of Experience as Quality Control Manager 15 Years of Experience with this organization 10 Number of similar projects as Quality Manager 45 Number of similar projects in other positions 3 Current Project Assignments 0 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Stephenville Eastside Sewer Interceptor - Phase 1 15 October 2024 Abilene Second Pressure Plane Supply Line - Phase 2 5 July 2023 City of Vernon Solid Waste Transfer Station Rehabilitation 5 October 2023 ' - Name Josh Kristinek, PE 6 Name Dwight Brandt, PE Title/ Position Project Manager Title/ Position Project Manager Or anization City of Lubbock Organization Brandt Engineers Telephone (806) 775-3397 Telephone (806) 353-7233 E-mail JKristinek@mail.ci.lubbock.tx.us E-mail DLBrandt@brandtengineers.com Project 98th & Salisbury Drainage Project Canadian WWTP, Fritch WL Candidate role on Project Project Superintendent Candidate role on Project Project Manager/Executive Contractor's Project Experience and Resources Organization Doing Business As MH Civil Constructors, Inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease See attached Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? Excavation, Utility work, Sewer line and manhole tie in, Concrete flat work. What work does the organization propose to subcontract on thisproject? Pavement markings, Landscaping, Traffic Control, Asphalt Contractor's Subcontractors and Vendors OrganizationDoing Business As JMH Civil Constructors, Inc. ' I • 1 11 Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm FC Traffic Control Traffic Control <10% TRP Construction Pavement Markings < H&B Paving HMAC < Provide information on the proposed key personnel, project experience and a description of past relationship and work ex erience for each subcontractor listed above using the Project Information Forms. Equipment Vendors Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm Old Castle Infrastructure Pre -cast Concrete X TBD Pipe A-1 building Supply Rebar X Contech Mattress & CDS Unit X 10 Attachment A Current Projects and Project Completed within the last 10 Years Project owner I City of Stephenville I Project Name I City of Stephenville Eastside Sewer Interceptor - Phase I General Description of Project: Construction of approximately 18,000 linear feet of 30" to 48" FRP pipe via open cut, 48" to 60" steel casing via auger bore and 605 linear feet of 54" hand tunneling. Project cost $22,517,000.00 1 Date Project completed 11n Progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Nick Williams, PE City Manager City of Stephenville 254-918-1223 nickwilliams@stephenvilletx.gov Designer Landon Allen, PE Project Engineer Parkhill 817-633-0431 lallen@parkhill.com Construction Manager N.A. Project owner ICity of Abilene Project Name Abilene Second Pressure Plane Supply Line - Phase 2 General Description of Project: Installation of approximately 23,500 linear feet of 30" PVC water line including all valves, fittings, bores, and incidentals. Project Cost $11,621,860 1 Date Project Completed lin Progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Katherine Beeman Project Engineer City of Abilene (325) 437-4998 katherine.beeman@abilenetx.gov Designer Kirt Harle, PE Design Engineer Jacob & Martin (325) 695-1070 kifth@jacobmartin.com Construction Manager N.A. Project owner I City of Amarillo Project Name Amarillo Martin Road Lake Improvements: Phase 3 and 4 General Description of Project: Demolition of existing structures/pipe. Install of large storm drain lines, junction boxes, new fishing pond, sidewalk, parking lot, and other improvements. Project cost $10,888,000 1 Date Project completed I In Progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Adam Stewart Project Engineer City of Amarillo (806) 378-6440 adam.stewart@amarillo.gov Designer Jaime Ordonez, PE Design Engineer HDR (972) 960-4464 jaime.ordonez@hdrinc.com Construction Manager N.A. Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I City of Lubbock I Project Name Lubbock North WTP 8 MGD GST General Description of Project: Subcontractor to DN Tanks LLC for earthwork including excavation, concrete, etc. for 8MGD GST Project cost $3,472,799 1Date Project completed In Progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Josh Kristinek, PE Project Engineer City of Lubbock 806-775-2342 JKristinek@mylubbock.us Designer Tina E. Hanson Design Engineer Garver 817-740-9575 Construction Manager N.A. Project owner I City of Amarillo Project Name Martin Rd. Lake Improvements - Dale St Repairs 2019 General Description of Project: Installation of storm concrete structures with collection system for drainage outfall into Lake, as well as embankment erosion control. Project Cost $1,223,000.00 Date Project Completed I May 2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Raul B. Hernandez Manuel Flores Saul B. Hernandez Raul B. Hernandez Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Adam Stewart Assistant City Engineer City of Amarillo (806) 378-4265 adam.stewart@amarillo.gov Designer Curtis Beitel Design Engineer HDR (817) 333-2817 curtis.beitel@hdrinc.com Construction Manager Clayton Scales KSA Engineers (806) 335-1600 cscales@ksaeng.com Project owner I City of Lubbock Project Name North WTP Improvements Project No. 3 & South WTP Uprating General Description of Project: Improvements to existing Water Treatment Plant including but not limited to numerous lar a valve replacements and 36" hand tunnel Project Cost $15,719,127.00 1 Date Project Completed I February 2022 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Josh Kristinek, PE City Engineer City of Lubbock (806) 775-3397 jkristinek@mylubbock.us Designer Marshall Plunk, PE Design Engineer Plummer Associates, Inc. 817-806-1700 m lunk lummer.com Construction Manager N.A. Attachment A Current Projects and Project Completed within the last 10 Years Project owner I City of Lubbock I Project Name Lubbock Pressure Zone Delineation and Off -Site Water Lines General Description of Project: Installing 110 LF of 48" casing pipe via hand tunnel, valves at strategic locations, 30" and 36" line stops, connection to 36" water line, 2,437 LF of 20" of water line. Project Cost $2,426,000.00 1 Date Project Completed I February 2022 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Josh Kristinek, P.E. Assistant City Engineer City of Lubbock (806) 775-3397 jkristinek@mylubbock.us Designer Ran Opgenorth, PE Project Engineer Freese & Nichols, Inc. 817 735-7399 rmo freese.com Construction Manager �I N.A. Project Owner City of Borger Project Name Main St Water & Sewer Improvements; McGee St Sewer Improvements General Description of Project: Installation of approximately 3,000 LF of sewer and water lines with steel casing, along with manholes and installation of lift station Project Cost $1,694,341.00 1 Date Project Completed I August 18, 2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Eddie Edwards City Manager City of Borger (806) 273-0900 eedwards@borger.gov Designer Scott W. Hone ield PE Design Engineer Parkhill (806) 473-3622 shoneyfield@parkhill.com Construction Manager N.A. Project Owner I City of Lubbock Project Name I 98th & Salisbury Drainage General Description of Project: Removal and replacement of concrete and asphalt paving, sidewalk, curb and gutter, installation of 858 LF of 5'x4' reinforced concrete culverts, 24" RCP, and other related work. Project Cost $875,000.00 1 Date Project Completed I August 19, 2019 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Morano Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner John Turpin, PE Chief Water Utilities Engineer City of Lubbock (806) 775-2342 jturpin@mail.ci.lubbock.tx.us Designer Kevin Morris PE Street Engineer City of Lubbock / FNI (806) 775-2339 N/A Construction Manager N.A. Attachment A Current Projects and Project Completed within the last 10 Years Project owner I City of Wichita Falls I Project Name 12018 Kemp Monroe Drainage Project Phase 2 General Description of Project: Demo 13 blocks of streets. Install box culverts, RCP, RC pavement & sidewalk, concrete curb & inlets, pedestrian ramps, perform water lowerings, and sewer line removal and replacement. Project cost $4,112,000 1 Date Project completed I January 6, 2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Vikesh Desai, E.I.T., CFM Project Engineer City of Wichita Falls 940 761-7484 vikesh.desai@wichitafallstx.gov Designer Blane Boswell, P.E. Design Engineer City of Wichita Falls 940 761-7484 blane.boswell@wichitafallstx.gov Construction Manager N.A. Project Owner I Lubbock Power & Light Project Name LP&L 53rd & Loop 289 Bore General Description of Project: Install approx. 4,700 LF of 5" rigid steel conduit, 360 LF of 24" steel casing, 2,130 LF of 5" Sch 40 PVC conduit (in casing in bore) and landscaping & irrigation improvements. Project Cost $586,834.00 1 Date Project Completed I June 7, 2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Raul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Eduardo Rodriguez, PE Electrical Engineering Manager Lubbock Power & Light (806) 775-2509 Designer Kristi Laverty, PE Design Engineer Parkhill (806) 473-2200 Construction Manager N.A. Project Owner City of Amarillo Project Name I Water & Sewer Relocations for TxDOT Loop 335 ROW Expansion Project Ph II General Description of Project: Install approx. 2,353 LF of 42" PVC SL, 2,309 LF of 30" PVC WL & replace 421 LF of 10" SS Main w/ 16" HDPE pipe along with FRP manholes. Project Cost $1,557,651.46 1 Date Project Completed I August 22, 2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez, PE Juan A. Moreno Manuel Flores Saul Hernandez, PE Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Jarrett Atkinson City Manager City of Amarillo (806) 378-3000 Designer Jonathan Gresham Design Engineer City of Amarillo 806 378-3000 Construction Manager N.A. Project Information Attachment B Project Owner :=City of Lubbock Project Name Lubbock North WTP Improvements and South WTP Uprating General Description of Project Construction of new Backwash Waste Handling Basin, Sedimentation Basin Sludge Removal Mechanism System replacement, Flocculation and Sedimentation Basin Slide Gates and blowdown valves replacement, Filter Valves and Actuators replacement, TSR Piping Modifications, Membrane System Expansion, Sedimentation Basin Plate Settler Expansion BudgetProject -. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $15,000,000 Notice to Proceed March 24, 2020 Change Orders $719,127.00 4.8% Contract Substantial Completion Date at Notice to Proceed 540 Owner Enhancements Contract Final Completion Date at Notice to Proceed 600 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date 668 Total Actual / Estimated Substantial Completion Date March 2, 2022 625 Final Cost $15,719,127.00 104.8% Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez, PE Percentage of Time Devoted to the Project 10% 100% 50% 10% Proposed for this Project Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez, PE Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Josh Kristinek Owners Contact City of Lubbock 806-775-3397 jkristinek@mylubbock.us Designer Marshall Plunk, PE Design Engineer Plummer 817-806-1700 mplunk@plummer.com Construction Manager James Naylor, PE Project Manager Freese & Nicholes, Inc. 214-217-2223 James.Naylor@freese.com Surety or Bentle President U shaw Insurance 806-468-0400 coryb@upshaw-insurance.com Number of Total Amount involved in Issues Resolved 0 Resolved Issues 0 Number of Issues Total Amount involved in Pending 0 Resolved Issues 0 Attachment B Proiect Information Project Owner I City of Lubbock Project Name Lubbock North WTP 8 MGD GST General Description of Project Subcontractor to DN Tanks LLC for earthwork including excavation, concrete, etc. for 8MGD GST Project BudgetPerformance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $3 472 799.00 100% Notice to Proceed Sep 13, 2021 Change Orders Contract Substantial Completion Date at Notice to Proceed Sep 13, 2022 365 Owner Enhancements $596 765.82 17.2% Contract Final Completion Date at Notice to Proceed Nov 12, 2022 42 Unforeseen Conditions $0.00 0% Change Order Authorized Substantial Completion Date Sep 13 2022 365 Design Issues $0.00 0% Change Order Authorized Final Completion Date Nov 12, 2022 425 Total $596,765.82 17.2% Actual / Estimated Substantial Completion Date Sep 13, 2022 365 Final Cost $4,069,564.82 117.2% ProjectKey • Actual / Estimated Final Completion Date On Goin Project Manager Project Sup Safety Officer Quality Control Manager Name Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez PE Percentage of Time Devoted to the Project Proposed for this Project Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez, PE Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Josh Kristinek PE Pro'ect Engineer City of Lubbock 806-775-2342_JKristinek@mylubbock.us Designer Tina E. Hanson Design Engineer Garver 817-740-9575 Construction Manager N/A surety Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved Resolved Issues Pending Resolved Issues Project Information Attachment B Project Owner I City of Abilene Project Name Abilene Second Pressure Plane Supply Line - Phase 2 General Description of Project Installation of approximately 23,500 linear feet of 30" PVC water line including all valves, fittings, bores, and incidentals. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $11,621,860.00 100% Notice to Proceed Aug24, 2022 Change Orders Contract Substantial Completion Date at Notice to Proceed Jun 20, 2023 300 Owner Enhancements $0.00 0% Contract Final Completion Date at Notice to Proceed Jul 30, 2023 340 Unforeseen Conditions $0.00 0% Change Order Authorized Substantial Completion Date Jun 20, 2023 300 Design Issues $0.00 0% Change Order Authorized Final Completion Date Jul 30, 2023 340 Total $0.00 0% Actual / Estimated Substantial Completion Date Jun 20, 2023 300 Final Cost $11,621,860.00 100% Actual / Estimated Final Completion Date On Going Project Manager Project Sup Safety Officer Quality Control Manager Name Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez, PE Percentage of Time Devoted to the Project Proposed for this Project Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez, PE Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. • • • • Name •• • • • • • Title/ Position Organization Telephone E-mail Owner Katherine Beeman Project Engineer City of Abilene (325) 437-4998 katherine.beeman@abilenetx.gov Designer Kirt Harle, PE Design Engineer Jacob & Martin (325) 695-1070 kirth@jacobmartin.com Construction Manager N.A. Surety Cory Bentle 1 President Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Number of 0 Total Amount involved in 0 Issues Resolved Resolved Issues 11.1pshaw Insurance A enc 806 468 - 0400 coryb upshaw-insurance.com Review Boards IIIM�� Number of Issues 0 Total Amount involved in 0 Pending Resolved Issues Project Information Attachment B Project Owner I City of Stephenville Project Name City of Stephenville Eastside Sewer Interceptor -Phase 1 General Description of Project Under Construction Installation of approximately 16,264 LF of sewer pipe with steel casing and installation of manholes, along with all other appurtenaces - -. Mformance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $22,517,000.00 100% Notice to Proceed Apr 17, 2023 540 Change Orders Contract Substantial Completion Date at Notice to Proceed Oct 8, 2024 540 Owner Enhancements $164,500.00 0.7% Contract Final Completion Date at Notice to Proceed Dec 7, 2024 600 Unforeseen Conditions $0.00 0% Change Order Authorized Substantial Completion Date Oct 8, 2024 540 Design Issues $0.00 0% Change Order Authorized Final Completion Date Dec 7, 2024 600 Total $0.00 0% Actual / Estimated Substantial Completion Date Oct 8, 2024 540 Final Cost $22,681,500.00 100.7% Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer On Going Quality Control Manager Name Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez, PE Percentage of Time Devoted to the Project Proposed for this Project Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez, PE Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. • • • • Name •• • • • • • Title/ Position Organization Telephone E-mail Owner Nick Williams PE City Manager City of Stephenville 254-918-1220 nwilliams@stephenvilletx.gov Designer Ryan Kennerly Design Engineer Parkhill 806-376-8600 rennerly@parkhill.com Construction Manager N/A Surety Cor Bentle Issues / Disputes Resolved or Pending Resolution by Arbitration, President Litigation or Dispute U shaw Insurance A enc Review Boards 806-468-0400 corvb(@,upshaw-insLirance.com Number of Issues Resolved Total Amount involved in 0 Resolved Issues Number of Issues Total Amount involved in Pending Resolved Issues 0 Attachment B Project Information Project Owner I City of Amarillo Project Name Amarillo Martin Road Lake improvements: Phase 3 and 4 General Description of Project Demolition of existing structures/pipe. Installation of storm drain lines ranging from 21" to 72" diameter, 16 Large junction boxes ranging from 2' x 2' to 12.5' x 5', new fishing pond, sidewalk, parking lot, and other improvements. Project•.Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $10,888,000.00 100% Notice to Proceed Mar 21, 2022 Change Orders Contract Substantial Completion Date at Notice to Proceed Jun 14, 2023 450 Owner Enhancements $391,195.00 3.6% Contract Final Completion Date at Notice to Proceed Jul 14, 2023 480 Unforeseen Conditions $0.00 0% Change Order Authorized Substantial Completion Date Jun 14, 2023 450 Design Issues $0.00 0% Change Order Authorized Final Completion Date Jul 14, 2023 480 Total $0.00 0% Actual / Estimated Substantial Completion Date Jun 14, 2023 450 Final Cost $11,279,195.00 103.6% ProjectKey Personnel Actual / Estimated Final Completion Date On Going Project Manager Project Sup Safety Officer Quality Control Manager Name Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez, PE Percentage of Time Devoted to the Project Proposed for this Project Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Raul B. Hernandez, PE Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Adam Stewart Pro'ect Engineer City of Amarillo 806-378-6440 adam.stewart@amarillo.gov Designer Jaime Ordonez Design Engineer HDR 972-960-4464 jaime.ordonez@hdrinc.com Construction Manager N/A Surety Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards Number of Issues Resolved Total Amount involved in Resolved Issues Number of Issues Total Amount involved in Pending Resolved Issues 0 12 Civil Constructors, Inc. PRILIMINARY LIST OF MAJOR EQUIPMENT AVAILABLE FOR THIS PROJECT EQUIPMENT CONDITION OWN RENT Medium Truck (2000-Gal water) Good X Heavy Truck w/ Lowboy / end dump Good X Forklift, 8000-lb Good X Skid loader Good X CAT 308 Exc — 3' —11' Good X CAT 320 Exc —12' —17' Good X CAT 345 Exc —17' — 25' Good X CAT 390 Exc — 23' — 38' Good X CAT 926M Wheel Loader Good X CAT 966K Wheel Loader Good X CAT 740 Articulated Truck Good X Breaker Attachment Good X 24" Roller Good X 84" Roller Good X Auger Boring Machine & Augers Good X Layout / Survey Equipment Good X Trench Box 8T x 16L Good X Trench Box 10T x 10L , EA Good X Dewatering Pump, 6' Good X Concrete core drill Good X Page 1 of 2 } 'z C� c m m c � =;a Lu �a ct a- t CO) G� d. c 0 1� J ct N M N O N ccCc Ot z "Oe Y A November 7, 2023 Director of Purchasing City of Lubbock 1314 Avenue K Lubbock, TX 79401 Re: RFP 24-17649-TF Playa Lak 054 Lateral Extension — Blue Sky Dear Review Committee: The staff at MH Civil Constructors, Inc. have reviewed the requirements of the subject project. The MH Team is uniquely qualified and has a thorough understanding of the details for the Project. Differentiating factors that will benefit the City of Lubbock by selecting MH include the following: © Local Presence and Knowledge — MH is experienced in efficiently meeting with City staff to coordinate shutdowns and general day to day operations. Our team has worked with The City of Lubbock on numerous projects, some including similar scopes of work to Playa Lake Lateral Extension. Our team understands working in rural, residential, and business districts and the organization of relaying information to suppliers, subcontractors, and City staff. © Team Experience — The MH Team has successfully delivered projects involving similar scopes for municipalities. Our Team members have large personal stakes in the City's growth and success, and we are committed to delivering a successful project for the City of Lubbock. We have in-house engineers that understand the requirements and intricacies of working with TxDOT, rail companies and suppliers. © Access to Residences & Businesses — Before any construction begins, we will communicate with residences and businesses that there will be construction taking place around them. In the past, we have met at community centers, and delivered flyers so they are informed. We are extremely confident in our abilities to provide you with the requested construction services. Please feel free to contact us if you have any questions related to our Statement of Qualifications. We look forward to the next step in the construction selection process for this Project and, we are committed to continuing a long-term, successful partnership with the City of Lubbock. Respectfully yours, MH CIVIL CONSTRUCTORS, INC. MH Civil Constructors, Inc. I PO Box 15623 1 Amarillo, TX 79105 1 Phone (806) 367-6043 1 mh-civil.com Firm Introduction.....................................................................2 Project Understanding and Approach......................................3 Team Qualifications and Staffing............................................4 PastProjects...........................................................................6 KeyPersonnel.........................................................................7 Supplementary Information...................................................11 Past and Current Projects.....................................................12 Civil Constructors, Inc. Confidential 1 Firm Introduction Resources and Capabilities ZIMH Civil Constructors, Inc Firm Philosophy (MH) is afull-service, Borger Guymon turnkey contractor Fritch Perryton Sunray Pampa specializing in water, Dumas Canadian wastewater, and stormwater Dalhart Higgins Amarillo Reydon conveyance and treatment. canyon - Wheeler We are headquartered in Amarillo, Texas. Hereford Clarendon Tulia Our company was founded in 2010 on the Memphis Turkey Friona principles of professionalism, accountability, Abernathy Wichita Falls and a mutual respect. MH has excellent Lorenzo Archer city banking and bonding relationships that allow Levelland—�__- .� -Aspermont Lubbock11 us to pursue this project. We are fully capable - - -- Stamford Slaton of providing 100 percent payment and Brownfield - performance bonds with one surety firm for Post-- Lake Alan Hen this project. Our insurance policy limits meet Snyder and exceed the required limits and coverages. Midland Monahans Since opening in 2010, MH has grown into a Big Spring , / full -service contractor employing engineers, Colorado city,, `Austin constructors, and support professionals. This Abileneo Buffalap G project will be managed out of Amarillo and key members will respond promptly to your needs. Our vision is to maintain our core services and expand into areas that are a natural extension of our company's skill set by attracting smart, common sense people, and retaining them. Every employee has a personal and professional obligation to the company's success, and we realize that our success is entirely dependent on yours. The Places We Have Worked Baton Rouge QCivil Constructors, Inc. Confidential 2 Project Understanding and Approach Project Goals With MH Civil's extensive expertise in stormwater systems, exemplified by three recent successful installation projects, the company stands as the prime candidate for this substantial undertaking. This project is located in Lubbock, Texas and Lubbock County, and it encompasses the construction of a new storm sewer line from Playa Lake behind Blue Sky on 4th & Indiana continuing North on Indiana to Fordham Street. When installing a new storm sewer line in Lubbock, Texas, several crucial components must be considered to ensure efficient drainage and prevent flooding. Quality materials, such as durable pipe, are imperative to withstand the region's weather conditions and potential soil erosion. Adequate slope and grade must be established to facilitate proper water flow and ensure swift drainage during heavy rainfall. Additionally, the incorporation of appropriate inlet structures, including catch basins and manholes, is vital for capturing and diverting stormwater runoff effectively. Finally, adherence to local regulations and permitting processes is essential to ensure compliance with Lubbock's stormwater management guidelines, contributing to a resilient and sustainable drainage system for the community. In summary, our approach reflects a comprehensive understanding of the project's extensive scope and the experience needed for seamless execution. We have the expertise to navigate the complexities of connecting new infrastructure to the existing system, and coordinated subcontractor efforts, traffic control, asphalt, and pavement markings. Our commitment to excellence ensures the successful completion of the project, meeting the city's water infrastructure requirements. MH will be on call 24 hours a day 7 days a week. Several improvements are critical path and will require coordination with and City staff on locates, shutdowns, traffic control, materials, excavation, trench safety, repairs, backfill and permits. This work will be closely coordinated with City staff and scheduled in a method that minimize impacts to daily operations. MH Civil prioritizes community engagement and ensures that its projects will not disrupt essential services like bus routes. This commitment reflects the company's dedication to both project success and community well-beinq. QCivil Constructors, Inc. Confidential 3 MH has reviewed the specifications and prepared this Statement of Qualifications to show we are ready, willing, and able to successfully execute this project. © Local Presence and Knowledge — MH is experienced in efficiently meeting with City staff to coordinate shutdowns and general day to day operations. Our team has worked on numerous utility projects like the City of Lubbock's upcoming project. Our team understands working in rural, residential, and business districts and the organization of relaying information to suppliers, subcontractors, and City staff. © Equipment and Fleet — MH owns equipment necessary to build structures that will last. We have invested in heavy equipment and tunneling machines. © Traffic Control — The safe and efficient flow of traffic approaching and traveling through work zones will be of importance to MH. We will have boots on the ground to accommodate the existing conditions and any potential hazards. © Utility Locates — First, the MH Team will hydro - excavate to field verify and map out existing utilities to avoid causing conflicts. Existing lines will be verified or updated on the record drawing our effort to self - perform the work within our capabilities and natural extension of our core work. © Team Experience — The MH Team has successfully delivered projects involving similar scopes for municipalities. Our Team members have large personal stakes in the City's growth and success, and we are committed to delivering another successful project for the City. We have in-house engineers that understand the requirements and intricacies of working with TxDOT, and our suppliers. QCivil Constructors, Inc. © Coordination with the City — No individual has a better understanding of how to schedule, measure, relay information to suppliers, subcontractors, engineers, and City staff than Raul Hernandez, PE. Raul will serve as MH's project engineer in charge of coordinating, key measurements, material coordination, scheduling, testing, and commissioning of the repairs. © Excavation, Trench Safety, & Backfill — MH crews have proven to be reliable and safe when excavation is required. Operators have experience excavating in paved streets, alleys, concrete streets, and many other areas. MH will ensure trench safety meets or exceeds OSHA standards. Mindful pipe deflection is key in avoiding costly curb and gutter repairs. Proper alignment during installation preserves surrounding infrastructure, demonstrating a commitment to cost-effective and sustainable construction practices. MH Civil's attention to deflection exemplifies their dedication to delivering high -quality projects with minimal disruptions and expenses. Confidential 4 Team Qualifications and Staffing Our Team's Commitment to the Project The MH Team members are fully committed to the success of this project and to the City of Lubbock. Team members have large personal stakes in successfully delivering this project. With our assembled team, MH is the most qualified to successfully execute the Playa Lake Lateral Extension Project. Team Organization The basic structure and reporting responsibilities of the Team are illustrated in the organizational chart below. Raul will serve as the Project Engineer/Manager and will serve as the point of contact for MH. MH Civil Constructors, Inc. Assume ultimate responsibility for all aspects of the project. MH will self -perform the excavation, pipe installation, auger boring, manholes, tie-ins, grout existing pipe. FC Traffic Control, Inc. Provide traffic control operations including TCP, road closures, traffic switches, perimeter and interior signs, and TMAs (if necessary). Civil Constructors, Inc. Confidential Past Projects The MH Team has recent, first-hand experience with the following infrastructure projects in urban areas as General Contractors: n Stamford Contract A — Raw Water Transmission Line, 2017 Stephenville 536 Wellfield — Transmission Line & Site Civil, 2021 Lubbock Lift Station 31 Force Main Reroute, 2021 Stephenville Eastside Sewer Interceptor, 2022 Abilene Second Pressure Plane Supply Line — Phase 2, 2022 Lubbock North WTP Improvements and South WTP Uprating, 2020 Amarillo Martin Road Phase 3 & 4, 2022 Lubbock Brick Paving — 2021 Lubbock 8 million Gallon Ground Storage Tank — 2022 Lubbock Sidewalks and Ramps - 2023 Lubbock LAH Road Erosion repairs - 2022 Lubbock Pressure Zone Delineation — 2021 Lubbock Meadowbrook Bridge Repairs — 2021 Lubbock Buddy Holly Hall Sewer Relocation — 2016 Lubbock 98th & Salisbury — 2019 Wichita Falls Kemp Monroe Phase 2 — 2018 QCivil Constructors, Inc. OV Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Saul Hernandez, Juan Moreno / MH / General Contractor Confidential Key Personnel civil constructors, Inc. Career Summary Employed by MH since 2010 Employed in industry since 1996 Education Texas Tech University BS in Civil Engineering (2004) Affiliations and Certifications Texas PE # 102112 NM PE #19602 OK PE # 26847 CMCI ID # 6980 OSHA 10-Hour & OSHA Competent ASCE AWWA First aid & CPR Trained BNSF Worker Safety HCSS Trained Relevant Experience SAUL B. HERNANDEZ, PE, CCM GENERAL MANAGER / OWNER Summary Mr. Hernandez has more than 27 years of experience in civil projects after getting his start at the age of 16 working for the City of Borger Utilities Department performing drafting and assisting with inspections. After graduating from Texas Tech University, he began working as a project engineer for a consulting firm and designed projects involving water and sewer lines, lift stations, pump stations, rail and road ways. At MH, Saul serves at the General Manager where he is responsible for the following: biding decisions, costing, project oversight, risk management, and business development. References Alan Plumlee, City Manager City of Stamford (325) 773-2591 office (325) 669-8545 cell Dwight L. Brandt, PE Brandt Engineers, LTD (806) 353-7233 office (806) 676-4233 cell Brian Beach, PE Plummer (806) 853-6379 (210) 837-2476 Blane Boswell, PE City of Wichita Falls (940) 761-7477 office (940) 782-5028 cell City of Lubbock North WTP Improvements Project No. 3 & South WTP Uprating, Lubbock, Texas, $15,000,000.00 Mr. Hernandez was the principal -in -charge of constructing a new Backwash Waste Handling Basin, Sedimentation Basin Sludge Removal Mechanism System replacement, Filter valves and actuators replacement, TSR piping mods., Sedimentation basin plate settler expansion. City of Abilene 2nd Pressure Plane Project, Abilene, Texas, $1,610,088.16 Mr. Hernandez was the principal -in -charge of constructing 13,300 LF of 18" PVC, 4,600 LF of PVC, 664 LF of 12'710" 076", 665' LF of 30" bore and case, 335' of 20" bore and case, 12 —18" valves, and several interconnections. The project was substantially complete in 4 months. City of Amarillo Sewer & Water Main Relocations for TXDOT Loop 335 ROW Expansion Phase II, $1,557,651.46 Mr. Hernandez was the principal -in -charge of constructing 2,353 LF of 42" sewer pipe, 421 LF of 16" HDPE pipe by pipebursting, 72" and 96" manholes, 2,309 LF of 30" water pipe, 1,002 LF of 10" water pipe, 30" horizontal gate valves, deep fire hydrants, and other associated work. QCivil Constructors, Inc. Confidential Civil Constructors, Inc. Career Summary Employed by MH since: 2010 Employed in industry since: 2001 Education Amarillo College (2000) Affiliations and Certifications OSHA 10-Hour & OSHA Competent Person AWWA First aid & CPR Trained BNSF Worker Safety Relevant Experience JUAN A. MORENO CONSTRUCTION MANAGER / OWNER Summary Mr. Moreno has more than 22 years of experience in civil construction projects. He began his career in construction working for a road and bridge contractor as a laborer and advanced to a project manager. Juan has managed projects involving pipelines, pump stations, water, and wastewater treatment plants. At MH, Juan serves as our Construction Manager where he is responsible for ensuring all construction aspects of the projects are effectively coordinated, helping to maintain a high level of job quality, and seeing the job through to completion on schedule and within budget. References Scott D. Hay, PE Enprotec / Hibbs & Todd, Inc. (325) 698-5560 office (325) 669-1165 cell Kerry Maroney, PE Biggs & Mathews, Inc. (940) 766-0156 office (940) 781-3581 cell Dwight L. Brandt, PE Brandt Engineers, LTD (806) 353-7233 office (806) 676-4233 cell Allen Phillips, P.E. Jacob & Martin (325) 695-1070 office (325) 513-1885 cell Relevant Experience City of Amarillo Sewer & Water Main Relocations for TXDOT Loop 335 ROW Expansion Phase II, $1,557,651.46 Mr. Moreno was the project manager responsible for constructing 2,353 LF of 42" sewer pipe, 421 LF of 16" HDPE pipe by pipebursting, 72" and 96" manholes, 2,309 LF of 30" water pipe, 1,002 LF of 10" water pipe, 30" horizontal gate valves, deep fire hydrants, and other associated work.. City of Lubbock Pressure Zone Delineation & Off -Site Water Lines, Texas, $2,426,000.00 Mr. Moreno was the Project Manager responsible for the construction of installing valves at strategic locations along the pressure zone border. Construction of 30" and 36" line stops, connection to existing 36" water line, 2,437 LF of 20" water line and other associated work. City of Amarillo Martin Road Lake Improvements Phase 3 & 4, $10,888,000.00 Mr. Moreno was the project manager responsible for constructing 1,275 LF of 48" RCP, 398 LF of 60" RCP, 303 LF of 66" RCP, 345 LF of 72" RCP, and 17 cast - in -place large concrete junction boxes, and associated earthwork and landscaping. Qcivil Constructors, inc. Confidential civil constructors, Inc. Career Summary Employed by MH since: 2016 Employed in industry since: 1998 Education Texas Tech University BS in Civil Engineering (2015) Affiliations and Certifications Texas PE # 139163 OSHA 10-Hour & OSHA Competent Person AWWA First aid & CPR Trained BNSF Worker Safety MS Project Trained Relevant Experience RAUL B. HERNANDEZ, PE SENOR PROJECT ENGINEER Summary Mr. Hernandez has more than 25 years of experience in civil projects after getting his start at the age of 17 working for ConocoPhillips performing drafting and assisting engineers. After graduating from Texas Tech University, he began working as a project engineer for a consulting firm and designed projects involving water and sewer lines, lift stations, pump stations, rail and road ways. At MH, Raul serves at the Project Engineer where he is responsible technical compliance including submittals, schedule preparation, payment applications, and material certifications. He coordinates and oversees critical field installations. References Kerry Maroney, PE Biggs & Mathews, Inc. (940) 766-0156 office (940) 781-3581 cell Kevin Morris, P.E. Freese & Nichols, Inc. (806) 686-2700 office (806) 686-2704 cell Dwight L. Brandt, PE Brandt Engineers, LTD (806) 353-7233 office (806) 676-4233 cell Allen Phillips, P.E. Jacob & Martin (325) 695-1070 office (325) 513-1885 cell Relevant Experience North WTP Improvements Project No. 3 & South WTP Uprating, $15,000,000.00 Mr. Hernandez was the Project Engineer responsible for coordinating the construction of a new Backwash Waste Handling Basin, Sedimentation Basin Sludge Removal Mechanism System replacement, Filter valves and actuators replacement, TSR piping mods., Sedimentation basin plate settler expansion. City of Amarillo Martin Road Lake Improvements Phase 3 & 4, $10,888,000.00 Mr. Hernandez was the Project Engineer responsible for coordinating the construction of 1,275 LF of 48" RCP, 398 LF of 60" RCP, 303 LF of 66" RCP, 345 LF of 72" RCP, and 17 cast -in -place large concrete junction boxes, and associated earthwork and landscaping. City of Abilene 2nd Pressure Plane Project, Abilene, Texas, $1,610,088.16 Mr. Hernandez was the Project Engineer responsible for coordinating the construction 13,300 LF of 18" PVC, 4,600 LF of PVC, 664 LF of 12" 110"/8"/6", 665' LF of 30" bore and case, 335' of 20" bore and case, 12 —18" valves, and several interconnections. The project was substantially complete in 4 months. Qcivil Constructors, inc. Confidential ©civil constructors, Inc. Career Summary Employed by MH since: 2010 Employed in industry since: 2000 Education Caprock High School Affiliations and Certifications OSHA 10-Hour & OSHA Competent Person AWWA First aid & CPR Trained BNSF Worker Safety Relevant Experience MANUEL A. FLORES GENERAL SUPERINTENDENT Summary Mr. Flores has more than 23 years of experience in civil construction projects. He began his career in construction working for a road and bridge contractor as a laborer and advanced to a quality control supervisor. Manuel has supervised projects involving bridges, pipelines, pump stations, water and wastewater treatment plants. At MH, Manuel serves as our General Superintendent where he is responsible for supervising all construction aspects of the projects are effectively coordinated, helping to maintain a high level of job quality, and seeing the job through to completion on schedule and within budget. References Ken Roberson Dana Sowell Enprotec / Hibbs & Todd, Inc. Town of Buffalo Gap (325) 698-5560 office (325) 572-3347 office (325) 660-8452 cell (325) 370-5796 cell Allen Phillips, P.E. Dwight L. Brandt, PE Jacob & Martin Brandt Engineers, LTD (325) 695-1070 office (806) 353-7233 office (325) 513-1885 cell (806) 676-4233 cell Relevant Experience City of Stamford TWDB DWSRF Water System Improvements Contract A Raw Water Transmission Line, Stamford, Texas, $5,175,639.23 Mr. Flores was the General Superintendent responsible for constructing 79,600 LF of 14" fusible PVC, 200' of casing, 3 connections. This project was completed in 8 months. City of Abilene 2nd Pressure Plane Project, Abilene, Texas, $1,610,088.16 Mr. Flores was the General Superintendent responsible for constructing 13,300 LF of 18" PVC, 4,600 LF of PVC, 664 LF of 12" 110"/8"/6", 665' LF of 30" bore and case, 335' of 20" bore and case, 12 —18" valves, and several interconnections. The project was substantially complete in 4 months. City of Amarillo Sewer & Water Main Relocations for TXDOT Loop 335 ROW Expansion Phase II, $1,557,651.46 Mr. Flores was the General Superintendent responsible for the construction of 2,353 LF of 42" sewer pipe, 421 LF of 16" HDPE pipe by pipebursting, 72" and 96" manholes, 2,309 LF of 30" water pipe, 1,002 LF of 10" water pipe, 30" horizontal gate valves, deep fire hydrants, and other associated work. Qcivil constructors, inc. Confidential 10 Supplementary Information Engineering News Record MH was recognized by the Engineering News Record (ENR) as a Texas & Louisiana Top Specialty Contractor since 2013. Every year, contractors are ranked based on revenue from the previous year. INSURANCE 2022 #36 18.87 2021 #45 13.60 2020 - - 2019 #53 9.12 2018 #77 11.70 2017 #87 6.86 2016 #79 6.71 2015 #91 5.54 2014 #90 6.67 2013 #98 3.62 *Revenue in millions A certificate of insurance is attached showing the limits and lines. In addition to the required policies, we carry excess umbrella, railroad protective, and pollution policies that meet and exceed the required limits. PROJECT SITE SAFETY Safety Culture MH's safety culture starts with Saul and Juan. Each morning, employees are required to perform a pre -task plan to prepare for the day's activities. The pre -task plan highlights the potential hazards associated with performing that day's work. The trenches are examined every day and after rains, on every project. For the last several years in April and November, we bring in all employees for OSHA refresher classes and general safety classes and awareness. In 2018, MH received an award from Amerisure Insurance in recognition of No Workers' Compensation Claims from April 9, 2016 to April 9, 2018. Juan A. Moreno and Saul Hernandez, PE, CCM serve as the safety officers for MH. Saul is a Texas Professional Engineer, No. 102112, and utilizes his experiences as a consulting engineer to develop excavation plans based on the geotechnical data and field conditions. 2022 0.76 2021 0.74 2020 0.77 2019 0.99 2018 0.99 2017 0.99 2016 0.99 2015 0.98 2014 0.98 2013 0.83 Project Schedule The MH Team will complete the work on a as -needed basis. We will be available 24 hours a day 7 days a week. Civil Constructors, Inc. Confidential Past and Current Projects Owner: City of Amarillo Reference: HDR — Jaime Ordonez Ref Contact: (972) 960-4464 jaime.ordonez@hdrinc.com Role: General Contractor Initial Contract: $10,888,000.00 Final Contract: $11,313,595.00 Date Started: March 2022 Date Completed: October 2023 Principal -in -Charge: Saul Hernandez. P.E. Project Manager: Juan A. Moreno Project Engineer: Raul Hernandez, P.E. General Super.: Manuel Flores Superintendent: Marco Villareal Scope of Services: MH was the General Contractor on City of Amarillo's Martin Road Ph 3 & 4 Project installing concrete storm water pipes ranging from 21" to 72" and 16 junction boxes ranging in size from 2' x 2' to 12.5' x 5', new fishing pond, sidewalk, and other improvements. QCivil Constructors, Inc. Confidential 12 Owner: Reference: Ref Contact: Role: Initial Contract: Final Contract: Date Started: Projected Completion Principal -in -Charge: Project Manager: Project Engineer: General Super.: Superintendent: City of Wichita Falls Public Works — T. Blane Boswell, P.E. (940) 761-7477 — blane.boswell@wichitafallstx.gov General Contractor $ 4,112,000.00 $ 4,496,321.30 August, 2018 January, 2020 Saul Hernandez. P.E. Juan A. Moreno Raul Hernandez, P.E. Manuel Flores Jesus Garcia Scope of Services: Installation of approximately 4,000 LF of storm drainage collection ranging from 12" RCP Pipe to 42" RCP Pipe and transmission system, 3,000 LF of box culverts ranging from 5' x 5.' to Tx 5', inlets, 19,000 SY of concrete pavement, 2,000 SY of 6" asphalt paving, junction boxes, SSL & WL lowering. QCivil Constructors, Inc. Confidential 13 Owner: City of Borger Reference: Parkhill Smith & Cooper— Kole Golver, EIT Ref Contact: (806) 378 — 8623 kglover@team-psc.com Role: General Contractor Initial Contract: $ 1,364,740.00 Final Contract: $ 1,694,341.00 Date Started: November 2019 Projected Completion: November 2020 Principal -in -Charge: Saul Hernandez. P.E. Project Manager: Juan A. Moreno Project Engineer: Raul Hernandez, P.E. General Super.: Manuel Flores Superintendent: Rene Nevarez Scope of Services: Installation of approximately 700 LF of 10" PVC Pipe, 5 48" concrete manholes, demolition, and removal of existing manholes. All service connections to new manholes, gate valves and boxes, remove and replace approximately 1,000 SY of asphalt pavement. Lift Station and all components within. F yx .. W,1,aw. sir F - _ f f . �t Irm QCivil Constructors, Inc. Confidential 14 Owner: Reference: Ref Contact: Role: Initial Contract: Final Contract: Date Started: Projected Completion Principal -in -Charge: Project Manager: Project Engineer: General Super.: Superintendent: City of Lubbock Josh Turpin, P.E. (806) 775-2342 General Contractor $ 875,000.00 $ 887,884.75 February 2019 August 2019 Saul Hernandez. P.E. Juan A. Moreno Raul Hernandez, P.E. Manuel Flores Jesus Garcia Scope of Services: Removal and replacement of concrete and asphalt paving, sidewalk, curb and gutter, installation of 858 LF of 5'x4' reinforced concrete culverts, 24" RCP, and other related work. Civil Constructors, Inc. Confidential 15 Owner: City of Abilene Reference: Jacob Martin / Kirt Harle, PE Ref Contact: (325) 695-1070 / kirth@jacobmartin.corr Role: General Contractor Initial Contract: $11,621,860.00 Final Contract: $ TBD Date Started: August 2022 Projected Completion: TBD Principal -in -Charge: Saul Hernandez. P.E. Project Manager: Juan A. Moreno Project Engineer: Raul Hernandez, P.E. General Super.: Manuel Flores Superintendent: Carlos Venegas Scope of Services: Construction of approximately 23,500 linear feet of 30-inch PVC water line, approximately 800 linear feet of 48-inch steel casing via auger bore including 360 linear feet under railroad, butterfly valves and boxes, fire hydrants, gate valves, and other associated work. QCivil Constructors, Inc. Confidential 16 Owner: Reference: Ref Contact: Role: Initial Contract: Final Contract: Date Started: Projected Completion Principal -in -Charge: Project Manager: Project Engineer: General Super.: Superintendent: City of Stephenville Parkhill / Landon Allen, PE (817) 633-0431 / lallen@parkhill.com General Contractor $ 22,517,000.00 $ TBD April 2023 TBD Saul Hernandez. P.E. Juan A. Moreno Raul Hernandez, P.E. Manuel Flores Marco Villareal Scope of Services: Construction of approximately 18,000 linear feet of 30-inch to 48-inch FRP sewer pipe via open cut, 48-inch to 60-inch steel casing via auger bore, 605 linear feet of 54-inch tunnel liner plate, and numerous FRP manholes in rock -subsurface conditions down to depths that range 25 to 50 feet deep. QCivil Constructors, Inc. Confidential 17 City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. project Engineer Title NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY Jose Tellez being first duly sworn, on his/her oath, says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham, or any other person or corporation to refrain from a statement of qualifications; and that said fine has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. MH Civil Constructors , Inc. Firm Jose Tellez Name Signature eer Title Subscribed and sworn to before me this 7th day of November 2023 l \k- Notary ub] is My Commission Expires: l , KAycEEf 7ANNETEAGUE r , Nolary Public, State of Texas My Commission Expires f May 19, 2026 NOTARY ID i 33T70123 NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided TRP Construction Group Lubbock, TX Pavement Marking FC Traffic Control, Inc. Amarillo, TX Traffir. Control H&B Paving Arlington, TX HMAC Minoritv Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: MH Civil Construction, Inc. (PRINT NAME OF COMPANY) Pate Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank Company Name 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Location Services Provided SUBMITTED BY: MH Civil Construction, Inc. (PRINT NAME OF COMPANY) Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Pate Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that MH Civil Constructors, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Five Million Nine Hundred Sixty -Five Thousand Dollars ($5,965,000) 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 5th day of December, 2023, to RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of Surety By: (Title) 2023. (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: Approved as to form: City of Lubbock By: City Attorney (Title) * 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. Page Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that MH Civil Constructors, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Five Million Nine Hundred Sixty -Five Thousand Dollars ($5,965,000) 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 5tb day of December, 2023, to RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky 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 day of , 2023. Surety * By (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an 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. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY LJ Commercial General Liability General Aggregate $ LJ Claims Made Products-Comp/Op AGG $ LJ Occurrence Personal & Adv. Injury $ LJ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY LJ Any Auto Combined Single Limit $ LJ All Owned Autos Bodily Injury (Per Person) $ LJ Scheduled Autos Bodily Injury (Per Accident) $ LJ Hired Autos Property Damage $ LJ Non -Owned Autos LJ GARAGE LIABILITY LJ Any Auto Auto Only - Each Accident $ LJ Other than Auto Only: Each Accident $ Aggregate $ LJ BUILDER'S RISK LJ 100% of the Total Contract Price $ LJ INSTALLATIONELOATER $ EXCESS LIABILITY LJ Umbrella Form Each Occurrence $ Aggregate $ LJ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ LJ Included Statutory Limits Partners/Executive LJ 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 MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) ma Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (n) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank � � � � Ir� � � � � 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. Contract 17649 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 5"' day of December, 2023 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 refen-ed to as OWNER, and MH Civil Constructors, Inc. of the City of Amarillo, County of Potter 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: RFP 24-17649-TF Playa Lake 054 Lateral Extension — Blue Sky and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. MH Civil Constructors. Inc.'s bid dated November 7, 2023, 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. � 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: MH Civil Car�strur.�tors, Inc.. By: � _ � PRINTEU NAME: �� Allez TITi,E: Pro.;ec± Engineer COMPLETE A�DRESS: CIT'Y OF L , TE AS (OWNER): By: Tr ay , Mayor ATT ' Co ey Paz, City Secretary Y � MH Civil Constructors, inc. 621 SW Sixth Ave Amarillo, TX 79101 � ATTEST: � o rate Secret � APPROVED AS TO CO TENT: Public Works Representati�e �''� � G�� �. ,�� K�.�« � I � -2 Name (Printed) ate PROVED AS TO FORM: r — elli Leisure, Senior Assistant City Attorney M � � Page 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 MH Civil Constructors, 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 Josh Kristinek, P.E. Assistant City Eneineer/Capital Projects & Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Response, 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 will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. 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 Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished five copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents 22 23 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. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 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. hi case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. Commercial General Liability Requirements: $1M occurrence / $2M aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automatically add an excess liability of $4M. Commercial General Liabili . HeavyEquipment Endorsement: Heavy equipment endorsement is required Commercial General Liability Dieing Endorsement: XCU endorsement is required Automobile Liability Requirements: $1M/occurrence is needed Professional Liability Requirements: $1M occurrence / $2M aggregate Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license. Employer Liability ($1M) is required with Workers Compensation. • The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. • Waivers of Subrogation are required for CGL, AL, and WC. • To Include Products of Completed Operations endorsement. • Carrier will provide a 30-day written notice of cancellation, 10-day written notice for nonpayment. • Carriers must meet a A.M. Best rating of A- or better. • Subcontractors must carry same limits as listed above I. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 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 will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the proj ect; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete proj ect. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the proj ect; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tastate.tmus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on aproject, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the proj ect; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two years 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, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non- compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then - current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. 70. GOVERNMENT CODE 2251.0521 UNSIGNED CHANGE ORDER (a) A contractor or subcontractor may elect not to proceed with additional work directed by a governmental entity if: (1) the contractor or subcontractor has not received a written, fully executed change order for the governmental entity -directed additional work; and (2) the aggregate actual or anticipated value of the additional work plus any previous governmental entity -directed additional work for which the contractor or subcontractor has not received a written, fully executed change order exceeds 10 percent of the contractor 's or subcontractor 's original contract amount. (b) contractor or subcontractor who elects not to proceed with additional work as provided by this section is not responsible for damages associated with the election not to proceed. DAVIS BACON WAGE DETERMINATIONS EXHIBIT A EXHIBIT A "General Decision Number: TX20230002 01/06/2023 Superseded General Decision Number: TX20220002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . JIf the contract is entered �. linto on or after January 30, 12022, or the contract is lrenewed or extended (e.g., an �. loption is exercised) on or 1 lafter January 30, 2022: 1 If the contract was awarded onl. or between January 1, 2015 andl January 29, 2022, and the contract is not renewed or �. extended on or after January 30, 2022: Executive Order 14026 1 generally applies to the 1 contract. 1 The contractor must pay 1 all covered workers at 1 least $16.20 per hour (or 1 the applicable wage rate 1 listed on this wage 1 determination, if it is 1 higher) for all hours 1 spent performing on the 1 contract in 2023. 1 I Executive Order 13658 1 generally applies to the 1 contract. 1 The contractor must pay alil covered workers at least 1 $12.15 per hour (or the 1 applicable wage rate listed) on this wage determination,) if it is higher) for all hours spent performing on that contract in 2023. I I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX2011-002 08/02/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ** ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** I A i0' 0'7 Asphalt Raker ...............$ 12.28 ** Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility ............ $ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 ** Asphalt Paving Machine ...... $ 13.40 ** Fringes Broom and Sweeper ........... $ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Over 3 CY...................$ 12.77 ** Front End Loader, 3CY or less ........................$ 12.28 ** Loader/Backhoe..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 ** Motor Grader, Rough ........ $ 16.15 ** Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........$ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ...............$ 10.36 ** Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing) ....... $ 13.50 ** TRUCK DRIVER Lowboy -Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 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 National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO" Page Intentionally Left Blank EXHIBIT B & C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: CITY OF LUBBOCK SPECIFICATIONS FOR Design of Blue Sky Lateral RFP # PUR-2024-17649 CONTRACT # 17649 PROJECT NUMBER: 92743 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncompany.com. Phone: (806) 763-7700 ub City of bock TEXAS CITY OF LUBBOCK Lubbock, Texas ISSUED FOR BID SEPTEMBER 2023 SEAL SHEET Division: 01, 02, 03, 31, 32, 33 0 F 0/ .. 0 / HEATHER RAE KEISTER / 00 ..................... / �-P'• 100095 ,'� 0 % SICE N SEO,G��'�� 09/12/2023 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 LUB22311— Blue Sky Lateral — Seal Sheet DIVISION 1 GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.01 SUMMARY A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully operable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. Provide the civil, structural, and all other Work required for a complete and functional Project. 4. The Contract Documents do not indicate or describe all Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Construction Manager. 1.02 DESCRIPTION OF WORK A. Work is described in general, non -inclusive terms as: 1. Installation of storm sewer pipe. 2. Installation of manholes. 3. Construction of drainage inlet structures. 4. Construct connections to existing storm sewer infrastructure. 5. Installation of water quality treatment units and vaults. 6. Grading at inlet locations. 7. Removal and reconstruction of concrete channel and concrete riprap. 8. Construction of roadways including repair, concrete flatwork, curb and gutter, and seal coat. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling, testing, and startup: B. Bring any discrepancies in the list to the attention of the Construction Manager. It will be deemed that the Contractor included the more expensive listing in the Contract Price if the Contractor fails to bring any discrepancies to the attention of the Construction Manager prior to executing the Agreement. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the Construction Manager. Summary of Work 01 1100 -1 LUB22311— Blue Sky Lateral 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner has no knowledge of work, other than the Work included in this Contract that may impact construction scheduling, testing, and startup. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Summary of Work 01 1100 - 2 LUB22311— Blue Sky Lateral 01 26 00 CHANGE MANAGEMENT PART 1 - GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Construction Manager will initiate Modifications by issuing a Request for Change Proposal (RCP). 1. Construction Manager and Design Professional will prepare a description of proposed Modifications. 2. Construction Manager will issue the Request for Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Construction Manager for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. Submit the Change Proposal and attach the forms provided by the Construction Manager. 1. Use the Change Proposal form provided by the Construction Manager. 2. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Change Management 01 26 00 -1 LUB22311— Blue Sky Lateral Subcontractor or Supplier. Indicate appropriate Contractor mark ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outlined in the paragraph above for self -performed Work. Submit Change Proposals that comply with the General Conditions for Cost of Work. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Construction Manager to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Section 0133 02 "Shop Drawings." 1.03 CONSTRUCTION MANAGER WILL EVALUATE THE REQUEST FOR A MODIFICATION A. Construction Manager will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Construction Manager will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. Contractor may be informed that the Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON -SPECIFIED PRODUCTS A. The products of the listed manufacturers are to be furnished where the Specifications list several manufacturers and do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specifications where Specifications list one or more manufacturers followed by the phrase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by Section 0133 02 "Shop Drawings" to document that the proposed product is equal or superior to the specified product. Change Management 01 26 00 - 2 LUB22311— Blue Sky Lateral 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Indicate on a point -by -point basis for each specified feature that the product is equal to the Contract Document requirements. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. The decision of the Design Professional regarding the acceptability of the proposed product is final. Provide a certification that, in furnishing the proposed product as an equal, the Contractor: Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. Has determined that the product will perform in the same manner and result in the same process as the specified product. Will provide the same warranties and/or bonds as for the product specified. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. Will maintain the same time schedule as for the specified product. C. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with documents required for a Shop Drawing as required by Section 0133 02 "Shop Drawings" to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Design Professional's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point -by -point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the Shop Drawing. 3. The decision of the Design Professional regarding the acceptability of the proposed substitute product is final. Change Management 01 26 00 - 3 LUB22311— Blue Sky Lateral C. Provide a certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product; 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product; 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent; and 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with Section 0133 02 "Shop Drawings." PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Change Management 01 26 00 - 4 LUB22311— Blue Sky Lateral 01 29 00 APPLICATION FOR PAYMENT PROCEDURES PART 1 - GENERAL 1.01 SUMMARY A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials, if any; 3. Providing Work for alternates and allowances, if any; 4. Providing Work for extra work items, if any and if authorized 5. Commissioning, startup, training, and initial maintenance and operation; 6. Acceptance testing at the manufacturer's facilities or at the Site; 7. All home office overhead costs and expenses, including profit made directly or indirectly from the Project; 8. Project management, contract administration, and field office and field operations staff including supervision, clerical support, and technology system support; 9. Professional services including design fees, legal fees, and other professional services; 10. Bonds and insurance; 11. Permits, licenses, patent fees, and royalties; 12. Taxes; 13. Providing all documentation and Samples required by the Contract Documents; 14. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use and storage facilities for stored materials and equipment including spare parts storage, C. Shops, physical plant, construction equipment, small tools, vehicles, and technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all these facilities and equipment. 15. Products, materials, and equipment stored at the Site or other suitable location in accordance with Section 01 31 00 "Project Management and Coordination"; Application for Payment Procedures 0129 00 - 1 LUB22311 - Blue Sky Lateral 16. Products, materials, and equipment permanently incorporated into the Project; 17. Temporary facilities for managing water including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 18. Temporary facilities for managing environmental conditions and Constituents of Concern; 19. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 20. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 21. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 22. Products, materials, and equipment consumed during the construction of the Project; 23. Contractor labor and supervision to complete the Project including that provided through Subcontractors or Suppliers; 24. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 25. Risk associated with weather and environmental conditions, startup, and initial operation of facilities including equipment, processes, and systems; 26. Contractor safety programs, including management, administration, and training; 27. Maintenance of facilities including equipment, processes, and systems until operation is transferred to Owner; 28. Warranties, extended or special warranties, or extended service agreements; 29. Cleanup and disposal of any and all surplus materials; and 30. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing performance and payment bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the "Consent of Surety Company to Payment Procedures" form provided by the Construction Manager. Payment will not be made without this approval. D. Construction Manager may withhold processing the Applications for Payment if any of the following processes or documentation is not up to date: 1. Progress Schedule per Section 0133 05 "Construction Progress Schedule." 2. Project videos and photographs per Section 0133 06 "Graphic Documentation." Record Documents per Section 01 31 13 "Project Coordination." Application for Payment Procedures 0129 00 - 2 LUB22311 - Blue Sky Lateral 1.02 SCHEDULE OF VALUES A. Divide the Contract Price into an adequate number of line items to allow more accurate determination of the earned value for each line item when evaluating progress payments. Submit a detailed Schedule of Values for the Project at least 10 days prior to submitting the first Application for Payment using forms provided by the Construction Manager. B. Do not apply for payment until the Schedule of Values has been approved by the Construction Manager. C. Divide the cost associated with each line item in the Schedule of Values into installation and materials components. 1. Installation cost is to include all cost associated with the line item except materials cost. 2. Materials cost is the direct cost (as verified by invoice values) for products, materials, and equipment to be permanently incorporated into the Project associated with the line item. 3. Installation cost is to include all direct costs and a proportionate amount of the indirect costs for the Work associated with each line item. Include costs not specifically set forth as an individual payment item but required to provide a complete and functional system. 4. The sum of materials and installation costs for all line items must equal the Contract Price. D. Use each unit price line item in the Agreement as a line item in the Schedule of Values. The sum of materials and installation costs for each line item for unit price contracts must equal the value of the line item in the Agreement. In addition to the installation cost described in Paragraph [1.02.C.3], installation costs for unit price items are to include costs for waste and overages. 1. Installation and materials cost may be left as a single installation component if: Contractor does not intend to request payment for stored materials for that line item; or Work in the line item will be completed within a single payment period. 2. Provide adequate detail to allow a more accurate determination of the earned value for installation costs, expressed as a decimal fraction of Work completed, for each line item. 3. Installation cost line items may not exceed $50,000.00. Items that are not subdivided into smaller units may only be included in the Application for Payment when Work on the entire unit is complete. 4. Lump sum items may be divided into an estimated number of units to estimate earned value. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. 5. Include Contractor's overhead and profit in the installation costs each line item in proportion to the value of the line item to the Contract Price. Application for Payment Procedures 0129 00 - 3 LUB22311 - Blue Sky Lateral 6. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 7. Line items may be used to establish the value of Work to be added or deleted from the Project. Include a breakdown of both mobilization and demobilization costs in the Schedule of Values. The total cost for both mobilization and demobilization may not exceed [five] percent of the total Contract Price. Payment for mobilization and demobilization will be based on the earned value of Work completed. Payment for these costs will only be made for Work completed for the following: 1. Bonds and insurance; 2. Transportation and setup for equipment; 3. Transportation and/or erection of all field offices, sheds, and storage facilities; 4. Salaries for preparation of documents required before the first Application for Payment; and 5. Salaries for field personnel directly related to the mobilization of the Project. 1.03 SCHEDULE OF ANTICIPATED PAYMENTS A. Submit a schedule of the anticipated Application for Payments showing the anticipated application numbers, submission dates, and the amount to be requested for each Application for Payment on the form provided by the Construction Manager. B. Update the schedule of anticipated payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 ALTERNATES, ALLOWANCES, AND EXTRA WORK ITEMS A. Include line items and amounts for specified alternate Work and allowances for Work in the Agreement, if any, and as described in Section 0123 10 "Alternates and Allowances." B. Include line items and amounts for Extra Work items in the Agreement, if any, and as described in Section 0129 01 "Measurement and Basis for Payment." 1.05 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. B. Reduce payments for set -offs per the General Conditions as directed by the Construction Manager. 1.06 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the Construction Manager each month at least [20] days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the Application for Payment Procedures 0129 00 - 4 LUB22311 - Blue Sky Lateral draft Application for Payment with the Construction Manager to determine concurrence with: 1. Values requested for materials and equipment, stored or incorporated into the Project as documented by invoices; 2. The earned value for installation costs for each line item in the Application for Payment form expressed as a percent complete for that line item; 3. The quantity of Work completed for each unit price item; 4. Amount of retainage to be held; and 5. Set -offs included in the Application for Payment. B. Submit Applications for Payment to the Construction Manager after agreement has been reached on the draft Application for Payment with the Construction Manager. C. Provide all information requested in the Application for Payment form. Do not leave any blanks incomplete. If information is not applicable, enter "N/A" in the space provided. 1. Number each application sequentially and include the dates for the application period. 2. Complete the "Contract Time Summary' section on the Application for Payment form. If the Final Completion date shows the Project is more than 30 days behind schedule, revise the Schedule of Anticipated Payments to correspond to the updated schedule required per Section 0133 05 "Construction Progress Schedule." 3. Complete the "Summary of Earned Value and Set -offs" section on the Application for Payment form. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage and set -offs. 4. Sign and date the Contractor's Certification on the Application for Payment form that all Work, including materials, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous Payment has been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. 5. Include "Attachment A - Tabulation of Earned Value of Original Contract Performed" to show the value of materials stored and successfully incorporated into the Project and the earned value for installation of the Work for each line item in the Application for Payment for Work. Attachment A includes Work on the original Contract Price and on approved Contract Amendments and Change Orders. 6. Include "Attachment B - Tabulation of Values for Materials and Equipment" to track invoices used to support amounts requested as materials in Attachment A. Enter materials to show the amount of the invoice assigned to each item in Attachment A if an invoice includes materials used on several line items. 7. Include "Attachment C - Summary of Set -offs" to document set -offs made per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the set-off amount if a payment held by a set-off is released for payment. Application for Payment Procedures 0129 00 - 5 LUB22311 - Blue Sky Lateral 8. Include "Attachment D - Retainage Calculation" to show method for calculating retainage. The amount of retainage with respect to progress payments is stipulated in the Agreement. Any request for a reduction in retainage must be accompanied by a Consent of Surety to Reduction or Partial Release of Retainage. 9. Include "Attachment E - EVA Calculation" and the EVA Chart showing the anticipated and actual total earned value of fees, Work, and materials. Create a graphic representation (curve) of the anticipated progress on the Project each month. Compare the anticipated cumulative total earned value of fees, Work, and materials to the actual total earned value of fees, Work, and materials to determine performance on budget and schedule. Adjust the table and curve to incorporate Modifications. D. Submit attachments in Portable Document Format (PDF). 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided by the Construction Manager. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.07 ADJUSTMENTS TO THE SCHEDULE OF VALUES IN THE APPLICATION FOR PAYMENT A. Submit a Change Proposal to request any changes to the Schedule of Values incorporated into the Application for Payment once approved. A Field Order will be issued by the Construction Manager to modify the Application for Payment form if approved. B. Payment for materials and equipment shown in the Application for Payment will be made for the total of associated invoice amounts, up to the value shown for materials in the Application for Payment for that line item. 1. If the total amount for invoices for materials and equipment for a line item are less than the amount shown for the materials component of that line item in the Application for Payment, and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item, the difference between the total invoice for materials and equipment and the materials component for that line item can be added to the installation component of that Work item. 2. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be paid for under other line items. 1.08 CONSTRUCTION MANAGER'S RESPONSIBILITY A. Construction Manager will review each draft Application for Payment with Contractor to reach an agreement on the amount to be recommended to Owner for payment. Contractor is to revise the Application for Payment to incorporate changes, if any, resulting from this review process. B. Construction Manager will review the Application for Payment to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. Construction Manager will either recommend payment of the Application for Payment to Owner or notify the Contractor of the reasons for not recommending payment. Contractor Application for Payment Procedures 0129 00 - 6 LUB22311 - Blue Sky Lateral may make necessary corrections and resubmit the Application for Payment. Construction Manager will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. Construction Manager's recommendation of the Application for Payment constitutes a representation that based on its experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. Construction Manager does not represent by recommending payment that: 1. Inspections made to check the quality or the quantity of the Work as it was performed were exhaustive or extended to every aspect of the Work in progress; or 2. Other matters or issues that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor exist. G. Neither Construction Manager's review of Contractor's Work for the purposes of recommending payments nor Construction Manager's recommendation of payment imposes responsibility on the Construction Manager or Owner: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.09 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments; 2. Allowances not previously adjusted by Change Order; 3. Deductions for Defective Work that have been accepted by the Owner; 4. Penalties and bonuses; 5. Deduction for all final set -offs; and Application for Payment Procedures 0129 00 - 7 LUB22311 - Blue Sky Lateral 6. Other adjustments if needed. B. Construction Manager will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and, if necessary, to reconcile estimated unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the final Application for Payment: 1. Evidence of payment or release of Liens on the forms provided by the Construction Manager and as required by the General Conditions. 2. Consent from surety to final payment. D. Final payment will also require additional procedures and documentation per Section 0170 00 "Execution and Closeout Requirements." 1.10 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the Construction Manager's recommended Application for Payment. B. Final payment may take longer than 30 days since Owner's [specify board, council, etc.] must approve final payment. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 0129 00 - 8 LUB22311 - Blue Sky Lateral 012901 MEASUREMENT AND BASIS FOR PAYMENT PART 1 - GENERAL 1.01 PAYMENT FOR MATERIALS AND EQUIPMENT A. Payment will be made for materials and equipment materials properly stored and successfully incorporated into the Project less the specified retainage. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Remove items from the tabulation of materials and equipment if this documentation is not provided with the next Application for Payment. C. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. D. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until final acceptance in accordance with the General Conditions. E. Payment for materials and equipment does not constitute acceptance of the product. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Measurement for progress payments is the invoice value for stored materials and the earned value for all other cost for constructing each item. Earned value is expressed as the value of the Work completed divided by the total value of installation cost. The total amount paid will be equal to the total lump sum amount for that item. 1.03 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Measure the Work using the unit of measure indicated in this Section for each unit price line item. Payment will be made only for the actual measured unit and/or computed length, area, solid contents, number, and weight unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside dimensions shown in the Contract Documents. B. Payment will be made for the actual quantity of Work completed and for materials and equipment stored during the payment period. Payment amount is the Work quantity measured per Paragraph A above multiplied by the unit price for that line item in the Agreement. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE ITEMS A. Item 1 - Mobilization: 1. Include the following costs in this offer item: a. Bonds and Insurance; Transportation and setup of equipment; Measurement and Basis for Payment 01 29 01 - 1 LUB22311— Blue Sky Lateral Transportation and/or erection of all field offices, sheds and storage facilities; Salaries for preparation of documents required before the first Application for Payment; Salaries for field personnel assigned to the Project related to the mobilization of the Project; and Mobilization may not exceed 5 percent of the total Contract Price. 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Item 2 — Stormwater Pollution Prevention Plan: 1. Includes Stormwater Pollution Prevention Plan measures, furnished, installed, periodically inspected and properly maintained. 2. Measuring for payment is on a lump sum basis. Payment will be based on the percentage of the total storm sewer project that is accepted for payment. Payment will be made for up to 60% of the total amount, with the remaining 40% paid upon final stabilization and removal of measures. No payment will be made for measures that are not in compliance with the TPDES permit. C. Item 3 — Barricades, Signs, and Traffic Handling: 1. Includes installation and removal of temporary paving, signage, barricades, channelization devices and work zone pavement markings. 2. Measuring for payment will be made on a lump sum basis. Partial payment will be made for this item based on the percentage of the total storm sewer project that is accepted for payment. D. Items 4-8 — Storm Sewer Lines, Open Cut or Other than Open Cut: 1. Includes storm sewer conduit, trench excavation, compacted backfill, any special bedding or backfill, ties to existing pipelines, hauling, protection of existing utilities, testing of lines, project cleanup and any changing surface and/or subsurface conditions. 2. Measuring for payment will be made on a linear foot basis, up to the maximum quantity listed in the bid proposal, for pipe furnished and installed in accordance with the plans and specifications. 3. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses paved areas for Open Cut method: Trench excavated, shoring installed, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to street subgrade 0.80 Conduit installed and trench backfilled to street subgrade, leakage test completed 0.90 Applicable mandrel test completed 1.00 4. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses paved areas for Other than Open Cut method: Tunnel or bore excavated and shoring installed 0.50 Measurement and Basis for Payment 01 29 01 - 2 LUB22311— Blue Sky Lateral Conduit installed and tunnel or bore space grouted 0.75 Access shafts backfilled to street subgrade, applicable leakage test completed 0.90 Applicable mandrel test completed 1.00 5. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses unpaved areas for Open Cut method: Trench excavated, shoring installed, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to topsoil subgrade 0.80 Conduit installed and trench backfilled to topsoil subgrade, leakage test completed 0.90 Topsoil installed 0.95 Applicable mandrel test completed 1.00 6. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses unpaved areas for Other than Open Cut method: Tunnel or bore excavated and shoring installed 0.50 Conduit installed and tunnel or bore space grouted 0.75 Access shafts backfilled to topsoil subgrade, applicable leakage test completed 0.90 Topsoil installed at access shafts 0.95 Grading and cleanup completed and applicable mandrel test completed 1.00 7. Cost for trench access safety system and Other than Open Cut access shaft safety system will be subsidiary to the unit price bid for storm sewer lines in Open Cut and Other than Open cut. E. Item 9 — Storm Sewer Manholes: 1. Includes manhole riser sections, excavation, any special bedding and backfill and support, the ring and cover, any grade rings or appurtenances, the connection of the manhole to the lines, and other incidental work. 2. Measuring for payment will be made on a per unit basis for each manhole furnished and installed. Item 10 — Pavement Repair Residential: 1. Includes sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock specified stockpile location, labor and equipment, and any other item necessary and incidental to the work. 2. Includes Flexible Base material, hauling, spreading, wetting, rolling, compacting, blading, testing, and all other items incidental to work within the areas designated as eligible for payment on the Paving Plans. 3. Includes Prime Coat materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 4. Includes Asphaltic Concrete Pavement materials, hauling, placing, compacting, rolling, testing, tack coat, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans and in compliance with City requirements. 5. Measuring for payment of Pavement Repair Residential will be made on a per square yard basis for HMAC installed. Measurement and Basis for Payment 01 29 01 - 3 LUB22311— Blue Sky Lateral a. Hot -Mix Asphaltic Concrete Paving will be used within the eligible limits along Hartford, 2nd, and Fordham Street. G. Item 11— Pavement Repair Arterial: 1. Includes sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock specified stockpile location, labor and equipment, and any other item necessary and incidental to the work. 2. Includes Flexible Base material, hauling, spreading, wetting, rolling, compacting, blading, testing, and all other items incidental to work within the areas designated as eligible for payment on the Paving Plans. 3. Includes Prime Coat materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 4. Includes Asphaltic Concrete Pavement materials, hauling, placing, compacting, rolling, testing, tack coat, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans and in compliance with City requirements. 5. Measuring for payment of Pavement Repair Arterial will be made on a per square yard basis for HMAC installed. a. Hot -Mix Asphaltic Concrete Paving will be used within the eligible limits along Erskine Avenue. H. Item 12 — Pavement Repair Thoroughfare: 1. Includes sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock specified stockpile location, labor and equipment, and any other item necessary and incidental to the work. 2. Includes Flexible Base material, hauling, spreading, wetting, rolling, compacting, blading, testing, and all other items incidental to work within the areas designated as eligible for payment on the Paving Plans. 3. Includes Prime Coat materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 4. Includes Asphaltic Concrete Pavement materials, hauling, placing, compacting, rolling, testing, tack coat, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans and in compliance with City requirements. 5. Measuring for payment of Pavement Repair Thoroughfare will be made on a per square yard basis for HMAC installed. a. Hot -Mix Asphaltic Concrete Paving will be used within the eligible limits along Indiana Avenue. Item 13 — Seal Coat: 1. Includes materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment of Seal Coat will be made on a per square yard basis for Seal Coat installed. Measurement and Basis for Payment 01 29 01 - 4 LUB22311— Blue Sky Lateral J. Items 14-19 - Reflective Pavement Marking: 1. Payment of reflective pavement markings will be made on a linear foot or per unit basis for pavement markings furnished and installed, as specified within the areas designated as eligible for payment on the Paving Plans. K. Item 20 — Cofferdams: 1. Includes materials, installation, dewatering, removal, and all other items incidental to the work. 2. Measuring for payment will be made on a per unit basis for each cofferdam installed, dewatered, and removed. Partial payment can be requested for this item, up to 60% of the total amount can be requested after the installation and dewatering is complete. The remaining 40% will be paid upon completion of the work and subsequent removal of the cofferdam. L. Items 21 and 22 — Inlet Structures: 1. Includes excavation, earthwork, grading, bedding, backfill, materials, all other appurtenances, and connection to the storm sewer conduit for tower and pre -cast inlet structures. 2. Inlet at Lake 054 is to be built early in project to support City of Lubbock FEMA map update efforts. 3. Measuring for payment will be made on a per unit basis for each inlet structure installed. M. Item 23 — Articulated Concrete Block Mattresses and Geotextile Fabric: 1. Includes articulated concrete block mattresses, geotextile fabric, and any other materials, anchorages, labor, equipment, and superintendence necessary to install the mattresses as specified. 2. Measuring for payment will be made on a per square foot basis of articulated concrete block mattress installed as specified and according to manufacturer requirements. N. Items 24-25 — Crossing Sanitary Sewer Line: 1. Includes all required for removal and replacement of crossing sanitary sewer lines, including cutting existing crossing pipe, new pipe as specified, connection to existing sanitary sewer line, existing pipe removal and disposal, required pump around, and any other materials, labor, equipment, and superintendence necessary to install new sanitary sewer lines at the listed diameters and at the locations shown on the plans. 2. Measuring for payment will be made on a per linear foot basis of sanitary sewer line installed as specified. O. Items 26-31— Crossing Water Line: 1. Includes all required for removal and replacement of crossing water lines, including cutting existing crossing pipe, new pipe as specified, ductile iron fittings, connection to existing water line, existing pipe removal and disposal, and any other materials, labor, equipment, and superintendence necessary to install new water lines at the listed diameters and at the locations shown on the plans. 2. Measuring for payment will be made on a per linear foot basis of water line installed as specified. Measurement and Basis for Payment 01 29 01 - 5 LUB22311— Blue Sky Lateral Item 32 — Remove Concrete Curb and Gutter: 1. Includes all sawing, chipping, breaking, hauling, disposal or recycling, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per linear foot basis of curb and gutter removed and the Owner's Representative will be the final authority on the quantity eligible for payment. Q. Item 33 — Concrete Curb and Gutter: 1. Includes all materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per linear foot basis of curb and gutter constructed. R. Items 34 and 35 — Removal and Replacement of Concrete Flatwork: 1. Includes all sawing, chipping, breaking, hauling, disposal or recycling, and all other items incidental to removal of concrete flatwork (valley gutter, pilot channel, riprap, and sidewalk) as specified within the areas designated as eligible for payment on the Paving Plans. 2. Includes all materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items incidental to the replacement of concrete flatwork (valley gutter, pilot channel, riprap, and sidewalk) as specified within the areas designated as eligible for payment on the Paving Plans. 3. Measuring for payment will be made on a per square yard basis of concrete flatwork removed and replaced and the Owner's Representative will be the final authority on the removal quantity eligible for payment. S. Item 36 —Vegetation Restoration: 1. Includes seed, proper preparation of the soil, adequate watering and fertilization until vegetation is established. 2. Measuring for payment will be made on a per acre basis for seed of restored vegetation. Partial payment can be requested. Following installation up to 60% of the total payment may be requested. The remaining 40% will be held until the Owner's Representative determines vegetation has been established. T. Item 37—Tree Protection: 1. Includes all labor, equipment, and superintendence necessary to provide tree protection as specified in the areas shown on the plans. 2. Measuring for payment will be made on a lump sum basis. U. Items 38 and 39 — Gabions: 1. Includes all materials (including filter fabric, gabion containers, connectors, stones, backfill and appurtenances), tools, labor, equipment, and all other work incidental to install the gabion structures in accordance with the intent of the Drawings and Specifications. Measurement and Basis for Payment 01 29 01 - 6 LUB22311— Blue Sky Lateral 2. Excavation and all subgrade preparation required for shaping the foundation for the wire containers shall be included in the unit price bid. 3. Measurement of gabion structures, complete in place, shall be based on the volume in cubic yards determined by the actual length, width, and height. Payment for the gabion structures shall be made at the price bid per cubic yard. This price shall compensate for furnishing and placing all materials. 1.05 MEASUREMENT AND BASIS FOR PAYMENT FOR ADDITIVE ALTERNATE ITEMS A. Items A-1 and A-2 — Storm Water Treatment Device 1. Includes all materials, labor, equipment, and superintendence necessary to install water quality treatment units and connect to the storm sewer line in the locations shown on the plans and according to manufacturer requirements. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 7 LUB22311— Blue Sky Lateral 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.01 SUMMARY A. Furnish resources required to complete the Project in accordance with the Contract Documents and within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollution, management of water, and management of excess earth as required in Section 0157 00 "Temporary Controls" and in Section 0157 23 "Temporary Stormwater Pollution Control." 1.02 STANDARDS A. Perform Work to comply with: 1. Requirements of the Contract Documents; 2. Laws and Regulations; and 3. Specified industry standards. 1.03 DOCUMENTATION A. Provide documents in accordance with Section 0133 00 "Document Management." B. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. C. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings per Section 01 31 13 "Project Coordination." 1.04 PERMITS A. Obtain environmental permits required for construction at the Site. B. Provide required permits for transporting heavy or oversized loads. C. Provide other permits required to conduct any part of the Work. 1. City of Lubbock Barricade Permit 2. TxDOT Utility Crossing Permit D. Arrange for inspections and certification by agencies having jurisdiction over the Work and include the cost for these inspections and certifications in the Contract Price. E. Make arrangements with private utility companies and pay fees associated with obtaining services or inspections. Project Management and Coordination 013100 -1 LUB22311— Blue Sky Lateral Retain copies of permits and licenses at the Site and comply with all regulations and conditions of the permit or license. 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Maintain a supply of personal protective equipment for visitors to the Site. E. Comply with latest provisions of the Occupational Health and Safety Administration (OSHA) and other Laws and Regulations. F. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injuries, or deaths related to the Project to the Construction Manager as Record Data per Section 01 31 13 "Project Coordination." 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Construction Manager as Record Data per Section 01 31 13 "Project Coordination." 1.07 CONTRACTOR'S USE OF THE SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the Construction Manager. Coordinate the use of the Site with the Construction Manager. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Park construction equipment in designated areas only and provide spill control measures as discussed in Section 0157 00 "Temporary Controls." D. Park employees' vehicles in designated areas only. E. Obtain written permission of the property owner before entering privately -owned land outside of the Owner's property, rights -of -way, or easements. Project Management and Coordination 013100 - 2 LUB22311— Blue Sky Lateral Cooperate with public and private agencies with facilities operating within the limits of the Project. Provide 48 hours' notice to any applicable agency when Work is anticipated to proceed in the vicinity of any facility by using Dig Tess and calling 1-800-344-8377. G. Conduct of Contractor's or Subcontractor's Employees: 1. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. 2. Do not allow the use of offensive language or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. 3. Require workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, or any exceedingly torn, ripped, or soiled clothing to be worn on the Site. 4. Do not allow the use, possession, concealment, transportation, promotion, or sale of the following prohibited items anywhere on the Site: Firearms (including air rifles and pistols and BB or pellet guns) and ammunition; Bows, crossbows, arrows, bolts, or any other projectile weapons; C. Explosives of any kind, including fireworks; d. Illegal knives; e. Other weapons prohibited by state Laws and Regulations; and f. Any other item that has been designed or intended to be used as a weapon. No exceptions will be made for the possession of a firearm by a person that has a valid state -issued license to carry a firearm. Remove any of the prohibited items listed above from the Site immediately and permanently. Any person found to be in possession of any prohibited item must also be removed from the Site and may be reported to local law enforcement. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, underground facilities, and existing structures. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the Construction Manager before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per Section 01 31 13 "Project Coordination." Coordinate Work with local utility company and others for the relocation or replacement. C. Protect utilities, underground facilities and existing structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the Owner and utility or property owner. Project Management and Coordination 013100 - 3 LUB22311— Blue Sky Lateral D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the Construction Manager. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. Protect existing trees and landscaping at the Site. Mark trees that may be removed during construction and review with the Construction Manager for approval before removing. Protect trees to remain from damage limiting activity, including stockpiling of materials within the drip line of the tree. Protect buildings from damage when handling material or equipment. Protect finished surfaces, including floors, doors, and jambs. Remove doors and install temporary wood protective coverings over jambs, if needed. 1.09 FIELD VERIFICATION A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Verify pipe class, equipment capacities, existing electrical systems, and power sources for existing conditions. D. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. E. Include field measurements in Record Documents as required in Section 01 31 13 "Project Coordination." 1.10 REFERENCE DATA AND CONTROL POINTS A. Construction Manager will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the Construction Manager. Notify Construction Manager when a reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Control points or benchmarks damaged, disturbed or destroyed as a result of the Contractor's negligence will be restored by the Construction Manager. Owner will impose a set-off as compensation for the effort required. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. Project Management and Coordination 013100 - 4 LUB22311— Blue Sky Lateral 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. Provide Record Data per Section 01 31 13 "Project Coordination" and measurements per standards. 1.11 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in original packages or other containers until installed. If original packages or containers are damaged, repackage in containers and include packing slips, labels and other information from the original packaging. C. Deliver products that are too large to fit through openings to the Site in advance of the time enclosing walls and roofs are erected. Set in place, raised above floor on cribs or pallets. D. Assume full responsibility for the protection and safekeeping of products stored at the Site. E. Store products at locations acceptable to the Construction Manager and to allow Owner access to maintain and operate existing facilities. F. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of stored items and for inspection. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. G. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. H. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. I. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination 013100 - 5 LUB22311— Blue Sky Lateral 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store products to prevent wind damage. J. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. K. Replace any stored item damaged by inadequate protection or environmental controls. L. Payment may be withheld for any products not properly stored. 1.12 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Site as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers at the Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish, and debris from the Site and legally dispose of these at public or private disposal facilities. 1.13 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicle during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Coordinate and arrange for emergency vehicle access when streets are to be closed. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request must state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Obtain permits and permissions of the entity that owns the road prior to any Work and provide a copy of the permit or permission Record Data per Section 01 31 13 "Project Coordination." Project Management and Coordination 013100 - 6 LUB22311— Blue Sky Lateral D. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). Assume responsibility for any damage resulting from construction along roads or drives. 1.14 BLASTING A. Blasting is not allowed for any purpose. 1.15 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact of the sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for working in these areas from regulatory agencies. 2. Maintain confidentiality regarding the site(s) of artifacts. 3. Adhere to the requirements of applicable local, state, and federal Laws and Regulations. 4. Notify the Construction Manager and any local, state, or federal agency as required by applicable Laws and Regulations. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. Attempt to archaeologically clear areas needed for construction as soon as possible. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such sites by construction personnel, and pay all penalties assessed by state or federal agencies for non- compliance with these requirements. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.16 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to destroy or adversely modify the habitat or jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA) or applicable state Laws and Regulations. Project Management and Coordination 013100 - 7 LUB22311— Blue Sky Lateral B. Cease Work immediately in the area of the encounter and notify the Construction Manager if a threatened or endangered species is encountered during construction. Construction Manager will implement actions in accordance with the ESA and applicable state statutes. Resume construction in the area of the encounter when authorized to do so by the Construction Manager. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 013100 - 8 LUB22311— Blue Sky Lateral 01 31 13 PROJECT COORDINATION PART 1 - GENERAL 1.01 WORK INCLUDED A. Administer contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENTATION A. Provide documents in accordance with Section 0133 00 "Document Management." 1.03 COMMUNICATION DURING THE PROJECT A. Construction Manager is to be the first point of contact for all parties on matters concerning this Project. B. Construction Manager will coordinate correspondence concerning: 1. Contract administration; 2. Clarification and interpretation of the Contract Documents; 3. Contract modifications; 4. Observation of Work and testing; and 5. Claims. C. Construction Manager will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the Construction Manager at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner; 2. Project name; 3. Contract title; 4. Project number; 5. Date; and 6. A reference statement. E. Submit communications on the forms referenced in this Section or in Section 0133 00 "Document Management." 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference; 2. The location of the conference will be determined by the Construction Manager; Project Coordination 01 31 13 -1 LUB22311— Blue Sky Lateral 3. The time of the conference will be determined by the Construction Manager, but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued; 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference; and 5. Provide and be prepared to discuss: a. Preliminary construction schedule per Section 0133 05 "Construction Progress Schedule"; b. Preliminary Schedule of Documents per Section 0133 00 "Document Management"; C. Schedule of Values and anticipated schedule of payments per Section 0129 00 "Application for Payment Procedures"; d. List of Subcontractors and Suppliers; e. Contractor's organizational chart as it relates to this Project; and f. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, contract modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the Construction Manager, Design Professional, and Owner. a. Meet monthly or as requested by the Construction Manager to discuss the Project. b. Meet at the Site or other location as designated by the Construction Manager. C. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the Construction Manager of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the Construction Manager, Design Professional or Owner concerning this Project. Prepare to discuss: a. Status of overall project schedule; b. Contractor's detailed schedule for the next month; c. Anticipated delivery dates for equipment; d. Coordination with the Owner; e. Status of documents; f. Information or clarification of the Contract Documents; g. Claims and proposed modifications to the Contract; h. Field observations, problems, or conflicts; and Project Coordination 01 31 13 - 2 LUB22311— Blue Sky Lateral Maintenance of quality standards. Construction Manager will prepare a record of meeting proceedings. Review the record of the meeting and notify the Construction Manager of any discrepancies within 10 days of the date the record of the meeting is provided. The record will not be corrected after the 10 days have expired. Corrections will be reflected in the record of the following meeting. C. Pre -Documentation and Pre -Installation Meetings: 1. Conduct pre documentation and pre installation meetings as required in the individual technical Specifications or as determined necessary by the Construction Manager (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph [1.07] for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Construction Manager will prepare a record of meeting proceedings. Review the record of the meeting and notify the Construction Manager of any discrepancies within 10 days of the date the record of the meeting is provided. The record will not be corrected after the 10 days have expired. Corrections will be reflected in the record of the following meeting. D. Weekly Coordination Meetings: Meet on a weekly basis with the Construction Manager or designated on -site representative of the OPT to discuss Work planned for the following week, review coordination issues, testing required, or other issues. Records of these meetings are not required. 1.05 REQUESTS FOR INFORMATION A. Submit a Request for Information to the Construction Manager to obtain additional information or clarification of the Contract Documents. 1. Submit a separate Request for Information for each item on the form provided by the Construction Manager. 2. Attach adequate information to permit a response without further clarification. Construction Manager will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple reviews due to inadequate information. A response will be made when adequate information is provided. The response will be made on the Request for Information form provided by the Construction Manager. B. Response to a Request for Information is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. 1. Submit a Change Proposal per Section 0126 00 "Change Management" if a contract modification is suggested or required. Project Coordination 01 31 13 - 3 LUB22311— Blue Sky Lateral C. Use the Decision Register to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. D. Use the Action Item Register to document assignments for actions to be taken in accordance with Paragraph 1.06. 1.06 DECISION AND ACTION ITEM REGISTER A. Construction Manager will maintain a Decision Register to document key decisions made during meetings, telephone conversations, or visits to the Site using the format provided by the Construction Manager: 1. Review the Decision Register prior to each regular meeting. 2. Report any discrepancies to the Construction Manager for correction or discussion at the next monthly meeting. B. Construction Manager will maintain an Action Item Register in conjunction with the Decision Register to track assignments made during meetings, telephone conversations or visits to the Site using the format provided by the Construction Manager: 1. Review the Action Item Register prior to each regular meeting. 2. Report actions taken after the previous progress meeting on items in the register assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the Construction Manager. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow Construction Manager to update the register prior to the Progress Meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the register that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the Construction Manager of: 1. Need for testing; 2. Intent to work outside regular working hours; 3. Request to shut down facilities or utilities; 4. Proposed utility connections; 5. Required observation by Construction Manager, Engineer, or inspection agencies prior to covering Work; and 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use the Notification by Contractor form provided by the Construction Manager. Project Coordination 01 31 13 - 4 LUB22311— Blue Sky Lateral 1.08 REQUESTS FOR MODIFICATIONS A. Submit requests for Modifications per Section 0126 00 "Change Management." 1.09 RECORD DATA A. Submit information required by the Contract Documents that is not related to a product as Record Data using the form provided by the Construction Manager. 1.10 RECORD DOCUMENTS A. Maintain one complete set of printed Record Documents at the Site including: 1. Drawings; 2. Specifications; 3. Addenda; 4. Modifications; 5. Product Data and approved Shop Drawings; 6. Construction photographs; 7. Test Reports; 8. Clarifications and other information provided in Request for Information responses; and 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain an electronic record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Product Data number, Shop Drawing number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain an electronic record of Drawings in PDF format. 1. Reference the Product Data number, Shop Drawing number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. Project Coordination 01 31 13 - 5 LUB22311— Blue Sky Lateral 4. Mark drawings to record actual construction. a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed, and existing utilities encountered during construction. C. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping; 2) Ductwork; 3) Equipment and control devices requiring periodic maintenance or repair; 4) Valves, unions, traps, and tanks; 5) Services entrance; 6) Feeders; and 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Requests for Information or included in the Decision Register. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to Requests for Information. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue. b. Highlight mark ups for new or revised Work (lines added) in yellow. C. Highlight items deleted or not installed (lines to be removed) in red. d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Construction Manager for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 6 LUB22311— Blue Sky Lateral 01 33 00 DOCUMENT MANAGEMENT PART 1 - GENERAL 1.01 SUMMARY A. Submit documentation as required by the Contract Documents and as requested by the Construction Manager. B. Use the Project Management Information System (PMIS) provided by the Construction Manager. Software for the PMIS is FNiManager which has the following system requirements: 1. Operating Systems: Windows 7 or later and OS X v10.8 or later. 2. Supported Internet Browsers: Internet Explorer 11.0 or later, Google Chrome 70.0 or later, Firefox 63.0 or later, Safari 11.0 or later, and Microsoft Edge 17.0 or later. 3. Screen Resolution: The recommended screen resolution is 1280 x 1024 or higher. The minimum screen resolution required to support all features is 1024 x 768. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review as "Not Approved." 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submission. Make certifications as required by the Contract Documents and as indicated on Construction Manager provided forms. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Construction Manager for review. Use the form provided by the Construction Manager for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by Section 0133 05 "Construction Progress Schedule." 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14-day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Construction Manager and Contractor. 3. Schedule delivery of review documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. Document Management 01 33 00-1 LUB22311— Blue Sky Lateral 1.04 FORMS AND WORKFLOWS A. Use the forms or workflow process provided by the Construction Manager for project documentation. 1.05 DOCUMENT PREPARATION AND DELIVERY PROCEDURES A. Deliver documents in electronic format as directed by the Construction Manager. 1. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Deliver all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. C. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Provide PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 22 x 34 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata". Uncheck the "Drop Metadata" box when reducing file size. Add footers to each document with the name of the Project. B. Software Requirements: 1. OPT and Contractor will each acquire the software and software licenses necessary to create and transmit Electronic Documents and to read and to use any Electronic Documents received from the other party (and if relevant from third parties), using the following software formats: Document Document Format .htm, .rtf, or .txt without formatting Email that impairs legibility of content on screen or in printed copies Submittals Bluebeam PDF Bluebeam PDF and Microsoft' Applications for Payment Excel Progress Schedules PDF and Schedule in Native Format Document Management 01 33 00- 2 LUB22311— Blue Sky Lateral Document Document Format Autodesk° AutoCAD .dwg format Layouts and drawings to be submitted to Owner for future use and modification. or Bentley° Microstation .dgn format Document submitted to OPT for future word Microsoft° Word processing use and modification. Spreadsheets and data submitted to OPT for Microsofto " Excel future data processing use and modification. 2. Software will be the version currently published at the time Contract is signed, unless a specific software version in listed in the Supplementary Conditions. Prior to using any updated version of the software required in this Section for sending Electronic Documents to the other party, the originating party will first notify and receive concurrence from the other party for use of the updated version or convert to comply with this Paragraph 1.05.13. 1.06 DOCUMENTATION A. Furnish documents as indicated in Section 0133 01 "Document Register" or in the individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Sections shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Certified Test Report 0133 02 for approval of product 0140 00 to demonstrate compliance Change Management 01 26 00 Equipment Installation Report 01 75 00 Graphic Documentation 01 33 06 Notification by Contractor 01 31 13 Operation & Maintenance Manuals 01 33 04 Product Data 01 33 03 Progress Schedules 01 33 05 Record Data 0131 13 Request for Information 0131 13 Schedule of Values 01 29 00 Shop Drawing 01 33 02 Substitutions 01 26 00 Suppliers and Subcontractors 01 31 13 01 33 03 Document Management 01 33 00- 3 LUB22311— Blue Sky Lateral PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Document Management 01 33 00- 4 LUB22311— Blue Sky Lateral 0133 01 DOCUMENT REGISTER Specification Description Paragraph No. Types of Documents Required Sample or Mockup Document Register 01 33 01-1 LUB22311— Blue Sky Lateral 01 33 02 SHOP DRAWINGS PART 1 - GENERAL 1.01 SUMMARY A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the Construction Manager to: 1. Record the products incorporated into the Project; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and Allow the Design Professional to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. D. Submit a Change Proposal per Section 0126 00 "Change Management" to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will not be approved. B. Demonstrate that the proposed products are in full compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the Shop Drawings. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Furnish Shop Drawings for products as indicated in Section 0133 01 "Document Register" or in the individual Specification Sections. B. Include Shop Drawings in the Document Register required by Section 0133 00 "Document Management" to indicate the Shop Drawings to be submitted, the dates on which Shop Drawings are to be sent to the Construction Manager for review, and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by Section 0133 05 "Construction Progress Schedule." Shop Drawings 01 33 02 -1 LUB22311— Blue Sky Lateral 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Submit Shop Drawings for interrelated Work at one time. Allow adequate time for ordering, fabricating, delivering, and installing products so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare and review the Shop Drawing or Sample. Coordinate the Shop Drawing or Sample with other Shop Drawings and Samples, with the requirements of the Work, and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. Determine and verify: 1. Field measurements, quantities, and dimensions are shown on the Shop Drawing and are accurate; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products, existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the Construction Manager; 4. Shop Drawing is complete for its intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. Review Shop Drawings prior to submitting to the Construction Manager. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Construction Manager's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.09. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Construction Manager and Design Professional. Shop Drawings 01 33 02 - 2 LUB22311— Blue Sky Lateral 1.04 DOCUMENTATION A. Provide adequate information in Shop Drawings and with Samples so the Design Professional can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings for fabrication at the same time. Shop Drawings requiring coordination with other Shop Drawings will not be approved until a complete package is submitted, unless approved by the Construction Manager. D. Submit information for all of the components and related equipment required for a complete and operational system in one Submittal. 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. 2. Provide certifications, warranties, and written guarantees and service contracts with the document package for review when these are required. Shop Drawings 01 33 02 - 3 LUB22311— Blue Sky Lateral 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required special certifications, reports, and other documentation with the Shop Drawings as specified in the individual Specification Sections which may include: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product, when installed, will meet the requirements of the Contract Documents and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300-mile radius of the Site. Include the names, addresses, and telephone numbers of approved service organizations with the certificate. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that the equipment has been designed to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter must state that mechanical and electrical components have been adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 4. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the applicator or subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified product. 1.06 EXTENDED SERVICE AGREEMENTS A. Provide Extended Service Agreements and related documents with the Product Data. An Extended Service Agreement is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the one-year correction period specified in the General Conditions. B. An Extended Service Agreement does not relieve the Contractor from obligations under the one-year correction period or warranty provisions specified in the General Conditions. C. An Extended Service Agreement does not relieve the Contractor from obligations under the maintenance bond, if a maintenance bond is required by the Contract. D. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. E. Enter into a contract with the service provider and assign the service contract to the Owner on the date Substantial Completion. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. Shop Drawings 01 33 02 - 4 LUB22311— Blue Sky Lateral F. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor's performance bond if required. The bond will be in the amount of the Extended Service Agreement. G. Include an additional copy of Extended Service Agreements in operation and maintenance manuals. H. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 0170 00 "Execution and Closeout Requirements." 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings to the Construction Manager. Send all documents in digital format for processing. 1. Provide all information requested. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Submit all documents in Portable Document Format (PDF) as required by Section 0133 00 "Document Management." Provide color PDF documents where color is required to interpret the Shop Drawing. Provide Samples and color charts per Paragraph 1.08. 3. Submit each specific product, class of material, or equipment system separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one independent system in the same Submittal. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. C. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections; b. Drawing number and detail designation; C. Equipment designation or name; d. Schedule references; e. System into which the product is incorporated; and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. Shop Drawings 01 33 02 - 5 LUB22311— Blue Sky Lateral 2. Highlight items in black (redact) that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in yellow where selections or decisions by the Design Professional are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action requested of the Design Professional. 4. Make comments in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix "FD" to indicate field verified dimensions on the Shop Drawings. C. Designate a document as requiring priority treatment to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. D. Complete the certification required by Paragraph 1.03.G. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project. 6. Notify the Construction Manager that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have not been approved. Submit new Samples following the same process as for the initial Sample until Samples are approved. Shop Drawings 01 33 02 - 6 LUB22311— Blue Sky Lateral 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Construction Manager. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per the detailed specifications. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Construction Manager that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for Construction Manager to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have not been approved. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the Construction Manager. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Construction Manager. 1.09 REQUESTS FOR DEVIATION A. Submit a Change Proposal per Section 0126 00 "Change Management" to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. B. Provide a Shop Drawing with the Change Proposal that clearly identifies deviations for any product or component of the product that does not fully comply with the Contract Documents using the Shop Drawing Deviation Request form provided by the Construction Manager. Mark deviations on the Shop Drawing per Paragraph 1.08.13. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. E. Construction Manager will issue a Field Order or Change Order to approve acceptable deviations. Approval of a requested Shop Drawing deviation by the Design Professional on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification issued by the Construction Manager. Shop Drawings 01 33 02 - 7 LUB22311— Blue Sky Lateral 1.10 CONSTRUCTION MANAGER AND DESIGN PROFESSIONAL RESPONSIBILITIES A. Shop Drawings will be received by the Construction Manager. Construction Manager will log the documents and forward to the Design Professional for review per this Section for general conformance with the Contract Documents. 1. Design Professional's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Design Professional's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. Design Professional's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Design Professional for review and comment. Any marks made by the Design Professional do not constitute a blanket review of the document or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Design Professional will respond to Contractor's markups by either making markups directly in the Shop Drawing file using the color red or by attaching a Document Review Comments form with review comments keyed to the Drawings or Shop Drawing Deviation Request. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is approved so long as corrections or notations made by Design Professional are incorporated into the Shop Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. d. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. Shop Drawings will also be designated for one of the following actions: Documents Filed: Shop Drawing is acceptable without further action and has been filed as a record document. Shop Drawing Not Required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Section 0133 03 "Product Data." Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. Shop Drawings 01 33 02 - 8 LUB22311— Blue Sky Lateral Revise and Resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. Actions "a" through "c" will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Action "d" requires follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted." These drawings are to be revised to provide a clean record of the document. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that do not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Design Professional for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviation, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as a possible Modification to the Contract Documents. 1. A requested deviation will be marked as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Construction Manager for deviations approved by the Design Professional if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. A requested deviation will not be approved if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. Contractor is to resubmit a complete Shop Drawing incorporating revisions until it is acceptable and marked "Approved" or "Approved as Noted" and is assigned an action per Paragraph 1.11.13.3 that indicates that the Shop Drawing process is closed. Information that is submitted as a Shop Drawing that should be submitted as Product Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. Shop Drawings 01 33 02 - 9 LUB22311— Blue Sky Lateral 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes required by the Design Professional in the document and resubmit to the Construction Manager until approved. B. Resubmit a complete Shop Drawing for each resubmittal. The last approved Shop Drawing must not rely on previous submissions. The final Shop Drawing is to provide a complete record for the Owner's records. C. Revise initial drawings or data and resubmit as specified for the reviewed document. 1. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Design Professional. This will include changes previously highlighted or clouded in yellow to direct attention to Design Professional to items requiring selections, decisions by the Design Professional or highlighted or clouded in orange for a requested deviation from the Contract Documents, or comments in red made by the Construction Manager. 2. Highlight and cloud new items in yellow where selections or decisions by the Design Professional are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to betaken by the Design Professional. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. D. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Design Professional for the actual hours required for the review of Shop Drawings by Design Professional and in accordance with the rates listed in Section 00 73 00 "Supplementary Conditions." 4. A set-off will be included in each Application for Payment to pay the cost for the additional review. The set-off will be based on invoices submitted to the Owner for these services. 5. Need for more than one resubmission or any other delay in obtaining Design Professional's approval of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. Shop Drawings 01 33 02 -10 LUB22311— Blue Sky Lateral PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Shop Drawings 01 33 02 - 11 LUB22311— Blue Sky Lateral 01 33 03 PRODUCT DATA PART 1 - GENERAL 1.01 SUMMARY A. Submit Product Data as required by the Contract Documents and as reasonably requested by the Construction Manager. Provide Product Data for all products unless a Shop Drawing is required for the same item. B. Submit Product Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project; 2. Record detailed information about products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Product Data. D. Submit a Change Proposal per Section 0126 00 "Change Management" to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be made by an approved Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Product Data not meeting these criteria will not be accepted and must be resubmitted. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Furnish Product Data for products as indicated in Section 0133 01 "Document Register" or in the individual Specification Sections. B. Include Product Data in the Document Register required by Section 0133 00 "Document Management" to indicate the Product Data to be submitted, the dates on which documents are to be sent to the Construction Manager for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Product Data: 1. Prepare Product Data and coordinate with Shop Drawings, Samples, Product Data for related products, and with the requirements of the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and Product Data 01 33 03 -1 LUB22311— Blue Sky Lateral 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Field measurements, quantities, and dimensions are shown on the Product Data and are accurate; 2. Location of existing structures, utilities, and equipment related to the Product Data have been shown and conflicts between the products, existing structures, utilities, and equipment have been brought to the attention of the Construction Manager; 3. Conflicts that impact the installation of the products have been brought to the attention of the Construction Manager; 4. Product Data is complete for its intended purpose; and 5. Conflicts between the Product Data related to the various Subcontractors and Suppliers have been resolved. Review Product Data prior to submitting to the Construction Manager. Certify that all Product Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Product Data. 1.04 DOCUMENTATION A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document that the measurements represent actual dimensions obtained at the Site. B. Submit information for all components and related equipment required for a complete and operational system in one submittal. 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. Product Data 01 33 03 - 2 LUB22311— Blue Sky Lateral 2. Provide certifications, warranties, and written guarantees and service contracts with the document package for review when these are required. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Product Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements of the Contract Documents and is part of the Product Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Product Data. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300-mile radius of the Site. Include the names, addresses, and telephone numbers of approved service organizations with the certificate. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that the equipment has been designed to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter must state that mechanical and electrical components have been adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 4. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the applicator or subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified product. 1.06 WARRANTIES AND SERVICE AGREEMENTS A. Provide warranties and service agreements per Section 0178 36 "Warranties and Service Agreements." 1.07 EXTENDED SERVICE AGREEMENTS A. Provide Extended Service Agreements and related documents with the Product Data. An Extended Service Agreement is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the one-year correction period specified in the General Conditions. B. An Extended Service Agreement does not relieve the Contractor from obligations under the one-year correction period or Warranty provisions specified in the General Conditions. C. An Extended Service Agreement does not relieve the Contractor from obligations under the maintenance bond, if a maintenance bond is required by the Contract. Product Data 01 33 03 - 3 LUB22311— Blue Sky Lateral D. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. E. Enter into a contract with the service provider and assign the service contract to the Owner on the date of Substantial Completion. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. F. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor's performance bond if required. The bond will be in the amount of the Extended Service Agreement. G. Include an additional copy of Extended Service Agreements in operation and maintenance manuals. H. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 0170 00 "Execution and Closeout Requirements." 1.08 PRODUCT DATA SUBMITTAL PROCEDURES A. Submit Product Data to the Construction Manager. Send all documents in digital format for processing. 1. Provide all information requested. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Submit all documents in Portable Document Format (PDF) as required by Section 0133 00 "Document Management." Provide color PDF documents where color is required to interpret the Product Data. 3. Submit each specific product, class of material, or equipment system separately so these can be tracked and processed independently. Do not submit Product Data for more than one system in the same Submittal. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Product Data. a. Use terms and symbols in Product Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Product Data. C. Provide a legend for symbols used on Product Data. 6. Mark Product Data to reference: a. Related Specification Sections; b. Drawing number and detail designation; C. Equipment designation or name; d. Schedule references; e. System into which the product is incorporated; and f. Location where the product is incorporated into the Project. Product Data 01 33 03 - 4 LUB22311— Blue Sky Lateral B. Complete the certification required by Paragraph 1.03.F. 1.09 CONSTRUCTION MANAGER AND DESIGN PROFESSIONAL RESPONSIBILITIES A. Product Data will be received by the Construction Manager, logged, and provided to Owner as the Project record. 1. Product Data may be reviewed to see that the information provided is adequate for the purpose intended. Product Data not meeting the requirements of Paragraph 1.02 may not be approved. 2. Product Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Product Data. Contract modifications can only be approved by a Change Order or Field Order. B. Construction Manager may take the following action in processing Product Data: 1. File Product Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be marked "Filed as Received" and "Documents Filed." No further action is required on that Product Data. 2. Not approve the Product Data for one of the following reasons: The documentation requirements of the Contract Documents indicate that the document submitted as Product Data should have been submitted as a Shop Drawing. The Product Data will be marked "Not Approved" and "Submit as Shop Drawing." No further action is required on this document as Product Data and the Product Data process will be closed. Resubmit the document as a Shop Drawing per Section 0133 02 "Shop Drawings." The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Product Data will be marked "Not Approved" and "Revise and Resubmit." Contractor is to resubmit the Product Data until it is acceptable and marked "Filed as Received." When Product Data is filed, no further action is required and the Product Data process will be closed. The Product Data is not required by the Contract Documents nor is applicable to the Project. The Product Data will be marked "Not Approved" and "Cancelled." No further action is required and the Product Data process will be closed. C. Contractor is to resubmit the Product Data until it is acceptable and marked "Filed as Received." PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Product Data 01 33 03 - 5 LUB22311— Blue Sky Lateral 01 33 05 CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.01 SUMMARY A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide Progress Schedule in adequate detail to allow Owner to monitor progress and to relate submittal processing to sequential activities of the Work. C. Incorporate Contract Milestones into the schedule and show activities leading to achievement of these milestones. D. Assume complete responsibility for maintaining the progress of the Work per the Progress Schedule submitted. 1.02 DOCUMENTATION A. Submit the schedules to the Construction Manager. Send all documents in digital format for processing. B. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. C. Provide schedules, schedule updates and revisions to the Construction Manager in electronic format in its originating software and in Portable Document Format (PDF) as required by Section 0133 00 "Document Management." D. Submit a preliminary Progress Schedule at the pre -construction conference. E. Submit a detailed Progress Schedule at least 10 days prior to the first payment request. F. Submit Progress Schedule updates monthly within 10 days after submitting Applications for Payment to indicate the progress made on the Project to the closing date for the Application for Payment. Failure to submit Progress Schedules will cause delay in the review and approval of subsequent Applications for Payment. 1.03 PROGRESS SCHEDULE REQUIREMENTS A. Progress Schedule is to be in adequate detail to: 1. Ensure adequate planning, scheduling, and reporting during the execution of the Work; 2. Ensure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Monitor the progress of the Work; and 4. Evaluate the impact of proposed changes to the Contract Times and Project Schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the Progress Schedule using acceptable scheduling software. Construction Progress Schedule 0133 05 -1 LUB22311— Blue Sky Lateral C. Provide the Progress Schedule in the form of a computer -generated critical path schedule which includes Work to be performed on the Project. It is intended that the Progress Schedule accomplish the following: 1. Give early warning of delays in time for correction. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revised when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Provide a time -scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; and production rates used to determine the duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. E. Provide a Progress Schedule for Submittals: 1. Indicate the specific dates each document is to be delivered to the Construction Manager. 2. Allow a reasonable time to review each document, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 3. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for at least a second review. 4. Assume a 14-day review cycle for each time a Shop Drawing is submitted for review unless a longer period is indicated in the Contract Documents or provided by the Construction Manager. 5. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet specification requirements. Construction Progress Schedule 0133 05 - 2 LUB22311— Blue Sky Lateral 1.04 PROGRESS SCHEDULE REVISIONS A. Revise the Progress Schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a Plan of Action for schedule recovery if the Progress Schedule or earned value analysis indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised Progress Schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the Progress Schedule to indicate any adjustments in Contract Times approved by a Modification. 1. Include a revised Progress Schedule with Change Proposals if a change in Contract Times is requested. 2. Construction Manager will deem any Change Proposal that does not have a revised Progress Schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Progress Schedule to reflect actual progress is not considered a revision to the schedule. D. Applications for Payment will not be recommended for payment without a revised Progress Schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. 1.06 MODIFICATION OF CONTRACT TIMES A. Contract Times cannot be changed by the submission of a Progress Schedule. Contract Times can only be modified by a Change Order or Contract Amendment. B. Submit a Change Proposal for any proposed change in Contract Times, and include justification for the change in accordance with the provisions of the Contract Documents. Construction Progress Schedule 0133 05 - 3 LUB22311— Blue Sky Lateral 1.07 NEAR -TERM LOOK AHEAD SCHEDULES A. Provide a near -term look ahead schedule (NTLA Schedule) every 30 days, typically at periodic coordination meetings, using the form provided by the Construction Manager which shows the days of planned activity for the following: 1. Submittals to be provided and day of anticipated return; 2. Equipment and material deliveries; 3. Arrival and departure of key construction equipment; and 4. Activities for the Contractor and each Subcontractor. B. Coordinate NTLA Schedule with Project Schedule. Submit a report with each NTLA Schedule identifying deviations from the Project Schedule. C. Submit a report of near -term work planned in the previous NTLA Schedule that was delayed or not executed by marking actual activity on the previous near term look ahead schedule. Provide explanation of why planned work was not executed and plan to execute in the future and regain time lost. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 0133 05 - 4 LUB22311— Blue Sky Lateral 01 33 06 GRAPHIC DOCUMENTATION PART 1 - GENERAL 1.01 SUMMARY A. Provide aerial photographs of the completed Project. Include one photograph for each storm sewer line of the Project with adequate overlap to provide a continuous photograph of the Project without gaps. Each photograph should be taken from approximately the same distance above ground and that the same angle to provide a consistent perspective. B. Provide a video recording of the Site. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including streets, curbs and gutter, utilities, driveways, fencing, landscaping, etc., prior to the beginning of construction. Record after construction staking is complete but prior to any clearing. Provide one copy of the dated and labeled recording to the Construction Manager before the start of construction. Provide additional recording as directed by the Construction Manager if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. 2. Provide a video recording of the completed Project. Make the recording from approximately the same distance above ground and that the same angle to provide a consistent perspective. Record the Project while flying the same direction for all segments. Format must allow photographic still shots to be extracted from the video recording. C. All photographs and video recordings are to become the property of the Owner. Photographs or recordings may not be used for public or private publication or display without the written consent of the Owner. 1.02 DOCUMENTATION A. Submit photographic documentation and two DVDs of the video recording in accordance with Section 0133 00 "Document Management." 1.03 QUALITY ASSURANCE A. Provide clear photographs and video recordings taken with proper exposure. View photographs and video recordings in the field and take new photographs or video recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. PART 2 - PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280x960, accomplished without a digital zoom. Graphic Documentation 01 33 06 -1 LUB22311— Blue Sky Lateral B. Take photographs at locations acceptable to the Construction Manager. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Name of the Project. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-inch x 10-inch glossy color prints for each of the 10 photographs selected by the Construction Manager. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide video recordings in digital format on a DVD that can be played with Windows Media Player in common format in full screen mode without loss of resolution. B. Identify Project on video by audio or visual means. C. Provide video with file size that does not exceed 1 GB. D. Provide video resolution of at least 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest; do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. Label the DVD with construction stationing. Stationing is to be annotated in the video. G. The entire construction area recording must be submitted at once. Sections submitted separately will not be accepted. H. Linear projects should be recorded linearly from beginning to end. PART 3 - EXECUTION (NOT USED) END OF SECTION Graphic Documentation 01 33 06 - 2 LUB22311— Blue Sky Lateral 014000 QUALITY MANAGEMENT PART 1 - GENERAL 1.01 OVERVIEW A. Quality management refers to the overall process of delivering a completed Project to the Owner that complies with the requirements of the Contract Documents. Quality management applies to documentation, products, services and the Work. B. The Contractor is responsible for the quality of documentation, products, services and the Work provided. 1. Contractor is to integrate quality control procedures into the execution of the Work that are adequate to produce a Project that meets the requirements of the Contract Documents while minimizing loss of time and increased cost. Contractor is solely responsible for time and cost impacts of correcting Defective Work. 2. Contractor is to provide all testing and inspection required to control the quality of the Work in progress to determine that completed Work will comply with the requirements of the Contract Documents. Contractor is to provide verification or acceptance testing as required by the Contract Documents to demonstrate that the completed Work complies with the requirements of the Contract Documents, except for those test that the OPT has determined are to be conducted independent of the Contractor and identified as OPT testing in the Owner's Quality Management Plan. 1.02 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Transportation, ASTM International (American Society for Testing and Materials), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.03 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of ensuring compliance with the Contract Documents. Submit this plan as Product Data per Section 01 31 13 "Project Coordination." 2. A statement of qualifications for any proposed testing laboratory that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be Quality Management 0140 00 -1 LUB22311— Blue Sky Lateral performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that the proposed products comply with the Contract Documents or indicate that the proposed products do not comply with the Contract Documents and why those products do not comply. Submit Certified Test Reports as part of a Shop Drawing submitted per Section 0133 02 "Shop Drawings." 4. Certified Test Reports for inspections and testing required in this Section and in other Sections of the Specifications. Provide reports to indicate that the Work complies with the Contract Documents or indicate that the Work does not comply with the Contract Documents and why the Work does not comply. Submit these test reports on forms provided by the Construction Manager per Section 0133 00 "Document Management." 5. Certified Test Reports of Defective Work and Certified Test Reports documenting that successful corrective action has produced Work that complies with the Contract Documents. Construction Manager will maintain a Defective Work register. Progress on correction of Defective Work will be discussed at progress meetings as described in Paragraph 1.05.E. The final Defective Work register will be incorporated into closeout documentation required per Section 0170 00 "Execution and Closeout Requirements" as a record that all Defective Work has been corrected. 1.04 OWNER'S QUALITY MANAGEMENT ACTIVITIES A. OPT may perform its own verification testing independent of the Contractor. Owner's Quality Management Plan describes the OPT's anticipated verification testing program for this Project. The preliminary testing plan is shown in Paragraph 3.05. This plan outlines the anticipated testing in general terms and may not reflect the actual testing performed by the OPT. Actual testing will depend on the Contractor's means, methods, and procedures of construction which will not be known until the Contractor submits the Contractor's Quality Control Plan (CQCP) to the OPT. There is no guarantee that all testing in the preliminary OQMP included in the Bidding/Proposal Documents will be performed by the OPT. Contractor will arrange and pay for all production control testing deemed necessary by the Contractor to produce quality results. B. Quality management activities of the OPT are for verifying the results of the Contractor's Work complies with the requirements of the Contract Documents. Performance or non- performance of verification activities by the OPT: 1. Does not relieve the Contractor of its responsibility to provide Work and furnish products that comply with the requirements of the Contract Documents; 2. Does not relieve the Contractor of its responsibility to provide adequate quality control measures to produce quality documents, products, services or Work; 3. Does not relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; and 4. Does not affect the continuing rights of the Owner after OPT's acceptance of the completed Work. Quality Management 0140 00 - 2 LUB22311— Blue Sky Lateral C. The Work is subject to OPT's observations or testing at any time. Products which have been tested or inspected and accepted by the OPT at a supply source or staging area may be inspected or tested again by the OPT before, during, or after incorporation into the Work and rejected if products do not comply with the Contract Documents. Verification testing performed by the OPT will be paid for by the Owner, except for testing related to Defective Work as discussed in Paragraph 3.03. 1.05 CONTRACTOR'S RESPONSIBILITIES A. Review the OQMP and provide a Contractor's Quality Control Plan (CQCP) outlining testing to be provided by the Contractor per Paragraph 1.07. B. Implement the CQCP to provide Work that complies with the requirements of the Contract Documents. 1. Provide quality documents meeting the requirements of the Contract Documents. 2. Provide services meeting the requirements of the Contract Documents. 3. Provide the services of a Construction Materials Inspection and Testing (CMIT) provider meeting the requirements of this Section to provide testing required by the Contract Documents to demonstrate that products proposed for the Project in Shop Drawings and Product Data fully comply with the Contract Documents. 4. Inspect and test products to be incorporated into the Project to identify defects before installing them. Do not install Defective products. Conspicuously mark Defective products and remove from the Site. If products are installed before the defect is recognized, remove the Defective products, mark them as Defective and remove them from the Site when the defect is recognized. 5. Integrate production quality control measures into construction activities to produce Work meeting the requirements of the Contract Documents. Inspect self -performed Work and the Work of Subcontractors and Suppliers to identify defects. Correct or replace Defective Work. 6. Provide facilities, equipment, and Samples required for inspections and tests. a. Give the Construction Manager adequate notice before proceeding with Work that would interfere with inspections or testing. b. Notify the Construction Manager and CMIT provider prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be performed. C. Do not proceed with Work that would impact the ability to correct defects, or with Work that would require that it be removed to correct defects, until testing is complete, and test results indicate that the corrected Work is acceptable. d. Provide safe access for all CMIT activities, including those to be conducted as part of the Owner's Quality Management Program. e. Cooperate fully with the performance of sampling, inspection, and testing. Provide personnel to assist with sampling or to assist in making inspections and field tests. Quality Management 0140 00 - 3 LUB22311— Blue Sky Lateral Provide Samples and products in adequate quantities for testing at the Site or at the production source of the product for testing. g. Provide facilities required to store and cure test Samples. Provide calibrated scales and measuring devices for OPT's use in performing inspections and testing. Provide adequate lighting to allow OPT observations. Make Contract Documents available to testing agencies when requested. C. Perform tests as indicated in Contract Documents. All verification testing is to be observed by the Construction Manager or its designated representative. D. Submit test reports to the Construction Manager. E. Provide an update on quality control activities performed the previous month and planned for the coming month at monthly progress meetings required by Section 01 31 13 "Project Coordination." F. Determine testing or inspections required to implement the CQCP. Include costs for additional testing and inspections required to meet Contractor's quality control obligations in the Contract Price. 1.06 CONTRACTOR'S QUALITY CONTROL MANAGER A. Provide a Quality Control Manager for the Project. The Quality Control Manager must have authority to reject Defective Work, redirect the efforts of the Contractor, Subcontractor and Suppliers to correct Defective Work and implement steps to prevent future Defective Work. B. The resident superintendent or an approved assistant can serve as Quality Control Manager, provided other duties will allow adequate time to serve in this capacity. 1.07 CONTRACTOR'S QUALITY CONTROL PLAN A. Provide a CQCP that describes testing and inspections for Work performed at the Site and at remote locations. Include Work by Subcontractors and Suppliers. The CQCP is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager.; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: Name of tests to be performed, Specification paragraph requiring test, Quality Management 0140 00 - 4 LUB22311— Blue Sky Lateral C. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Incorporate the testing specified in the OQMP into the CQCP, specifically identifying the tests or inspections that will be provided by the OQMP; 7. Procedures for tracking and documenting quality management efforts per Paragraph 1.03. 8. Reporting procedures which incorporate the use of forms provided by the Construction Manager. 9. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.03. B. Use the Contractor's Quality Control Plan Checklist provided by the Construction Manager to review the CQCP before submitting and include a copy of the completed checklist with the CQCP. Do not begin Work until the CQCP is accepted. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to submitting the complete CQCP for the Project. Do not begin Work on other parts of the Project until the complete CQCP is accepted. C. Meet with the OPT 7 days after CQCP is submitted and before start of construction to discuss the CQCP. D. Notify the Construction Manager of any changes to the CQCP or quality control personnel. 1.08 CONTRACTOR'S USE OF OWNER'S TEST REPORTS A. Contractor will receive copies of all test reports documenting Owner's verification tests. Contractor is entitled to rely on the accuracy of these tests results and use these as part of its quality control efforts. B. Contractor may submit a Change Proposal if the Owner's testing program deviates significantly from the OQMP. Contractor must demonstrate that actual testing and inspection costs were incurred implementing the CQCP as a result of OPT's decision to not provide testing described in the OQMP. 1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. Quality Management 0140 00 - 5 LUB22311— Blue Sky Lateral 1.10 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT using the process directed by the Construction Manager. These reports must include the following: a. Name of the Owner, Project title and number, and name of the Contractor; b. Name, address, and telephone number of the laboratory; C. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors, or Suppliers on the as directed by the Construction Manager. 3. OPT will prepare test reports on tests performed by the OPT. B. Submit test reports as directed by the Construction Manager within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. Notify the Construction Manager using acceptable means other than the test report, immediately of any test that fails to comply with the Contract Documents. 1.11 DELIVERY, STORAGE, AND HANDLING A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, and processing test specimens as required by test standards to maintain the integrity of Samples. Transport test specimens in a manner to prevent damage to specimens while in transit. PART 2 - PRODUCTS 2.01 TESTING APPARATUS A. Furnish testing apparatus and related accessories necessary to perform the tests. Quality Management 0140 00 - 6 LUB22311— Blue Sky Lateral 2.02 SAMPLE PRODUCTS A. Provide Samples of products in adequate quantity for testing. PART 3 - EXECUTION 3.01 IMPLEMENTING CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Include the following phases for each definable work task. A definable work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable work task: Review the Contract Documents. Review documents the Contractor will submit and determine that they are complete in accordance with the Contract Documents. C. Check to ensure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to ensure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and sample Work to ensure that they are on hand, conform to Contract Documents, Shop Drawings and Product Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the work task. Check that the portion of the plan for the Work to be performed incorporates document review comments. Discuss results of planning phase with the Construction Manager. Conduct a meeting attended by the Construction Manager, Quality Control Manager, superintendent, other quality control personnel as applicable, and the foreman responsible for the work task. Instruct applicable workers as to the acceptable level of workmanship required to meet the requirements of the Contract Documents. Document the results of the planning phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management 0140 00 - 7 LUB22311— Blue Sky Lateral 2. Work Phase: Complete this phase after the planning phase: a. Notify the Construction Manager at least 1 week in advance of beginning the Work and discuss the review of the planning phase effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the work phase for each new crew to work on -site, or any time acceptable specified quality standards are not being met. 3. Follow -Up Phase: Perform daily checks to ensure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all defects prior to the start of additional work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. C. Conduct a review of the Work at least 1 month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and work phases if: 1. The quality of on -going Work is unacceptable; 2. Changes are made in applicable quality control staff, on -site production supervision, or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. 3.02 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the Construction Manager why the Work is not to be corrected immediately and when corrective action will be completed. B. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all costs associated with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. C. Document Defective Work, corrective actions taken to correct defects and that corrected Work complies with the Contract Documents. D. Implement countermeasures to prevent future Defective Work. Quality Management 0140 00 - 8 LUB22311— Blue Sky Lateral No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. Owner will withhold payment for Defective Work or Work that has not been tested or inspected in accordance with the CQCP, OQCP, or the Contract Documents. 3.03 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on corrected Work when corrective action is complete to demonstrate that the corrected Work complies with the Contract Documents. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. Document that Defective Work has been corrected with the Construction Manager. B. Pay for verification testing until Work meets quality requirement set forth in the Contract Documents. OPT may perform verification testing as part of its Quality Management Program and impose a Set-off to recover the cost for this testing. 3.04 OWNER'S PRELIMINARY QUALITY CONTROL PLAN Spec. Test / Frequency OPT or Section Contractor Compressive strength. One set of three cylinders for each concrete 03 30 00 placement with one additional set of cylinders for each 50 yards in a OPT single placement. All Pipes Pressure and leakage test (entire pipeline) Contractor All Pipes Internal deflection testing of pipelines Contractor Density and Moisture. One test per 12" lift for every 200 linear feet 3123 33 of trench. OPT Factory witness testing OPT Density and Moisture. Subgrade and base — one test for every 300 COL Ch. 8 OPT linear feet of trench. COL Ch. 8 Density. HMAC — one test every 300 linear feet of trench. OPT END OF SECTION Quality Management 0140 00 - 9 LUB22311— Blue Sky Lateral 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.01 SUMMARY A. Provide temporary facilities, including OPT's field office, Contractor's field offices, storage sheds, workshops, and other facilities needed to complete the Work. B. Provide temporary utilities needed to support the operation of the facilities and construction activities. C. Provide and maintain temporary project identification signs for Owner and Texas Water Development Board. D. Provide temporary informational signs to identify key elements of construction and direct the flow of traffic. E. Provide a weatherproof kiosk for display of permits and other notices required by Laws and Regulations. 1.02 DOCUMENTATION A. Submit a Shop Drawing, in accordance with Section 0133 02 "Shop Drawings," showing a scaled office floor plan prior to installation of OPT's field office. Include details for: 1. Telephone equipment; 2. Internet equipment; 3. Computer equipment; 4. Security/alarm systems; and 5. Office furniture and appliances. 1.03 QUALITY ASSURANCE A. Inspect and test each utility before using facilities. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use of facilities. 1.04 DELIVERY, STORAGE, AND HANDLING A. Transport, unload, and set up all temporary buildings and utilities 1.05 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Provide Contractor's temporary facilities and utilities in time to avoid delays in the performance of the Work. Temporary Facilities and Controls 0150 00 -1 LUB22311— Blue Sky Lateral D. Provide OPT's field office, complete and ready for occupancy, and use no later than 7 days after the Notice to Proceed. Applications for Payment will not be processed until OPT's field office facilities are completed and approved. E. Provide and maintain temporary facilities and utilities. F. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on utilities to operate within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain site security and protection of the facilities. G. Remove temporary facilities and utilities when construction is complete and removal is approved by the Construction Manager. PART 2 - PRODUCTS 2.01 SIGN MATERIALS A. Provide wood or metal signs in sound condition, structurally adequate to withstand wind and weather. B. Provide 3/4-inch exterior grade A/D face veneer plywood with medium density overlay for sign surface. C. Provide galvanized or stainless steel bolts, brackets, fasteners, and other hardware. D. Provide exterior quality coatings. 2.02 OPT FIELD OFFICES A. Provide and continuously maintain OPT's field office separate from Contractor's field office. Provide an office with a minimum nominal size of 24 feet by 60 feet. 1. Office and/or materials of construction may be new or slightly used but must be serviceable, adequate for the intended purpose, acceptable to the Construction Manager, and must not violate codes or regulations. 2. Offices are to be structurally sound, weather -tight, insulated and have floor raised above the ground. Brace and anchor offices to prevent movement. 3. Skirt around perimeter of structures with the same material as structure siding. 4. Divide the office into four separate spaces (four offices, restroom, and conference). Provide two 12-foot by 12-foot offices at both ends with full height walls and interior 3-foot by 6-foot-8-inch doors. 5. Provide an ADA compliant restroom with door in the center section of the office. 6. Provide vinyl or VCT the on floors. 7. Provide burglar bar security on doors and windows. 8. Provide outside doors with padlocks and door locks. Temporary Facilities and Controls 0150 00 - 2 LUB22311— Blue Sky Lateral 9. Provide operable, screened windows with locks. 10. Provide Venetian type window blinds. 11. Provide mounted boot brush / cleaner / scraper on porch at entrances. B. Construct a wood porch with steps and a covered overhang at doors that ensures that rain will be completely diverted from doors. Provide wooden railing around porch and on the steps. C. Provide electricity to the field office adequate to power equipment, appliances, and heating and cooling systems. 1. Provide sufficient lighting for office environment using fluorescent light fixtures with lenses energized by wall switches. Provide separate switches just inside exterior doors for the main area, inside of offices and inside the restroom. 2. Provide outside security lighting. 3. Provide three duplex receptacles in each office and five duplex receptacles in remainder of building at locations designated by Construction Manager. D. Provide an electric heating and cooling system for the field office capable of maintaining the following conditions: 1. Heat to a minimum of 75 deg. F inside when outside temperatures are 10 deg. F. 2. Cool to a minimum 72 deg. F inside temperature when outside temperatures are 105 deg. F. 3. Maintain relative humidity between 48 to 54 percent. E. Provide fully plumbed indoor restroom with flush toilet, sink, hot water, mirror, and storage cabinet for paper goods. Connect fixtures to complete potable water, sanitary, and vent systems. F. Provide an electric water cooler and a supply of bottled water. G. Provide furnishings at the field office as follows: Qty. Furnishing 2 2'-6" x 5'-0" office desks with credenzas 2 Fabric covered cushioned arm chairs with swivel/tilt/roll capabilities 20 Folding chairs (Lifetime Commercial Grade white granite) 5 3'-0" x 8'-0" folding tables (Lifetime Commercial Grade white granite) 2 Legal size, four -drawer metal filing cabinets 2 6" X 48" x 12" book shelves 1 Full-size drafting/plan table 4 Plastic waste cans for each office 2 Large waste cans for open area and restroom H. Provide two separate outside telephone lines. Provide long distance calling service for OPT's field office for the duration of the Project. Pay for OPT's monthly long distance charges of up to $100 per month. Provide an exterior telephone bell to indicate incoming Temporary Facilities and Controls 0150 00 - 3 LUB22311— Blue Sky Lateral calls. Location of phone outlets (minimum of six) is to be determined by Construction Manager. Provide four telephones equipped with the following features: 1. "Hold" button; 2. Ability to transfer calls between each phone; 3. Ability to roll incoming calls to available open lines; 4. Lighted buttons to indicate lines in use or on hold; 5. Built-in speaker phone; 6. Caller ID; 7. Call forwarding; 8. Voice mail; and 9. Call waiting. I. Provide analog teleconference speaker phone with two extended microphones. J. Provide internet service at the field office with the following features: 1. Minimum 10 Mbps download, 3 Mbps upload speed; 2. Maximum file transfer size of 100 MB; and 3. Unlimited email/storage size. K. Provide wireless router for internet services with adequate range to reach all areas of the office. L. Provide four new desktop computers systems at the field office as follows: 1. Pentium Dual -Core Processor 4.2 GHz minimum. 2. Wireless mouse. 3. Wireless 104-key keyboard. 4. 4 GB DDR2 800 MHz SDRAM (2 DIMMS). 5. 10BaseT/100BaseTX Mbps High Speed Ethernet Connection PCI LAN Card. 6. Two 27-inch widescreen LCD Monitors for each computer. a. Resolution 1920 x 1200 at 60 Hertz with 1000:1 contrast ratio. b. Anti -glare, anti -static screen. C. Super VGA video board with 256 MB RAM. 7. Minimum of four USB 2.0 connections, two USB 3.0 connections and two DVI-I Video Connection or appropriate splitter cable to allow concurrent use of both monitors. 8. 16X DVD+/-R/RW Drive. 9. 500 GB 7200 RPM SATA Hard Drive. 10. Windows 10 or latest version installed and on CD ROM. 11. Microsoft Office 2010 Ultimate or latest version. Temporary Facilities and Controls 0150 00 - 4 LUB22311— Blue Sky Lateral 12. Bluebeam PDF Review Version 15 or latest. M. Provide color copier with the following capabilities: 1. Provide service and maintenance agreement throughout the Project. Provide toner, paper supply for the duration of the Project, and other supplies as needed to operate the copier. 2. Ability to scan to email/file/folder. 3. Ability to print, sort and collate. 4. Produce up to 45 copies per minute in black and white. 5. Ability to scan and print in black and white, grayscale, or color. 6. Ability to auto feed and auto duplex. 7. Provide a minimum of two paper trays with 500-sheet capacity. 8. Reduction and enlargement capability with range from 25 to 400 percent. 9. Ability to scan, copy, and print up to 11 x 17 format. N. Provide external hard drive with the following capabilities: 1. Dual drive storage system with mirroring. 2. 2 terabyte total capacity with 1 TB capacity in RAID configuration. 3. Provides automatic data backup software. 4. USB 3.0 Connection with serial bus. O. One projector capable of displaying a computer image 5 feet by 3 feet and projector screen. P. Provide a fire extinguisher and commercially serviced first aid kit. Q. Furnish a microwave unit with a minimum cooking volume of 1.5 cubic feet. R. Furnish a refrigerator/freezer with minimum storage capacity of 3.5 cubic feet. S. Provide a digital camera with 40X zoom lens capable of taking photographs at 20 MP minimum. Camera should provide date stamp capability. Provide camera accessories including battery charger and leather carrying case. T. Furnish and maintain office supply stock, including but not limited to, pens, pencils, markers, staples, notepads, paper, posted notes, CD-WR computer disks, file folders, paper clips, binder clips, etc., for duration of Project. Pay for OPT's office supply purchases up to $50 per month. U. Field office and furniture will remain the property of the Contractor. Computer equipment must be turned over to the Owner at the end of the Project. V. Provide access to reserved parking spaces for six vehicles adjacent to the OPT's field offices. Provide a durable parking area surface to prevent erosion, mud, dust, or rutting caused by vehicles. Provide a minimum of 4 inches of flexible crushed limestone base material. Temporary Facilities and Controls 0150 00 - 5 LUB22311— Blue Sky Lateral 2.03 CONTRACTOR'S FIELD OFFICE A. Furnish a field office of adequate size for Contractor's use. B. Subcontractors may provide their own field offices only when space is available on the Site and the OPT agrees to its size, condition, and location. 2.04 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.05 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site for the entire duration of the Project. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations so that no point at the Site will be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.06 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.07 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and startup of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the Construction Manager for approval prior to installation. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide temporary water. Provide telephone service to the Site and install telephones inside the Contractor's and OPT's field offices. B. Provide power for construction and storage. Provide power to energize space heaters for stored electrical equipment. Temporary Facilities and Controls 0150 00 - 6 LUB22311— Blue Sky Lateral 2.08 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. 2.09 TEMPORARY FENCE A. The primary purpose of the temporary fence is to prevent accidental or casual entry of pedestrians and animals into the work site excavations B. Temporary fence can be a ground driven installation, wherein the line, corner and pull posts are driven into the soil, or the temporary fence can be interlocking portable panels with the panels consisting of an interlocking steel pipe frame with fence fabric attached to each panel's steel frame work. C. Ground Driven Installation: Minimum 2-inch, 12-gauge, galvanized steel, chain -link fabric fencing; minimum six feet in height, with minimum 1-5/8-inch-OD galvanized line posts. Provide and install corner and pull posts of minimum 2-3/8-inch-OD galvanized steel. Space line posts no further than 20 feet apart, with intermediate pull posts as necessary to accommodate fabric or wire stretch tension. Drive posts into ground no less than 24 inches, or deeper if necessary, to accommodate fabric stretch tension. Stretch fence fabric sufficiently taut, or reduce line post spacing, to prevent more than six inches deflection in the fabric, at the mid -point between line posts, when pushed by hand at the bottom edge and/or top edge of the fabric. Alternatively, provide taut bottom wire and taut top wire, both wires threaded through the fence fabric openings. Apply tension to both wires sufficiently to meet the fabric deflection test above. Attach fabric to posts with wire ties of not less than 10 gauge diameter on not more than a two -foot spacing on each post. Use tension bars as, or if, necessary for the end, corner and pull posts. In lieu of the 1-5/8-inch- OD line posts and 2-3/8 inch OD corner and pull posts specified above, at the Contractor's option, full height to top -of -fence steel T posts may be used in conjunction with twisted wire ties or prefabricated wire clips to attach the fabric to the posts. Drive T posts into the ground a minimum of 12 inches, or greater if necessary, to bury the stabilizer flange on the T post, and reduce line post spacing to no more than 15 feet. The fabric deflection test still applies where T posts are used. Should the T posts show distress, such as leaning or pull- out, when under tension from the fabric, or tension from the top and bottom wires, then T posts shall be discontinued for use as pull and corner posts. D. Portable Panel Installation: Minimum 2-inch, 12-gauge, galvanized steel, chain -link fabric fencing; minimum six feet in height, attached to a tubular frame with the pipe or frame consisting of minimum 1-5/8-inch-OD standard weight pipe. Pipe may be black, painted or galvanized. Nominal panel size should not exceed 7 feet in overall outside dimension in height and 21 feet in overall outside dimension in length. Attach fabric at each corner to both the horizontal and vertical pipe frame rails with not less than 10 gauge wire ties. Circular steel bolted or screwed clamps may be used in lieu of wire ties. On the vertical rails, additionally attach fabric with 10-gaugewire ties or specified steel clamps at not greater than 18-inch spacing. On the top and bottom horizontal rails, attach fabric as specified on not greater than 30-inch spacing. Each panel shall positively and firmly interlock at its ends, when set in position, with each adjacent end panel. Wire ties are not Temporary Facilities and Controls 0150 00 - 7 LUB22311— Blue Sky Lateral permissible to join panels to one another. Each panel shall be equipped with not less than two support bases that will support the panel in the vertical position in a stable manner, taking the region's winds into account, and which will prevent a person from simply pushing the panel over onto the ground. Steel T posts as specified in item 3 above may be used to supplement the erected stability of the panels. Maximum space between the bottom of fence and underlying ground or pavement surface is not to exceed 2-1/2 inches. PART 3 - EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the Construction Manager. Construct and install signs at locations approved by the Construction Manager. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION SIGNS A. Arrange for a professional sign painter to paint and erect a sign for the Site in accordance with the sign information provided in the Contract Documents or provided by Owner and Texas Water Development Board Sign will include identification of the OPT and Contractor (including appropriate logos, as required) and other Project information as determined by the Construction Manager. Paint sign on a 4-foot by 8-foot by 3/4-inch exterior grade plywood board. Frame plywood with 2 x 4 wood frame and mount on not less than two 4 x 4 posts. House plywood board in a channel routed 1/2 inch deep in the 2 x 4 frame. Shoulder, glue, and screw corners. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide exterior security lighting. C. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. D. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a chain -link construction fence around the Site and off -site storage yards. Fence must be a minimum 6 feet high. Provide gates with padlocks. Temporary Facilities and Controls 0150 00 - 8 LUB22311— Blue Sky Lateral 3.06 SITE SECURITY INSTALLATION A. Site Enclosure Fence 1. When excavation begins for corrective earthwork, storm sewer pipelines, potable water pipelines, or other utilities, install enclosure fence meeting the requirements of paragraph 2.1.0 of this specification around open excavations. 2. The enclosure fence shall be equipped with at least one lockable entrance gate. 3. Locate where determined sufficient to accommodate construction operations and exclude people, dogs and other animals from easily entering the site except by entrance gate. Entrance gate to be locked when site is unattended by Contractor personnel. 4. Enclosure fence shall be in place and secure when site is unattended by Contractor personnel, whether at night, holidays, weekends, or other times the site is unattended. 5. The enclosure fence may be removed to accommodate construction forces and then re -installed prior to Contractor forces leaving the site (as an example: remove fence in the morning to allow work to continue, then erect in the evening prior to leaving the site). 6. Enclosure fence is not required to be in place while Contractor personnel are on site working and can control entry to the site. 7. Enclosure fence is required, when the work site is unattended, around excavations that extend below the roadway subgrade elevation more than 2 feet or excavations that have vertical excavation walls. Roadway subgrade elevation for this purpose is the finished surface against which concrete, flexible base, asphalt stabilized base, or other paving materials will be placed. Subgrade definition for unpaved reaches that will remain unpaved is defined as the natural ground surface. 8. Enclosure fence shall be maintained in good condition, and damage from vandalism, equipment, handling, or deterioration shall be remedied by repair or replacement. 3.07 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished condition in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove project identification signs, framing, supports, and foundations upon completion of the Project. 3.08 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. Temporary Facilities and Controls 0150 00 - 9 LUB22311— Blue Sky Lateral D. Service, maintain, and replace, if necessary, the field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls 0150 00 -10 LUB22311— Blue Sky Lateral 01 57 00 TEMPORARY CONTROLS PART 1 - GENERAL 1.01 SUMMARY A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing, and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. 1.02 DOCUMENTATION A. Provide Shop Drawings in accordance with Section 0133 02 "Shop Drawings." B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Product Data in accordance with Section 01 31 13 "Project Coordination." 1.03 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.04 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off -site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off -site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. Temporary Controls 01 57 00 -1 LUB22311— Blue Sky Lateral 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or contaminated soil is considered contaminated. Do not allow contaminated water to enter streams or water courses, leave the Site in a non -contained form, or enter non - contaminated areas of the Site. 1. Construct temporary holding ponds or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 2. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.05 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property as Product Data per Section 01 31 13 "Project Coordination." Obtain approval of the OPT if this disposal impacts the use of Site or other easements. 1.06 AIR POLLUTION CONTROL A. Air Pollution Watch Days: 1. Air Pollution Watch Days (APWD) may occur in the following times: Typical Ozone Season: May 1 through October 31. Critical Emission Time: 6:00 a.m. to 10:00 a.m. 2. Watch Days: State or local environmental regulatory agencies, in coordination with the National Weather Service, may designate the following day as an APWD by 3:00 p.m. on the prior afternoon. Begin work after 10:00 a.m. on designated APWD if work requires the use of heavy construction equipment for run times in excess of 1 hour prior to 10:00 a.m. Heavy construction equipment may be used prior to 10:00 a.m. if equipment is certified by EPA as "Low Emitting" or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. B. Obtain air permit for construction activities per requirements of Laws and Regulations. 1.07 TEMPORARY STORMWATER POLLUTION CONTROL A. Provide temporary stormwater pollution control per Section 0157 23 "Temporary Stormwater Pollution Control." Temporary Controls 01 57 00 - 2 LUB22311— Blue Sky Lateral 1.08 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the Construction Manager and to match surrounding material at the conclusion of the Work. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. PART 3 - EXECUTION 3.01 CONSTRUCTING, MAINTAINING, AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable or in accordance with the requirements of the Contract Documents. C. Remove temporary control when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 01 57 00 - 3 LUB22311— Blue Sky Lateral 01 57 23 TEMPORARY STORMWATER POLLUTION CONTROL PART 1 - GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment, and incidentals necessary to provide stormwater pollution prevention for the duration of the construction period including furnishing, installing, and maintaining erosion and sediment control structures and procedures and properly removing the features when no longer required. B. Develop, implement, and maintain a stormwater pollution prevention plan (SWPPP) in compliance with local, state, and federal Laws and Regulations. Provide preventive measures to keep sediment and other pollutants from the construction activity from entering any stormwater system, including open channels. C. Comply with the Texas Commission on Environmental Quality General Permit, TXR150000, (General Permit) for storm water discharges from construction activities under the Texas Pollutant Discharge Elimination System (TPDES) program. D. Submit a hard copy of the SWPPP and the NOI to the City of Lubbock for review, approval, and signature before any field work is started. E. File all required legal notices and obtain required permits prior to beginning any construction activity. F. This Section provides guidelines and Best Management Practices information for the Contractor to use in adhering to all local, state, and federal environmental Laws and Regulations with respect to stormwater pollution prevention during construction activities. 1.02 DOCUMENTATION A. Documentation must be provided in accordance with Section 0133 00 "Document Management." B. Submit copies of required notices and reports to the Construction Manager as Product Data in accordance with Section 0133 03 "Product Data." Retain copies of these documents at the Site for review and inspection by the OPT or regulatory agencies at all times. C. Submit copies of required notices to local, state, and federal authorities and any other entity as required by the General Permit and applicable Laws and Regulations. D. Post a copy of required notices at the Site in a location where it is readily available for viewing by the general public and local, state, and federal authorities prior to starting construction activities and maintain the posting until completion of the construction activities. E. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP required under the General Permit. F. Provide schedules in accordance with Paragraph 3.05. Temporary Stormwater Pollution Control 0157 23 -1 LUB22311— Blue Sky Lateral 1.03 QUALITY ASSURANCE A. Comply with applicable requirements of all governing authorities having jurisdiction. The Specifications and the Drawings are not intended to be prescriptive but rather to convey the intent to provide complete slope protection, erosion control, and stormwater pollution prevention for both the Owner's property and adjacent properties. B. Perform Work to comply with "Best Practices" as established by the local agency of jurisdiction. C. Contractor must develop and implement a SWPPP in accordance with the General Permit prior to the beginning of construction activity. D. Contractor assumes solely responsible for implementing, updating, and modifying the General Permit per Laws and Regulations for the SWPPP and Best Management Practices E. Stormwater pollution prevention measures must be established prior to the beginning of construction and maintained during the entire length of construction until final stabilization has been achieved for the area protected. F. All land -disturbing activities must be planned and conducted to minimize the area to be exposed at any one time as well as time of exposure, off -site erosion, sedimentation, and adverse water quality impacts. G. Surface water runoff originating upgrade of an exposed area must be managed to minimize erosion and sediment loss during the period of exposure. H. Install measures to control both the velocity and rate of release so as to minimize erosion and sedimentation of the receiving water body (i.e. , ditch, channel, stream) in accordance with regulatory requirements and as directed by the OPT. I. Periodically clean out and dispose of all sediment and other pollutants as necessary to maintain adequate treatment capacity of each pollution control feature. Clean out and properly dispose of all sediment and other stormwater pollutants at the time of completion of the Work. 1.04 JOB CONDITIONS, CODES AND ORDINANCES A. Comply with the local codes and ordinances. If local codes and ordinances require more stringent or additional stormwater pollution prevention measures during construction beyond those required by state and federal Laws and Regulations, the Contractor must provide such measures at no additional cost. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials used for stormwater pollution prevention must meet the minimum design and specification requirements identified below for commonly used sediment loss prevention referenced from the North Central Texas Council Of Governments (NCTCOG) integrated Storm Water Management (iSWM) Design Manual for Construction. The Contractor must use appropriate control devices to protect against stormwater pollution from construction site activities. Temporary Stormwater Pollution Control 0157 23 - 2 LUB22311— Blue Sky Lateral B. Erosion control blankets (ECBs) to hold seed and soil in place until vegetation is established on disturbed areas are subject to the following design criteria: 1. The type and class of erosion control mat must be specified as appropriate for the slope of the area to be protected, the flow rate (sheet flow on cut/fill slopes) or velocity (concentrated flow in swales) of stormwater runoff in contact with the ECB, and the anticipated length of service. 2. Erosion control blankets must meet the applicable Texas Department of Transportation (TxDOT) Minimum Performance Standards for TxDOT as provided in its Erosion Control Report and/or be listed on the most current annual Approved Products List for TxDOT applicable to TxDOT Item 169 Soil Retention Blanket and its Special Provisions. C. Silt fences for perimeter controls located downstream of disturbed areas are subject to the following design criteria: 1. If 50 percent or less soil by weight passes the U.S. Standard sieve No. 200, select the apparent opening size (A.O.S.) to retain 85 percent of the soil. 2. If 85 percent or more of soil by weight passes the U.S. Standard sieve No. 200, silt fences must not be used unless the soil mass is evaluated and deemed suitable by a soil scientist or geotechnical engineer concerning the erodibility of the soil mass, dispersive characteristics, and the potential grain -size characteristics of the material that is likely to be eroded. Silt fence fabric must meet the following minimum criteria: Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation of Geotextiles, 90 pounds. Puncture Rating, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 60 pounds. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, 280 psi. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 70 (max) to No. 100 (min). Ultraviolet Resistance, ASTM D4355. Minimum 70 percent. 4. Filter stone for an overflow structure must be 1-1/2-inch washed stone containing no fine material. Angular shaped stone is preferable to rounded shaped stone. 5. Fence posts must be galvanized steel or equivalent and may be T-section or L-section, 1.3 pounds per linear foot minimum, and 4 feet in length minimum. Wood posts may be used depending on anticipated length of service and provided they are 4 feet in length minimum and have a nominal cross-section of 2 inches by 4 inches for pine or 2 inches by 2 inches for hardwoods. 6. Silt fence must be supported by galvanized steel wire fence fabric as follows: a. 4-inch by 4-inch mesh size, W1.4/1.4, minimum 14-gauge wire fence fabric; b. Hog wire, 12-gauge wire, small openings installed at bottom of silt fence; Temporary Stormwater Pollution Control 0157 23 - 3 LUB22311— Blue Sky Lateral Standard 2-inch by 2-inch chain link fence fabric; or Other welded or woven steel fabrics consisting of equal or smaller spacing as that listed herein and appropriate gauge wire to provide support. D. Inlet protection used in new developments that include new inlets or roads with new curb inlets or during repairs to existing roadways are subject to the following design criteria: 1. Filter fabric protection must be designed and maintained in a manner similar to a silt fence. 2. Where applicable, filter fabric, posts, and wire backing must meet the material requirements specified in Paragraph 2.01.C. 3. Filter gravel must be 3/4-inch washed stone containing no fines. Angular shaped stone is preferable to rounded shapes. 4. Concrete blocks must be standard 8-inch by 8-inch by 16-inch concrete masonry units. 5. When organic filter tubes are used, the designer must specify the type of material to be used (or excluded) on a particular site: Straw filter material must be Certified Weed Free Forage. The straw must be in good condition, air-dried, and not rotten or moldy. Wood chips must be 100 percent untreated chips and free of inorganic debris, such as plastic, glass, metal, etc. Wood chip size must not be smaller than 1 inch and must not exceed 3 inches in diameter. Shavings must not be more than 5 percent of the total mass. 6. Bags used to secure inlet protection devices on pavement must be filled with aggregate, filter stone, or crushed rock that is less likely than sand to be washed into an inlet if the bag is broken. Filled bags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Bags must be polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard and meet the following criteria: Greater than 300 psi Mullen Burst Strength using ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method. Greater than 70 percent UV Stability using ASTM D4355 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture, and Heat in a Xenon Arc Type Apparatus. Check dams used for long drainage swales or ditches to reduce erosive velocities are subject to the following design criteria: 1. Use geotextile filter fabric under check dams exceeding 12 inches in height. The fabric must meet the material specified for the Stone Outlet Sediment Trap discussed above. 2. Loose, unconfined soil, wood chips, compost, and other material that can float or be transported by runoff must not be used to construct check dams. 3. Sand bags must not be used for check dams, due to their propensity to break and release sand that is transported by the concentrated flow in the drainage swale or ditch. Temporary Stormwater Pollution Control 0157 23 - 4 LUB22311— Blue Sky Lateral 4. Rock Check Dams: a. Stone must be well graded with stone size ranging from 3 to 6 inches in diameter for a check dam height of 24 inches or less. b. The stone size range for check dams greater than 24 inches is 4 to 8 inches in diameter. 5. Rock Bag Check Dams Bags: a. Fill material should be pea gravel, filter stone or aggregate that is clean and free of deleterious material. b. Bag material must comply with the requirements of Inlet Protection above. 6. Sack Gabion Check Dams: a. Sack gabions must be wrapped in galvanized steel, woven wire mesh. The wire must be 20 gauge with 1-inch diameter, hexagonal openings. b. Stone must be well graded with a minimum size range from 3 to 6 inches in diameter. 7. Organic Filter Tube Check Dams: a. Filter material used within tubes to construct check dams must be limited to coir, straw, aspen fiber and other organic material with high cellulose content. b. The material should be slow to decay or leach nutrients in standing water and comply with the requirements for Inlet Protection above. F. Stabilized construction exits used for sites in which significant truck traffic occurs on a daily basis are subject to the following design criteria: 1. The construction exit material must be a minimum thickness of 6 inches. The stone or recycled concrete used must be 3 to 5 inches in size with little or no fines. 2. The geotextile fabric must meet the following minimum criteria: a. Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation of Geotextiles, 300 pounds. b. Puncture Strength, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 120 pounds. C. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, 600 psi. d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 40 (max). G. Alternative pollution prevention measures selected by the Contractor must be identified from one or more of the following reference sources, as appropriate for the region of the construction activity: 1. City of Austin Environmental Criteria Manual. 2. North Central Texas Council of Governments (NCTCOG) integrated Stormwater Management (iSWM) Design Manual for Construction. Temporary Stormwater Pollution Control 0157 23 - 5 LUB22311— Blue Sky Lateral Harris County/Harris County Flood Control District/City of Houston Stormwater Management Handbook for Construction Activities. PART 3 - EXECUTION 3.01 PREPARATION A. Prepare a SWPPP in accordance with applicable permit requirements for construction activity. Develop the SWPPP in conformance with the General Permit and any applicable local requirements. B. Prepare and implement the SWPPP prior to the beginning of construction activity in accordance with local, state, and federal Laws and Regulations. C. OPT may require Contractor to install stormwater pollution prevention devices and/or practices during construction in addition to those required under the approved SWPPP. Contractor must remain solely responsible for complying with all local, state, and federal Laws and Regulations. 3.02 INSTALLATION A. Erosion control blankets to hold seed and soil in place until vegetation is established on disturbed areas are subject to the following installation criteria: 1. Prior to the installation of any erosion control matting, all rocks, dirt clods, stumps, roots, trash, and any other obstructions that would prevent the mat from lying in direct contact with the soil must be removed. 2. Anchor trenching must be located along the entire perimeter of the installation area, except for small areas with less than 2 percent slope. 3. Installation and anchoring must conform to the recommendations shown within the manufacturer's published literature for the erosion control blanket. 4. Anchors (staples) must be a minimum of 6 inches in length and 1 inch wide. They must be made of 11-gauge wire, or equivalent, unless the ECB is intended to remain in place with final stabilization and biodegrade. 5. Particular attention must be paid to joints and overlapping material. Overlap along the sides and at the ends of ECBs should be per the manufacturer's recommendations for site conditions and the type of ECB being installed. At a minimum, the end of each roll of ECB must overlap the next roll by 3 feet and the sides of rolls must overlap 4 inches. 6. After installation, check blankets for uniform contact with the soil, security of the lap joints, and flushness of the staples with the ground. B. Silt fences for perimeter controls located downstream of disturbed areas are subject to the following installation criteria: 1. Construct fences along a line of constant elevation (along a contour line if possible). 2. Maximum drainage area must be 0.25 acres per 100 linear feet of silt fence. Maximum flow to any 20-foot section of silt fence must be 1 cfs. Temporary Stormwater Pollution Control 0157 23 - 6 LUB22311— Blue Sky Lateral 4. Maximum distance of flow to silt fence must be 200 feet or less. If the slope exceeds 10 percent, the flow distance must be less than 50 feet. 5. Maximum slope adjacent to the fence must be 2:1. 6. Stone overflow structures or other outlet control devices must be installed at all low points along the fence or spaced at approximately 300 feet if there is no apparent low point. 7. A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel to prevent bypass of runoff under the fence. Fabric must overlap at abutting ends a minimum of 3 feet and must be joined such that no leakage or bypass occurs. If soil conditions prevent a minimum toe -in depth of 6 inches or installation of support post to depth of 12 inches, silt fences must not be used. 8. Sufficient room for the operation of sediment removal equipment must be provided between the silt fence and other obstructions in order to properly maintain the fence. 9. The last 10 feet (or more) at the ends of a line of silt fence must be turned upslope to prevent bypass of stormwater. Additional upslope runs of silt fence may be needed every 200 to 400 linear feet, depending on the traverse slope along the line of silt fence. C. Inlet protection for new developments that include new inlets or roads with new curb inlets or during repairs to existing roadways are subject to the following installation criteria: 1. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD), when installing inlet protection on publicly traveled streets or in developed areas. Ensure that inlet protection is properly designed, installed, and maintained to avoid flooding of the roadway or adjacent properties and structures. 2. Maximum depth of flow must be 8 inches or less. 3. A 2-inch overflow gap or weir is required on all curb inlet protection devices. 4. Positive drainage is critical in the design of inlet protection. If overflow is not provided for at the inlet, excess flows must be routed through established swales, streets, or other watercourses to minimize damage due to flooding. 5. Filter Fabric Protection: a. Filter fabric protection is appropriate where the drainage area is less than 1 acre and the basin slope is less than 5 percent. b. Filter fabric, posts, and wire mesh must meet the material requirements specified in Paragraph 2.01.C. c. A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel. This entrenchment prevents any bypass of runoff under the fence. d. Stone overflow structures must be installed where flow to the inlet is concentrated and more than 1 cfs according to the criteria in Paragraph 2.01. Temporary Stormwater Pollution Control 0157 23 - 7 LUB22311— Blue Sky Lateral 6. Block and Gravel Protection (Curb and Drop Inlets): a. Concrete blocks are to be placed on their sides in a single row around the perimeter of the inlet, with ends abutting. b. Openings in the blocks should face outward, not upward. 1/2-inch by 1/2-inch wire mesh must then be placed over the outside face of the blocks covering the holes. C. Filter stone must then be piled against the wire mesh to the top of the blocks with the base of the stone being a minimum of 18 inches from the blocks. d. Alternatively, where loose stone is a concern (streets, etc.), the filter stone may be placed in appropriately sized geotextile fabric bags. 7. Excavated Impoundment Protection: a. Excavated impoundment protection is only applicable to drop inlets. b. It should not be applied to Y inlets because it will undermine the concrete pad surrounding the inlet opening. Nor can it be used for inlets on pavement. C. With this protection method, it is necessary to install weep holes to allow the impoundment to drain completely. d. The impoundment must be sized such that the volume of excavation is equal to or exceeds the runoff volume from the temporary control design storm (2-year, 24- hour) for the inlet's drainage area. e. The trap must have a minimum depth of 1 foot and a maximum depth of 2 feet as measured from the top of the inlet and must have side slopes of 2:1 or flatter. 8. Organic Filter Tube Protection (Curb and Drop Inlets): a. Organic filter tubes may be used on paved or unpaved surfaces. On paved surfaces, tubes must be secured in place by rock bags. On unpaved surfaces, the tubes must be embedded in the ground a minimum of 3 inches and staked at 4- foot spacing. b. Designer must provide calculations and specify the diameter of tube to be used based on the inlet's drainage area and the flow rate of runoff to the inlet. c. The minimum allowable diameter is 12 inches. d. For curb protection, the diameter of the tube must be at least 2 inches less than the height of the inlet opening. The tube should not be allowed to block the entire opening, since it will clog. e. The tube must be placed on 4-inch by 4-inch or 2-inch by 4-inch wire mesh to prevent the tube from sagging into the inlet. The tube should be long enough to extend a minimum of 12 inches past the curb opening on each side of the inlet. D. Check dams for long drainage swales or ditches to reduce erosive velocities are subject to the following installation criteria: 1. Typically, the dam height should be between 9 inches and 36 inches, depending on the material of which they are made. The height of the check dam must always be less than one-third the depth of the channel. Temporary Stormwater Pollution Control 0157 23 - 8 LUB22311— Blue Sky Lateral 2. Dams should be spaced such that the top of the downstream dam is at the same elevation as the toe of the upstream dam. On channel grades flatter than 0.4 percent, check dams should be placed at a distance that allows small pools to form between each check dam. 3. The top of the side of the check dam must be a minimum of 12 inches higher than the middle of the dam. In addition, the side of the dams must be embedded a minimum of 18 inches into the side of the drainage ditch, swale or channel to minimize the potential for flows to erode around the side of the dam. 4. Larger flows (greater than 2-year, 24-hour design storm) must pass the check dam without causing excessive upstream flooding. 5. Check dams should be used in conjunction with other sediment reduction techniques prior to releasing flow off -site. 6. Rock Check Dams: Rock check dams must have a minimum top width of 2 feet with side slopes of 2:1 or flatter. 7. Rock Bag Check Dams: a. Rock bag check dams should have a minimum top width of 16 inches. b. Bag length must be 24 to 30 inches, width must be 16 to 18 inches, and thickness must be 6 to 8 inches and having a minimum weight of 40 pounds. C. Minimum rock bag dam height of 12 inches would consist of one row of bags stacked on top of two rows of bag. The dam must always be one more row wide than it is high, stacked pyramid fashion. d. PVC pipes may be installed through the dam to allow for controlled flow through the dam. Pipe should be schedule 40 or heavier polyvinyl chloride (PVC) having a nominal internal diameter of 2 inches. 8. Sack Gabion Check Dams: a. Sack gabion check dams may be used in channels with a contributing drainage area of 5 acres or less. b. Wire mesh must be one piece, wrapped around the rock, and secured to itself on the downstream side using wire ties or hog rings. C. Sack gabions must be staked with 3/4-inch rebar at a maximum spacing of 3 feet. Each wire sack must have a minimum of two stakes. 9. Organic Filter Tube Check Dams: a. Organic filter tubes may be used as check dams in channels with a contributing drainage area of 5 acres or less. b. Organic filter tubes must be a minimum of 12 inches in diameter. C. Staking of filter tubes must be at a maximum of 4-foot spacing and must alternate through the tube and on the downstream face of the tube. Temporary Stormwater Pollution Control 0157 23 - 9 LUB22311— Blue Sky Lateral Stabilized construction exits for sites in which significant truck traffic occurs on a daily basis are subject to the following installation criteria: 1. Limit site access to one route during construction, if possible; two routes for linear and larger projects. 2. Prevent traffic from avoiding or shortcutting the full length of the construction exit by installing barriers. Barriers may consist of silt fence, construction safety fencing, or similar barriers. 3. Design the access point(s) to be at the upslope side of the construction site. Do not place construction access at the lowest point on the construction site. 4. Stabilized Construction Exits are to be constructed such that drainage across the entrance is directed to a controlled, stabilized outlet on -site with provisions for storage, proper filtration, and removal of wash water. 5. The exit must be sloped away from the paved surface so that stormwater is not allowed to leave the Site onto roadways. 6. Minimum width of exit must be 15 feet. 7. Vehicles must not be permitted to track or drop sediment onto paved roads, streets, or parking lots. When necessary, vehicles must be cleaned to remove sediment prior to exit onto paved areas. When washing is required, it must be done on a constructed wheel wash facility that drains into an approved sediment trap or sediment basin or other sedimentation/filtration device. 8. Minimum dimensions for the exit must be as follows: Tract Area Min. Width of Exit Min. Length of Exit <1 Acre 15 feet 20 feet >t 1 acre but <5 Acres 25 feet 50 feet >t5 Acres 30 feet 50 feet Install pollution control devices in a manner consistent with their designed intent. 3.03 MAINTENANCE A. Maintain pollution prevention control structures and procedures in full working order at all times during construction. This must include any necessary repair or replacement of items which have become damaged or ineffective. Remove sediment and other pollutants which accumulate in pollution control devices as necessary to maintain the intended design efficiency for the pollution prevention measure. B. Dispose properly of trash, debris, and other pollutants. C. Place sediment material in approved earth spoil areas or return the sediment material to the area from which it eroded. D. Maintain pollution prevention structures and procedures until construction is complete for the area protected and until the Site achieves final stabilization. Unless more stringently defined by local, state, or federal requirements, final stabilization is defined as achieving 70 percent of background vegetative cover or placement of permanent cover, such as concrete or asphalt. Temporary Stormwater Pollution Control 0157 23 -10 LUB22311— Blue Sky Lateral E. Upon completion of construction and achievement of final stabilization, properly remove the temporary pollutant control structures and complete the area as indicated. Pollution control devices made of organic materials designed to degrade naturally in place will not require removal, unless specifically required by the OPT. F. Erosion control blankets must be inspected regularly (at least as often as required by the General Permit) for bare spots caused by weather related events. Missing or loosened blankets must be replaced or re -anchored. Also check for excess sediment deposited from runoff. Remove sediment and/or replace blanket as necessary. In addition, determine the source of excess sediment and implement appropriate Best Management Practices to control the erosion. G. Silt fences must be inspected regularly (at least as often as required by the General Permit) for buildup of excess sediment, undercutting, sags, and other failures. Sediment should be removed when it reaches approximately one-half the height of the fence. In addition, determine the source of excess sediment and implement appropriate Best Management Practices to control the erosion. If the fabric becomes damaged or clogged, it must be repaired or replaced as necessary. H. Inlet protection must be inspected regularly (at least as often as required by the General Permit). Floatable debris and other trash caught by the inlet protection should be removed after each storm event. Sediment should also be removed from curb inlet protection after each storm event because of the limited storage area associated with curb inlets. Sediment collected at inlet protection should be removed before it reaches half the height of the protection device. Sediment should be removed from inlets with excavated impoundment protection before the volume of the excavation is reduced by 50 percent. In addition, the weep holes should be checked and kept clear of blockage. Concrete blocks, 2-inch by 4-inch boards, stakes, and other materials used to construct inlet protection should be checked for damaged and repaired or replaced if damaged. When filter fabric or organic filter tubes are used, they should be cleaned or replaced when the material becomes clogged. For systems using filter stone, when the filter stone becomes clogged with sediment, the stones must be pulled away from the inlet and cleaned or replaced. Because of the potential for inlet protection to divert runoff or cause localized flooding, remove inlet protection as soon as the drainage area contributing runoff to the inlet is stabilized. Ensure that all inlet protection devices are removed at the end of the construction. The stone outlet sediment trap should be inspected regularly (at least as often as required by the General Permit) to check for clogging of the void spaces between stones. If the filter stone appears to be clogged, such that the basin will not completely drain, then the filter stone will require maintenance. If the filter stone is not completely clogged it may be raked with a garden rake to allow the water to release from the basin. If filter stone is completely clogged with mud and sediment, then the filter stone will have to be removed and replaced. Failure to keep the filter stone material properly maintained will lead to clogging of the stone riprap embankment. When this occurs, the entire stone rip -rap structure will need to be replaced. If the aggregate appears to be silted in such that efficiency is diminished, the stone should be replaced. Trash and debris should be removed from the trap after each storm event to prevent it from plugging the rock. Deposited sediment must be removed before the storage capacity is decreased by one-third, or sediment has reached a depth of 1 foot, whichever is less. The removed sediment must be stockpiled or redistributed in areas that are protected with erosion and sediment controls. Temporary Stormwater Pollution Control 0157 23 -11 LUB22311— Blue Sky Lateral Sediment basins should be inspected regularly (at least as often as required by the General Permit) to check for damage and to ensure that obstructions are not diminishing the effectiveness of the structure. Sediment must be removed and the basin must be re -graded to its original dimensions when the sediment storage capacity of the impoundment has been reduced by 20 percent. The removed sediment may be stockpiled or redistributed on - site in areas that are protected by erosion and sediment controls. Inspect temporary stabilization of the embankment and graded basin and the velocity dissipaters at the outlet and spillway for signs of erosion. Repair any eroded areas that are found. Install additional erosion controls if erosion is frequently evident. K. Check dams should be inspected regularly (at least as often as required by the General Permit). Silt must be removed when it reaches approximately one-third the height of the dam or 12 inches, whichever is less. Inspectors should monitor the edges of the dam where it meets the sides of the drainage ditch, swale, or channel for evidence of erosion due to bypass or high flows. Eroded areas must be repaired. If erosion continues to be a problem, modifications to the check dam or additional controls are needed. Care must be used when taking out rock check dams in order to remove as much rock as possible. Loose rock can create an extreme hazard during mowing operations once the area has been stabilized. L. Stabilized construction exits should be inspected regularly (at least as often as required by the General Permit). The stabilized construction exit must be maintained in a condition that prevents tracking or flow of sediment onto paved surfaces. Periodic re -grading and top dressing with additional stone must be done to keep the efficiency of the exit from diminishing. The rock must be re -graded when ruts appear. Additional rock must be added when soil is showing through the rock surface. Additional controls are needed if inspections reveal a properly installed and maintained exit, but tracking of soil outside the construction area is still evident. Additional controls may be daily sweeping of all soil spilled, dropped, or tracked onto public rights -of -way or the installation of a wheel cleaning system. 3.04 FIELD QUALITY CONTROL A. In the event of conflict between the specified requirements and stormwater pollution control laws, rules, or regulations or other local, state, or federal agencies, the more restrictive laws, rules, or regulations will apply. 3.05 SCHEDULES A. Prior to start of construction, submit schedules to the OPT for accomplishment of temporary and permanent erosion control work in connection with required clearing and grubbing, grading, construction, and paving. Include a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials in the submittal. END OF SECTION Temporary Stormwater Pollution Control 0157 23 -12 LUB22311— Blue Sky Lateral 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Provide products for this Project that comply with the requirements of this Section. Specific requirements of the detailed equipment specifications govern in the case of a conflict with the requirements of this Section. B. Comply with applicable specifications and standards. 1.02 DOCUMENTATION A. Provide documents in accordance with the Contract Documents. 1.03 QUALITY ASSURANCE A. Design Criteria: 1. Provide products designed for structural stability and operational capability. 2. Provide members designed to withstand all loads imposed by installation, erection, and operation of the product without deformation, failure, or adversely affecting the operational requirements of the product. Size and strength of materials for structural members are specified as minimums only. 3. Design mechanical and electrical components for all loads, currents, stresses, and wear imposed by startup and normal operations of the equipment without deformation, failure, or adversely affecting the operation of the unit. Mechanical and electrical components specified for equipment are specified as the minimum acceptable for the equipment. B. Coordination: 1. Provide coordination of the entire Project, including verification that structures, piping, and equipment components to be furnished and installed for this Project are compatible. 2. Determine that the equipment furnished for this Project is compatible with the requirements of the Contract Documents and with the equipment and materials furnished by others. 3. Provide electrical components for equipment that comply with all provisions of the Contract Documents. 4. Apply protective coatings and paints to equipment in the shop that are fully compatible with the final coatings to be field applied in accordance with the Contract Documents. C. Adapting Substitute Products: 1. The Drawings and Specifications are prepared for the specified products. Make modifications to incorporate the products into the Project if a substitution is requested Product Requirements 01 60 00 -1 LUB22311— Blue Sky Lateral for a product is and approved in accordance with Section 0126 00 "Change Management." 2. Do not provide a product with a physical size that exceeds the available space. Consideration may be given to the acceptance of these products or equipment if the Contractor assumes all costs necessary to incorporate the item and the OPT approves such revisions. Coordinate electrical requirements for the products to be installed in the Project, including revisions in electrical equipment components wiring and other elements necessary to incorporate the component. 1.04 STANDARDS A. The applicable industry standards referenced in the Specifications apply as if written here in their entirety. B. Provide equipment manufactured using structural and miscellaneous fabricated steel conforming to the standards of the American Institute of Steel Construction, except where indicated otherwise. 1.05 WARRANTIES AND GUARANTEES A. Normal warranty provisions are as stated in the General Conditions. B. Correct Defective Work under the provisions of the General Conditions. C. Provide warranties and guarantees for periods as defined in the Contract Documents. Individual Sections of the Specifications may have more stringent warranty requirements than stated in the General Conditions. The most stringent warranty will apply in the event of conflicts within the Contract Documents. D. The Contract Documents may require special warranties that guarantee performance at a specified capacity, power consumption, efficiency, or other operating parameter. Correct defects that prevent products from meeting the specified performance parameters. The requirements of the special warranty that guarantee performance will be satisfied when the specified performance parameters have been met for a period of 1 calendar year of operation, unless Owner elects to accept Defective Work under the provisions of the General Conditions. The Contract Documents may require special warranties for periods extending beyond the one-year correction period specified in the General Conditions. The full warranty provisions and requirements for correction of Defective Work stated in the General Conditions apply throughout the extended warranty period. Provide a warranty bond to provide the same protection as the Contractor's performance bond for extended special warranties. The warranty bond will become effective on the day the performance bond expires which is 1 year after the date of final payment per the General Conditions. The warranty bond will remain in effect until the extended warranty period has expired. G. In the event that products are repaired, modified, or replaced under the warranty bond, then the warranty period will continue on the date of completion of these repairs for a period of 6 months or until the end of the original warranty period, whichever is later. In no Product Requirements 01 60 00 - 2 LUB22311— Blue Sky Lateral event will the warranty period extend more than 6 months beyond the end of the original warranty period. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide products according to normally accepted engineering and shop practices, except where a higher standard of quality is required by the Contract Documents. B. Manufacture like parts of duplicate units to standard sizes and gages that are interchangeable. C. Two or more items of the same kind are to be identical and made by the same Supplier. D. Provide products suitable for the intended service. E. Adhere to the equipment capacities, sizes, and dimensions indicated in the Contract Documents. F. Do not use products for any purpose other than that for which they were designed. G. Provide new products. Do not provide equipment that has been in service at any time prior to delivery except for testing in accordance with the Contract Documents. H. Provide materials suitable for service conditions. Provide iron castings that are tough, close grained gray iron free from blowholes, flaws, or excessive shrinkage and that conform to ASTM A48. J. Design structural members for shock or vibratory loads. K. Provide steel that is at least 1/4 inch thick for all elements that will be submerged or subject to splashing all or part of the time during normal operation of the equipment. Chamfer or grind all edges to eliminate sharp exposed edges. 2.02 ANCHOR BOLTS A. Provide suitable anchor bolts for each product. B. Provide anchor bolts with templates or setting drawings in time to permit casting the anchor bolts in the concrete when concrete is placed. C. Provide two nuts for each bolt. D. Provide anchor bolts for products mounted on baseplates that are long enough to permit 1- 1/2 inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. Bolts must be long enough to provide full nut engagement and leave three threads exposed. Housekeeping pads are not structural concrete. E. Provide stainless steel anchor bolts, nuts, and washers. 2.03 SPECIAL TOOLS AND ACCESSORIES A. Furnish tools, instruments, lifting and handling devices, and accessories necessary for proper maintenance and adjustment that are available only from the manufacturer or are not commonly available. Product Requirements 01 60 00 - 3 LUB22311— Blue Sky Lateral PART 3 - EXECUTION 3.01 INSTALLATION A. Install equipment including equipment pre -selected or furnished by the Owner. Assume responsibility for proper installation, startup, and making the necessary adjustments so that the equipment is placed in proper operating condition per Section 0175 00 "Starting and Adjusting." END OF SECTION Product Requirements 01 60 00 - 4 LUB22311— Blue Sky Lateral 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENTATION A. Submit affidavits and releases on forms provided by the Construction Manager 1.03 SUBSTANTIAL COMPLETION A. The following requirements must be met for the Project or a designated portion of the Work to be Substantially Complete per the General Conditions: 1. Work must be fully functional and able to operate in accordance with the Contract Documents without special or extraordinary efforts on the part of the Owner. B. Conduct inspections with superintendent, Subcontractors, and Suppliers for the Work or a designated portion of the Work prior to calling for a Substantial Completion inspection by the OPT. Create a list of deficiencies in the Work that must be completed for the Project to qualify for Substantial Completion. Review the list with the Construction Manager or the designated member of the OPT. The Construction Manager or the designated member of the OPT may assist the Contractor with this effort; however, it is the Contractor's responsibility to create and manage this list of deficiencies until corrections are made. C. Correct the identified deficiencies prior to calling for a Substantial Completion inspection. D. Notify the Construction Manager that the Work or a designated portion of the Work is Substantially Complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered for Final Completion. E. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. F. Construction Manager will notify the Contractor that the Work is either Substantially Complete or that additional Work must be performed before the Project will be considered Substantially Complete. 1. Construction Manager will notify the Contractor of items that must be completed before the Project will be considered Substantially Complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Construction Manager when the items of Work in the Construction Manager's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Construction Manager will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be Substantially Complete. The Execution and Closeout Requirements 0170 00 -1 LUB22311— Blue Sky Lateral certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Construction Manager of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.05 CLOSEOUT REQUIREMENTS A. Provide the following before Final Completion: 1. Record Documents per Section 01 31 13 "Project Coordination"; 2. Keys and keying schedule; 3. Warranties, bonds, and service agreements; 4. Equipment Installation Reports; 5. Shop Drawings, Product Data, operation and maintenance manuals, and other documentation required by the Contract Documents; 6. Specified spare parts and special tools; 7. Certificates of occupancy, operating certificates, or other similar releases required to allow the Owner unrestricted use of the Work and access to services and utilities; 8. Evidence of continuing insurance and bond coverage as required by the Contract Documents; and 9. Final videos and photographs per Section 0133 06 "Graphic Documentation." 1.06 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by Section 0133 00 "Document Management" or by the individual Sections of the Specifications. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Each document is to be signed by the respective Supplier or Subcontractor. 2. Each document is to include: a. The product or Work item description; b. The firm name, with the name of the principal, address, and telephone number; C. Scope of warranty, bond, or services agreement; Execution and Closeout Requirements 0170 00 - 2 LUB22311— Blue Sky Lateral Date, duration, and expiration date for each warranty bond and service agreement; Procedures to be followed in the event of a failure; and Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Construction Manager for review. Submit warranties, bonds, and services agreements within 10 days after equipment or components placed in service. 1.07 FINAL COMPLETION A. Conduct inspections with Superintendent, Subcontractors, and Suppliers prior to calling for a Final Completion inspection by the OPT. Create a list of deficiencies in the Work that must be completed for the Project to qualify for the Final Completion inspection. Review the list with the Construction Manager or the designated member of the OPT. The Construction Manager or the designated member of the OPT may assist the Contractor with this effort; however, it is the Contractor's responsibility to create and manage this list of deficiencies until corrections are made. B. Identify, list, and correct deficiencies prior to calling for a Final Completion inspection. The Project at the call for Final Completion represents the Contractor's interpretation of a project completed in conformance with the Contract Documents and reflects the Contractor's representation of a quality project meeting the Owner's expectations. C. Notify the Construction Manager when: 1. Work has been completed and complies with the Contract Documents; 2. Equipment and systems have been tested per the Contract Documents and are fully operational; 3. Final operation and maintenance manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; 5. Work is complete and ready for final inspection; 6. Final documentation for all outstanding Modifications and Claims (other than those listed on the Certificate of Final Completion) have been processed and are ready for incorporation into the final Application for Payment; and 7. Closeout requirements in Paragraph 1.05 have been completed. D. OPT will visit the Site to determine if the Project is complete and ready for final payment within a reasonable time after the notice is received. E. Construction Manager will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. F. Take immediate steps to correct Defective Work. Notify the Construction Manager when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Construction Manager will issue a Certificate of Final Execution and Closeout Requirements 0170 00 - 3 LUB22311— Blue Sky Lateral Completion to the Contractor when the Project is complete or will notify the Contractor that Work is Defective. G. Submit the request for final payment with closeout documentation described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.08 REINSPECTION FEES A. Owner may impose a set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements 0170 00 - 4 LUB22311— Blue Sky Lateral 01 74 23 FINAL CLEANING PART 1 - GENERAL 1.01 SUMMARY A. Perform a thorough cleaning of the Site, buildings, or other structures prior to Owner occupancy of the buildings, and prior to Final Completion. Leave the Project clean and ready for occupancy. 1.02 DOCUMENTATION A. Provide data for maintenance per Section 0133 04 "Operation and Maintenance Data." 1.03 QUALITY CONTROL A. Use experienced workmen or professional cleaners for final cleaning. PART 2 - PRODUCTS 2.01 MATERIALS A. Furnish the labor and products needed for cleaning and finishing as recommended by the manufacturer of the surface material being cleaned. B. Use cleaning products only on the surfaces recommended by the Supplier. C. Use only those cleaning products which will not create hazards to health or property and which will not damage surfaces. PART 3 - EXECUTION 3.01 FINAL CLEANING A. Thoroughly clean the entire Site 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. END OF SECTION Final Cleaning 01 74 23 -1 LUB22311— Blue Sky Lateral 01 78 36 WARRANTIES AND SERVICE AGREEMENTS PART 1 - GENERAL 1.01 WARRANTY REQUIREMENTS A. Provide products for this Project that comply with the requirements of this Section. 1.02 WARRANTIES AND GUARANTEES A. Guarantee and warrant products furnished by the Contractor against: 1. Faulty or inadequate design; 2. Improper assembly or erection; 3. Defective workmanship or materials; and 4. Leakage, breakage, or other failure. B. Guarantee and warrant the products installed under this Contract, including Goods furnished by the Owner, against leakage, breakage, or other failure due to improper assembly or erection and against improper installation of the equipment. The correction period is as defined in the General Conditions. Individual Specification Sections may have more stringent warranty requirements than those stated in the General Conditions. The most stringent warranty will be provided in the event of conflicts. C. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of Substantial Completion. D. Include an additional copy of equipment warranties in operation and maintenance manuals. E. Provide a copy of all warranties in a separate document in accordance with Section 0170 00 "Execution and Closeout Requirements." 1.03 EXTENDED WARRANTIES A. Extended Warranties are defined as any guarantee of performance for the product or system beyond the one-year correction period described in the General Conditions. B. Issue the warranty certificate in the name of the Owner. C. Provide a warranty bond for Extended Warranties as required by the individual Specification Sections. 1.04 SERVICE AGREEMENTS A. Provide Extended Service Agreements (ESA) and related documents with the Shop Drawing. An Extended Service Agreement is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs or to perform routine maintenance for a definite period beyond the one-year correction period specified in the General Conditions. B. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. Warranties and Service Agreements 0178 36 -1 LUB22311— Blue Sky Lateral C. Enter into a contract with the service provider and assign the service contract to the Owner on the date of Substantial Completion. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. D. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor's performance bond if required. The bond will be in the amount of the Extended Service Agreement. E. Include an additional copy of Extended Service Agreements in operation and maintenance manuals. F. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 0170 00 "Execution and Closeout Requirements." PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Warranties and Service Agreements 0178 36 - 2 LUB22311— Blue Sky Lateral DIVISION 2 EXISTING CONDITIONS 02 6116 HYDROCARBON CONTAMINATED GEOLOGIC MATERIALS 1.00 GENERAL 1.01 SUMMARY A. This Section includes: 1. Disposal of geologic materials (i.e., sand, silt, clay, gravel, cobbles, stone, rock, etc.) contaminated by hydrocarbons, should they be encountered at any point during construction. 2. This specification is primarily oriented toward petroleum hydrocarbon -contaminated geologic material disposal. 1.02 SUBMITTALS A. Furnish written method and list equipment to be provided for preliminary screening for hydrocarbon -contaminated geologic materials. B. Furnish description for stockpiling and protecting hydrocarbon -contaminated materials, including proposed stockpile location, and for storing and protecting materials until analytical chemistry results are obtained. C. Furnish completed manifests, all signatures included, for hydrocarbon -contaminated geologic materials shipped to disposal site. 1.03 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. OSHA 29 CFR 1910 2. TAC Title 30, Part 1, Chapter 330, Subchapter D, Rule 330.171 3. TAC Title 30, Part 1, Chapter 335, Subchapter R, Rule 335.521(a), Table 1 4. West Texas Regional Disposal Facility, MSW #2522, Site Operation Plan, Petroleum Contaminated Soil and Debris, pages 36-56 5. TCEQ PST Program Action Levels, Revised August 12, 2011. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 DETECTION A. The Contractor shall be alert to the presence of hydrocarbon -contaminated geologic materials during open cut and tunnel excavation operations near former LPST sites on this project. Hydrocarbon Contaminated Geologic Materials 02 61 16 -1 LUB22311— Blue Sky Lateral B. The presence of petroleum hydrocarbon contamination may take the form of petroleum odor detectable by smell, discoloration of geologic materials, visual evidence of raw petroleum product, or other suspicious visual and/or sensory cues. C. Once suspected, Contractor to immediately notify the Engineer and confirm with field screening method, witnessed by Engineer, with method and equipment compatible with TCEQ LPST guidance for field screening and in conformance with paragraph 1.4.A above. D. Field screening with flammable limit detector is not acceptable on this project. E. Field screening shall not take place where petroleum or hydrocarbon vapors from a different source might be present. F. Continue field screening of like materials in same relative location or depth in the excavation until field screening indicates no further petroleum hydrocarbon constituents are likely. G. Upon Engineer's direction, Contractor shall provide assistance and allow Engineer access to geologic materials for sample retrieval and analytical laboratory testing. 3.02 EXCAVATION, SEPARATION AND STORAGE A. Once confirmed by field screening that petroleum hydrocarbons are present in the geologic materials, continue excavation and keep contaminated material separate to the extent feasible from uncontaminated material. B. Excavation operations are subject to Engineer's direction for alteration or modification, within reason as determined by the Engineer, to maintain separation of contaminated material from uncontaminated material as excavation proceeds. C. Stockpile the contaminated material on impermeable sheeting and also cover the stockpile with impermeable sheeting. Protect stockpile from precipitation runoff flowing through the bottom of the stockpile and protect from precipitation entering the upper surfaces of the stockpile and percolating through the material. Maintain cover and anchor cover against displacement. Maintain cover even in dry weather and windy conditions. D. Store hydrocarbon -contaminated material until the analytical laboratory test results are received by the Owner, and further direction is given based on the results. E. Contractor is to assist the Engineer, whether with Contractor personnel and/or Contractor equipment, for retrieving samples for testing, whether from active excavation operation or stockpile. 3.03 ANALYTICAL LABORATORY TESTING A. Owner will be responsible for analytical laboratory testing of geological materials for the constituents in paragraph 1.41. above. B. The Contractor should note that the TCLP tests can take five to ten business days for normal turnaround, therefore the stockpile will have to be maintained by the Contractor until analytical results are received and a course of action for material disposition is received from the Owner. Hydrocarbon Contaminated Geologic Materials 02 61 16 - 2 LUB22311— Blue Sky Lateral 3.04 HYDROCARBON -CONTAMINATED GEOLOGIC MATERIAL DISPOSITION A. If the analytical laboratory results indicate that all parameters are below TCEQ action levels listed in paragraph 1.4.K. above, then the material can be used as backfill on the project. This backfill will be placed as near to its original location as feasible, given the other requirements for this project. As an example regarding backfill location feasibility, if contaminated material is encountered in a tunnel drift excavation within a reach that is to be fully grouted, then the backfill cannot feasibly be placed back in its original position. In such example, the material would be backfilled in the next nearest active backfill location. B. If any parameter listed in paragraph 1.4.K. above exceeds TCEQ action level, but is within the limits listed in paragraphs 1.41. above for disposal at the WTRDF, then the material will be disposed at the WTRDF. C. If any tested parameter exceeds the limits in paragraphs 1.41. above, then the material must go to a permitted facility able to take such waste that has the higher concentrations, such as an industrial landfill or hazardous waste landfill, or must be treated to meet the concentrations for WTRDF disposal. In such case, the Owner will negotiate with the contractor for course of action and adjustment to compensation. 3.05 CLOSURE A. Close stockpile location and decommission the site. B. Dispose or recycle impermeable sheeting in accordance with applicable regulations. Laboratory analytical testing for such disposal or recycling, as applicable by regulation, will be the responsibility of the Contractor. C. Remove other equipment at the stockpile site and leave site in former condition to the extent feasible. END OF SECTION Hydrocarbon Contaminated Geologic Materials 02 61 16 - 3 LUB22311— Blue Sky Lateral 02 62 16 SOIL VAPOR EXTRACTION 1.00 GENERAL 1.01 SUMMARY A. This Section includes: 1. Soil vapor extraction for control of subsurface volatile organic vapors, should they be encountered at any point during construction. 1.02 PERFORMANCE REQUIREMENTS A. If the products installed as part of this Section are found to be defective, damaged or not in conformance with the Specifications then the products and Work shall be corrected at the Contractor's expense. B. Any retesting required due to inadequate installation or defective materials shall be paid for by the Contractor. C. The Work requires coordination of assembly, installation and testing between the Contractor and Owner's representative. 1.03 SUBMITTALS A. Furnish schematic of soil vapor extraction and treatment system for record purposes. B. Furnish vapor extraction well locations on aerial photograph (photograph to be furnished) and piping layout. C. Furnish organic vapor monitoring program for record purposes. D. Furnish organic vapor concentration results from the monitoring program for record purposes. E. Provide anticipated operating characteristics of vacuum/blower equipment to include anticipated vacuum in inches of water or inches or millimeters of mercury. F. Provide copy of applications to TCEQ for emissions -related permit or waiver. G. Contractor may submit an alternate plan for intercepting volatile organic chemical (VOC) vapor intrusion into the work spaces prior to workers being exposed or developing VOC vapor concentration that exceeds the OSHA -defined lower flammable limit for safe work. 1.04 QUALITY ASSURANCE A. Installation of the soil vapor extraction system is recommended to be performed by remediation specialists. B. All well drilling shall be performed by a state licensed well drilling contractor. Soil Vapor Extraction 02 6216 -1 LUB22311— Blue Sky Lateral 1.05 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. OSHA 29 CFR 1910 2. TAC Title 30 Part 1, Chapters 101 - 122 3. National Ambient Air Quality Standards 4. High Plains Underground Water Conservation District Well Closure Requirements 2.00 PRODUCTS 2.01 REMEDIATION A. The Contractor is encouraged to retain the services of a remediation specialist for remediation design, operation, monitoring, and closure. Soil vapor extraction systems are essentially remediation systems, although for this project the system is temporary and primarily for vapor control relative to the subsurface work spaces. 2.02 MONITORING The Contractor is encouraged to retain the services of an industrial hygienist or other qualified individual or organization for work space air monitoring, health and safety plans, and for advising the Contractor on personal protective equipment, if necessary. 3.00 EXECUTION 3.01 EMISSIONS WAIVER AND LIMITS A. The Contractor shall initially request from the Texas Commission on Environmental Quality (TCEQ) a waiver from emissions rules since: 1. The emissions may meet de minimis waiver limits. 2. The installation is temporary. 3. Vapor intrusion into the excavated work might not occur such that engineered controls are necessary. B. In the event a waiver is not granted, the Contractor shall apply for a permit by rule, however the Contractor shall meet the emissions limits established in that permit. C. For the purposes of establishing a base for bidding purposes, the influent volatile organic chemical (VOC) content shall be based on a continuous concentration of up to 10,000 parts per million by volume (ppmv), dry basis. A start-up influent spike in concentration exceeding 10,000 ppmv lasting less than 72 hours shall not be justification for contract price adjustment. D. The treatment process shall reduce the VOC concentration to 20 ppmv dry basis prior to exhaust to the atmosphere, or more stringent emission limit if required by TCEQ. Soil Vapor Extraction 02 6216 - 2 LUB22311— Blue Sky Lateral E. If combustion is used to reduce VOC concentration, prior to exhaust, then the exhaust concentration shall also be corrected to 3.0 percent oxygen in accordance with TCEQ emissions requirements. 3.02 INSTALLATION AND OPERATION A. Up to five vapor extraction wells of up to 40 feet depth below grade are allowed in the base bid, external to the primary excavation in order to intercept vapors prior to the work space. B. Install pipes, headers, valves, treatment devices, motors, power, vacuum pumps or blowers, exhaust stack(s), other equipment necessary to vapor removal, treatment and operation. C. Install plastic sheeting at grade as necessary to prevent short-circuiting of the vapor extraction process. D. Exhaust flow shall not be discharged to the atmosphere less than 20 feet above grade. E. Operate soil vapor extraction and treatment system until the advance of the work no longer requires its operation. F. Monitor influent and exhaust VOC concentrations per the requirements of the permit or waiver, but in no case less than at the beginning of a working shift and at the end of a working shift. G. Monitor VOC and oxygen concentrations and flammable limits in the excavation work spaces according to regulation and the safety and health plan. H. Work shall be suspended if flammable concentration achieves 25 percent of the lower flammable limit, or lower limit if OSHA limit is more stringent. Adjust vapor removal efforts to lower the vapor concentration to or below the OSHA -defined lower flammable limit for safe work. 3.03 SYSTEM CLOSURE A. Close extraction wells according to TCEQ and High Plains Underground Water Control District requirements. B. Dispose, regenerate, or recycle treatment media in accordance with applicable regulations. C. Remove other equipment, piping, power sources, and leave site in former condition to the extent feasible. Feasibility will be determined by the Owner and Engineer. END OF SECTION Soil Vapor Extraction 02 6216 - 3 LUB22311— Blue Sky Lateral 02 71 16 HYDROCARBON CONTAMINATED GROUNDWATER TREATMENT 1.00 GENERAL 1.01 SUMMARY A. This Section includes: 1. Treatment of groundwater contaminated by hydrocarbons, should they be encountered at any point during construction. 2. This specification is primarily oriented toward contaminated water treatment and discharge to waters of the State. 1.02 PERFORMANCE REQUIREMENTS A. If the products installed as part of this Section are found to be defective, damaged or not in conformance with the Specifications then the products and Work shall be corrected at the Contractor's expense. B. Any retesting required due to inadequate installation or defective materials shall be paid for by the Contractor. C. The Work requires coordination of assembly, installation and testing between the Contractor and Owner's representative. 1.03 SUBMITTALS A. Furnish schematic of groundwater treatment system for record purposes. B. Furnish dewatering well locations on aerial photograph (photograph to be furnished) and piping layout. C. Furnish influent and effluent monitoring program for record purposes. D. Furnish laboratory analytical chemistry results. E. Provide anticipated operating characteristics of treatment equipment. F. Contractor may submit an alternate plan for handling petroleum -contaminated groundwater (i.e., fabricated tank capture, batch treatment, truck to TCEQ registered third - party treatment center, etc.). Release of untreated petroleum -contaminated groundwater is prohibited. G. Furnish copy of Notice of Intent. H. Furnish copy of Notice of Termination. I. Furnish copies of reports required by the State or Lubbock Water Utilities, as applicable. J. Furnish copies of Lubbock Water Utilities permit for discharge, pretreatment provisions, and discharge limits if discharging to sanitary sewer. K. Furnish manifests for petroleum -contaminated water shipped to TCEQ registered third party treatment center Hydrocarbon Contaminated Groundwater Treatment 02 71 16 -1 LUB22311— Blue Sky Lateral 1.04 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. OSHA 29 CFR 1910 2. High Plains Underground Water Conservation District Well Closure Requirements 3. TCEQ General Permit to Discharge Wastes TXG8300000 4. TCEQ Fact Sheet and Executive Director's Preliminary Opinion 5. TCEQ Notice of Intent to Discharge Petroleum Contaminated Water 6. TCEQ Notice of Termination for Authorizations Under General Permit TXG8300000 7. TCEQ Aquatic Life Surface Water Risk -Based Exposure Limits 2.00 PRODUCTS 2.01 SYSTEMS A. Where a carbon treatment system is used for removal of both lead and organic contaminants of concern, such carbon filtration shall be rated and certified for lead removal. Otherwise, a specific lead removal mechanism shall be incorporated into the treatment system. B. The Contractor is encouraged to retain the services of a remediation specialist for treatment design, operation, monitoring, and closure. C. If in -situ concentrations exceed the concentrations for influent water listed in 2.1.F, or flow rates to control groundwater to the levels specified exceed 500 gallons per minute, notify the Engineer and Owner prior to equipment installation and operation. D. Treatment system shall be equipped with influent and effluent sampling ports suitable for taking credible, defensible water samples at flow rates low enough to prevent aeration of volatiles during sampling. E. Influent line(s) shall be equipped with flow meter(s) that indicate instantaneous flow rate and totalized flow volume. F. For base bid purposes, allow for influent dissolved contaminants of concern up to the following concentrations. 1. Phase separated hydrocarbon layer up to 1/16 inches thick. 2. Benzene-0.75 milligrams per liter (mg/1) 3. Toluene — 0.75 mg/l 4. Ethylbenzene — 0.75 mg/l 5. Total Xylenes — 0.75 mg/l 6. Total Petroleum Hydrocarbons (Dissolved) — 25 mg/l 7. Methyl Tertiary Butyl Ether (MTBE) — 0.50 mg/l 8. Lead — 0.10 mg/l Hydrocarbon Contaminated Groundwater Treatment 02 71 16 - 2 LUB22311— Blue Sky Lateral 9. Polynuclear or Policyclic Aromatic Hydrocarbons (PAH) — 0.5 mg/I G. For base bid purposes, allow for influent flow rate of up to 500 gallons per minute. H. If air stripping is used, comply with emission limits in Section 13281— Soil Vapor Extraction I. The Contractor may elect to discharge to the City of Lubbock sanitary sewer system. Under discharge to sanitary sewer system, General Permit TXG830000 is not required. 1. Pretreatment according to City of Lubbock ordinance and/or permit is required. 2. Flow rate to sanitary sewer shall be limited to that specified by Lubbock Water Utilities, which may or may not be compatible with groundwater recovery flow rates. 3. Fees charged by Lubbock Water Utilities for receiving the discharge are the responsibility of the Contractor. J. Groundwater extraction systems, groundwater wells, and pumping of contaminated water entering the excavation shall be considered part of the dewatering system covered in Section 02240 — Dewatering and Section 02317 — Excavation and Backfill for Storm Sewer. K. Treated effluent limitations for discharge to waters of the State are herein defined as more stringent than those of the TCEQ. 1. Benzene — 0.005 mg/I daily maximum and daily average limit 2. Total BTEX— 0.075 mg/I daily maximum and daily average limit 3. Total Petroleum Hydrocarbons — 7.5 mg/I daily maximum and daily average limit 4. Total Lead — 0.001 mg/I daily maximum and daily average limit 5. pH — as dictated by TCEQ General Permit TXG830000 6. MTBE — 0.075 mg/I daily maximum and daily average limit 7. PAH — 0.005 m/I daily maximum and daily average limit. L. No phase separated product shall be released to the environment. 2.02 REMEDIATION A. The Contractor is encouraged to retain the services of a remediation specialist for remediation design, operation, monitoring, and closure. Soil vapor extraction systems are essentially remediation systems, although for this project the system is temporary and primarily for vapor control relative to the subsurface work spaces. 2.03 MONITORING The Contractor is encouraged to retain the services of an industrial hygienist or other qualified individual or organization for work space air monitoring, health and safety plans, and for advising the Contractor on personal protective equipment, if necessary. Hydrocarbon Contaminated Groundwater Treatment 02 71 16 - 3 LUB22311— Blue Sky Lateral 3.00 EXECUTION 3.01 PERMITS A. The Contractor shall file a Notice of Intent to discharge to waters of the State under General Permit TXG830000. B. The Contractor may elect to discharge to the City of Lubbock sanitary sewer system. Under discharge to sanitary sewer system, General Permit TXG830000 is not required. 1. Pretreatment according to City of Lubbock ordinance and/or permit is required. Flow rate to sanitary sewer shall be limited to that specified by Lubbock Water Utilities, which may or may not be compatible with groundwater recovery flow rates. 3. Fees charged by Lubbock Water Utilities for receiving the discharge are the responsibility of the Contractor. 3.02 OPERATION A. Operate groundwater systems to intercept groundwater prior to its entering the excavation, and to maintain a dry and stable subgrade for storm sewer installation. See Section 02240— Dewatering and Section 02317 — Excavation and Backfill for Storm Sewer. B. Treat petroleum -contaminated water to, or below, effluent limitations prior to discharge to waters of the State, or to pretreatment effluent limitations if discharging to Lubbock Water Utilities sanitary sewer. C. For discharge to waters of the State: 1. Sample at least twice per day for laboratory analysis, once at beginning of workday and once at end of work day. 2. Have samples analyzed by TCEQ accredited laboratory for compliance with effluent limitations. 3. Sampling and analyses may be reduced to one per day provided consistent two -per -day effluent sample concentrations and pH are demonstrated for a five-day continuous period. 4. Sampling may be reduced further to once every two days provided the one -per -day effluent sample concentrations and pH are consistent for a continuous five-day period, and such consistency is congruent with the previous two -per -day sample results. 5. If two contiguous samples exceed effluent limits, adjust equipment and/or treatment system to return to specified effluent limits. If a further two contiguous samples after adjustment exceed effluent limitations, operations shall cease until equipment, treatment system and/or operation is adjusted, replaced or altered to meet effluent limitations. Sampling and analysis shall revert back to two -per -day. 6. Provide reports to the State in accordance with General Permit TXG830000 with copies to the Engineer and Owner's Representative. D. For discharge to Lubbock Water Utilities sanitary sewer, comply with Lubbock required flow rate limits, sampling frequency, analytical requirements for the utility's contaminants of concern, and reporting with report copies to Engineer. Hydrocarbon Contaminated Groundwater Treatment 02 71 16 - 4 LUB22311— Blue Sky Lateral E. Comply with EPA and TCEQ regulations for sampling procedures, sample container sizes and types, sample handling, sample storage, and chains of custody. F. Immediately cease operations and groundwater pumping if phase -separated petroleum product is observed, or is otherwise detected. G. Immediately cease operations if discharges that exceed contaminant concentration discharge limits are exceeded. H. Operate system until such time as the advance of the work no longer encounters or withdraws petroleum -contaminated groundwater. 3.03 CLOSURE A. Close all dewatering and groundwater extraction wells according to TCEQ and High Plains Underground Water Control District requirements, regardless of specification section under which installed. B. Dispose, regenerate, or recycle treatment media in accordance with applicable regulations. C. Remove other equipment, piping, power sources, and leave site in former condition to the extent feasible. END OF SECTION Hydrocarbon Contaminated Groundwater Treatment 02 71 16 - 5 LUB22311— Blue Sky Lateral DIVISION 3 CONCRETE 03 30 00 CAST -IN -PLACE CONCRETE 1.00 GENERAL 1.01 SUMMARY A. This Section specifies normal weight, cast -in -place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. 1.02 SUBMITTALS A. Product Data and Material Certifications: For each product or material indicated in Part 2.00, "Products," excluding formwork. B. Design Mixture: For each concrete mixture submit: 1. Mix design proportions and characteristics. 2. Certifications indicating conformance of aggregate and cementitious materials. 3. Admixture data sheets. 4. Field test data or trial batch mixture data to validate specified compressive strength in accordance with ACI 301, latest edition. C. Reinforcing bar layout drawing with bar lists clearly marked and referenced to the Drawings. 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C94/C94M requirements for production facilities and equipment. B. Source Limitations: Obtain each type of cement of the same brand from the same manufacturer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. C. Comply with ACI 301, "Specification for Structural Concrete," including the following sections, unless modified by requirements in the Contract Documents: 1. "General Requirements." 2. "Formwork and Formwork Accessories." 3. "Reinforcement and Reinforcement Supports." 4. "Concrete Mixtures." 5. "Handling, Placing, and Constructing." D. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 2.00 PRODUCTS 2.01 FORMWORK Cast -In -Place Concrete 03 30 00 -1 LUB22311— Blue Sky Lateral A. Furnish formwork and formwork accessories according to ACI 301. 1. Form ties shall leave no material within 1-1/2 inches of concrete surface. 2. For fluid bearing and below grade walls, provide single tie rods with midpoint washer to prevent water seepage. Systems that result in a through wall hole are not permitted. 2.02 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A615/A615M, Grade 60, deformed. B. Plain -Steel Welded Wire Reinforcement: ASTM A1064, fabricated from as -drawn steel wire into flat sheets. C. Supports: 1. Unexposed Surface: CRSI Class 3 — No Protection. 2. Exposed Surface: CRSI Class 1— Maximum Protection. 2.03 CONCRETE MATERIALS A. Cementitious Material: 1. Portland Cement: ASTM C150, Type 1/11 or 11. 2. Fly Ash: ASTM C618, Class F. No more than 25 percent of the cement may be replaced with fly ash. If Class F fly ash is not available, then provide a straight cement mix. B. Coarse Aggregate: In conformance with ASTM C33, uniformly graded, with a maximum size as indicated in "Concrete Mixtures." 1. Class: Moderate weathering region, but not less than 3M. C. Fine Aggregate: Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. D. Water: Potable and complying with ASTM C1602 and ASTM C1602 Table 2. 2.04 ADMIXTURES A. Air -Entraining Admixture: ASTM C260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water -Reducing Admixture: ASTM C494/C494M, Type A. 2. Retarding Admixture: ASTM C494/C494M, Type B. 3. Water -Reducing and Retarding Admixture: ASTM C494/C494M, Type D. 4. High -Range, Water -Reducing Admixture: ASTM C494/C494M, Type F. 5. High -Range, Water -Reducing and Retarding Admixture: ASTM C494/C494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C1017/C1017M, Type 11. Cast -In -Place Concrete 03 30 00 - 2 LUB22311— Blue Sky Lateral 2.05 RELATED MATERIALS A. Joint -Filler Strips: Closed cell sponge rubber joint filler in accordance with ASTM D1752, Type I, and resists ultraviolet degradation. B. Repair Materials: Pre -packaged, low -shrink, non -slump, non-metallic, quick setting patching mortar, as approved by the manufacturer for each application. 1. Sikatop 123 by Sika Corporation. 2. Five Start Structural Concrete by Five Star Products, Inc. 3. Approved equal. C. Non -Shrink Grout: Pre -packaged, non-metallic, precision, non -shrink grout conforming to ASTM C1107/C1107M. D. Normal Shrinkage Grout: One part Portland cement to three parts of ASTM C33 fine aggregate; proportioning on a volumetric basis. Install for grouted areas not required to be non -shrink grout. E. Bonding Agent: ASTM C1059, Type II, non-redispersible, acrylic emulsion. F. Zinc Richer Primer: Coat aluminum surfaces embedded or in contact with concrete. Primer shall be Tneme-Zinc or approved equal. 2.06 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry. C. Waterproof Sheet: In accordance with ASTM C171. D. Water: Potable and complying with ASTM C1602 and ASTM C1602 Table 2. E. Membrane -Curing Compound: ASTM C309, Type 1, Class B. 2.07 CONCRETE MIXTURES A. Comply with ACI 301 requirements for concrete mixtures. B. Normal -Weight Concrete: Prepare design mixes, proportioned according to ACI 301, as follows: Min. 28-Day Max. Size of Max. Water/ Max Use Compressive Coarse Cement Slump Strength (psi) Aggregate Ratio (in.) General 4000 1-1/2" 0.45 5* (+/-1") Pipe blocking, lean 1500 „ 1-1/2 0.70 --- concrete *Slump may be increased to 8 inches with the addition of a HRWR. Cast -In -Place Concrete 03 30 00 - 3 LUB22311— Blue Sky Lateral C. Air Content: Air entrain exposed concrete within range permitted by ACI 301 for Exposure Class F2]. 1. Do not allow entrapped air to exceed 3 percent in floor slabs to receive troweled finish. 2.08 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94/C94M, and furnish batch ticket information. 3.00 EXECUTION 3.01 FORMWORK A. Design, construct, erect, brace, and maintain formwork according to ACI 301. 3.02 STEEL REINFORCEMENT A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Do not weld reinforcing. 3.03 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. Purposefully roughen joints to a 1/4-inch amplitude and clean. B. Construction Joints: Locate joints as indicated or as approved by Owner's Representative. C. Isolation Joints: Install joint -filler strips at junctions with slabs -on -grade and vertical surfaces, and as indicated. 1. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 3.04 CONCRETE PLACEMENT A. Comply with ACI 301 for measuring, batching, mixing, transporting, and placing concrete. B. Additional water may only be added to concrete prior to placement and only at Project Site. Slump shall be evaluated prior to and after the addition of all water. Do not take strength cylinders until after addition of all water. 1. Quantity of water shall not exceed the amount withheld at the batch plant. Quantity withheld shall be indicated on the batch ticket. Addition of water shall not result in a slump or water -cement ratio greater than that specified. C. Do not allow concrete to free fall more than 5 feet. With HRWR concrete may free fall a maximum of 10 feet. D. Consolidate concrete with mechanical vibrating equipment. 3.05 FINISHING UNFORMED SURFACES Cast -In -Place Concrete 03 30 00 - 4 LUB22311— Blue Sky Lateral A. General: Comply with ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane before excess moisture or bleedwater appears on surface. Do not further disturb surfaces before starting finishing operations. C. Float Finish: Apply float finish to surfaces to receive trowel finish or nonslip broom finish. Except as indicated below, apply a final "light float" finish to the surface as the concrete hardens. Surface shall have a uniform granular texture and shall meet the straightness requirements. D. Trowel Finish: Apply a normal steel trowel finish to interior surfaces exposed to view and grouted surfaces in junction boxes. E. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete sidewalk, ramps, and top slab of inlet box surfaces. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. 3.06 FINISHING FORMED SURFACES A. No Finish: After forms are removed, repair or patch tie -holes and defects. Otherwise, no additional finish is required. Apply to surfaces which are not visible from the inside or outside of the completed structure or less than 12 inches below finish grade (i.e. back of retaining walls below embankment, etc.). B. Smooth -Formed Finish: As -cast surface texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch. Apply to surfaces exposed to view and 12 inches below finish grade. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.07 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 301. Additionally, comply with ACI 306.1 for cold -weather protection and with ACI 305.1 for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb./sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. Cast -In -Place Concrete 03 30 00 - 5 LUB22311— Blue Sky Lateral D. Curing Methods: Cure formed and unformed concrete for at least 7 days by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: a. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.08 MISCELLANEOUS CONCRETE ITEMS A. Non -Shrink Grout: Install and cure as recommended by manufacturer, and as required here: 1. Clean and roughen exposed concrete surface; remove laitance. Saturate the foundation 24 hours before installation. Surface shall be clear of standing water. Baseplates shall be free of oil, grease, and other objectionable substances. 2. Steel trowel exposed edges. 3. Moist cure as specified by manufacturer, but not less than 3 days. B. Normal Shrinkage Grout: 1. Clean and roughen exposed concrete surface, remove laitance. Saturate the foundation 24 hours before installation. Surface shall be clear of standing water. Apply scrub coat of grout immediately prior to grout placement. While scrub coat is still moist install grout. 2. Wet cure as specified for concrete. 3.09 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. B. Tests: Perform according to ACI 301. 1. Testing Frequency: One composite sample shall be obtained for each day's pour of each concrete mix exceeding 5 cu. yd. but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. 3.10 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. Cast -In -Place Concrete 03 30 00 - 6 LUB22311— Blue Sky Lateral B. Repair materials and surface preparation shall be completed in accordance with manufacturer recommendations. Coordinate with Owner's Representative prior to beginning any demolition of defective area. END OF SECTION Cast -In -Place Concrete 03 30 00 - 7 LUB22311— Blue Sky Lateral DIVISION 31 EARTHWORK 31 05 13 SOILS FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. This Section of the specifications describes the various classes of Earth Fill. All of the classes of Earth Fill contained in this specification may not be used on this project. The classes of Earth Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include specifications for placement and compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the specifications and/or shown on the drawings. 1.02 STANDARDS A. Soil materials shall be classified into the appropriate class of Earth Fill shown below according to ASTM D2487 "Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)" or other appropriate methods as designated by the Engineer. 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. B. Class 2 Earth Fill: Limited to clays and sandy clays classified as CH and CL materials with a coefficient of permeability less than or equal to 1.0 x 10-' cm/sec, a liquid limit greater than or equal to 30, a plasticity index greater than or equal to 15, and more than 50 percent passing the No. 200 sieve, which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. Class 4 Earth Fill: Consist of materials which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity index of a minimum of 4 and a maximum of 15, which are free of organic materials. E. Class 5 Earth Fill: Consist of materials classified as SP or SP-SM which have a plasticity index less than or equal to 4 and a maximum of 12 percent passing the No. 200 sieve, which are free of organic materials. F. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. END OF SECTION Soils for Earthwork 310513-1 LUB22311— Blue Sky Lateral 3105 13.13 OFFSITE SOIL BORROW 1.00 GENERAL 1.01 WORK INCLUDED A. The work covered by this Section consists of obtaining and furnishing to the job site, soil borrow material from offsite borrow pits or other sources as required for the various embankments, fills and backfills. 1.02 QUALITY ASSURANCE A. Classification Testing: 1. Laboratory Testing: a. Contractor shall arrange and pay for the services of an independent soil testing firm to sample and test proposed borrow soils from the offsite borrow source(s). A minimum of one set of tests will be required from each representative soil from the various sources. Composite samples may be taken for each representative soil, but samples shall not be mixed from different representative soils or from different borrow sources. b. Contractor shall submit the classification test results on the borrow sources to the Engineer for approval prior to proceeding with furnishing of offsite soil borrow. 2. Field Testing: Contractor shall arrange and pay for the services of an independent soil testing firm to provide the required in -place compaction tests and additional classification tests on the offsite soil borrow during construction as required by the Contract Documents or as deemed necessary by the Engineer. 3. Test Methods: a. Classification testing on all offsite soil borrow materials, except Class 12 earth fill, shall be performed to allow for classification of the material in accordance with ASTM D2487, "Classification of Soils for Engineering Purposes" or other standard test methods as designated by the Engineer. b. Class 12 earth fill will not require specific classification testing but its suitability shall be subject to the approval of the Engineer and suitability testing shall be performed by the Contractor if deemed necessary by the Engineer. A minimum of a 2 cubic foot representative sample of proposed Class 12 earth fill shall be delivered to the job site for observation by the Engineer. The Contractor shall also arrange for observation of the proposed Class 12 earth fill at the source, if desired by the Engineer. The Contractor shall not proceed with furnishing Class 12 earth fill to the site until its suitability has been approved by the Engineer. 4. Certification: All independent soils testing firms shall be registered with the Texas Board of Professional Engineers. Documentation shall be provided of the firm's registration number with the test reports. Offsite Soil Borrow 3105 13.13 -1 LUB22311— Blue Sky Lateral B. Contamination Testing and Certification: 1. Contamination Testing: a. The Contractor shall arrange and pay for the services of an EPA approved laboratory to perform a toxic contaminant scan of composite soil samples representative of each separate borrow source in accordance with the U.S. Environmental Protection Agency protocol for the list of contaminants described in 40 CFR, Part 261, Appendix VIII and by EPA Methods SW-846. b. The results of the laboratory scan shall be submitted to the Engineer by the Contractor prior to proceeding with delivery of soil materials to the site. Any potential offsite soil borrow on which scan test results indicate the presence of contaminants above background levels will be rejected as an offsite soil borrow source. 2. Certification: a. The laboratory performing the scan test for contaminants for the Contractor shall provide a written certification along with the test results which states that the laboratory is EPA approved and that the tests were performed according to EPA guidelines. b. The Contractor shall obtain a written, notarized certification from the landowner of each proposed offsite soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. These certifications shall be submitted to the Engineer by the Contractor prior to proceeding to furnish soil materials to the site. The lack of such certification on a potential offsite soil borrow source will be cause for rejection of that source. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall be include: 1. Classification Test Reports. 2. Certified Contamination Test Reports. 3. Contamination Testing Laboratory Certification. 4. Landowner Certification of Borrow Source. 1.04 STANDARDS A. ASTM D2487 "Classification of Soils for Engineering Purposes" or other appropriate methods as designated by the Engineer. B. U.S. Environmental Protection Agency - 40 CFR, Part 261, Appendix Vlll. C. EPA Method SW-846. 1.05 DELIVERY AND STORAGE Offsite Soil Borrow 3105 13.13 - 2 LUB22311— Blue Sky Lateral A. Contractor shall be responsible for properly handling offsite soil borrow material once it reaches the job site until unloading at the point of use or at approved stockpile areas. B. Handling of the soil borrow material once unloaded from the transport vehicle, either at the point of use or stockpile area, is not a part of this Section, but is included in other Specification Sections. C. Stockpile offsite soil borrow material only in stockpile areas approved by the Owner. Minimize stockpiling of the material. The majority of the material will generally require transportation to the point of use as needed from the offsite source unless otherwise approved or requested by the Owner. Material shall not be stockpiled along the crest of slopes, excavations or other sensitive areas unless approved by the Engineer. D. The maintenance of stockpiles including dressing of surfaces to be free draining is not a part of this Section, but is included in other Specification Sections. E. It shall be the sole responsibility of the Contractor to see that soil borrow is transported from the source to the job site in appropriate vehicles which comply with all applicable codes, laws, and ordinances and which are acceptable to the Owner and Engineer for compatibility with conditions and existing facilities at the job site. An adequate number of vehicles will be used for transporting the soil borrow so as to prevent undue delays in the construction sequence. F. The Contractor shall have sole responsibility for control and cleanup of dust, mud, dirt, or other debris on streets or other areas as a result of his transporting operations. G. Methods of handling of soil borrow materials at the source including excavation, segregation, blending, wetting or drying, stockpiling, loading and other necessary handling shall be the sole responsibility of the Contractor. The Contractor shall comply with all applicable codes, laws, and ordinances. H. If the soil in place must meet appropriate moisture criteria, then the borrow site shall be irrigated prior to removal as needed to allow proper placement, compaction, and/or porosity in place. 2.00 PRODUCTS 2.01 MATERIALS A. Offsite soil borrow materials shall be classified into one of the classifications listed herein. Structural Backfill: Shall consist of the classes of earth fill as shown on the Drawings for structural backfill and shall meet the requirements of Section 3123 10 "Structural Excavation and Backfill." Slurry Trench Backfill: Shall consist of earth fill and/or aggregate fill as necessary to meet the slurry trench backfill. 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Offsite Soil Borrow 3105 13.13 - 3 LUB22311— Blue Sky Lateral 31 11 00 CLEARING AND GRUBBING 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to perform operations in connection with clearing, grubbing, and disposal of cleared and grubbed materials. 1.02 QUALITY ASSURANCE; DEFINITIONS A. Clearing: Clearing is defined as the removal of trees, shrubs, bushes, and other organic matter at or above original ground level. B. Grubbing: Grubbing is defined as the removal of stumps, roots, boards, logs, and other organic matter found at or below ground level. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 PREPARATION A. Mark areas to be cleared and grubbed prior to commencing clearing operations. The Owner's Representative shall approve clearing and grubbing limits prior to commencement of clearing operations. B. Trees and shrubs outside of the clearing limits, which are within 10 feet of the clearing limits, shall be clearly marked to avoid damage during clearing and grubbing operations. C. Remove trees and brush outside the clearing limits, but within the immediate vicinity of the work, upon receipt of approval by the Owner's Representative, when the trees or brush interfere with the progress of construction operations. D. Clearly mark trees and shrubs within the clearing limits, which are to remain, and protect the trees and shrubs from damage during the clearing and grubbing operations. E. The clearing limits shall not extend beyond the project limits. F. Establish the clearing limits as follows: 1. Excavations plus 5 feet beyond the top of the excavation. 2. Concrete structures plus 10 feet beyond the edge of the footing. 3. Underground utility trench top width plus 8 feet. G. Establish the grubbing limits as follows: 1. Concrete structures plus 2 feet beyond the edge of the footing. 3.02 INSTALLATION A. Clearing: Clearing shall consist of the felling, cutting up, and the satisfactory disposal of trees and other vegetation, together with the down timber, snags, brush, rubbish, fences, and debris occurring within the area to be cleared. Clearing and Grubbing 31 1100 -1 LUB22311— Blue Sky Lateral B. Grubbing: 1. Grubbing shall consist of the removal and disposal of stumps and roots larger than 1 inch in diameter. 2. Extend grubbing to the depth indicated below: In the case of multiple construction items, the greater depth shall apply. a. Footings: 18 inches below the bottom of the footing. b. Concrete Structures: 18 inches below the bottom of the concrete. 3.03 FIELD QUALITY CONTROL A. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner's property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided timber and waste material is disposed of in a satisfactory manner. Materials shall be removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. END OF SECTION Clearing and Grubbing 31 1100 - 2 LUB22311— Blue Sky Lateral 31 23 10 STRUCTURAL EXCAVATION AND BACKFILL 1.00 GENERAL 1.01 SUMMARY A. This Section specifies excavation, backfill materials, backfill placement and compaction procedures, and other construction activities incidental to project structures. B. The Specification does not include excavation and backfilling for utility lines, manholes, valve boxes, and other minor structures related to utility lines. Refer to Section 3123 33 "Trenching and Backfill" for utility line related excavation and backfill. 1.02 DEFINITIONS A. Cofferdams: Any temporary or removable structure constructed to hold the surrounding earth and/or water out of the excavation, whether the structure is formed of soil, timber, steel, concrete, or a combination thereof, including the use of pumping wells or well points as required by design. 1.03 PERFORMANCE REQUIREMENTS A. Delegated Design: Design of cofferdams, including comprehensive engineering analysis by a qualified professional engineer for project specific site conditions. Design shall comply with AASHTO LRFD Bridge Design Specifications, latest addition. 1.04 QUALIFICATION ASSURANCE A. Cofferdam Designer: A professional engineer licensed in the state in which the Project occurs. B. Testing Agency: An independent testing agency that is AASHTO accredited. 1.05 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Qualification Data: For professional engineer responsible for cofferdam design and testing agency. 2. Shop Drawings: Cofferdam placement and details for record purposes. 3. Calculations: For cofferdam indicated to comply with project specific site conditions, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. Submittal shall be for record purposes. 4. Provide list of compaction equipment to be used. 5. Backfill material classifications: For each soil or aggregate backfill material provide a certification by the testing agency. 6. Compaction Test Results: Submit test results within 24 hours of successful testing. Structural Excavation and Backfill 31 23 10 -1 LUB22311— Blue Sky Lateral 1.06 STANDARDS A. Material classification, placing, and testing shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. 1. ASTM International (ASTM) Standards: ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by Sand -Cone Method ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. 1.07 DELIVERY AND STORAGE A. Deposit material to be used for backfill in storage piles at points convenient for handling of the material during the backfilling operations and as required to prevent contamination with other materials. 1.08 JOB CONDITIONS A. Review subsurface investigations. A limited subsurface investigation has been performed by Terracon. A geotechnical report from that investigation is a part of the Construction Documents for information purposes only. The precise profile of soil and rock strata beneath this Site is not known. B. Review the Site and determine the conditions which may affect the structural excavation, prior to the commencement of the excavation. 1.09 BACKFILL MATERIALS A. Structural Fill Backfill: Structural fill shall be on -site excavated sandy lean clay or clayey sand soils free of organic materials and particles larger than 3-inches. B. Mud Slab: Lean concrete in accordance with Section 03 30 00 "Cast -In -Place Concrete". C. Flowable Fill: Flowable fill shall have a minimum 28-day compressive strength of 150 psi. Additionally, in accordance with ASTM C1611, flowable fill shall have a minimum, mean spread of 20-inches and a visual stability index (VSI) of 1 or less. 1.10 COMPACTION EQUIPMENT A. Compaction equipment shall conform to the following requirements. Structural Excavation and Backfill 31 23 10 - 2 LUB22311— Blue Sky Lateral 1. Heavy Compaction Equipment: a. Tamping Compactor: Steel wheels with rectangular face, tapered pads that prevent fluffing the soil. Compactor shall be equipped with cleaning fingers to remove soil accumulation from between pads. 1). Operating Weight, Minimum: 30,000 pounds. 2). Wheels or Drum Size, Minimum: 4 feet diameter. 3). Travel Speed, Maximum: 10 mph. b. Pneumatic Rollers: Minimum eight -tire, pneumatic roller with a modular ballast system and flexible operating weight, and which will equally distribute load between tires to provide compaction uniformity. 1). Operating Weight Range: As required for specified compaction, 36,000 to 50,000 pounds. 2). Tire Pressure Range: 80 psi to 100 psi. 3). Travel Speed, Maximum: 10 mph. 4). Distance Between Edges of Adjacent Tires: Less than 50 percent of tire width. c. Vibratory Rollers: Smooth drum roller with 90 percent of the static weight transmitted through a single drum. 1). Static Weight, Minimum: 20,000 pounds 2). Centrifugal Force Per Drum, Minimum: 40,000 pounds 3). Frequency: 1400 v/min 4). Drum Size: Diameter 5 feet, +/- 1 foot; width between 6 and 9 feet. 5). Travel Speed: 5 mph for self-propelled; 2 mph for towed. 6). No backing up of the vibratory roller will be allowed on an embankment unless the vibrating mechanism is capable of being reversed. 2. Hand -Directed Compaction Equipment: Use power tampers and vibratory plate compactors in areas where it is impracticable or unacceptable to use heavy compaction equipment. 1.11 COFFERDAMS A. Interior Dimensions: Of sufficient size to allow for all construction and inspection activities. B. Walls: Watertight. Extend below proposed subgrade as required to prevent water infiltration through subgrade. Extend above 100-year water surface elevations, but not less than that required by design. C. Provide pumping or bailing system as required by cofferdam design and/or Construction Document requirements. D. Provide mud slab as required by cofferdam design and/or as indicated on the Drawings. Mud slab shall be installed as indicated below. Structural Excavation and Backfill 31 23 10 - 3 LUB22311— Blue Sky Lateral 1.12 PREPARATION A. Clear and grub the area to be excavated prior to the start of excavation in accordance with Section 31 11 00 "Clearing and Grubbing." 1.13 EXCAVATION FOR FOUNDATIONS A. General: Excavate subgrade to the depth indicated on Drawings, +/- 0.1 feet tolerance. Extend limits of the excavation beyond the perimeter of the foundations as indicated on the Drawings. 1. Exposed subgrade surfaces shall be level and of sound, stable material; free of mud, frost, snow, or ice. Testing agency or Owner's representative shall confirm exposed subgrade is a suitable bearing material based on the Construction Documents. 2. Proof roll the exposed subgrade in accordance with TxDOT Item 216. Do not proof roll wet or saturated subgrades. 3. Where unsound or unstable material is uncovered, notify Owner's representative Remove objectionable material and replace after approval is received from Owner's representative. Replacement material shall be as indicated here unless otherwise indicated on Drawings: a. Soil subgrade replacement material: Compacted structural fill. B. Mud Slab: Where indicated, install mud slab on exposed foundation subgrade surface within 8 hours of subgrade exposure. Confirm subgrade is free of loose, unsound, and/or deleterious material before placement of mud slab. C. Excavation Safety: All excavations shall be in accordance with OSHA requirements. 1.14 COFFERDAMS A. Install and remove cofferdams without disturbing the subgrade or marring the structure. B. Pump or bail water as required for construction and inspection work, and to prevent hydrostatic uplift pressures when not accounted for in the cofferdam design. 1.15 WATER IN FOUNDATION EXCAVATIONS A. General: 1. Prevent water infiltration into foundation excavations. Remove standing water from excavation prior to placing concrete. If removal of standing water is not possible due to continuous water infiltration, then contact Owner's representative for additional direction regarding placing concrete underwater. 2. Do not dewater a foundation excavation while placing concrete or for a period of at least 24 hours after concrete placement. B. Rock Foundation Subgrade: If rock material becomes weathered due to water infiltration, then remove weathered material and provide rock replacement material to restore foundation subgrade elevation. C. Soil Foundation Subgrade: If foundation subgrade becomes saturated do not disturb the subgrade. Wait for water to evacuate the subgrade and subgrade surface to adequately Structural Excavation and Backfill 31 23 10 - 4 LUB22311— Blue Sky Lateral stiffen prior to placing concrete. If subgrade is disturbed, then wait until subgrade has dried out, excavate disturbed subgrade and provide replacement material as indicated above. 1.16 COMPACTED BACKFILL A. General: Backfill excavated spaces and areas not occupied by the permanent structure. 1. Backfill behind a retaining wall or basement -type wall shall not be placed until the concrete has reached its 28-day compressive strength or 7 days, whichever is longer. 2. Unless otherwise indicated on Drawings, structures with a top slab shall not backfilled until the top slab has been in place at least 4 days. 3. Structures with soil on opposing (opposite) sides shall be backfilled to prevent uneven loading of the structure — evenly raise backfill on opposing sides of the structure. The maximum differential backfill height between opposing sides is 1 foot. 4. Do not permit rollers to operate within 3 feet of structures. 5. Maximum Loose Lift Height: a. Heavy Compaction Equipment: 8 inches b. Hand -Directed Compaction Equipment: 4 inches. 6. Previous Compacted Layer: If backfill placement occurs over a period of time greater than 24 hours, then scarify and recompact the previous day's final compacted layer. a. Scarify and Recompact: 6-inch depth; adjust the moisture content; recompact. b. Saturated subgrades shall not be worked on until sufficiently dry and harden so as not to be rutted with compaction equipment. Scarify and recompact layers damaged by weather or construction equipment. B. Moisture: Prior to compacting backfill, mix and aerate or water the loose lift backfill material as necessary to adjust the moisture content and evenly distribute throughout. The material shall contain moisture within the limits specified below. 1. In accordance with ASTM D6938, determine the optimum moisture content for the maximum dry density. 2. Backfill moisture content shall be as indicated in Table 1, "Compacted Fill." 3. Aggregate fill: Completely cohesionless materials, shall be at a moisture content which will allow use of the specified compaction equipment and consistent achievement of the specified density. C. Compaction: As required to achieve the specified density, increase the number of passes above the minimum specified and/or modify the weight of the equipment. 1. Determine the maximum dry density in accordance with ASTM D698 for cohesive soils and ASTM D4253 for cohesionless soils. 2. Minimum number of passes for all compacted fill types: 8. 3. Cohesive Soils: A tamping compactor or tamping compactor followed by a pneumatic roller shall be used. Structural Excavation and Backfill 31 23 10 - 5 LUB22311— Blue Sky Lateral 4. Cohesionless or low cohesive soils: A vibratory roller or vibratory plate compactors shall be required if the material is cohesionless or with less than 15 percent passing the No. 200 sieve. Confirm applicability of vibratory compaction equipment in the field. 5. Overlap passes a minimum of 1 feet for heavy compaction equipment and 50 percent of the baseplate width for hand -directed equipment. 6. Backfill density shall be as indicated in Table 1, "Compacted Fill." Table 1: Compacted Fill Backfill Type Density1,2 Moisture Content3, 4 Comments Classes 1 & 2 95% -0% to +5% N/A Classes 3 & 4 & 5 95% -2% to +5% N/A Structural Fill 95% -2% to + 2% N/A 1 The percentage indicated is the minimum required percentage of the maximum dry density as determined by the applicable ASTM. 2 Below Vehicular Pavement: Scarify to a depth of 8, moisture condition, and recompact to not less than 100 percent of the maximum dry density. 3 Range indicated is the acceptable tolerance with respect to the optimum moisture content. 4 Completely cohesionless materials, shall be at a moisture content which will allow use of the specified compaction equipment and result in consistent achievement of the specified density. 1.17 FIELD QUALITY CONTROL A. Contractor is responsible for the costs involved in providing an approved testing agency to perform quality control testing of backfill operations and verification of subgrade bearing material. The testing laboratory shall make tests of in -place density and moisture in accordance with ASTM Standards previously mentioned in this Section. The testing agency shall monitor backfill operations continuously or at intervals acceptable to the Owner's representative. It shall be the responsibility of the Contractor to notify the testing agency a minimum of two business days before backfill operations begin. 1. Unless noted otherwise, in -place density tests shall be conducted at a rate of one test per 1500 square feet for every lift. END OF SECTION Structural Excavation and Backfill 31 23 10 - 6 LUB22311— Blue Sky Lateral 3123 19.01 CARE OF WATER DURING CONSTRUCTION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to operate pumps, piping and other facilities to assist in the removal of surface water, stormwater runoff, and ground water, and provide protection of the work site from water of any source. Build and maintain the necessary temporary cofferdams, berms, diversions, impounding works, channels and ditches to protect the work site from lake levels and spillway discharges, streamflow, and stormwater runoff. Remove the temporary works, equipment, and materials after completion in accordance with this Section and the applicable Drawings. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: B. Plans and procedures for handling flood flows, stormwater runoff, and dewatering excavations for approval by the Engineer. Modifications to these plans shall also be submitted for approval by the Engineer. Approval of submittals does not relieve the Contractor of full responsibility and liability for care of water during construction. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 FLOOD FLOWS AND OTHER SURFACE WATER A. The Contractor is responsible for handling and diverting any flood flows, stormwater runoff, stream flows, or any other water, including groundwater encountered during the progress of the work. Build, maintain, and operate cofferdams, channels, flumes, sumps, berms, ditches, and other temporary works as needed to pass spillway discharge and divert stream flow or stormwater runoff water through or around the construction site and away from construction work while it is in progress. The handling of stormwater runoff should be coordinated with the erosion control plan, as described in Section 0157 23 "Temporary Stormwater Pollution Control." Unless otherwise approved by the Owner, a diversion must discharge into the same natural watercourse in which its headworks are located. Construct permanent Work in areas free from water. Full responsibility for the successful dewatering of the work areas rests with the Contractor. Remove protective works, after they have served their purpose, in a manner satisfactory to the Owner or its representative. END OF SECTION Care of Water During Construction 3123 19.01-1 LUB22311— Blue Sky Lateral 31 23 23.34 FLOWABLE FILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to mix and place flowable fill, consisting of Portland cement, fine aggregate, fly ash, and water in the proper proportions as specified hereinafter. Flowable fill (Controlled Low -Strength Material, CLSM) shall be used to bed and backfill around piping, utilities, and structures where indicated. 1.02 QUALITY ASSURANCE A. Design Criteria — Flowable Fill Proportions and Consistency: Flowable fill shall be proportioned to give the necessary workability, strength, and consistency, and shall conform to the following governing requirements: 1. Permeability: Maximum permeability limit of 1x10-6 cm/sec. This limit shall apply at all locations where flowable fill is used as a utility trench plug (dam) within trench backfill materials. 2. Subsidence: Evaporation of bleed water shall not result in shrinkage of more than 10.4 mm per m (1/8 inch per ft.) of flowable fill depth. Measurement of a Final Bleeding shall be as measured in Section 10 of ASTM C940. 3. Strength for Excavatable Flowable Fill: Unconfined compressive strength at 28-days when tested in accordance with ASTM D4832: 100 psi (+/- 50 psi). a. The 1-year strength shall not exceed 150 psi. b. Where indicated provide Excavatable Flowable Fill around utilities, unless noted otherwise. c. Excavatable Flowable Fill shall be excavatable with hand tools and conventional machinery such as backhoes. 4. Strength for Non-Excavatable Flowable Fill: Unconfined compressive strength at 28- days when tested in accordance with ASTM D4832: 150 psi minimum. a. Where indicated provide Non-Excavatable Flowable Fill below structures and/or around structures, unless noted otherwise. 5. Fluidity: Flowable fill shall be self -consolidating and non -segregating in accordance with ASTM C1611: a. Slump Flow Test: Minimum 20-inch mean spread. b. Visual Stability Index (VSI) Test: Less than or equal to 1. B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the Specifications. In lieu of trial mix design, Contractor may submit historical data for a mix design used successfully in previous similar work. The Contractor shall not make changes in materials, either in gradation, source, or Flowable Fill 3123 23.34 -1 LUB22311— Blue Sky Lateral brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. C. Owner Testing: It is the responsibility of the Contractor to achieve and maintain the quality of material required by this Section. However, the Owner may secure the services of an independent testing laboratory to verify the quality of the flowable fill. The Owner shall have the right to require additional testing, strengthening, or replacement of flowable fill which has failed to meet the minimum requirements of this Section. 1.03 SUBMITTALS A. Submit mix design on each material required. Provide backup data as required below. B. Submit historical or trial mix data and test results as a basis for mix design approval. Required data shall include: 1. Permeability test results if plugs are required on Project. 2. Subsidence test results. 3. Strength test results for Excavatable and Non-Excavatable Flowable Fill if used on Project. 4. Fluidity test results. 1.04 STANDARDS AND REFERENCES A. Materials shall meet recommendation for mix design and placement, as published by National Ready Mixed Concrete Association. B. The applicable provisions of the following references and standards shall apply to this Section as if written herein in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C40 Test Method for Organic Impurities in Fine Aggregates for Concrete ASTM C150 Specification for Portland Cement Specification for Fly Ash and Raw or Calcined Natural Pozzolan for ASTM C618 Use as Mineral Admixture in Portland Cement Concrete Standard Test Method for Expansion and Bleeding of Freshly Mixed ASTM C 940 Grouts for Prep laced -Aggregate Concrete in the Laboratory ASTM C 1611 Standard Test Method for Slump flow of Self Consolidating Concrete Standard Test Method for Preparation and Testing of Controlled Low ASTM D 4832 Strength Material (CLSM) Test Cylinders 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Portland cement conforming to the specifications and test for Type I Portland cement of the American Society for Testing and Materials, Designation C-150. Flowable Fill 3123 23.34 - 2 LUB22311— Blue Sky Lateral B. Fine Aggregate: Fine aggregate consisting of natural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass a 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material which gives a color darker than the standard color when tested in accordance with ASTM Specification Designation C40. C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class "C" fly ash. The fly ash may be used in controlled low -strength material. D. Water: Water for flowable fill shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water which is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from mains of a waterworks system. E. Performance Additive: As required to meet specification requirements: 1. "Darafill" by Grace Construction Products. 2. Rheocell Rheofill by BASF The Chemical Company. 3. Sika Lightcrete Powder by Sika Corporation. 4. Approved equal. F. Chemical Admixtures for Concrete per ASTM C 494, as required by performance requirements. 2.02 MIXES A. In the determination of the amount of water required for mix, consideration shall be given to the moisture content of the aggregate. The net amount of water in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate, based on a 30 minute absorption period. No water allowance shall be made for evaporation after batching. B. The methods of measurement of materials shall be such that the proportions of water to cement can be closely controlled during the progress of the Work and easily checked at any time by the Owner's representative. To avoid unnecessary or haphazard changes in consistency, the aggregate shall be obtained from sources which will insure a uniform quality and grading during any single day's operation and they shall be delivered to the Work and handled in such a manner that the variation in moisture content will not interfere with the steady production of flowable fill of reasonable degree of uniformity. Sources of supply shall be approved by the Owner's representative. C. All material shall be separately and accurately measured. Measurement may be made by weight or by volume, as determined by the Contractor; however; all equipment for measurement of materials shall be subject to approval by the Owner's representative. Flowable Fill 3123 23.34 - 3 LUB22311— Blue Sky Lateral 3.00 EXECUTION 3.01 INSTALLATION A. Contractor shall give the Owner's representative sufficient advance notice before starting to place material in any area, to permit inspection of the area, and preparation for pouring. B. Conduct the operation of depositing the material so as to form a compact, dense, impervious mass, and so as not to develop air pockets in confined spaces. C. Unless specified otherwise, flowable fill shall be uniformly placed to the depth shown on the Drawings. The fill shall be brought up uniformly to the top of excavation elevation. Placement of flowable fill shall then cease and the fill protected from traffic for a period of 72 hours. 1. To prevent pipe flotation place material in lifts or provide alternate means. Around structures, material shall be placed in lifts. Lift depth shall not exceed one -tenth of total structure embedment into subgrade nor 5 feet, whichever is less. When multiple lifts are required, material shall be allowed to harden before placing next lift. Hardening time varies with each mix. Verify flowable fill has reached a penetration number of 1500, in accordance with ASTM C 403, but not less than 5 hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. At time of placement the ambient temperature shall be 35 F and rising. 3.02 FIELD QUALITY CONTROL A. An approved testing laboratory shall perform the quality control testing of backfill operations. The testing laboratory shall sample material in accordance with ASTM D5971. The testing laboratory shall monitor backfill operation continuously or at intervals acceptable to the Owner and Engineer at structures. It shall be the responsibility of the Contractor to provide sufficient advance notification to the testing laboratory before backfill operations begin. 1. Strength: A strength test is the average of two cylinders per ASTM D4832. 2. Fluidity: A fluidity test is a Slump Flow Test and a VSI Test per ASTM C1611. 3. For all tests required, at a minimum perform one test per day, but not less than one per 150 cubic yards. END OF SECTION Flowable Fill 3123 23.34 - 4 LUB22311— Blue Sky Lateral 31 23 33 TRENCHING AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to perform operations in trenching, pipe bedding, backfilling, clearing, grubbing and site preparation; handling, storage, transportation and disposal of excavated material; pumping and dewatering; preparation of subgrades; protection of adjacent property; fills, grading; and other appurtenant work. Trenching, backfilling, and pipe embedment procedures shall be in full compliance with Section 3123 33.14 "Trench Safety." Earth removed from excavations and which is not required for backfill shall be removed from the Site by the Contractor at his own expense, unless arrangements are made with the Owner through his representative to allow disposal on Site. If permitted, the Contractor shall dump and spread excess earth in a manner agreed upon by the Contractor and the Owner. Excavations, other than trench excavation, are not part of this Section. 1.02 QUALITY ASSURANCE A. Classification: Excavations shall include material of whatever nature encountered, including but not limited to clays, sands, gravels, conglomeritic boulders, weathered clay shales, rock, debris and abandoned existing structures. Excavation and trenching shall include the removal and subsequent handling of materials excavated or otherwise handled in the performance of the Work. 2. Bidders must satisfy themselves as to the actual existing subsurface conditions prior to the submittal of a proposal to complete the proposed Work. 3. Trench excavation shall consist of excavation to the lines and grades indicated, required for installation of the pipe, pipe bedding, backfill, and to accommodate trench safety systems. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Sieve analysis on embedment materials. 2. Record Data: Certified test reports for compaction tests. 1.04 REFERENCE SPECIFICATIONS A. Section 0133 00 "Document Management." B. Section 03 30 00.01 "Cast -In -Place Concrete (Limited Applications)" C. Section 3123 23.34 "Flowable Fill" D. Section 3123 33.14 "Trench Safety." Trenching and Backfill 31 23 33 -1 LUB22311— Blue Sky Lateral 1.05 STANDARDS A. The following publications, referred to hereafter by basic designation only, form a part of this Section to the extent indicated by the references thereto: 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Standard Specification for Concrete Aggregates Standard Test Method for Soundness of Aggregates by Use of ASTM C88 Sodium Sulfate or Magnesium Sulfate Standard Terminology Relating to Concrete and Concrete ASTM C125 Aggregates Standard Test Method for Resistance to Degradation of Small -Size ASTM C131 Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Standard Test Method for Resistance to Degradation of Large -Size ASTM C535 Coarse Aggregate by Abrasion and Impact in the Lost Angeles Machine Standard Classification for Size of Aggregate for Road Bridge ASTM D448 Construction Standard Test Methods for Laboratory Compaction Characteristics ASTM D698 of Soil Using Standard Effort (12,400 ft-Ib/ft3 (600 kN-m/m3) Standard Test Method for Density and Unit Weight of Soil in Place ASTM D1556 by the Sand -Cone Method Standard Practice for Classification of Soils for Engineering Purposes ASTM D2487 (Unified Soil Classification System) Standard Test Methods for Maximum Index Density and Unit ASTM D4253 Weight of Soils Using a Vibratory Table Standard Test Methods for Minimum Index Density and Unit Weight ASTM D4254 of Soils and Calculation of Relative Density Standard Test Method for In -Place Density and Water Content of ASTM D6938 Soil and Soil -aggregate by Nuclear Methods (Shallow Depth) Standard Test Method for Field Measurement of Soil Resistivity ASTM G57 Using the Wenner Four -Electrode Method B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. Reference herein or on the Drawings to soil classifications shall be understood to be according to ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). 1.06 DELIVERY AND STORAGE A. Excavated materials to be used for backfill may be deposited in stockpiles at points convenient for rehandling the material during the backfilling process. The location of stockpiles shall be within the limits of construction easements or public right-of-way. The location of stockpiles is subject to the approval of the Owner or the Owner's representative. Keep drainage channels clear of stockpiled materials. Trenching and Backfill 31 23 33 - 2 LUB22311— Blue Sky Lateral 1.07 JOB CONDITIONS A. Place no embedment or backfill material during freezing weather or upon frozen subgrades or previously placed frozen embedment or backfill materials. 2.00 PRODUCTS 2.01 MATERIALS A. Concrete for Backfill, Blocking, Cradling and Encasement: Unless other strength requirements are designated, concrete used shall be 1500 psi as specified in Section 03 30 00.01 "Cast -In -Place Concrete (Limited Applications)" B. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. E. Class 2 Aggregate Fill: Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck. The embedment material shall be composed of angular, tough durable particles, free from thin, flat and elongated pieces, of suitable quality to insure permanence in the trench and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or ASTM C535. The P.I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. 1. This shall be cohesionless material meeting the following gradation requirements: Sieve Size Square Opening Percent Passing 1/2" 100 3/8" 85-100 No. 4 10-30 No. 8 0-10 No. 16 0-5 F. Class 10 Aggregate Fill: Consists of washed and screened natural sands or sands manufactured by crushing stones complying with the requirements and tests of "Standard Trenching and Backfill 31 23 33 - 3 LUB22311— Blue Sky Lateral Specifications for Concrete Aggregates", ASTM C33. The gradation as included in ASTM C33 is as follows: Sieve Size Square Opening Percent Passing 3/8" 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 10-30 No. 100 2-10 1. Class 10 Aggregate Fill shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. G. Cement: Type I Portland Cement. H. Flowable Fill: Flowable fill shall be in accordance with Section 3123 23.34 "Flowable Fill." Modified Flowable Fill: Modified flowable backfill in areas of possible future excavation shall consist of a mixture of native soils or manufactured materials, cement and/or fly ash, air entraining material and water which produces a material with unconfined compressive strength of between 250 and 450 psi after 28 days. Any materials used shall be primarily granular, with a plasticity index less than 12 and with 100 percent passing a 3/4-inch sieve. The flowable mixture shall be mixed in a pub mill, concrete mixer, or transit mixer and shall have a minimum slump of 5 inches. The flowable mixture must be allowed to set prior to the placement of any overlying materials. Modified flowable backfill in permanent areas such as abandoned pipe closures shall contain the same materials and have an unconfined compressive strength greater than 250 psi after 28 days. J. Embedment Geotextile Material: Embedment geotextile material shall be Mirafi 180N polypropylene or approved equal. K. Utility Detection Tape: Utility pipe detection tape, green in color for sewer, blue in color for water, with black non -degradable printing reading "CAUTION SANITARY SEWER LINE BURIED BELOW" or "CAUTION WATER LINE BURIED BELOW" shall be installed over all PVC, HDPE, or fiberglass pipelines 8 inches and larger. The tape shall be bright -colored, continuous -printed plasticized aluminum tape, intended for direct -burial service; not less than 6 inches wide by 5 mils thick. Detection tape must be installed above the pipe zone, 12 inches above pipe. L. Tracer Wire: All piping shall be installed with a continuous, insulated TW, THW, THWN or HMWPE insulated copper, 10 gauge or thicker wire for pipeline location purposes by means of an electronic line tracer. The wire shall be installed along the entire length of pipe. The insulation color shall match the color of the pipe being installed. Sections of wire shall be spliced together using approved splice caps and water proof seals. Twisting the wires together is not acceptable. 2.02 MIXES; SAND -CEMENT BACKFILL OR EMBEDMENT Trenching and Backfill 31 23 33 - 4 LUB22311— Blue Sky Lateral A. A minimum sand and cement mixture of 25 parts sand and 2 parts cement will be required. 1. Fine Sand: 25 Cubic Feet. 2. Cement: 2 Bags (minimum). 3. Water: Optimum moisture. B. Sand shall be free of any cohesive material and shall meet the following gradation and plasticity index requirements: Sieve Size Percent Passing 1" 100 1/2" 95-100 No.40 80-100 C. PI and LL Amounts: 1. Plasticity Index: 10 Maximum. 2. Liquid Limit: 25 or less. 3.00 EXECUTION 3.01 PREPARATION A. Site: 1. Clear sites of logs, trees, roots, brush, tree trimmings and other objectionable materials and debris which are to be occupied by pipe trenches, and grub stumps. Designate material not salvaged for reuse as surface material as spoiled and dispose of material in accordance with Paragraph [3.01.E], Disposal of Spoil Material. 2. Do not remove trees outside of the required working area unless their removal is authorized in writing by the Engineer and with the approval of the local governing authority. Adequately protect the trees left standing from permanent damage by construction operations. Standing trees may be trimmed where necessary to facilitate construction, but only with written authorization from the Engineer. B. Dewatering: 1. Provide and maintain adequate dewatering equipment to remove and dispose of surface and ground water entering the excavations, trenches, or other parts of the Work. Keep each excavation dry during subgrade preparation and continually thereafter until the proposed pipe is installed. Maintain the proper procedures necessary to protect against damage to the proposed Work from hydrostatic pressure, flotation, or other water related causes. 2. Dewater excavations which extend down to or below ground water elevation by lowering and keeping the ground water level a minimum of 2 feet below the bottom of the excavation. 3. Divert surface water or otherwise prevent water from entering excavated areas to the fullest extent possible without causing damage to adjacent property. Trenching and Backfill 31 23 33 - 5 LUB22311— Blue Sky Lateral 4. Provide and maintain any piping or conduit necessary to facilitate drainage. Do not alter area drainage patterns to the extent that adjacent property and landowners become threatened with localized flooding and/or water damage. Should such a situation occur, the Contractor shall be responsible for repairing the damage at no additional cost to the Owner. C. Protection of Existing Structures and Utilities: Prior to the start of construction, communicate with the representatives of the local utility companies, including the oil, gas, telephone and communications companies, and local water and sewer utilities operating in the location of the proposed construction area. Seek the utility companies' assistance in locating existing facilities to avoid conflicts during construction. The location, number, depth, and owner of utilities indicated are for information purposes only, and all utilities and structures may not be shown or may not be in the location shown. Where construction endangers adjacent structures, utilities, embankments and/or roadways, the Contractor shall, at his own expense, carefully support and protect such structures so that no damage occurs throughout the construction process. In case damage should occur, the Contractor shall be responsible for restoring the damaged structure to a condition acceptable to the Owner of that structure and shall bear all cost of such reparations. 3. Repair or replace damaged street surfaces, driveways, sidewalks, curbs, gutters, fences, drainage structures, or other such facilities to the satisfaction of the Owner. Structures shall be returned to a condition equal to or better than the original condition and of same or better material and quality. D. Blasting: Blasting shall not be allowed in any instance. E. Disposal of Spoil Material: Suitable material from excavations which meets the requirements for pipe backfill material as indicated, except stripping excavation, may be reused. Designate the remaining excavated materials as spoiled material and dispose of material off the Site in accordance with all applicable laws, ordinances, and codes. Contractor shall be responsible for the storage, transportation, and deposition of spoiled material and shall be responsible for acquiring the necessary permits, and the payment of fees and duties at no additional cost to the Owner. 2. No burning of materials shall be permitted on the Site. 3.02 TRENCH EXCAVATION A. General: The trenches shall be excavated to the alignment and depth indicated or as necessary for the proper installation of the pipe and appurtenances. Brace and dewater the trench if necessary so that the workmen may work therein safely and efficiently. Any specific requirement listed in Paragraph 3.00, Execution, may be modified as necessary to meet OSHA requirements. However, if trench widths are wider than indicated, the Contractor shall be responsible for determining and furnishing the proper class of embedment and piping for the installation with no additional compensation to the Contractor. Trenching and Backfill 31 23 33 - 6 LUB22311— Blue Sky Lateral B. Trench Width: The trench widths shall be as shown on the Drawings. C. Pipe Foundation Subgrade: Excavate the trench to an even grade to permit the installation of the pipe so that the full length of the pipe barrel is supported on the proper depth of bedding material. The entire foundation subgrade area in the bottom of the excavations shall be firm, stable material, and the material shall not be disturbed below required grade except as described in this Section. Where the character of the subgrade material is such that proper subgrade cannot be obtained at the elevation indicated, deepen the excavation to a satisfactory subgrade material. Remove the material until a firm, stable, and uniform bearing is reached and the subgrade brought back to the required grade with the specified bedding material compacted in place or with lean concrete material. The expense of replacing any unsatisfactory subgrade shall be borne by the Contractor. D. Correcting Faulty Grade: Should any part of the trench be excavated below required grade, correct the trench with bedding material, thoroughly compacted, or with lean concrete, at no additional compensation to the Contractor. E. Care of Surface Material for Reuse: If local conditions permit reuse, keep surface material suitable for reuse separate from the general excavation material. F. Trenching Methods: The use of any suitable trench digging machinery is permitted except in places where such operations may cause damage, above or below ground, in which case, employ hand methods. G. Pipe Clearance in Rock: Remove ledge rock, rock fragments, shale, or other rock to provide proper clearance for bedding materials. Provide adequate clearance for properly jointing pipe laid in rock trenches at bell holes. 3.03 BACKFILL A. Bedding within Pipe Zone: Concrete Cradle, Encasement or Concrete Arch: Where indicated, install the pipe in concrete cradle, encasement, or concrete arch. Take precautions to prevent pipe movement or deflection during construction. Where pipes are placed below structures, completely encase pipes in 1500 psi concrete, and extend up to bottom of structure. Concrete Blocking: Place blocking to rest against firm undisturbed trench walls. The supporting area for each block shall be at least as great as that indicated and shall be sufficient to withstand the thrust, including water hammer, which may develop. Each block shall rest on a firm undisturbed foundation of trench sides and bottom. B. Aggregate Fill Bedding: After the trench has been cut to the depths indicated, install bedding geotextile material below the bedding layer in accordance with manufacturer recommendations, bring up the bedding layer to a point slightly above grade in maximum 4-inch lifts and uniformly compact to the density indicated. Form bell holes and scoop out a trough to grade so that the pipe is uniformly supported by the embedment material. Lay and joint the pipe. Bring up the embedment material in maximum 4-inch lifts on either side of the Trenching and Backfill 31 23 33 - 7 LUB22311— Blue Sky Lateral pipe to the elevation above the pipe shown on the Drawings. Uniformly compact the pipe as indicated. After moisture is gone from the embedment material, place utility detection tape and backfill and compact the remaining backfill by tamping or other appropriate methods. Water jetting shall not be permitted. 3. Install utility detection tape and tracer wire. C. Compaction Requirements: 1. Compact earth fill and cohesive aggregate fill in maximum 4-inch lifts with pneumatic rollers or power hand tampers and make a minimum of eight passes. 2. Compact cohesionless aggregate fill in maximum 4-inch lifts with vibratory rollers or vibratory plate power hand compactors and make a minimum of eight passes. 3. The acceptability of the compaction equipment shall be based upon the results of a test section. Compact earth fill and cohesive aggregate fill to a minimum of 95 percent of maximum dry density as determined by ASTM D698, Standard Proctor. 4. Compact Class 1 and 2 earth fill at a moisture content within minus 0 to plus 5 percentage points of the optimum moisture content. Compact the remaining classes of earth fill and cohesive aggregate fill at a moisture content within minus 2 to plus 5 percentage points of optimum moisture content. The moisture ranges listed above are minimum and maximum limits. A tighter moisture range within these limits may be required to consistently achieve the specified density. 5. Compact cohesionless aggregate fill on which it is not practical to control the density by "Proctor" methods to a minimum of 75 percent relative density as determined by ASTM D4253 and D 4254, or at the discretion of the Engineer, by a field compaction mold method correlated to ASTM D4253 and D 4254. 6. Compact cohesionless aggregate fill at a moisture content within a range that accommodates consistent placement and compaction to the minimum relative density specified above. 7. The Owner will arrange and pay for density and moisture testing. The testing frequency and methods shall be as requested by the Engineer. The Engineer may waive testing requirements on cohesionless bedding where testing is not practical because of limited space between the pipe and trench walls, however, the minimum number of passes of the compaction equipment specified above shall be achieved. 3.04 FINISHING A. Grade and rake areas smooth and even which do not receive any type of paved surface, to allow drainage to drain away from the structures and toward the roads and streets or the natural drainage course. Break up large clods of earth and remove rocks, trash or debris near the surface. B. Finish the top portion of backfill beneath established sodded (lawn) areas with not less than 6 inches of topsoil corresponding to, or better than, that underlying adjoining sodded areas. 3.05 FIELD QUALITY CONTROL Trenching and Backfill 31 23 33 - 8 LUB22311— Blue Sky Lateral A. Compact backfill and appropriate embedment material to a minimum of 95 percent of maximum density at a moisture content of 0 to plus 5 percent of optimum for backfill and at optimum for sand -cement embedment as determined by ASTM D1557, Modified Proctor. B. Make periodic tests of compaction for conformance with this Section by an approved testing laboratory selected and paid for by the Owner. Contractor shall pay for re -testing until acceptable test results are obtained. 3.06 CLEAN AND ADJUST A. Remove surplus pipeline materials, tools, rubbish and temporary structures and leave the construction site clean, to the satisfaction of the Engineer. END OF SECTION Trenching and Backfill 31 23 33 - 9 LUB22311— Blue Sky Lateral 3123 33.14 TRENCH SAFETY 1.00 GENERAL 1.01 WORK INCLUDED A. This specification consists of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. This specification is for the purpose of providing minimum performance specifications, and the Contractor shall develop, design, and implement the trench safety system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. B. Should the trench safety protection system require wider trenches than specified elsewhere, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. C. The Contractor shall select an engineer based on competence and qualifications in accordance with 2254.004 of the Texas Government Code and not on the basis of competitive bid and will certify to that effect with the Trench Safety Plan Submittal. 1.02 STANDARDS A. The following standard shall be the minimum governing requirement of this specification and is hereby made a part of this specification as if written in its entirety. 1. Occupational Safety and Health Standards - Excavations (29CFR Part 1926), U.S. Department of Labor, latest edition. B. Comply with the applicable federal, state, and local rules, regulations, and ordinances. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Trench Safety 3123 33.14 -1 LUB22311— Blue Sky Lateral 3125 13.13 VEGETATION RESTORATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary for soil preparation, fertilization, watering, mulching and emulsifying or tacking the mulch, planting, and other requirements regarding vegetation restoration areas shown on plans, including maintenance until final acceptance by the Owner. 1.02 SUBMITTALS A. Furnish required copies of manufacturer's literature, certifications, or laboratory analytical data for the following Items: 1. Seed/Sod Source (Certifications): submit certification from supplier that each type of seed conforms to these specifications and requirements of Texas Seed Law. Certification shall accompany seed delivery. 2. Top Dress Fertilizer (Certification): submit certificate stating that fertilizer complies with these specifications and requirements of Texas Fertilizer Law 3. Submit a sample label or specification and a sample packet of the proposed mulch for the Owner's approval. 4. Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. 1.03 QUALITY ASSURANCE A. Source 1. Sod shall be subject to inspection and approval by Landscape Architect at the site upon delivery for conformity to specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. The Landscape Architect reserves the right to refuse inspection at such time if, in his judgment, a sufficient quantity of sod is not available for inspection. 2. Seed shall conform to U.S. Department of Agriculture rules and regulations of Federal Seed Act and Texas Seed Law. Seed shall be certified 90 percent pure and furnish 80 percent germination 2.00 PRODUCTS 2.01 MATERIALS A. Turf Seed 1. Composition: fresh, clean, certified, Class 'A', new crop seed. 2. Type: "Cynodan dactylon" Common Bermuda. 3. Deliver to the site in the original sacks as received by the Producer and each sack shall be tagged in accordance with the agricultural seed laws of the United States and the Vegetation Restoration 3125 13.13 -1 LUB22311— Blue Sky Lateral State of Texas. Each sack shall be tagged showing the dealers guarantee as to the year grown, percentage of purity, percentage of germination and the date of test by which the percentages of purity and germination were determined. All seed sown shall have a date of test within six (6) months of the date of sowing. 4. Any seed delivered prior to use, shall be stored in such a manner that it will be protected from damage by heat, moisture, rodents or other cause. 5. The mixture to be used shall be proportioned by weight and consist of the following Turf Seed Mixture for turf areas Proportion by weight Purity Minimum Germination Cynodan Dactylon— Common Bermuda 85% 98% 90% Lolium perenne —Perennial Ryegrass 10% 98% 90% Poa Annual Ryegrass 5% 95% 90% 6. Weed Seed cannot exceed 0.25% B. Turf Sod 1. 1. One -Year -Old, nursery -grown sod, of the variety Tifway 419 as approved. Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three- quarters (3/4") inch. 2. Sod shall be dense, healthy, and field -grown on fumigated soil with the grass having been mowed prior to sod cutting so that the height of the grass shall not exceed two (2") inches. 3. Sod shall be dark green in color, relatively free of thatch, free from diseases, weeds and harmful insects. 4. Sod shall be reasonably free of objectionable grassy and broadleaf weeds. Sod shall be considered weed free if no more than ten (10) such weeds are found per 100 sq. ft. of sod. 5. Sod shall be rejected if found to contain the following weeds: Quackgrass, Johnsongrass, poison ivy, nimbleweed, thistle, bindweed, bentgrass, perennial sorrel or bromegrass. C. Hydromulch 1. Virgin wood cellulose fibers from whole wood chips having minimum of 20 percent fibers 0.42 inches in length and 0.01 inches in diameter. 2. Cellulose fibers manufactured from recycled newspaper and meeting same fiber content and size as for cellulose fibers from wood chips. 3. Dye mulch green for coverage verification purposes. Vegetation Restoration 3125 13.13 - 2 LUB22311— Blue Sky Lateral 4. Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas Fiber Co. 5. Soil Stabilizer "Terra Tack 1" or approved equal. D. FERTILIZER 1. Pre -planting Fertilizer Application for Turfgrass Planting Areas: Fertilizer for the initial planting application shall be of N-P-K ratio of 4-5-1 (19-26-5). The phosphorus component must be derived from monoammonium phosphate to stimulate vigorous development of new roots, stolons, and rhizomes. The initial application must be applied and incorporated into the soil immediately (no more than two (2) days) prior to sodding. 2. Post Planting Application: Fertilizer for the post planting application will be a complete fertilizer of chemical base containing by weight the following percentages of nutrients: 273- 4 +2% Fe (N-P-K) from methylene urea or the nitrogen equivalent of 33-3-1 O. The application rate should provide one (1) lb. of N / 1000 sq. ft. 3.00 EXECUTION 3.01 SCHEDULING A. Planting Restrictions: coordinate planting periods with initial maintenance periods to provide required maintenance from date of Substantial Completion. Plant during one of the following periods: 1. May 15th to August 31st for Bermuda hydromulch seeding. 2. Over seeding - Annual Rye Grass a. If Bermuda turf cannot be established by September 15, turf areas are to be over - seeded with annual rye-grass at a rate of 4-Ibs'/1,000 sf. B. Weather Limitations: Proceed with planting operations only when existing and forecasted weather conditions permit. 3.02 GRADING AND VERIFICATION A. Coarse Grading 1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger than one and a half (1-1/2") inches diameter, weeds, debris and other extraneous materials. 2. Grades: verify that grades are within two (2) inch plus or minus of the required finished grades. No Grades greater than 1 inch shall close upon itself. B. Final Grading 1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger than 1 in. diameter, weeds, debris and other extraneous materials. 2. Grades: verify that grades are within one (1) inch plus or minus of the required finished grades. No Grades greater than 1 inch shall close upon itself. Verify that soil preparation and fertilization has been installed. Report all variations in writing. Vegetation Restoration 3125 13.13 - 3 LUB22311— Blue Sky Lateral C. Schedule: immediately after the finished grade has been approved, begin sodding operations to reduce excessive weed growth. If sod bed is dry immediately prior to installation, dampen surface with a fine mist of water. D. Soil Moisture 1. Excessive Moisture: do not commence work of this section when soil moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clods will not break readily. 2. Inadequate Moisture: apply water, as necessary, to bring soil to optimum moisture content for planting. 3.03 HYDROMULCH SEEDING ON PREPARED FINISHED GRADE A. Bed Preparation: immediately after the finished grade has been approved, begin hydromulch seeding operation to reduce excessive weed growth. B. Special Equipment and Procedures: hydraulic equipment used for the application of fertilizer and seed; disc, harrow or aerator and a cultipacker or roller. C. Operators of hydromulch seeding equipment shall be thoroughly experienced in this type of application. D. Application: 1. Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. 2. Immediately following approval, Contractor shall aerate the seed bed one (1") to two (2") inches deep in a motion to form a uniform coverage of the entire seeding area. 3. Immediately following aeration, the Contractor shall pack the soil with a cultipacker or roller to get a firm seed bed. 4. After cultipacker or roller operations apply specified hydromulch seed mix in a motion to form a uniform coverage at specified rate. 5. Immediately following hydromulch of seed, the Contractor shall not operate any equipment over the covered area. 6. Refer also to the maintenance portion of this Section. 3.04 BROADCAST SEEDING ON PREPARED FINISHED GRADE A. Bed Preparation: immediately after the finished grade has been approved, begin broadcast seeding operation to reduce excessive weed growth. B. Special Equipment and Procedures: rotary equipment used for the application of fertilizer and seed; disc, harrow or aerator and a cultipacker or roller. C. C. Application: 1. Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. Vegetation Restoration 3125 13.13 - 4 LUB22311— Blue Sky Lateral 2. Operators of broadcast seeding equipment shall be thoroughly experienced in this type of application. Apply specified seed mix in a motion to form a uniform coverage at specified rate. 3. Immediately following broadcasting of seed, Contractor shall aerate the seed bed one (1") to two (2") inches deep at a speed to cover the seed with soil one quarter (1/4) to one half (1/2") inches deep in a motion to form a uniform coverage of the entire seeding area. 4. Immediately following aeration, the Contractor shall pack the soil with a cultipacker or roller to get seed in good contact with the soil. 5. After aeration, the Contractor shall not operate any equipment over the covered area. 6. Refer also to the maintenance portion of this Section. D. D. Unseeded Areas: if, in the opinion of the Landscape Architect, unplanted skips and areas are noted after broadcast seeding, the Contractor shall be required to seed the unplanted areas with the grasses that were to have been planted at no additional cost to the Owner. 3.05 SOD BED PREPARATION A. Prepare the soil B. Rake areas to set exact line and final finish grade. C. Rolling: roll amended soil with 200-pound water -ballast roller. D. Moistening: after all unevenness in the soil surface has been corrected, lightly moisten the soil immediately prior to laying the sod. E. Timing: sod immediately thereafter, provided the sod -bed has remained friable. 3.06 PLANTING A. Solid Sodding 1. Method: lay the first row of sod in a straight line, with subsequent rows parallel to and tightly against each other, with no spaces between strips. Stagger lateral joints. Do not stretch or overlap sod. Butt all joints tightly to eliminate all voids. Lay sod on mounds and slopes with strips parallel to contours. Use a sharp knife to cut sod to fit curves. 2. Tamping and Rolling: thoroughly tamp and roll sod to make contact with sod bed. Roll each entire section of completed sod. 3. Following rolling, fine screened topsoil shall be used to fill all cracks between sods. Excess soil shall be worked into the grass with suitable equipment and shall be well watered. The quantity of fill soil shall be such that it will cause no smothering of the grass. 4. Watering: thoroughly water sod immediately after installation to wet the underside of the new sod pad and the soil immediately below to a depth of 6 in. 5. Immediately after installation of the sod, remove sod clumps and soil, wash off any plant materials and pavements not to have sod. Keep all areas clean during the maintenance period. Vegetation Restoration 3125 13.13 - 5 LUB22311— Blue Sky Lateral 3.07 MAINTENANCE A. Maintenance shall begin immediately alter each grass area is planted. All planted areas will be protected and maintained by watering, weed control, redressing and replanting as necessary for at least thirty (30) days after initial planting and for as much longer as necessary to establish a UNIFORM STAND OF THE SPECIFIED GRASS and until the entire project is accepted by the Owner. Grass shall be mowed to a height of two (2") inches. B. All turf areas adjacent to paved areas shall be edged to maintain a neat appearance. C. All areas which are not completely covered with the specified grass at the end of thirty (30) days will continue to be replanted, re -dressed and maintained by the Contractor until complete coverage and acceptance are achieved. 3.08 SEEDING OF DISTURBED AREAS A. Disturbed areas will require seeding as specified in this Section unless requested otherwise by the Engineer or shown otherwise on the drawings or in the specifications. B. Any areas which are disturbed by the Contractor which are not shown on the drawings or specified to require disturbance including any approved areas not shown on the drawings, shall be considered as unauthorized disturbed areas. Any such areas shall be seeded as specified in this Section at the Contractor's expense and shall not be measured or paid under this Section. 3.09 FIELD QUALITY CONTROL; OBSERVATION AND ACCEPTANCE A. Observation: Upon completion of the site preparation, mulching, fertilizing, seeding, and maintenance of seeded areas, the Engineer will observe the seeded areas periodically to determine the establishment success. The Engineer will consider soil coverage, purity of the grass stand, and maturity of the plants. B. Establishment of Stand and Acceptance: 1. The Engineer will determine that a grassed area is established upon fulfillment of the following conditions: 2. The permanent grass stand uniformly covers the planting area, with no exposed soil areas more than 36 inches across in any dimension. 3. The permanent grass stand is free of over -topping weed species which would compete for sunlight, moisture, and nutrients. In addition, no area of pure weed species greater than 36 inches across in any dimension shall occur within a permanent grass stand. 4. The majority of the grass plants in a stand shall have a well -established root system to survive if irrigation is discontinued. 5. Establish the permanent grass stand before October 1 to preclude having to perform a temporary Fall seeding. In the event a fall seeding must be performed, follow-up the temporary seeding with a permanent seeding as specified. Upon final acceptance of the work under this contract, the Owner will assume the responsibility of maintaining the grassed areas. Vegetation Restoration 3125 13.13 - 6 LUB22311— Blue Sky Lateral END OF SECTION Vegetation Restoration 3125 13.13 - 7 LUB22311— Blue Sky Lateral 31 35 13 ARTICULATED CONCRETE BLOCK 1.00 GENERAL 1.01 WORK INCLUDED A. The contractor shall furnish all labor, materials, equipment, and incidentals required for, and perform all operations in con The contractor shall furnish all labor, materials, equipment, and incidentals required for, and perform all operations in connection with, the installation of the ArmorFlex' Articulating Concrete Block (ACB) system in accordance with the lines, grades, design and dimensions shown on the Contract Drawings and as specified herein. 1.02 SUBMITTALS A. Shop Drawings. At least 30 days prior to the start of any installation of the cellular concrete mats, the Contractor shall submit to the owner shop drawings for the layout and details of the cellular concrete mats. The cellular concrete mats layout shall be to the lines and grades shown on the drawings. The shop drawings shall include layout, layout sequence, anchor details, mat junction details, anchor to mat connection details, and details for grade change. B. Representative Samples. The sources from which the Contractor proposes to obtain materials shall be selected well in advance of the time when the materials will be required in the work. Product literature and suitable samples of the cellular concrete mattresses, cable, fittings, anchors and filter fabric shall be submitted to the Owner's Representative for approval, prior to delivery of any such material to the site of the work. All samples shall be obtained by the Contractor and delivered at his expense to a point designated by the Owner's Representative at least 14 calendar days in advance of the time when the placing of the concrete mattresses is expected to begin. The contractor shall submit the cellular concrete block revetment system manufacturer's certification that the revetment system and components meet the requirements of this specification. C. Documentation of Testing. The contractor shall provide to the owner test results documenting that the revetment system has been tested under controlled flow conditions for hydraulic performance characteristics in accordance with FHWA-RD-89-199, utilizing a 2:1 slope in the direction of flow, as well as other calculations and testing in support of the proposed concrete block mattress system and geotextile. D. Manufacturer Certificates of Compliance. 1. The Contractor shall furnish the manufacturer's certificates of compliance for cellular concrete mattresses, revetment cable, and any revetment cable fittings and connectors. The Contractor shall also furnish the manufacturer's specifications, literature, and any recommendations, if applicable, that are specifically related to the project. 2. Cellular concrete mattresses will only be accepted when accompanied by documented hydraulic performance characteristics that are derived from tests under controlled flow conditions. Testing guidelines shall conform to U.S. Federal Highway Administration and U.S. Bureau of Reclamation Testing Protocol as documented in "Minimizing Embankment Damage During Overtopping Flow", Report No. FHWA-RD-88-181 and all hydraulic performance testing shall be performed in a 2H:1V flume. Articulated Concrete Block 31 35 13 -1 LUB22311— Blue Sky Lateral Alternative Materials. Alternative materials may be considered. Such materials must be pre - approved in writing by the Engineer prior to bid date. Alternative material packages must be submitted to the Owner's Representative a minimum of fifteen (15) days prior to bid date. Submittal packages must include, as a minimum, the following: 1. Full-scale laboratory testing performed by the submitting manufacturer and associated engineered calculations quantifying the hydraulic capacity of the proposed cellular concrete mat system in similar conditions to the specific project. A list of 5 comparable projects, in terms of size and applications, in the United States, where the results of the specific alternate revetment system use can be verified after a minimum of five (5) year of service life. The submittal shall include contact names, addresses and telephone numbers. 1.03 QUALITY ASSURANCE A. Design Criteria — Flowable Fill Proportions and Consistency: Flowable fill shall be proportioned to give the necessary workability, strength, and consistency, and shall conform to the following governing requirements: B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the Specifications. In lieu of trial mix design, Contractor may submit historical data for a mix design used successfully in previous similar work. The Contractor shall not make changes in materials, either in gradation, source, or brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. 1.04 STANDARDS AND REFERENCES A. The applicable provisions of the following references and standards shall apply to this Section as if written herein in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C150 Specification for Portland Cement ASTM C207 Specification for Hydrated Lime Types ASTM C595 Blended Hydraulic Cements ASTM C618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland Cement Concrete ASTM D 3786 Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics ASTM D 4354 Sampling of Geosynthetics for Testing ASTM D 4355 Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water ASTM D 4491 Water Permeability of Geotextiles by Permittivity ASTM D 4533 Trapezoidal Tearing Strength of Geotextiles Articulated Concrete Block 31 35 13 - 2 LUB22311— Blue Sky Lateral ASTM D 4632 Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 Determining Apparent Opening Size of a Geotextile ASTM D 4759 Determining the Specification Conformance of Geosynthetics ASTM D 4833 Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products ASTM D 4873 Identification, Storage, and Handling of Geosynthetic Rolls ASTM D 6684 Materials and Manufacture of Articulating Concrete Block (ACB) ASTM D 6884 Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems 2.00 PRODUCTS 2.01 MATERIALS A. Concrete Blocks 1. Concrete shall conform to ACI requirements for normal weight concrete. 2. The ACB units shall be produced using a dry cast method. Dry cast units obtain strength more quickly than wet cast blocks and will also achieve a greater uniformity of quality and greater durability. 3. At the time of delivery to the work site, the ACB units shall conform to the physical requirements prescribed in Table 2.02 listed below. 2.02 PHYSICAL REQUIREMENTS Compressive Strength Net Area Min. p.s.i (mPa) Water Absorption Max. Ib/ft3 (kg/m3) Avg. of 3 units Individual Unit Avg. of 3 units Individual Unit 4,000 (27.6) 3,500 (24.1) 9.1(160) 11.7 (192) Units will be sampled and tested in accordance with ASTM D 6684, Standard Specification for Materials and Manufacture of Articulating Concrete Block (ACB) Revetment Systems. B. Revetment Cable and Fittings 1. Option 1 Polyester Revetment Cable and Fittings: a. Revetment cable shall be constructed of high tenacity, low elongating, and continuous filament polyester fibers. Cable shall consist of a core construction comprised of parallel fibers contained within an outer jacket or cover. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats, in accordance with ASTM D-6684 paragraph 5.5.2. Articulated Concrete Block 31 35 13 - 3 LUB22311— Blue Sky Lateral Elongation requirements specified below are based upon stabilized new, dry cable. Stabilization refers to a process in which the cable is cycled fifty (50) times between a load corresponding to 200D2 and a load equal to 10%, 20% or 30% of the cable's approximate average breaking strength. Relevant elongation values are as shown in the table below. The tolerance on these values is + 5%. ELASTIC ELONGATION at Percentage of Break Strength 10% 20% 30% 0.6 1.4 2.2 c. The revetment cable shall exhibit resistance to most concentrated acids, alkalis and solvents. Cable shall be impervious to rot, mildew and degradation associated with marine organisms. The materials used in the construction of the cable shall not be affected by continuous immersion in fresh or salt water. d. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Fittings such as sleeves and stops shall be aluminum and washers shall be plastic unless otherwise shown on the Contract Drawings 2. Option 2. Galvanized Steel Revetment Cable and Fittings: a. Revetment cable shall be constructed of preformed galvanized aircraft cable (GAC). The cables shall be made from individual wires and strands that have been formed during the manufacture into the shape they have in finished cable. b. Cable shall consist of a core construction comprised of seven (7) wires wrapped within seven (7) or nineteen (19) wire strands. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats. c. The revetment cable shall exhibit resistance to mild concentrations of acids, alkalis, and solvents. Fittings such as sleeves and stops shall be aluminum, and the washers shall be galvanized steel or plastic. Furthermore, depending on material availability, the cable type (70 or 7x19) can be interchanged while always ensuring the required factor of safety for the cable. d. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Revetment cable splicing fittings shall be selected so that the resultant splice shall provide a minimum of 75% of the minimum rated cable strength. C. Filter Fabric The geotextile filter shall meet the minimum physical requirements listed in Table No of these Specifications. Consultation with the manufacturer is recommended; the standard for sizing geotextile for these applications is AASHTO M-288, Permanent Articulated Concrete Block 31 35 13 - 4 LUB22311— Blue Sky Lateral Erosion Control. Either woven or non -woven geotextile are acceptable, as long as they meet the other project requirements. The geotextile fiber shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of propylene, ethylene, ester, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic, if necessary, to make the filaments resistant to deterioration due to ultraviolet and heat exposure. The edges of the geotextile shall be finished to prevent the outer fiber from pulling away from the geotextile. The Contractor shall furnish manufacturer's certified test results to the EOR, showing actual test values obtained when the physical properties are tested for compliance with the specifications. During all periods of shipment and storage, the filter fabric shall be protected from direct sunlight, UV radiation, and temperatures greater than 140°F. To the extent possible, the fabric shall be maintained wrapped in its protective covering. The geotextile shall not be exposed to sunlight or UV radiation until the installation process begins. PHYSICAL REQUIREMENTS Physical Property Test Procedure Minimum Value Grab Tensile Strength (Unaged Geotextile) ASTM D4632 IAW AASHTO M288 Class 2 Breaking Elongation (Unaged Geotextile) ASTM D4632 50% max. (in any principal direction) Burst Strength ASTM D3786 IAW AASHTO M288 Class 2 Puncture Strength ASTM D4833 IAW AASHTO M288 Class 2 A.O.S., U.S. Std. Sieve ASTM D4751 As Shown in Plans Permittivity ASTM D4491 As Shown in Plans At the time of installation, the filter fabric shall be rejected if it has been removed from its protective cover for over 72 hours or has defects, tears, punctures, flow deterioration, or damage incurred during manufacture, transportation or storage. With the acceptance of the EOR, placing a filter fabric patch over the damaged area prior to placing the mats shall repair a torn or punctured section of fabric. The patch shall be large enough to overlap a minimum of three (3) feet in all directions. 3.00 EXECUTION 3.01 SUBGRADE PREPARATION A. General: All subgrade preparation shall be performed in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as updated and amended. B. Grading: The slope shall be graded to a smooth plane surface to ensure that intimate contact is achieved between the slope face and the geotextile (filter fabric), and between the geotextile and the entire bottom surface of the individual ACBs. All slope deformities, Articulated Concrete Block 31 35 13 - 5 LUB22311— Blue Sky Lateral roots, grade stakes, and stones which project normal to the local slope face must be re- graded or removed. No holes, "pockmarks", slope board teeth marks, footprints, or other voids greater than 0.5 inch in depth normal to the local slope face shall be permitted. No grooves or depressions greater than 0.5 inches in depth normal to the local slope face with a dimension exceeding 1.0 foot in any direction shall be permitted. Where such areas are evident, they shall be brought to grade by placing compacted homogeneous material. The slope and slope face shall be uniformly compacted, and the depth of layers, homogeneity of soil, and amount of compaction shall be as required by the EOR. Excavation and preparation for all termination trenches or aprons shall be done in accordance to the lines, grades and dimensions shown in the Contract Drawings. The termination trench hinge -point at the top of the slope shall be uniformly graded so that no dips or bumps greater than 0.5 inches over or under the local grade occur. The width of the termination trench hinge -point shall also be graded uniformly to assure intimate contact between all ACBs and the underlying grade at the hinge -point. C. Inspection: Immediately prior to placing the filter fabric and ACB mats, the prepared subgrade shall be inspected by the FOR as well as the owner's representative. No fabric or blocks shall be placed thereon until that area has been approved by each of these parties. 3.02 PLACEMENT OF GEOTEXTILE FILTER FABRIC A. General. All placement and preparation should be performed in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as updated and amended. Filter Fabric, or filtration geotextile, as specified elsewhere, will be placed within the limits of ACBs shown on the Contract Drawings. B. Placement. The filtration geotextile will be placed directly on the prepared area, in intimate contact with the subgrade, and free of folds or wrinkles. The geotextile will not be walked on or disturbed when the result is a loss of intimate contact between the ACB and the geotextile or between the geotextile and the subgrade. The geotextile filter fabric will be placed so that the upstream strip of fabric overlaps the downstream strip. The longitudinal and transverse joints will be overlapped at least one and a half (1.5) feet for dry installations and at least three (3) feet for below -water installations. The geotextile will extend at least one (1) foot beyond the top and bottom revetment termination points, or as required by the EOR. If ACBs are assembled and placed as large mattresses, the top lap edge of the geotextile should not occur in the same location as a space between ACB mats unless the space is concrete filled. 3.03 PLACEMENT OF ACB/MAT A. General. ACB placement and preparation should be performed in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as amended and updated. B. Placement. The subgrade shall be prepared in such a manner as to produce a smooth plane surface prior to placement of the ACBs or mats. No individual block within the plane of placed ACBs will protrude more than one-half inch or as otherwise specified by the EOR. ACBs should be flush and develop intimate contact with the subgrade section, as approved by the EOR. Proposed hand placing is only to be used in limited areas, specifically identified by the FOR or manufacturers' mat layout drawings, as approved by the EOR. Articulated Concrete Block 31 35 13 - 6 LUB22311— Blue Sky Lateral If assembled and placed as large mattresses, the ACB mats will be attached to a spreader bar or other approved device to aid in the lifting and placing of the mats in their proper position by the use of a crane or other approved equipment. The equipment used should have adequate capacity to place the mats without bumping, dragging, tearing or otherwise damaging the underlying fabric. The mats will be placed side -by -side, so that the mats abut each other, and/or end -to -end. Mat seams or openings between mats greater than two (2) inches will be backfilled with 4000 p.s.i. non -shrink grout, concrete or other material approved by the EOR. Whether placed by hand or in large mattresses, distinct changes in grade that results in a discontinuous revetment surface in the direction of flow will require backfill at the grade change location so as to produce a continuous surface. Termination trenches will be backfilled and compacted flush with the top of the blocks. The integrity of the trench backfill must be maintained so as to ensure a surface that is flush with the top surface of the ACBs for its entire service life. Termination trenches will be backfilled as shown on the Contract Drawings. Backfilling and compaction of trenches will be completed in a timely fashion. No more than 500 linear feet of placed ACBs with non - completed termination trenches will be permitted at any time. C. Finishing. The cells or openings in the ACBs will be backfilled and compacted with suitable material, as specified by the EOR. Backfilling and compaction will be completed in a timely manner so that no more than 500 feet of exposed mats exist at any time. Finishing requirements are explicitly at the discretion of the EOR. D. Consultation. The manufacturer of the ACBs/mats shall provide design and construction advice during the design and initial installation phases of the project when required or as necessary, at the discretion of the EOR. The ACB supplier shall provide, at a minimum, one full day or two half -days of on -site project support upon request. END OF SECTION Articulated Concrete Block 31 35 13 - 7 LUB22311— Blue Sky Lateral 313600 GABIONS AND REVET MATTRESSES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary, including wire gabions and revet mattresses, rock, connections, diaphragms, and geotextile fabric for construction of gabion structures in accordance with the lines, grades, and dimensions shown in the Drawings as specified herein. 1.02 QUALITY ASSURANCE A. Gabions: Connect and tie all joints such that the gabions are filled to their maximum density and placed with a minimum amount of voids. B. Geotextile Fabric: Geotextile shall be designed to allow passage of water while retaining insitu soil without clogging. A testing laboratory shall be retained by the producer of the geotextile at the point of manufacture to verify quality control in accordance with ASTM testing procedures. Furnish a manufacturer's certificate verifying quality control test results prior to shipment to the Owner. The certificate shall include: 1. Name of manufacturer. 2. Chemical composition. 3. Product description. 4. Statement of compliance to specification requirements. 1.03 SUBMITTALS A. Submittals to the Owner shall include: 1. Manufacturer's certification - galvanized steel wire, stiffeners, lacing wire, connectors. 2. Manufacturer's certification - PVC coating. 3. Manufacturer's certification - geotextile fabric. 1.04 STANDARDS A. Furnish materials in accordance with the following standards: 1. ASTM International (ASTM): ASTM A975-11 Double -Twisted Hexagonal Mesh Gabions and Gabion Mattresses (Metallic -Coated steel wire or Polyvinyl Chloride steel wire (PVC) Coated) Gabions 31 36 00 - 1 LUB22311— Blue Sky Lateral ASTM D7014-10 Standard Practice for Assembly and Placement of Double -Twisted Wire Mesh Gabions and Revet Mattresses 1.05 JOB CONDITIONS A. Gabion structures shall consist of rectangular, compartmented wire baskets filled with stone used to build earth retaining and erosion control mats and structures as shown on the Drawings. The wire mesh used to construct the gabions shall be uniform square or hexagonal shaped wire mesh with openings having nominal dimensions not to exceed 4 inches. Gabions shall be manufactured to conform to one of the types specified herein and shall be furnished as specified within a dimension tolerance or plus or minus 5 percent. 2.00 PRODUCTS 2.01 MATERIALS A. Gabion Wire: Wire for gabion fabrication and connection shall be either hot dipped galvanized steel, or PVC coated hot dipped galvanized steel as designated on the Drawings. The galvanized wire shall be equal to or exceed ASTM A641, class 3, soft temper wire and shall have a minimum tensile strength of 60,000 psi and an elongation of not less than 12 percent. The wire sizes specified are minimum sizes for the wire after galvanizing and before coating with PVC. All testing of wire diameters shall be prior to fabrication. Wire Description Nominal Thickness Weight of Zinc Galvanized mesh wire 0.120" 0.80 oz/ft2 Galvanized mesh wire w/ PVC coating 0.106" 0.80 oz/ft2 Selvedge wire 0.153" 0.90 oz/ft2 Selvedge wire w/ PVC coating 0.133" 0.85 oz/ft2 Tie wire 0.087" 0.70 oz/ft2 Tie wire w/ PVC coating 0.087" 0.70 oz/ft2 B. PVC Coating: When required, PVC coating of wire shall be accomplished using fusion - bonded PVC or extruded and bonded PVC material. The wire coating shall have a nominal thickness of 0.02 inches and a minimum thickness of 0.015 inches, colored black, grey or silvery, and conform to the requirements of ASTM A975-97 for twisted wire gabions. C. Spiral Connectors/Binders: Preformed steel wire spiral connectors shall meet the same specifications as the wire used in the mesh and shall be utilized per the manufacturer's specifications. D. Fasteners: Spiral binders are considered the standard fastener. Alternative fasteners such as hog ring fasteners may not be used. Standard and alternate fasteners must provide a minimum strength of 1400 pounds per lineal foot of gabion baskets and 900 pounds per lineal foot for gabion mattresses. All fasteners shall meet all of the closing requirements of the gabion manufacturer. Gabions 31 36 00 - 2 LUB22311— Blue Sky Lateral E. Gabion Rock: The rock used to fill the gabion structures shall be hard, durable, well graded rock from 4 to 8 inches in size. The range in sizes shall allow for variation of 5 percent oversized and/or 5 percent undersized rock, provided undersized rock it is not placed on the exposed surface of the gabion structure. The sizes shall be such that a minimum of three layers of rock must be achieved when filling the gabions. The rock shall have a specific gravity of at least 2.40. Prior to placing the rock, samples shall be delivered to the Site and shall be approved for gradation and appearance by the Engineer. Geotextile Fabric: Non -woven fabric consisting of U.V. stabilized polypropylene fabrics, formed into a stable network by needle punching. The geotextile fabric shall be inert to commonly encountered chemicals and hydrocarbons, mildew and rot resistant, resistant to ultraviolet light exposure, and insect and rodent resistant. The average roll minimum value (weakest principal direction) for strength properties on any individual roll tested from the manufacturing lot or lots of a particular shipment shall be in excess of the average roll minimum (weakest principal direction) stipulated herein. 2.02 FABRICATIONS A. Gabion mesh shall be fabricated in such a manner as to be non -raveling and designed to provide the required flexibility and strength. 1. Twisted Wire Mesh: Twisted wire mesh shall consist of a uniform, hexagonal -shaped wire mesh, woven in double twist pattern, with all wires galvanized prior to twisting. The perimeter edges of the twisted wire mesh shall be woven around a reinforcing wire in a manner designed to prevent slippage, and the edges of the mesh shall be securely selvedged. All corners shall be reinforced by heavier wire. B. Gabions are to be of single unit construction that, when assembled, will form a rectangular gabion with a minimum thickness of 12 inches. The base, ends, lids, sides and diaphragms shall be connected in such a manner that strength and flexibility at the point of connection is approximately equal to that of the mesh. The gabion unit may be pre -fabricated or assembled in the field. When the length of the gabion unit exceeds its width, the gabion shall be divided by diaphragms into cells of equal lengths, using the same mesh as the body of the gabion unit. Diaphragms shall be secured in the proper position on the base section. 3.00 EXECUTION 3.01 INSTALLATION A. Gabions and revet mattresses shall be constructed to the lines and grades shown on the Drawings. Individual or groups of gabions or revet mattresses, which deviate from line and grade, shall, at the direction of the Engineer or designated representative, be removed and replaced at no cost to the Owner. Gabions or revet mattresses, which are constructed with bulges, and/or underfilled, loosely filled, or otherwise lacking a neat and compact appearance shall, at the direction of the Engineer or designated representative, be repaired/replaced at no cost to the Owner. Underfilling of gabion/revet mattress corners to facilitate insertion of spirals shall not be permitted. B. Gabions shall be installed in accordance with the manufacturer's product installation guide as well as ASTM D7014. Gabions 31 36 00 - 3 LUB22311— Blue Sky Lateral C. Prevent damage to the wire coatings during installation. Any damage shall be repaired promptly in accordance with the manufacturer's recommendations or replaced with undamaged gabion baskets. D. Foundation Preparation: 1. The foundation shall be excavated to the extent shown on the Drawings or as directed by the Engineer or designated representative. All loose and otherwise unsuitable material shall be removed. All depressions shall be backfilled to grade with suitable materials from adjacent required excavation, or other approved source, and compacted to a density at least equal to that of the adjacent foundation. 2. Any buried debris protruding from the foundation that will impede proper installation or final appearance of the gabion shall be removed and the voids backfilled and compacted as specified above. Immediately prior to installation of the gabion or revet mattress placement, the prepared foundation shall be inspected by the Engineer or designated representative. 3. After excavation to grade, install geotextile fabric in accordance with the manufacturer's recommendations and as shown on the Drawings. Adjacent pieces of geotextile fabric shall be overlapped a minimum of 18 inches. Secure the geotextile with pins or other suitable means before installing the gabion baskets. No stakes shall be placed through geotextile material. Excess geotextile fabric protruding beyond the finished gabion baskets shall be trimmed. E. Gabion/Revet Basket Assembly: 1. Baskets shall be placed in position prior to rock installation and shall be tied together along all connecting edges in order to form a continuous connecting structural unit and diaphragms shall be installed. Ties shall be similar to that used to assemble the baskets and shall produce a joint that is as strong as the body of the mesh. Stagger the vertical joints between gabions of adjacent rows and layers by at least one cell length. 2. No work shall take place using PVC coated materials unless both the ambient air temperature and the temperature of the PVC materials are at least 15 F above the brittleness temperature of the PVC materials. Twisted wire mesh gabions 3 feet high that are to be placed in a straight row are to be stretched in the following manner prior being tied to the adjacent gabion baskets. Tie together approximately 100 feet of gabion baskets end to end. Secure one end of the row by tying to gabions baskets already filled, or fill the end gabion with stone, and then stretch the baskets sufficiently to remove kinks. A frame or other suitable means shall be used to avoid deformation of the end cell when stretching the gabions. The baskets shall not be overstretched. While maintaining tension, tie the row of baskets to its neighbor and then fill with stone. Welded wire mesh gabions do not require stretching, but connecting wire and fasteners shall be attached during the filling operation to preserve the strength and shape of the gabion structure. G. The gabion baskets may be filled by machine, in maximum lifts of 12 inches, with sufficient additional hand work to accomplish a maximum density and a minimum amount of voids. Do not damage or bend the gabion baskets during rock installation. Vertical outside surfaces shall be placed by hand with large select stone in order to achieve the best appearance and to prevent loss of rock through mesh openings. Baskets are to be filled in Gabions 31 36 00 - 4 LUB22311— Blue Sky Lateral 12-inch layers in order to allow installation of a looped inner tie wire in each cell, connecting the front and back faces to eliminate unsupported faces. Individual cells may not be filled more than 1 foot above any adjacent cell unless looped inner tie wires run in both directions. Undue deformation or bulging of the mesh shall be corrected prior to further stone filling. H. Overfill each gabion basket with rock by 1-1/2 to 2 inches. Level the surface with a minimum amount of voids. Stretch until the edge of the lid and edge of the basket are together. The stretching shall be accomplished using an approved lid closing tool in order to prevent damage to the PVC coating. Crow bars or similar single point leverage devices will not be allowed. 1. Excessive deformation of the lid panel to facilitate closing of a bulging gabion or revet mattress will not be permitted. 2. The heavy projecting wire on the lid shall be twisted around the heavy wire on the sides two complete turns. The lid shall then be tied to the edges and tops of the diaphragms in the same manner as the baskets are assembled so that the finished joint is as strong as the body of the mesh. The lids of the gabion baskets shall also be tied together, each to its adjacent basket along all connecting edges to complete the formation of a continuous connecting structural unit. Turn all projecting sharp ends of wire in on the completed gabion basket. Backfill shall be placed and compacted in sequence with the filling of the baskets; however, care shall be exercised in compacting the fill behind the baskets since excessive compaction effort can displace gabions/revet mattresses. J. Gabion/revet baskets may be cut to form curves or bevels. They shall be cut at least 6 to 8 inches larger than the opening to allow sufficient material for overlap and lacing. Retying shall produce a closed cell and shall be in the same manner as the assembly. Excess mesh wire shall be cut off or shall be tightly and neatly laced down. All edges or faces formed in this manner shall be adjusted to present a finished and aesthetic appearance. END OF SECTION Gabions 31 36 00 - 5 LUB22311— Blue Sky Lateral FA9a4L1101Kvi1 A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT A. Measurement of gabion structures, complete in place, shall be based on the volume in cubic yards determined by the actual length, width, and height. A1.02 PAYMENT A. Payment for the gabion structures shall be made at the price bid per cubic yard. This price shall compensate for furnishing and placing all materials (including filter fabric, gabion containers, connectors, stones, backfill and appurtenances), tools, labor, equipment, and all other work incidental to install the gabion structures in accordance with the intent of the Drawings and Specifications. Filter fabric and filter material, if used, will not be paid for directly but will be considered subsidiary to this item. B. Excavation and all subgrade preparation required for shaping the foundation for the wire containers shall be included in the unit price bid. END OF APPENDIX A Gabions 31 36 00 - 6 LUB22311— Blue Sky Lateral DIVISION 32 EXTERIOR IMPROVEMENTS 32 12 19 ASPHALT PAVING WEARING COURSES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to perform operations in connection with a wearing surface composed of two applications of asphaltic material, each covered with aggregate, constructed on the prepared base course or surface in accordance with these specifications. B. TWDB funding Trench Work: When the existing pavement/asphalt is completely destroyed while installing line work using open cut trenching, for the convenience of the Contractor and when plans and specifications show repairs only, TWDB would allow for the amount it would cost to patch the trench and the area that includes just the width of the trench only. TWDB would fund improvements back to the original state of the existing paving (for example: caliche back to caliche, asphalt back to asphalt, concrete back to concrete.) This is typically done on a case by case basis. Details on the pavement repair and payment unit should be clearly noted in the contract documents. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Record Data. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written in their entirety: 1. Texas Dept. of Transportation (TX Dot): a. Test Method Tex-215-F. b. Test Method Tex-217-F, Part I. c. Test Method Tex-224-F. d. Test Method Tex-410-A. e. Test Method Tex-413-A. 1.04 JOB CONDITIONS; TEMPERATURE A. Do not apply Two -Course Asphalt Surface Treatment when the air temperature is below 60 F and falling, but may be applied when the air temperature is above 50 F and rising, the temperature being taken in the shade and away from artificial heat. Do not place asphalt when general weather conditions, in the opinion of the Owner's Representative, are not suitable. 2.00 PRODUCTS Asphalt Paving Wearing Courses 32 12 19 -1 LUB22311— Blue Sky Lateral 2.01 MATERIALS A. Asphaltic Materials: The asphalt used shall be of the grade and type indicated or required by the Owner's Representative. Materials shall be homogeneous, free of water, shall not foam when heated to 347 F, and shall meet the following requirements: Grade Limits AC-10 (Hot Weather) Min. — Max. AC-5 (Cooler Weather) Min. — Max. Penetration at 77 F, 100 gms, 5 sec 85 135 Ductility at 77 F, CMS 70 100 Flash Point, F 425 425 Viscosity, 140 F poises 1000 ± 200 500 ± 100 Viscosity of Residue, 140 F poises 3000 1500 Solubility in CC14, percent Trichlorethylene 99.0 99.0 Spot Test: Negative B. Aggregate: 1. General: a. Aggregate shall be composed of clean, tough, and durable particles of crushed gravel, crushed stone, crushed slag, or natural limestone rock asphalt. These materials shall not contain more than 2 percent by weight of soft particles and other deleterious material as determined by Test Method Tex-217-F, Part I, TXDOT. The natural limestone rock asphalt aggregate, when furnished, shall have an average bitumen content from up to 7 percent by weight of naturally impregnated asphalt, as determined by Test Method Tex-215-F, TXDOT, and shall not contain more than 2 percent by weight of any one of or combination of iron pyrites, or other objectionable matter, as determined by Test Method Tex-217-F, Part I, TXDOT. c. No aggregate shall contain as a total of more than 5 percent by weight of impurities or objectionable matter listed above. d. The percent of wear, as determined by Test Method Tex-410-A, TXDOT, for the materials shall not exceed 35 percent. e. The percent of wear on natural limestone rock asphalt aggregate as determined by Test Method Tex-410-A, TXDOT, shall be made on that portion of the material retained on the No. 4 sieve, having a naturally impregnated asphalt content of less than 1 percent. f. Crushed gravel shall have a minimum of 85 percent of the particles retained on the No. 4 sieve with more than two or more mechanically induced crushed faces, as determined by Test Method Tex-460-A, TXDOT. 2. Pre -Coated Aggregates: Asphalt Paving Wearing Courses 32 12 19 - 2 LUB22311— Blue Sky Lateral a. Pre -coated aggregates shall be aggregates of the type indicated, treated (coated or fluxed) with 0.5 percent to 1.5 percent by weight of residual bitumen from a precoating material. The grade of aggregate indicated shall meet the requirements of gradation prior to the application of the pre -coat material or fluxing material. b. Water in an amount not to exceed 3 percent by weight of the mixture may be used in preparing the mixture. In the event water is used in the mixing operation, use adequate measuring devices and administer the water to the mix through an approved spray bar. c. The materials may be mixed on the job or at a central mixing plant and shipped ready for use. Mixes that do not remain workable for a sufficient period of time or maintain flow qualities such that the pre -coated aggregate may be satisfactorily spread by normal approved mechanical spreading devices shall not be acceptable. d. Materials that are not uniformly and/or properly coated or fluxed, in the opinion of the Owner's Representative, shall not be accepted for use. 3. Gradation: a. Aggregate for the first application shall be uncoated. First Application (TXDOT-Gr.2) Percent by Weight Retained on 7/8" Sieve 0 Retained on 3/4" Sieve 0-2 Retained on 5/8" Sieve 20-40 Retained on 1/2" Sieve 80-100 Retained on 3/8" Sieve 95-100 Retained on No. 8 Sieve 99-100 b. Aggregate for the second application shall be pre -coated. Second Application (TXDOT-Gr.4 Pre -coated) Percent by Weight Retained on 5/8" Sieve 0 Retained on 1/2" Sieve 0-5 Retained on 3/8" Sieve 20-40 Retained on No. 4 Sieve 95-100 Retained on No. 8 Sieve 98-100 3.00 EXECUTION 3.01 PREPARATION A. Clear the surface of the base of any dirt, dust, or other deleterious matter by sweeping or other approved methods. If necessary, scarify, sprinkle, reshape, blade, and roll the Asphalt Paving Wearing Courses 32 12 19 - 3 LUB22311— Blue Sky Lateral surface of the base with a self-propelled 10 ton roller, to attain a uniform, compact surface in conformity with the typical sections and to the lines and grades indicated. B. Keep the storage tanks, piping, retorts, booster tanks, and distributors used in storing or handling asphalt clean and in good operating condition at all times, and operate the equipment in such a manner as not to allow contamination of the asphalt with foreign materials. C. Do not heat asphalt above 400 F. The application temperature range shall be between 275 to 350 F. The Owner's Representative shall select the temperature of application. 3.02 INSTALLATION A. First Asphaltic Material Application: If found necessary by the Owner's Representative, the surface, upon which the asphalt is to be applied shall be lightly sprinkled just prior to the first application of asphalt. Apply asphalt on the clean surface by a type of self-propelled pressure distributer approved by the Owner's Representative and operated to distribute the asphalt in the quantity indicated, evenly and smoothly under a pressure necessary for proper distribution. The necessary facilities for determining the temperature of the asphalt in the heating equipment and in the distributor, for determining the rate of application, and for insuring uniformity at the junction of the two distributor runs shall be on a strip of paper or other approved suitable means to prevent overlapping of asphalt application, and resulting "fat" areas. Asphaltic material for each course may be applied for the full width of the surface treatment in one application, unless the width exceeds 26 feet. Do not permit traffic or hauling over the freshly applied asphaltic material. Do not apply asphaltic material until immediate covering is assured. B. First Aggregate Application: Immediately cover in a uniform manner the asphaltic surface with the first application aggregate and applied by spreading machines or spreader boxes, broomed if necessary, and rolled with a 3- to 6-ton tandem roller. C. Second Asphaltic Material Application: Make the second application of asphaltic material as described above in the first application of asphaltic material. Cover the second application with second application aggregate in the manner specified above, broomed, and rolled with a 3- to 6-ton tandem roller. 1. If found necessary, to secure uniform distribution, blade the aggregate, immediately after being spread on the surface of the base or on the preceding layer, with an approved blade grader, maintainer, or other satisfactory leveling device. After the work has been completed as specified above, there should be a slight excess of aggregate on the surface. 3.03 CLEAN AND ADJUST A. Maintain the grounds of the project. Maintenance shall consist primarily of brooming the loose aggregate accumulated near the edges of the surfacing over the entire paved surface, until final acceptance by the Owner. Asphalt Paving Wearing Courses 32 12 19 - 4 LUB22311— Blue Sky Lateral 3.04 SCHEDULES; APPLICATION RATES A. Apply the asphalt and aggregate at the approximate rates indicated and within the limits of the following schedule: Application Gallons of Asphalt per Square Yard Aggregates Cubic Yards to Square Yards Min. Max. First 0.20 0.30 1:80 Second 0.30 0.40 1:110 END OF SECTION Asphalt Paving Wearing Courses 32 12 19 - 5 LUB22311— Blue Sky Lateral DIVISION 33 UTILITIES 33 05 01.07 LOW HEAD REINFORCED CONCRETE CULVERT, STORM DRAIN, AND SEWER PIPE 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install reinforced concrete pipe and/or conduits or drainage lines, including pipe fittings, connecting drain lines to curb inlets, joints, connections to new or existing pipe or headwalls, manholes etc., to the lines and grades indicated. Pipe and fittings shall be of the classes, sizes, and dimensions indicated. 1.02 QUALITY ASSURANCE A. Physical Test Requirements: 1. The acceptability of the pipe shall be determined by the results of the three edge bearing test for the load to produce the 0.01-inch crack and the ultimate load; by such material tests as are required in ASTM C76, ASTM C655; by absorption tests on selected samples from the wall of the pipe; and by inspection of the finished pipe to determine its conformance with the design prescribed in these specifications and its freedom from defects. Three edge -bearing tests for the 0.01-inch crack only shall be performed on 0.8 percent of the pipe joints. Three edge bearing tests for both the 0.01-inch crack and the ultimate load shall be performed on 0.2 percent of the pipe on two joints. 2. The acceptability of the pipe joints and gaskets shall be determined by the tests as prescribed in ASTM C443 if and when required, and by inspection to determine whether the pipe joints and gaskets conform to ASTM C443 B. Protection: Protect storm drainage pipe from damage before, during, and after installation until backfill is complete. Protect the Work and materials of other trades. In event of damage, make all necessary repairs and replacements at no additional cost to the Owner. C. Workmanship and Finish: Pipe shall be free from fractures, large or deep cracks, defects that indicate imperfect manufacturing, surface defects indicating honeycombed or open texture, damaged ends that would prevent making a satisfactory joints, any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inches or more. The ends of pipe shall be perpendicular to the walls and centerline of the pipe within the limits of variations. 2. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe which meets the requirements of these specifications. Remove rejected pipe immediately from the Site. In event of accidental damage during handling or minor imperfections, make the necessary repairs and replacements at no additional cost to the Owner. The Engineer may accept pipe with repairs that are sound, properly finished, and cured in conformance with pertinent specifications. Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 -1 LUB22311— Blue Sky Lateral D. Pipe Marking: The following information shall be clearly marked on each section of pipe by the pipe manufacturer: 1. The class or D-load of pipe, 2. ASTM Specification Designation, 3. The date of manufacture and identification of plant, 4. The name or trademark of the manufacturer, 5. Diameter of the pipe, 6. Pipe to be used for jacking and boring, and 7. Pipe orientation. Where elliptical reinforcement is used one end of each section or joint of pipe shall be clearly marked during the process of manufacture or immediately thereafter on the inside and the outside of opposite walls to show the location of the "Top or "Bottom" of the pipe as it should be installed. Markings shall be indented on the pipe section or painted thereon with waterproof paint. "Top" and "Bottom" markings are not required on pipe having such an external shape that the correct position of the top and bottom is obvious. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Manufacturer's Product Data sheets as Record Data. 2. Manufacturer's layout drawings, recommended joint material placement, and joint tolerances. 3. Test reports as Record Data. 4. Material certificates as required in reference standards for storm drainage pipe as Record Data. 1.04 STANDARDS A. Comply with local governing regulations if more stringent than specified herein. Piping shall meet the following standards and shall be a part of this Section as if written here in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets ASTM C497 Standard Methods of Testing Concrete Pipe, Manhole Sections, or Tile ASTM C655 Standard Specification for Reinforced Concrete D-Load Culvert, Storm Drain, and Sewer Pipe. 2.00 PRODUCTS Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 - 2 LUB22311— Blue Sky Lateral 2.01 MATERIALS A. General: Except as modified herein, materials, manufacture, and design of concrete pipe shall conform to ASTM C76 for Circular Pipe. 2.02 MIXES A. Mix concrete in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast concrete pipe. 2.03 MANUFACTURED PRODUCTS A. Pipe: 1. Pipe shall be of the Class indicated. The shell thickness, the amount of circumferential reinforcement, and the strength of the pipe shall conform to the requirements of ASTM C76 for Circular Pipe Wall B, C506 for Arch Pipe, or C507 for Elliptical Pipe, except as modified herein. 2. Pipe shall be machine made by a process which provides uniform placement of zero slump concrete in the form and compaction by a mechanical device to provide a dense concrete in the pipe. 3. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length, and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe. 4. Minimum Wall Thickness: Where Class III pipe of sizes larger than 60 inches in diameter are specified, the manufacturer may at its option furnish pipe manufactured with either Wall "B" or Wall "C" minimum thicknesses and the applicable minimum Steel area as listed for circular cages in Table II of Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe, ASTM C76 (C 76M), provided tests strength requirements for Class III pipe are satisfactorily met. Joints: Pipe to be placed along curves shall consist of whatever pipe lengths or beveled end joints of pipe or combination thereof that are required to place the pipe on the designated centerline curve with no more than one-half of the tongue length of the pipe exposed from its normally closed joint position. The amount of bevel, "drop" or shortening of the pipe length by the bevel shall not exceed the amount shown below for the pipe sizes indicated. Pipe Diameter Maximum Amount of Bevel or Drop 12" to 27" inclusive 3.1875" 30" to 51" inclusive 5" 54" to 84" inclusive 6' 90" to 96" 6.5" * Or manufacturer's recommendation, whichever is less Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 - 3 LUB22311— Blue Sky Lateral B. Jointing Materials: Pipe shall have rubber gasketed joints conforming to ASTM C443. 3.00 EXECUTION 3.01 INSTALLATION A. Furnish and place in position the necessary batter boards, string lines, plummets, graduated poles, etc., laser equipment, targets and incidentals for establishing and maintaining the lines and grades. The batter boards and location stakes must be protected from possible damage or change of location. 1. Lay pipe and fittings and joint in a dry trench. Excavate trenches to the lines, grades, and alignment indicated in accordance with Section 3123 33 "Trenching and Backfill [Utilities]." Unless otherwise authorized by the Owner's representative, start the laying the pipe on the prepared foundation at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream and proceed with laying pipe toward the inlet or upstream end with each abutting section of pipe properly matched, true to the established lines and grades. Approved facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared bedding foundation or the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed in the trench. As each length of pipe is laid, protect the open end and prevent the entrance of earth or bedding material. Fit and match the pipe so that when laid in the prepared bedding it forms a smooth, uniform conduit. When elliptical pipe with circular reinforcing, or circular pipe with elliptical reinforcing, is used, lay the pipe in the trench so that the markings "Top" or "Bottom" are not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. Remove and re -lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. Furnish and install shop or field fabricated wyes, tees, crosses, or bends where indicated or designated by the Engineer. Fittings in which the largest pipe is less than 24 inches in diameter shall be shop -fabricated. Fittings in which the larger pipe is 24 inches in diameter or increasingly larger in size, may be field -fabricated. Care shall be taken in the fabrication that the concrete walls of the pipe are broken back only enough to provide the required finished opening. Join the reinforcing mesh or bars in each pipe by bending, twisting, or spot welding. Wipe concrete or mortar over the reinforcing wires connecting the two pipe joints, compact by light blows, shape to the contour of the pipe barrels, lightly brush finish, and cure under wet burlap. 3. When conduit lines terminate at locations which do not include connection to drainage structures, plug the end of the pipe with a field cast or precast unit. 3.02 CONNECTIONS AND STUB ENDS A. Make connections to existing pipes, storm drains, or appurtenances as shown on the Drawings. Mortar or concrete the bottom of existing structures if necessary to eliminate drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. B. Finish stub ends for connections to future work not shown on the Drawings by installing watertight plugs into the free end of the pipe. Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 - 4 LUB22311— Blue Sky Lateral 3.03 BACKFILL A. After the pipe has been placed, bedded, and jointed as specified and approved by the Owner or his authorized representative, backfilling shall be done in accordance with Section 3123 33 "Trenching and Backfill [Utilities]." END OF SECTION Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 - 5 LUB22311— Blue Sky Lateral 33 05 23.33 PIPELINE CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING OR TUNNELING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install pipe casings by boring or tunneling as specified. This section sets forth the requirements for utility lines crossing roadways or railroads using bore or tunneling. 1.02 QUALITY ASSURANCE A. Design Criteria: 1. Casing Insulators: Casing insulators shall be designed by the Manufacturer to adequately support and electrically isolate the carrier pipe within the casing pipe under all conditions. Number and location of spacing insulators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed within 2 feet of ends of casing. B. Installer's Qualifications: Installation shall be by a competent, experienced contractor or sub -contractor. The installation contractor shall have a satisfactory experience record of at least 3 years engaged in similar work of equal scope. C. Performance Requirements: Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the engineer shall be permitted only to the extent of 1 inch in 10 feet, provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Provide shop drawings of casing insulators including sketches of insulators with material components and dimensions and proposed locations of insulators. 1.04 STANDARDS A. American Association of State Highway and Transportation Officials (AASHTO) Standards: AASHTO M190 Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO Standard Specifications for Highway Bridges, 1993 B. American Society of Testing and Materials (ASTM) Standards: ASTM A36 Carbon Structural Steel ASTM A123 Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products ASTM A135 Electric — Resistance — Welded Steel Pipe ASTM A139 Electric — Fusion (Arc) — Welded Steel Pipe (NPS4 and Over) Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 -1 LUB22311— Blue Sky Lateral ASTM A153 Zinc Coating (Hot Dip) on Iron and Steel Hardware ASTM A307 Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength ASTM A449 Quenched and Tempered Steel Bolts and Studs ASTM A568/ A568M Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold -Rolled for Commercial Quality ASTM C76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM D4254 Test Method for Minimum Index Density of Soils and Calculation of Relative Density C. American Water Works Association (AWWA) Standards: AWWA C206 Field Welding of Steel Water Pipe AWWA C210 Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines 1.05 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS A. Where the work is in the public right-of-way or railroad company right-of-way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than 5 days prior to the time of his intentions to begin work on the right-of-way. B. Comply with the requirements of the permit and/or easement, a copy of will be provided by the OWNER. The work within the Texas Department of Transportation (TXDOT) shall comply with TXDOT specifications. If required by the Right -of -Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no additional cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required. C. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. D. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. E. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor. 1.06 OPTIONS A. Casing Material: Unless specified otherwise, the Contractor may use steel pipe or reinforced concrete pipe, where bore and/or tunnel is specified. The material specification for casing pipe are the minimum acceptable. The Contractor shall be fully responsible to insure the Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 2 LUB22311— Blue Sky Lateral materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. B. Bore and Tunnel Methods: Unless specified otherwise, the Contractor may use boring, jacking, tunneling for the installation method of casing material. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Pipe: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A36, ASTM A568, ASTM A135, ASTM A139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C210 or approved equal. Pipe joints shall be welded in accordance with AWWA C206. After pipe is welded, coating and lining shall be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: Casing Diameter Wall Thickness 4" to 24" 0.375" 24" to 60" 0.50" B. Reinforced Concrete Pipe: Pipe casing shall conform to ASTM C76 and shall be of the size, class and length specified. Pipe shall be a minimum of Class IV for 42-inch and smaller diameters and a minimum of Class V for diameter larger than 42 inches. 2.02 MIXES A. Cement Mortar: Consisting of 1 part cement to 2 parts clean sand with sufficient water to make a thick workable mix. B. Pressure Grout Mix: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine sand with sufficient water added to provide a free flowing thick slurry. If desired to maintain solids in the mixture in suspension, 1 cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. 2.03 MANUFACTURED PRODUCTS A. Casing Insulators: Use casing insulators for any type of carrier pipe. Insulators shall consist of pre -manufactured steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium -plated. Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. B. Mortar Bands: Concrete cylinder pipe and mortar coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall be properly position the pipe within the casing. Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 3 LUB22311— Blue Sky Lateral 3.00 EXECUTION 3.01 GENERAL CONSTRUCTION PROCEDURES A. Excavation and Backfill of Access Pits: Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures, roadways, and other improvements. Excavations within the right-of-way and not under surfacing shall be backfilled and consolidated by tamping in 6-inch horizontal layers to 95 percent of maximum density as measured by ASTM D698. Surplus material shall be removed from the right-of-way and the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right -of -Way Owner may require the access pits be temporarily backfilled until installation of carrier pipe. 3. Where seeding or sodding is disturbed by excavation or backfilling operations, such areas shall be replaced by seeding or sodding as specified in Section 3123 33.16 "Trenching and Backfill [Water Resources]." B. Installing Carrier Pipe In Casings: 1. Pipe to be installed within the casing shall meet the requirements for this type of pipe as specified. Where indicated, place, align, and anchor guide rails and/or casing insulators inside the casing. If guide rails are used, place cement mortar on both sides of the rails. 2. Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud may be used to ease pipe installation. Do not use petroleum products, oil or grease for this purpose. If guide rails are used, install pipe and hold down jacks after installation of carrier pipe. 3. After installation of the carrier pipe, mortar inside and outside of the joints as applicable. 4. After carrier pipe installation is completed, seal or plug the ends of the casing. C. Free -Air System: 1. If required by OSHA standards, free -air systems shall be installed and maintained. 2. Installation of Pressure Grout Mix: Install pressure grout mix in the void space between the outside of the casing pipe and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe 48 inches in diameter or larger. Grout fittings shall be fabricated into casing pipe at a maximum spacing of 6 feet. Remove and plug grout fittings after pressure grouting. Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 4 LUB22311— Blue Sky Lateral c. Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the low end and pressure grout until grout is extruded from the opposite end. 3.02 CROSSINGS INSTALLED BY BORING A. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this method, an approximate 2-inch pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the top of the working pit and dispose of material as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Jetting shall not be permitted. B. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. In locations where the soil formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18 inches or greater in diameter. For smaller diameter bored holes, it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations, the time for inserting the casing shall be the Contractor's responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the roadway is the primary concern. The Contractor shall be held fully responsible for the continued integrity of the structure of the roadway being crossed, whether or not a casing pipe is inserted simultaneously with the boring operation. 3.03 CROSSINGS INSTALLED BY TUNNELING AND JACKING A. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. Provide a suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. In general, excavate embankment material just ahead of the pipe and material removed through the pipe. Force the pipe through the embankment with jacks into the space provided. B. The excavation for the underside of the pipe, for at least one-third of the circumference of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2 inches for the upper half of the pipe. This clearance shall be tapered off to zero at the point where the excavation conforms to the contour of the pipe. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. Decrease the distance if the character of the material Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 5 LUB22311— Blue Sky Lateral being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. D. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in the jacking operations. The Contractor shall absorb the entire expense. END OF SECTION Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 6 LUB22311— Blue Sky Lateral 33 10 13 DISINFECTING OF WATER UTILITY DISTRIBUTION 1.00 GENERAL 1.01 WORK INCLUDED A. Disinfect the facilities for pumping, storing, or conveying potable water to comply with the standards for potable water of the regulatory agency of jurisdiction. Potable water is defined as any water that has been filtered, disinfected or otherwise treated to the meet regulatory standards (in the water treatment plant this includes the inside surfaces of the filters). B. Disinfect piping systems that are used to convey water, solutions, or chemicals to the potable water facilities. C. Test water from the disinfected system per regulatory standards to verify that water is acceptable. Repeat procedure if tests do not meet standards. D. In accordance with Texas Commission on Environmental Quality (TCEQ) Chapter 290 regulations, disinfection must be performed when repairs are made to existing facilities and before new facilities are placed into service. When it is necessary to return the facility back to service as rapidly as possible, it is acceptable to increase the doses to 500 mg/I and the contact time reduced to 30 minutes. This Project will require the critical operations to be disinfected by 500 mg/I for 30 minutes followed by flushing prior to the sample being taken. The Owner will take the sample and have it tested. Contractor may also take a sample to be tested. Cost for failed tests and all associated re -disinfection, flushing shall be borne by the Contractor. Prior to the 30 minute test time, all new valves shall be fully closed and opened. 2.00 PRODUCTS 2.01 MATERIALS A. Liquid Chlorine: Meeting the requirements of AWWA B301 - Liquid Chlorine. B. Calcium Hypochlorite: Meeting the requirements of AWWA B300 - Hypochlorites. 3.00 EXECUTION 3.01 NEW FACILITIES A. New facilities shall be thoroughly disinfected in accordance with AWWA C651- Disinfecting Water Mains, AWWA C652 - Disinfection of Storage Facilities, and AWWA C653 - Disinfection of Water Treatment Plants, and then flushed and sampled before being placed in service. Samples shall be collected and tested in accordance with the TCEQ Rules and Regulations, Chapter 290. B. During construction keep basins, pipe, fittings, equipment, and appurtenances free from dirt and debris. 1. Clean basins thoroughly before disinfection. 2. Seal the open ends of pipe with water -tight plugs when pipe is not being laid. Disinfecting of Water Utility Distribution 33 1013 -1 LUB22311— Blue Sky Lateral 3. Pump water from trenches before removing the plug when water accumulates in the trench. C. Complete hydrostatic test of the line prior to disinfection. D. Wash the surfaces to be disinfected. 1. Flush pipelines. The minimum quantity of water used for flushing must exceed the capacity of the line to ensure that clean water has traversed the entire length of pipe. 2. Power wash the surfaces of basins and reservoirs using high pressure wash systems. E. Disinfect facilities per the following procedures of AWWA: 1. Water Mains: AWWA C651 - latest revision. 2. Water Storage Facilities: AWWA C652 - latest revision. 3. Water Treatment Plants: AWWA C653 - latest revision. F. Fill the system with potable water. Test the water to see that it meets the requirements of the regulatory agency of jurisdiction for potable water. Monitor the system for 2 days. If water test fails to meet the prescribed standards, repeat the disinfection process until water meets quality standards for disinfection. 3.02 REPAIRS OR CONNECTIONS TO EXISTING LINES A. Clean and sterilize the interior surfaces of new piping, fittings, equipment, and appurtenances to be installed in an existing potable water system or connected to an existing system. B. Clean and sterilize the existing pipe or facilities for a minimum distance of 3 pipe diameters back from the ends of the pipe. Plug the ends of the line when work is not being performed on the pipe. C. Perform sterilization by swabbing each item with a concentrated chlorine solution. 1. Each piece is to be disinfected prior to being assembled for installation in the existing pipe. 2. Disinfect each piece just prior to assembly to help prevent re contamination. 3. Plug the ends of the assembly until a new item is to be added to the assembly. 4. Store disinfected materials on blocks to prevent contact with the ground. 3.03 DISPOSAL OF FLUSHING AND DISINFECTION WATER A. Chlorinated water used in flushing and disinfecting pipelines, storage tanks, or vessels prior to connection to the distribution system shall be disposed of by the Contractor in an acceptable manner. Chlorinated water must be "de -chlorinated" prior to disposal to eliminate adverse impacts to the surrounding environment. Water released to the environment shall meet all AWWA, EPA, and TCEQ regulatory requirements. 1. The Contractor is responsible for complying with all of the applicable requirements of the TPDES General Permit TXG670000, issued by the TCEQ, regarding the discharge of hydrostatic test water. Maximum discharge chlorine concentration for compliance is 0.10 mg/I. Discharges within the Ogallala Aquifer recharge area must meet special Disinfecting of Water Utility Distribution 33 1013 - 2 LUB22311— Blue Sky Lateral requirements under the terms of the General Permit. Contractor compliance is required. 2. Residual chlorine concentrations may be reduced using sulfur dioxide, sodium bisulfite, sodium sulfite, sodium thiosulfate, or ascorbic acid. 3. The discharge must be to a splash pad or paved area, and may not be located within 300 feet of the intake for a domestic drinking water supply or 500 feet of any public or private water well. 4. An effluent water sample must be taken during the first hour of discharge at a location immediately near the point of discharge, and collected prior to commingling with storm water, wastewater, or other flows. 5. For discharges that extend beyond an hour in duration, a second sample must be taken of the last 10 percent of the effluent. 6. Sampling protocol, sample containers, holding times, preservation methods, and analytical methods must follow the requirements set forth in the general permit. 7. The effluent grab sample(s) must be analyzed for total residual chlorine by an accredited and certified laboratory. 8. Any noncompliance that endangers human health or safety, or the environment must be reported to the TCEQ in accordance with the general permit. 9. Any effluent violation which deviates from the permitted effluent limitation by more than 40 percent must be reported to the TCEQ in accordance with the general permit. 10. The Contractor must record all hydrostatic test water sample results on an approved DMR (EPA Form 3320-1). These monitoring records shall be retained for a period of 3 years from the date of the record and be readily available for review by the TCEQ upon request. See attached form B. With the written permission of the Owner of the system, chlorinated water may be disposed of in a sanitary sewer system if one is available. In the case of larger pipelines and the larger volumes of water involved, the Contractor will not be permitted to use the sanitary sewer system for disposal even if one is available. AM0xvislift 119101 Disinfecting of Water Utility Distribution 33 1013 - 3 LUB22311— Blue Sky Lateral 33 31 13.13 FIBERGLASS GLASS -FIBER -REINFORCED THERMOSETTING -RESIN GRAVITY SEWER PIPE 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to furnish and install centrifugally cast or filament wound fiberglass reinforced polymer mortar pipe and fittings in the diameters indicated. Trenching, backfilling, and pipe embedment shall be in accordance with Section 3123 33 "Trenching and Backfill." Placement and classification of concrete shall be in accordance with Section 03 30 00.01 "Cast -In -Place Concrete." 1.02 QUALITY ASSURANCE A. Experience: 1. Pipe shall be the product of one manufacturer with not less than 5 years of successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. 2. Furnish an affidavit that the pipe, specials, fittings, and appurtenances furnished comply with all provisions of this Section and applicable ASTM and AWWA Specifications. B. Owner Testing and Inspection: Pipe may be subject to inspection during manufacture by an independent testing laboratory selected and retained by the Owner. Representatives of the laboratory and the Engineer shall have access to the Work whenever it is in preparation or progress, and the pipe manufacturer shall provide proper facilities for access and for inspection. The pipe manufacturer shall notify the Owner in writing a minimum of 2 weeks prior to pipe fabrication so that the Owner may advise the manufacturer as to the Owner's decision regarding tests to be performed by the independent testing laboratory. Material, fabricated parts, and pipe found to be defective or not conforming to the requirements of this Section shall be subject to rejection at any time prior to Owner's final acceptance of the Project. C. Factory Testing: At a minimum, the following tests shall be conducted at the factory, with test results furnished to the Owner and Engineer: 1. Load bearing tests: Provide test results for the firstjoint manufactured of each size and class, and at least one joint per hundred joints thereafter. 2. Material tests: Provide material test results per the ASTM and AWWA Standards. D. Manufacturer's Technician for Pipe Installation: Pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician during installation. The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in properjoint assembly and joint inspection procedures. The technician is not required to be on -Site full time. However, the technician shall be on -Site during the first two 8-hour days of pipe laying and thereafter three additional 8-hour days as requested by the Engineer, Owner, or Contractor. Fiberglass Glass -Fiber -Reinforced Thermosetting -Resin Gravity Sewer Pipe 33 3113.13 -1 LUB22311— Blue Sky Lateral E. Acceptable Manufacturer: Acceptable manufacturers shall be Hobas USA or Flowtite GRP Systems. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Certified Test Reports from the manufacturer's testing facility or an approved testing laboratory. 2. Manufacturer's data on piping and jointing methods. 3. Prior to shipment of the pipe, the pipe manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA M45, ASTM D3262, ASTM D4161, ASTM D2412, ASTM D3567 and these specifications. b. Certified Test Reports from the manufacturer's testing facility or an approved testing laboratory for materials tests (ASTM D3681 Standard Test Method for Chemical Resistance of "Fiberglass (glass -fiber -reinforced thermosetting —resin) Pipe" in a Deflected Condition"; ASTM D2412 Standard Test method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading). c. Certified Test Reports from the manufacturer's testing facility or an approved testing laboratory for load bearing tests. d. Manufacturer's data on pipe stiffness. e. Certified Test Reports from the manufacturer's testing in accordance with ASTM D3681. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety. Piping and fittings shall be in full compliance with the applicable standards and specifications. Pipe may be rejected for failure to comply with any requirement of this Section. 1. American Society for Testing and Materials (ASTM) Standards: ASTM D638 Standard Test Method for Tensile Properties of Plastics Standard Test method for Determination of External Loading ASTM D2412 Characteristics of Plastic Pipe by Parallel -Plate Loading Specification for "Fiberglass (glass -fiber -reinforced thermosetting - ASTM D3262 resin) Sewer Pipe ASTM D3567 Standard Practice for Determining Dimensions of Fiberglass Pipe Standard Test Method for Chemical Resistance of "Fiberglass (glass - ASTM D3681 fiber -reinforced thermosetting —resin) Pipe" in a Deflected Condition Specification for "Fiberglass (glass -fiber -reinforced -thermosetting - ASTM D3754 resin) Sewer and Industrial Pressure Pipe Fiberglass Glass -Fiber -Reinforced Thermosetting -Resin Gravity Sewer Pipe 33 3113.13 - 2 LUB22311— Blue Sky Lateral ASTM D3839 Standard Practice for Underground Installation of Fiberglass Pipe Specification for "Fiberglass (glass -fiber -reinforced thermosetting - ASTM D4161 resin) Sewer Pipe Joints" using flexible Elastomeric Seals ASTM F477 Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe 2. American Water Works Association (AWWA) Standards: AWWA M45 I Fiber Glass Pipe Design 1.05 DELIVERY AND STORAGE A. Packing: 1. An inspection of the pipe will be made by a representative of the Owner after delivery. Pipe with visible defects shall be rejected and replaced without cost to the Owner. Visible defects include cracks of any type, honeycombs, delamination, or any other defects indicative of poor workmanship. Any pipe rejected shall not be returned under any condition to the Project. 2. Pipe damaged in shipment shall not be unloaded at the Site. 3. Deliver, handle, and store pipe in accordance with the manufacturer's recommendations. 4. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on the inside of the pipe at two locations, the class and stiffness for which it is designated, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. 2.00 PRODUCTS 2.01 MATERIALS A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. C. Silica Sand: Sand shall be minimum 98 percent silica with a maximum moisture content of 0.2 percent. D. Additives: When used, resin additives such as curing agents, pigments, dyes, fillers, thixotropic agents, etc. shall not detrimentally affect the performance of the product. E. Elastomeric Gaskets: Gaskets shall be supplied by qualified gasket manufacturers and be suitable for the service intended and comply with ASTM F477. 2.02 MANUFACTURED PRODUCTS A. Manufacture pipes to result in a dense, non -porous, corrosion resistant, consistent composite structure. The interior surface of the pipes exposed to sewer flow shall be Fiberglass Glass -Fiber -Reinforced Thermosetting -Resin Gravity Sewer Pipe 33 3113.13 - 3 LUB22311— Blue Sky Lateral manufactured using a resin with a 50 percent elongation (minimum) when tested in accordance with D638, or a glass reinforced liner system. The interior surface shall provide crack resistance and abrasion resistance. The exterior surface of the pipes shall be comprised of a sand and resin layer which provides UV protection to the exterior. Pipes shall be Type 1, Liner 1 or 2, Gradel or 3 per ASTM D3262. B. Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings or bell -spigot joints, "flush" or "non -flush", that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain water tightness. The joints must meet the performance requirements of ASTM D4161. Joints at tie-ins may utilize a fiberglass, gasket —sealed coupling. Piping installed by jacking and boring or within casing shall have low profile bell and spigot joints. C. Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be contact molded or manufactured from mitered sections of pipe joined by glass -fiber -reinforced overlays, designed to perform without failure in all possible operating conditions. D. Pipe shall be manufactured and tested in accordance with the applicable standards. Coupling joints shall meet the requirements of ASTM D4161. Minimum pipe stiffness when tested in accordance with ASTM D2412 shall be 46 psi. 2.03 DIMENSIONS A. Dimensions called for on the Drawings are inside diameters. The actual outside diameter shall be in accordance with applicable standards. Other diameters shall be in accordance with manufacturer's literature. B. Pipe shall be supplied in nominal lengths of 10 or 20 feet. Other lengths may be supplied upon approval of the Engineer. Actual laying length shall be a nominal plus 1 inch to minus 4 inches. At least 90 percent of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. C. The minimum wall thickness shall be the stated design thickness for various applications, with the following minimums: 1. Jacking and Tunneling without Casing: Pipe Size Wall Thickness 24" 1.40" 27" 1.47" 30" 1.71" 36" 1.85" 42" 1.93" 48" 2.03" 54" 2.10" 60" 2.16" 66" 2.31" 72" 2.46" Fiberglass Glass -Fiber -Reinforced Thermosetting -Resin Gravity Sewer Pipe 33 3113.13 - 4 LUB22311— Blue Sky Lateral Pipe Size Wall Thickness 84" 2.70" 90" 2.85" 96" 3.00" 2. Open Cut: Pipe Size HOBAS Wall Thickness PN/SN 0/46 Flowtite Wall Thickness PN/SN 50/46 18" 0.39" 0.321 24" 0.50" 0.426 30" 0.61" 0.525 36" 0.72" 0.624 42" 0.83" 0.717 48" 1.05" 0.820 54" 0.94" 0.925 60" 1.15" 0.987 66" 1.27" 1.13 72" 1.38" 1.158 84" 1.58" 1.406 90" 1.71" 1.51 96" 1.80" 1.530 3. Installed within Casing: Pipe Size Wall Thickness 18" 0.39" PN/SN 0/46 24" 0.50" PN/SN 0/46 30" 0.61" PN/SN 0/46 36" 0.72" PN/SN 0/46 42" 0.83" PN/SN 0/46 48" 0.94" PN/SN 0/46 54" 1.05" PN/SN 0/46 60" 1.15" PN/SN 0/46 72" 1.38" PN/SN 0/46 84" 1.58" PN/SN 0/46 90" 1.71" PN/SN 0/46 Fiberglass Glass -Fiber -Reinforced Thermosetting -Resin Gravity Sewer Pipe 33 3113.13 - 5 LUB22311- Blue Sky Lateral Pipe Size Wall Thickness 96" 1.80" PN/SN 0/46 D. Pipe ends shall be square to the pipe axis with a minimum tolerance of 1/8 inch. 3.00 EXECUTION 3.01 PREPARATION A. The grade elevation indicated in the Drawings is the invert elevation or lowest point of the inside barrel of the pipe. Run the pipe on straight grades between the elevations indicated. Establish the grade line in the trench from reference baseline and benchmarks identified by the Engineer. Maintain this grade control a minimum of 100 feet behind and ahead of the pipe laying operation. 3.02 PIPE LAYING, HANDLING AND JOINTING A. Install fiberglass pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the manufacturer's recommendations, ASTM D3839, and AWWA M45. Pipe shall be laid to the lines and grades indicated. Each joint of pipe shall be inspected immediately prior to being lowered into the trench. If repair of damaged areas and holidays is permitted by Engineer, repair those areas per manufacturer recommendations before the pipe is lowered into the trench. B. Install pipe in trench conditions as specified, on specified embedment. Pipe installation methods shall be subject to the approval of the Engineer or Owner's representative. Install piping with the bell upgrade unless otherwise approved by the Engineer or Owner's representative. Chains or cables shall not be used. C. Do not damage the gaskets and the ends of the pipe joints. Prior to jointing, inspect and verify that the pipe ends and gaskets are thoroughly clean with no foreign materials adhering to them. Coat the bell or groove slopes of the pipe with a lubricating material in accordance with manufacturer's recommendations. Petroleum lubricants shall not be permitted. Assemble the pipe by pulling the tongue or spigot of the joint being laid into the groove or bell of the pipe with sufficient force necessary to make a tight seal on the gasket. Use of backhoe or similar equipment for final "seating" of a joint will not be permitted. Do not exceed forced recommended by the manufacturer for coupling the pipe. D. Check joints with a feeler gauge. If any irregularity in the position of the gasket is detected at any point on the entire circumference of the pipe, remove the pipe and examine the gasket for cuts. If the gasket is undamaged, it may be used again, but the gasket and the joint must be re -lubricated. After the pipe section is joined, check the line and grade. E. Securely place covers or bulkheads to seal the ends of the pipelines when the work is stopped temporarily or at the end of the day's work to prevent trash or dirt from entering the pipe. F. Deflected pipe joints may be used to make slight adjustments in line and grade. The maximum deflection of any joint shall not exceed 80 percent of the manufacturer maximum recommended joint deflection. Fiberglass Glass -Fiber -Reinforced Thermosetting -Resin Gravity Sewer Pipe 33 3113.13 - 6 LUB22311— Blue Sky Lateral 3.03 FIELD QUALITY CONTROL A. Conduct pipe testing in accordance with Section 0140 00 "Quality Management." B. Conduct exfiltration tests in accordance with Section 0140 00 "Quality Management." C. Engineer may require additional performance tests of the joints. END OF SECTION Fiberglass Glass -Fiber -Reinforced Thermosetting -Resin Gravity Sewer Pipe 33 3113.13 - 7 LUB22311— Blue Sky Lateral 33 31 13.16 HDPE PIPING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install polyethylene pipe, and complete installation in accordance with the Contract Documents. The finished pipe shall be continuous over the entire length of the storm sewer between manholes and be free from defects. 1.02 QUALITY ASSURANCE A. Polyethylene pipe jointing shall be performed by personnel trained in the use of the thermal butt -fusion equipment and recommended methods for new pipe connections. Personnel directly involved with installing the new pipe shall have received training in the proper methods for handling and installing the polyethylene pipe. Training shall be performed by a qualified representative of the pipe manufacturer. The Contractor shall maintain records of trained personnel, and shall certify that training was received not more than 12 months before commencing construction. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: Shop Drawings, catalog data, and manufacturer's technical data showing complete information on material composition, color, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling, storage, installation, and repair of pipe and fittings. 1.04 STANDARDS A. Comply with local governing regulations if more stringent than specified herein. Piping shall meet the following standards and shall be a part of this Section as if written here in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: a. ASTM D2321— Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity --Flow Applications b. ASTM D3212 — Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals c. ASTM F477 — Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe d. T. ASTM F1417 — Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low --Pressure Air e. U. ASTM F2487 — Standard Practice for Infiltration and Exfiltration Acceptance Testing of Installed Corrugated High Density Polyethylene Pipelines HDPE Piping 33 3113.16 - 1 LUB22311— Blue Sky Lateral V. ASTM F2764 — Standard Specification for 6 to 60 in. [150 to 1500mm] Polypropylene (PP) Corrugated Double and Triple Wall Pipe and Fittings for Non- -Pressure Sanitary Sewer Applications W. ASTM F2881— Standard Specification for 12 to 60 in. [300 to 1500mm] Polypropylene (PP) Dual Wall Pipe and Fittings for Non --Pressure Storm Sewer Applications h. X. ASTM F3058 — Standard Practice for Preliminary Field Testing of Thermoplastic Pipe Joints for Gravity Flow (Non --Pressure) Sewer Lines 1.05 DELIVERY, STORAGE, AND HANDLING OF MATERIALS A. Transport, handle, and store pipe and fittings as recommended by manufacturer. B. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Owner's Project Representative at the Contractor's expense, before proceeding further. C. Deliver, store, and handle other materials as required to prevent damage. 2.00 PRODUCTS 2.01 CORRUGATED POLYPROPYLENE (PP) PIPE A. General 1. 12--inch through 60--inch (300 through 1500 mm) pipe shall be smooth interior and annular exterior corrugated polypropylene (PP) pipe meeting the requirements of ASTM F2736, ASTM F2764, ASTM F2881 or AASHTO M330 Type S (double --wall) or D (triple- -wall), for respective diameters. 2. Material for 12-- through 60--inch pipe and fitting production shall be an impact modified copolymer meeting the material requirements of ASTM F2764, ASTM F2881 and AASHTO M330, for respective pipe diameters. 3. Marking: The following shall be clearly marked on both the interior and exterior surface of the pipe: a. 1. Appropriate ASTM Specifications: ASTM F2764, ASTM F2881 or AASHTO M330;; as appropriate. b. Class, size, and wall. c. Date of manufacture. d. Name or trademark of manufacturer. e. Diameter of Pipe: The diameter indicated on the DRAWINGS shall mean the inside diameter of the pipe. B. Joint Performance 1. Watertight joints shall be bell--and--spigot meeting the watertight requirements of ASTM D3212. Gaskets shall comply with the requirements of ASTM F477. Gaskets shall be installed by the pipe manufacturer and covered with a removable wrap to ensure the gasket is free from debris. A joint lubricant supplied by the manufacturer shall be used on the gasket and bell during assembly. HDPE Piping 33 3113.16 - 2 LUB22311— Blue Sky Lateral C. Fittings 1. Fittings shall conform to ASTM F2764, ASTM F2881 or AASHTO M330, with the exception of meeting the watertight joint performance requirements of ASTM D3212. Gasketed bell & spigot connections shall utilize a spun --on, welded or integral bell and spigot with gaskets meeting ASTM F477. 2. Repair couplers maybe utilized to connect field -cut pipe. 3.00 EXECUTION 3.01 HANDLING AND STORAGE A. Piping and fittings shall be handled and stored according to manufacturer recommendations. B. Piping and fittings shall be inspected prior to installation and any defective or damaged product shall be replaced. 3.02 INSTALLATION 1. General a. Precautions shall be taken to prevent foreign material from entering the pipe before or while it is being placed in the line. During laying operations, no debris, tools, clothing or other materials shall be placed in the pipe. The open ends of pipe shall be closed with a plug, or with other devices approved by ENGINEER, at times when pipe laying is not in progress. 2. Pipe Pipe shall be installed in accordance with ASTM D2321, the manufacturers recommendations for installing, and what is shown on the DRAWINGS. 3. Pipe Fittings a. fittings shall be laid so as to form a closed concentric joint with the adjoining pipe to avoid sudden offsets of the flow line. Pipe sections shall be joined together in accordance with the manufacturer's recommendations, and in a way that they meet or exceed performance standards found in ASTM F2764, ASTM F2881 or AASHTO M330. 3.03 BEDDING A. A stable and uniform bedding shall be provided for the pipe and any protruding features of its joint and/or fittings. The middle of the bedding, equal to one --third of the pipe outside diameter, shall be loosely placed while the remainder shall be compacted to a minimum of 90% of maximum density per AASHTO T99, or as shown in the plans. Pipe bedding shall be a minimum of 4 — 6 inches in thickness or as required on the plans. B. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe, and extend a minimum of 12 inches beyond the end of the pipe being laid. HDPE Piping 33 3113.16 - 3 LUB22311— Blue Sky Lateral 3.04 PLACING PIPE A. Each pipe shall be thoroughly examined before being laid;; defective or damaged pipe shall not be used. Refer to Section 1.7 Delivery, Storage and Handling for pipe & fitting acceptance requirements. B. Pipelines shall be laid to the grades and alignment indicated. C. Proper facilities shall be provided for lowering sections of pipe into trenches. D. Pipe shall not be laid in water, and the pipe shall not be laid when trench conditions or weather are unsuitable for such work. Diversion of drainage or dewatering of trenches shall be provided as directed by the engineer;; see dewatering section. E. Where outside diameter of bell exceeds outside diameter of pipe, care shall be taken to ensure adequate bedding material is moved to accommodate the difference of diameter and provide support to the entire joint and length of pipe. 3.05 JOINTING A. A. Joints shall be constructed as described herein and in accordance with manufacturer's installation instructions. B. All Bell--and--Spigot pipe joints shall be thoroughly cleaned prior to joining. C. Protective gasket wrap must be removed just prior to joint insertion to reduce the risk of introduction of foreign materials. D. Joints with gaskets not pre --installed by the manufacturer must be clean and free of foreign materials prior to gasket installation. E. Joint lubricant, supplied by the manufacturer, shall be applied to the interior of bell and the leading edge of the gasket on spigot prior to assembly. F. Joints shall be assembled by inserting the spigot into the bell to prevent foreign materials from being trapped in the joint connection. G. After initial assembly of the joint, CONTRACTOR shall verify line and grade of pipe. Prior to backfill and after final check of line and grade, the CONTRACTOR must verify the joint is fully inserted and properly sealed. 3.06 BACKFILLING A. General — Backfill placement and compaction shall be constructed in accordance with Section 3123 33 'Trenching and Backfill' and the product manufacturer's published installation guides. B. Backfilling Pipe in Trench 1. Backfill shall be placed in accordance with ASTM D2321. 2. After the pipe has been laid on the bedding and is ready for backfill, appropriate backfill at moisture content that will facilitate compaction, shall be placed in layers along both sides of the pipe at depths to ensure specified density is achieved evenly throughout the backfill material. Prior to compaction, backfill shall be placed under the haunches of the pipe. HDPE Piping 33 3113.16 - 4 LUB22311— Blue Sky Lateral 3. Appropriate compaction methods shall be utilized in order to uniformly compact backfill to specified densities. Inappropriate or excessive compaction may damage the pipe and disturb line and grade. 4. Each layer shall be uniformly compacted with mechanical means. Backfill and compaction shall continue until fill has reached an elevation of at least 6 inches above the top of the pipe. The remainder of the trench shall be backfilled and compacted as noted on the plans. 5. Tests for density shall be made as directed by the ENGINEER to ensure conformance to the compaction requirements specified below. 6. Where it is necessary, in the opinion of the ENGINEER, that sheeting or portions of bracing used be left in place, the contract will be adjusted accordingly. Untreated sheeting shall not be left in place beneath structures or pavements. 3.07 TESTING FOR DEFLECTION A. A. When visual inspection or inspection by CCTV indicates a potential for excessive deflection, the following test method shall be used. B. B. Deflection tests shall be made by the contractor upon completion and acceptance of backfill operations to finish subgrade, and prior to placement of the finished surface, if any. The deflection testing shall be witnessed by the Inspector and shall be conducted by the CONTRACTOR at the CONTRACTOR'S expense. Deflection shall be tested for excessive vertical deflection using a mandrel approved by the agency. The mandrel shall be sized so as to provide a diameter of at least 95% of the allowable minimum inside diameter. Elbow and wye type fittings should not have a mandrel pulled through them. C. Pipe 36" or larger may be direct measured provided the appropriate safety equipment and certifications are use and held by the inspectors. D. Laser profiling equipment may be used instead of pulling mandrels. All laser profiled results are subject to verification by mandrel or direct measurement. 3.08 TESTING FOR LEAKAGE A. A. When visual inspection or inspection by CCTV indicates a potential for leakage through cracks, at joints rated to be watertight, or if the ENGINEER requires testing; the following test methods shall be used to field verify the systems leakage performance. 1. A. Lines shall be tested for leakage by low pressure air or water testing or exfiltration tests, as appropriate. 2. B. Low pressure air testing shall conform to ASTM F1417. When leakage exceeds the maximum amount specified, satisfactory correction, as approved by the Engineer, shall be made and retesting accomplished. 3. C. Infiltration and exfiltration testing shall conform to ASTM F2487. Prior to exfiltration tests, the pipe shall be completely backfilled. Visible leaks encountered during CCTV or other operations shall be corrected regardless of leakage test results. When leakage exceeds the maximum amount specified, satisfactory correction, as approved by the Engineer, shall be made and retesting accomplished. 4. D. In lieu of low pressure air testing and infiltration/exfiltration testing in Sections B and C above, joint isolation testing of each joint may be performed in accordance with ASTM F3058. HDPE Piping 33 3113.16 - 5 LUB22311— Blue Sky Lateral END OF SECTION HDPE Piping 33 3113.16 - 6 LUB22311— Blue Sky Lateral 33 39 13 SEWAGE MANHOLES, FRAMES AND COVERS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to construct standard and special manholes and cleanouts complete with covers, fittings, and other appurtenances, in accordance with the details and/or called out on the Drawings. At a minimum, provide 48- inch inside diameter manholes for pipe diameters 18 inches and smaller, 60-inch inside diameter manholes for pipe diameters 24 to 27 inches, and 72-inch inside diameter manholes for pipe diameters 30 inches and larger. B. For precast manholes, the tops of the manholes be set to proper elevation by using a predetermined length of the bottom section of the manhole riser and using standard lengths for the other sections of the riser pipe. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Drawings and data covering precast concrete sections. These shall be submitted as Record Data. 2. Concrete batch mix for cast -in -place sections shall be submitted as a Shop Drawing. 3. Manhole cover and ring shall be submitted as Record Data. 4. Design and fabrication details for fiberglass manholes and components shall be submitted as Record Data. 1.03 REFERENCE SPECIFICATIONS A. Section 0133 00 "Document Management." B. Section 0140 00 "Quality Management." C. Section 03 30 00 "Cast -in -Place Concrete." D. Section 03 30 53 "Miscellaneous Cast -in -Place Concrete." 1.04 STANDARDS A. Applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM A48 Specification for Gray Iron Castings ASTM C478 Specification for Precast Reinforced Concrete Manhole Sections ASTM D2240 Test Method for Rubber Property - Durometer Hardness ASTM C76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe Sewage Manholes, Frames and Covers 33 3913 -1 LUB22311— Blue Sky Lateral ASTM C33 Concrete Aggregates Resilient Connectors Between Reinforced Concrete Manhole ASTM C923 Structures, Pipes, and Laterals ASTM D3753 Glass -Fiber Reinforced Polyester Manholes and Wet wells 2. American National Standards Institute (ANSI) Standards: ANSI A21.10 American National Standard for Gray Iron and Ductile Iron Fittings, 3 through 48 Inches for Water and Other Liquids B. With the following additions for Precast Reinforced Concrete Manhole Sections: 1. All ASTM C478 pipe shall be machine made by a process that shall provide for uniform placement of zero slump concrete in the form and compaction by mechanical devices which shall assure a dense concrete in the finished product, except that reducer cones may be wet -cast. 2. Aggregates for the concrete shall comply with the requirements of ASTM C33, with the additional requirement that the aggregate shall have a minimum of 50 percent of calcium carbonate equivalent. 3. Minimum wall thicknesses for the manhole risers shall be as listed under Wall "B" in the ASTM C76 "Class Tables." 4. Manhole steps shall not be furnished for sanitary sewer manholes 5. Resilient connectors shall provide an airtight seal that eliminates infiltration and exfiltration. 1.05 DELIVERY AND STORAGE A. Do not deliver precast concrete section to the Site until representative concrete control cylinders have attained a strength of at least 80 percent of the specified minimum. B. Inspect precast concrete sections and/or prefabricated fiberglass manholes upon delivery, and reject any cracked or otherwise visibly defective units. 2.00 PRODUCTS 2.01 MATERIALS A. Concrete: Concrete for all cast -in -place manholes and bases shall be as specified in Section 33 49 00 "Storm Drainage Structures" and at a minimum shall be 3000-psi concrete. Mortar shall be as specified in Section 03 30 00 "Cast -In Place Concrete." B. Fiberglass Manholes: 1. Fiberglass manholes shall conform to all ASTM standards governing plastic laminations and the latest Glass -Fiber Reinforced Polyester Manholes standard, ASTM D3753. 2. Provide wall section thickness in accordance with ASTM D3753, but not less than 0.48 inches of thickness. 3. Mark date of manufacture and name or trademark of manufacturer in 1-inch tall stenciled letters on the inside of the manhole. Sewage Manholes, Frames and Covers 33 3913 - 2 LUB22311— Blue Sky Lateral 4. The manhole shall be of watertight construction to prevent infiltration and exfiltration. 5. The barrel and cone shall each be produced in a continuous manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with a reinforced glass -resin joint resulting in a one-piece unit. Field made joints shall not be acceptable. 6. The manhole shall be a circular cylinder with an inside diameter in conformance with 1.01.A. 7. The cone of the manhole shall have a bearing surface wide enough to facilitate the placement of concrete adjustment rings and have sufficient strength to safely support HS-20 loading in accordance with AASHTO. a. The ring and cover shall not be placed directly on the fiberglass manhole. 8. The manway cone shall be concentric with respect to the barrel of the manhole. a. Eccentric manway cones shall not be permitted. C. Precast Concrete Manholes: Above the manhole base, manholes shall be constructed with precast concrete rubber gasket sections in accordance with ASTM C478 pipe as detailed on the Drawings using the following materials. 1. Non -Shrinking Grout: Material shall be a non -shrink cement -base grout. "Five Star Grout" as manufactured by U.S. Grout Corporation or "Supreme" grout as manufactured by Hanson Pipe and Products or approved equal. 2. Rubber Gaskets: Neoprene or other synthetic, 40 plus or minus 5 hardness when measured by ASTM D2240, Type A durometer. 3. Precast Cone: Precast cone shall be concentric. 4. Grade Adjustment Risers shall be pre -cast, reinforced concrete in conformance to ASTM C478. D. Manhole Rings and Covers: 1. Manhole rings and covers shall be made of gray iron castings, ASTM A48, and shall conform to Class No. 30. 2. A minimum of four stainless steel anchor bolts for the ring are required for the connection to manholes. A minimum of five stud bolts for anchoring of the waterproof lid shall be of 316 stainless steel. Seal between ring and cover shall be by a 5/16-inch neoprene "O" ring or equivalent. 3. Castings shall be clean, sound, and free of blow or sand holes or other defects. E. Cleanout Fittings: 1. Pipe fittings shall be ductile iron and shall conform to ANSI A21.10 with a minimum pressure rating of 250 psi. 2. The cleanout casting shall conform to ASTM A48, Class 30. 3. Ductile Iron fittings shall be lined with factory installed Protecto 401 Ceramic Epoxy Lining by Induron or American Polybond Plus (fusion bonded epoxy and fusion bonded Sewage Manholes, Frames and Covers 33 3913 - 3 LUB22311— Blue Sky Lateral polyethylene) or an approved equal, Lining primers, applications and thicknesses shall be in accordance with manufacturer's recommendations for sanitary sewer applications. 2.02 MANUFACTURED PRODUCTS A. Precast Concrete Sections: Sections shall be as manufactured by Hanson Pipe and Products or CSR Hydroconduit or approved equal. Joints shall be sealed with "O" ring rubber gaskets. B. Fiberglass Manholes: Prefabricated fiberglass manholes shall be in accordance with ASTM D3753. Dimension, shape and size shall conform to the details shown in the Drawings. C. Manhole Rings and Covers: Manhole rings and covers shall be made in accordance with the most recent version of City of Lubbock Design Standards and Specifications. 3.00 EXECUTION 3.01 INSTALLATION A. Manhole Base: 1. Precast Manhole Base: The applicable details as indicated in the Drawings shall apply. Place the manhole base at an elevation that allows the invert to match the pipe flowline. a. The precast manhole base shall form a water tight seal with the bottom of the manhole. This may be accomplished by placing a continuous 1-inch ring of epoxy grout or using a rubber gasket at the joint of the manhole and manhole base or other pre -approved methods. 2. Give the concrete portion of all inverts within the manholes a smooth steel trowel finish. 3. The first section of pipe extending out a minimum of 24 inches from each side of the manhole base shall be supported by lean concrete as part of the manhole base. No additional payment shall be made for this concrete cradle; the sum shall be included in the bid price for the manhole. B. Fiberglass Manholes: Lower manhole barrel on to manhole base. Seal with manufacturer's gasket or approved sealant. Wrap joint with external sealing material, minimum 12-inch width. C. Pipe connection for Fiberglass Manholes: Connections with between the pipe and manhole may be accomplished by methods listed below. 1. Cut manhole barrel for pipe penetrations following curvature of the pipe with a maximum of 1-inch clearance. Seal cut edges with resin. Hole maybe circular or cutout with a semi -circular top, which extends to the bottom of the barrel. 2. Construct pipe stub outs as part of the prefabricated manhole. Install required sealant or gasket in stub out to ensure a watertight bond is achieved at the connection between the pipe and manhole. D. Monolithic Manholes: Pour monolithic concrete manholes on the Site using specifically designed, re -usable plastic or metal forms. Pour manholes using 3000-psi concrete to provide a formed wall thickness of at least 8 inches. Monolithic manholes shall be Sewage Manholes, Frames and Covers 33 3913 - 4 LUB22311— Blue Sky Lateral substantially water -tight when completed. Bases or footing for these manholes shall be as described above. E. Inverts: Construct invert channels to provide a smooth waterway with no disruption of flow at the connection between the pipe and manhole. F. Manhole Rings and Covers: Securely anchor the base of the manhole ring into a 6-inch minimum thickness precast concrete ring as indicated, and set on top of concentric manhole cone as a unit. G. Cleanouts: Provide a cleanout at the ends of all sewer lines unless a manhole is provided at that point. Construct cleanouts in accordance with the details shown on the Drawings. 3.02 GROUTING A. Use the mortar for grouting within 40 minutes after mixing. Discard mortar which has begun to take an initial set. Do not mix mortar with additional cement or new mortar. 3.03 FIELD QUALITY CONTROL A. Manholes shall be tested by hydrostatic exfiltration or vacuum testing in accordance with Section 0140 00 "Quality Management." Manholes shall be tested after installation with all connections (existing and /or proposed) in place. Drop connections and gas sealing connections shall be installed prior to testing. END OF SECTION Sewage Manholes, Frames and Covers 33 3913 - 5 LUB22311— Blue Sky Lateral 33 44 63 STORM WATER TREATMENT DEVICE 1.00 GENERAL 1.01 WORK INCLUDED A. This item shall govern the furnishing and installation of the CDS° by Contech Engineered Solutions LLC, complete and operable as shown and as specified herein, in accordance with the requirements of the plans and contract documents. B. The Contractor shall furnish all labor, equipment and materials necessary to install the storm water treatment device(s) (SWTD) and appurtenances specified in the Drawings and these specifications. C. No product substitutions shall be accepted unless submitted 10 days prior to project bid date, or as directed by the Engineer of Record. Submissions for substitutions require review and approval by the Engineer of Record, for hydraulic performance, impact to project designs, equivalent treatment performance, and any required project plan and report (hydrology/hydraulic, water quality, stormwater pollution) modifications that would be required by the approving jurisdictions/agencies. Contractor to coordinate with the Engineer of Record any applicable modifications to the project estimates of cost, bonding amount determinations, plan check fees for changes to approved documents, and/or any other regulatory requirements resulting from the product substitution. 1.02 QUALITY ASSURANCE A. The manufacturer of the SWTD shall be one that is regularly engaged in the engineering design and production of systems deployed for the treatment of storm water runoff for at least five (5) years and which have a history of successful production, acceptable to the Engineer B. All components shall be subject to inspection by the engineer at the place of manufacture and/or installation. All components are subject to being rejected or identified for repair if the quality of materials and manufacturing do not comply with the requirements of this specification. Components which have been identified as defective may be subject for repair where final acceptance of the component is contingent on the discretion of the Engineer. 1.03 SUBMITTALS A. The manufacturer shall guarantee the SWTD components against all manufacturer originated defects in materials or workmanship for a period of twelve (12) months from the date the components are delivered to the owner for installation. The manufacturer shall upon its determination repair, correct or replace any manufacturer originated defects advised in writing to the manufacturer within the referenced warranty period. The use of SWTD components shall be limited to the application for which it was specifically designed. B. The SWTD manufacturer shall submit to the Engineer of Record a "Manufacturer's Performance Certification" certifying that each SWTD is capable of achieving the specified Storm Water Treatment Device 33 44 63 -1 LUB22311— Blue Sky Lateral removal efficiencies listed in these specifications. The certification shall be supported by independent third -party research 2.00 PRODUCTS 2.01 MATERIALS A. Housing unit of stormwater treatment device shall be constructed of pre -cast or cast -in - place concrete, no exceptions. Precast concrete components shall conform to applicable sections of ASTM C 478, ASTM C 857 and ASTM C 858 and the following: 1. Concrete shall achieve a minimum 28-day compressive strength of 4,000 pounds per square -inch (psi); 2. Unless otherwise noted, the precast concrete sections shall be designed to withstand lateral earth and AASHTO H-20 traffic loads; 3. Cement shall be Type III Portland Cement conforming to ASTM C 150; 4. Aggregates shall conform to ASTM C 33; 5. Reinforcing steel shall be deformed billet -steel bars, welded steel wire or deformed welded steel wire conforming to ASTM A 615, A 185, or A 497. 6. Joints shall be sealed with preformed joint sealing compound conforming to ASTM C 990. 7. Shipping of components shall not be initiated until a minimum compressive strength of 4,000 psi is attained or five (5) calendar days after fabrication has expired, whichever occurs first. B. Internal Components and appurtenances shall conform to the following: 1. Screen and support structure shall be manufactured of Type 316 and 316L stainless steel conforming to ASTM F 1267-01; 2. Hardware shall be manufactured of Type 316 stainless steel conforming to ASTM A 320; 3. Fiberglass components shall conform to the ASTM D-4097 4. Access system(s) conform to the following: 5. Manhole castings shall be designed to withstand AASHTO H-20 loadings and manufactured of cast-iron conforming to ASTM A 48 Class 30. 3.00 EXECUTION 3.01 INSTALLATION A. The contractor shall exercise care in the storage and handling of the SWTD components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted and unloading has commenced shall be borne by the contractor. B. The SWTD shall be installed in accordance with the manufacturer's recommendations and related sections of the contract documents. The manufacturer shall provide the contractor Storm Water Treatment Device 33 44 63 - 2 LUB22311— Blue Sky Lateral installation instructions and offer on -site guidance during the important stages of the installation as identified by the manufacturer at no additional expense. A minimum of 72 hours notice shall be provided to the manufacturer prior to their performance of the services included under this subsection. C. The contractor shall fill all voids associated with lifting provisions provided by the manufacturer. These voids shall be filled with non -shrinking grout providing a finished surface consistent with adjacent surfaces. The contractor shall trim all protruding lifting provisions flush with the adjacent concrete surface in a manner, which leaves no sharp points or edges. D. The contractor shall removal all loose material and pooling water from the SWTD prior to the transfer of operational responsibility to the Owner. END OF SECTION Storm Water Treatment Device 33 44 63 - 3 LUB22311— Blue Sky Lateral 33 49 00 STORM DRAINAGE STRUCTURES 1.00 GENERAL 1.01 WORK INCLUDED A. This item shall govern for the construction of manholes, inlets, and other drainage structures and appurtenances such as headwall and velocity dissipators, complete in place or to the stage detailed on the plans and the materials used therein, including excavation, installation, connections, backfilling, placement of the concrete and when required, the furnishing and installation of frames, grates, rings, covers, safety end treatments and any concrete curb and gutter indicated on the Drawings. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Drawings and data covering structures and appurtenances (manholes, inlets, headwalls, frames, grates, energy dissipators, etc.), construction methods and sequence (precast, cast -in -place), and materials (bolts, nuts, plates, angles, etc.). 2. Aggregate types, gradations and physical characteristics for the Portland cement concrete mix. 3. Proposed proportioning of materials for the mortar mix. 4. Analysis and thickness calculations for temporary steel covers. 1.03 QUALITY ASSURANCE A. The products shall meet the requirements of Section 0140 00 "Quality Management." and Section 03 30 00 "Cast -In -Place Concrete." 1.04 STANDARDS A. The applicable provisions of the standards listed in Section 03 30 00 "Cast -In -Place Concrete", and the following standards shall apply as if written here in their entirety: 1. American Society of Testing and Materials (ASTM) Standards: ASTM A27/ A27M-95(2000) Standard Specification for Steel Casings, Carbon, for General Application ASTM A48 Specification for Gray Iron Castings ASTM A47M-99 Standard Specification for Ferritic Malleable Iron Castings ASTM A536-99e1 Standard Specifications for Ductile Iron Castings ASTM C478 Specification for Precast Reinforced Concrete Manhole Sections ASTM D2240 Test Method for Rubber Property— Durometer Hardness ASTM A21.10 American National Standard for Gray Iron and Ductile Iron Fittings, 3 through 48 Inches for Water and other Liquids ASTM C76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe Storm Drainage Structures 33 49 00 -1 LUB22311— Blue Sly Lateral ASTM C33 Concrete Aggregates Resilient Connectors Between Reinforced Concrete Manhole ASTM C923 Structures, Pipes and Laterals. 1.05 DELIVERY, STORAGE AND HANDLING A. Do not store plastic pipe, and fittings in direct sunlight. B. Protect pipe, pipe fittings, and seals from dirt and damage. C. Handle all structures according to manufacturer's written rigging instructions. D. Inspect precast concrete sections upon delivery and reject any cracked or otherwise visibly defective units. 2.00 PRODUCTS 2.01 MATERIALS A. Portland Cement Concrete: 1. Portland cement concrete shall conform to Section 03 3000 "Cast -In -Place Concrete", with the following classes: a. Cast -in -Place Concrete: Class A. b. Precast Concrete: Class C. B. Mortar: Mortar shall be composed of 1 part Portland cement and 2 parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of Section 03 30 00 "Cast -In -Place Concrete" for fine aggregate. Hydrated lime or lime putty may be added to the mix, but in no case shall it exceed 10 percent by weight (mass) of the total dry mix. C. Reinforcement and Steel: Reinforcing Steel shall conform to Section 03 2100 "Reinforcing Steel". D. Miscellaneous Items: Cast iron for supports, steps and inlet units shall conform to the shape and dimensions indicated on the Drawings. The casting shall be clean and perfect, free from sand or blowholes or other defects. Cast iron castings shall meet the requirements of ASTM A48, Class 30. Steel for temporary covers when used with stage construction shall be adequate for the loads imposed. 2.02 CONCRETE PIPE AND FITTINGS A. Reinforced -Concrete Sewer Pipe and Fittings shall conform to Section 33 05 01.07 "Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe". 2.03 MANHOLES A. Precast Concrete Manholes shall conform to Section 33 39 13 "Sewage Manholes, Frames and Covers. 1. Manhole Frames and Covers shall conform to City of Lubbock Standards and Specifications section 8.11.04.D.xii. Storm Drainage Structures 33 49 00 - 2 LUB22311— Blue Sly Lateral 3.00 EXECUTION A. All concrete work shall be performed in accordance with Section 03 30 00 "Cast -In -Place Concrete." Forms will be required for all cast -in -place concrete walls, except where the nature of the surrounding materials is such that it can be trimmed to a smooth vertical face (the outside form for concrete bases). Where cast -in -place concrete is used in wall construction of storm sewers, the Steps shall be cast into the wall the concrete is placed. B. Construct manholes, inlets, headwall and velocity dissipators for precast concrete storm drain conduits as soon as practicable after conduits into or through the structure locations are completed. All conduits shall be cut neatly at the inside or outside face of the walls of the structures and pointed up with mortar. C. Bases for cast in place inlets may be placed prior to or at the Contractor's option after the sewer is constructed. D. Bases for box sewers shall be cast as an integral part of the sewer. The manholes may be constructed prior to backfilling or if the Contractor so elects, the manhole opening may be covered temporarily with a steel plate to facilitate the compaction of backfill for the sewer as a whole. Thereafter, required excavation for the inlet shall be made and the inlet constructed and backfilled. E. The inverts passing out or through an inlet shall be shaped and grouted across the floor of the inlet as indicated on the Drawings. This shaping may be accomplished by adding shaping mortar or concrete after the base is cast or by placing the required additional material with the base. F. All miscellaneous structures shall be completed in accordance with the details indicated on the Drawings. Backfilling to original ground elevation shall be in accordance with the provisions of the appropriate items and as directed by the Engineer or designated representative. G. Energy dissipators and headwalls shall be constructed in accordance with details shown in the drawings. END OF SECTION Storm Drainage Structures 33 49 00 - 3 LUB22311— Blue Sly Lateral No Text APPENDIX A NWLDIP Blue Sky Lateral Geotechnical Report on r Geotechnical Engineering Report NWLDIP Blue Star Lateral Lubbock, Texas August 16, 2022 Terracon Project No. AR215061 Prepared for: Freese and Nichols, Inc. Lubbock, Texas Prepared by: Terracon Consultants, Inc. Lubbock, Texas August 16, 2022 Freese and Nichols, Inc. 1500 Broadway Street, Suite 1150 Lubbock, Texas 79401 Attn: Ms. Heather R. Keister, P.E., CFM P: (806) 686-2706 E: Heather.kiester@freese.com Re: Geotechnical Engineering Report NWLDIP Blue Star Lateral Northwest Lubbock Lubbock,Texas Terracon Project No. AR215061 Dear Ms. Keister: We have completed the Geotechnical Engineering services for the above referenced project. This study was performed in general accordance with Terracon proposal No. PAR215061 dated August 17, 2021. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of foundations, floor slabs and pavement for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. Texas Registration #3272 " lar verick P. Rubin Geotechnical Field Engineer Reviewed by ri ataki, P.E. (TX) Principal ,�^.•,�� OF TF Mitt �P.• .'�9s rjrj .................. ..............1 .... z� JERRY T. SAYSON ..............................::.... -0 110265 j1t1�O,� • <�CENS: G�?�'~~ rt0Jerry T. Sayson, P.E. 2Z . OS attllZSIONAk"... Geotechnical Department Manager htt� REPORT TOPICS INTRODUCTION............................................................................................................. 1 SITECONDITIONS......................................................................................................... 1 PROJECT DESCRIPTION.............................................................................................. 2 GEOTECHNICAL CHARACTERIZATION...................................................................... 2 GEOTECHNICAL OVERVIEW....................................................................................... 3 EARTHWORK................................................................................................................. 3 SHALLOW FOUNDATIONS...........................................................................................4 SEISMIC CONSIDERATIONS .............................. ERROR! BOOKMARK NOT DEFINED. FLOOR SLABS ..................................................... ERROR! BOOKMARK NOT DEFINED. PAVEMENTS........................................................ ERROR! BOOKMARK NOT DEFINED. GENERAL COMMENTS................................................................................................. 5 FIGURES........................................................................................................................ 7 Note: This report was originally delivered in a web -based format. Orange Bold text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the GeoReport logo will bring you back to this page. For more interactive features, please view your project online at client.terracon.com. ATTACHMENTS EXPLORATION AND TESTING PROCEDURES SITE LOCATION AND EXPLORATION PLANS EXPLORATION RESULTS SUPPORTING INFORMATION Note: Refer to each individual Attachment for a listing of contents. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report NWLDIP Blue Star Lateral Northwest Lubbock Lubbock, Texas Terracon Project No. AR215061 August 16, 2022 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the NWLDIP Blue Star Lateral to be located at Northwest Lubbock in Lubbock, Texas. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: Subsurface soil conditions Groundwater conditions Site Preparation and earthwork Foundation design and construction The geotechnical engineering scope of services for this portion of the project included the advancement of four test borings to depths of approximately 25 feet below existing site grades. Maps showing the site and boring locations are shown in the iite Locatic and Exploration sections, respectively. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs and in the xpioration Kesui section. SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration. Item Description The proposed alignment begins on 4th Street and Indiana Avenue and Parcel Information ends at Erskine Street and Indiana Avenue. (See Site Location) Existing Improvements The project site an existing roadway. Current Ground Cover Asphaltic pavement. Existing Topography Relatively level. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon NWLDIP Blue Star Lateral Lubbock, Texas August 16, 2022 Terracon Project No. AR215061 GeoReport PROJECT DESCRIPTION Item Description ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................... The information provided via e-mail dated on January 20, 2020 and Information Provided August 5, 2021 by Ms. Keister. The project will include the design and construction of a tower inlet Project Description structure, lateral pipe extensions, connections to stub outs, and erosion control system for the playa along the alignment. Below Grade Structures None Anticipated. GEOTECHNICAL CHARACTERIZATION We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of site preparation and foundation options. Conditions encountered at each exploration point are indicated on the individual logs. The individual logs can be found in the xpioration Resull, section and the GeoModel can be found in the -igures section of this report. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Model Layer Layer Name 1 Sandy Lean Clay 2 Poorly Graded Sand with Silt and Gravel 3 Clayey Gravel 4 Clayey Sand 5.....................................Si11Y....Sand General Description Stiff to very stiff Medium dense to very dense Medium dense to dense Medium dense Loose to dense The borings were advanced in the dry using hollow stem augers that allow short term groundwater observations to be made while drilling. Groundwater seepage was not observed within the maximum drilling depth at the time of our field exploration. Groundwater conditions may be different at the time of construction. Groundwater conditions may change because of seasonal variations in rainfall, runoff and other conditions not apparent at the time of drilling. The granular soils can easily transmit water after a precipitation event. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon NWLDIP Blue Star Lateral Lubbock, Texas August 16, 2022 Terracon Project No. AR215061 GeoReport GEOTECHNICAL OVERVIEW The near surface soils could become unstable with typical earthwork and construction traffic, especially after precipitation events. The effective drainage should be completed early in the construction sequence and maintained after construction to avoid potential issues with water ponding. Additional site preparation recommendations including subgrade preparation and fill placement are provided in the Earthwo� _ section. The General Commen section provides an understanding of the report limitations. EARTHWORK Earthwork is anticipated to include clearing, over -excavations, and fill placement. The following sections provide recommendations for use in the preparation of specifications for the work. Recommendations include critical quality criteria, as necessary, to render the site in the state considered in our geotechnical engineering evaluation for structure foundations. General Site Preparation Remove existing pavement soil from the proposed project area to design excavation depth of the drainage structures. Exposed surfaces should be free of mounds and depressions which could prevent uniform compaction. The stripped materials consisting of deleterious materials should be wasted from the site or used in landscaped areas or exposed slopes after completion of grading operations. Structural Fill Material Types Structural fill is material used below, or within 3 feet of structures, or constructed slopes. Earthen materials used for structural fill should meet the material property requirements shown below. Soil Type USCS Classification I Required Parameters (for Structural Fill) On -Site Soils 1 CL, SP-SM, GC, SC, SM On -site soils are suitable for use as structural fill. Clean soil (free of deleterious material and debris), with Imported Fill SC, CL liquid limits (ILL) less than 35, plasticity index (PI) less than 15 and no rock greater than 4 inches in maximum �........................................... dimension Structural fill should consist of approved materials free of organic matter and debris. Frozen material should not be used, and fill should not be placed on a frozen subgrade. A sample of each material type should be submitted to the Geotechnical Engineer for evaluation prior to use on this site. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon NWLDIP Blue Star Lateral Lubbock, Texas August 16, 2022 Terracon Project No. AR215061 GeoReport Temporary Construction Slopes All excavations must comply with the applicable Federal, State, and local safety regulations and codes, and especially with the excavation standards of the Occupational Safety and Health Administration (OSHA). According to the OSHA soil classification, the on -site materials are generally classified as Type B soils. Temporary slopes of 1 H:1V may be used. Construction site safety, including excavation safety, is the sole responsibility of the Contractor as part of its overall responsibility for the mean, methods, and sequencing of construction operations. Terracon's recommendations for excavation support are intended for the Client's use in planning the project, and in no way relieve the Contractor of its responsibility to construct, support, and maintain safe slopes. Under no circumstances should the following recommendations be interpreted to mean that Terracon is assuming responsibility for either construction site safety or the Contractor's activities. Gravel and sand layers along with sandy lean clay were encountered in the borings with depths starting from the ground surface to 15 feet below ground surface (bgs) extending to the respective termination depths. We caution that this type of subsurface materials has potential for caving in during excavation. If workmen are expected to work in trenches, trenches need to be sloped back or trench boxes or shoring need to be installed in accordance with OSHA 1926 requirements during construction. Compaction Requirements Structural fill should meet the following compaction requirements. Item Compaction Criteria Subgrade preparation to receive fill Surface scarified to a minimum depth of 10 inches and compacted to criteria below. 6 inches in compacted state Maximum Lift Thickness 9 inches in loose state SOIL INFORMATION The following soil information were derived from correlations of field and laboratory test results. SOIL INFORMATION Unit Internal Depth, Soil Cohesion, Location ft bgs Classification Weight, (psf) Friction Angle (pcf) 0 (Degrees) Passive Active Pressure, Pressure, psf psf Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon NWLDIP Blue Star Lateral Lubbock, Texas GeoReport August 16, 2022 Terracon Project No. AR215061 B1 25 Clayey Gravel 125 -- 35 11,525 850 with Sand Poorly B2 25 Graded Sand 130 -- 38 13,650 775 with Silt and Gravel B4 25 Silty Sand 130 -- 38 13,650 775 B4 25 Silty Sand 120 -- 34 10,600 850 BEARING CAPACITY BEARING CAPACITY RECOMMENDATIONS Location Depth, Soil Unit Weight, Cohesion, Internal Friction Angle Net Allowable Bearing ft bgs Classification (pcf) (psf) 0 (Degrees) Capacity, psf B1 25 Clayey Gravel 125 -- 35 6,000 with Sand Poorly B2 25 Graded Sand 130 -- 38 10,000 with Silt and Gravel Poorly B3 25 Graded Sand 130 -- 38 10,000 with Silt and Gravel B4 25 Silty Sand 120 -- 34 5,500 GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report NWLDIP Blue Star Lateral Lubbock, Texas August 16, 2022 Terracon Project No. AR215061 1 rerracon GeoReport can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on -site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third -party beneficiaries intended. Any third -party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Responsive ■ Resourceful ■ Reliable FIGURES Contents: GeoModel Responsive ■ Resourceful ■ Reliable GEOMODEL Irerracon NWLDIP Blue Sky Lateral 11 Lubbock, TX Terracon Project No. AR215061 GeoReporf -5 B1 B2 B3 B4 0 5 ......... .............................. I ............................. I ................ ...... ... 4 ... ...... ... .................. LL IN LU 10 ......... . 1..0 ........................ , 10............................... IM, 0 LU15 ......... 2 'o .. ........................... .. 15 ............................. . . .15............... ...... ...... ................................. . . * o 0 5. LU 20 ......... zo........................... 2 0 ............................. 2 'o .............. . .... . ...... .. .................. ............... 3 25 ......... 126.5 ........................... 25.3 ........ ................ .25.3 ......... . .... . ...... .................................. 26.5 _ 301 This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name General Description 1 Sandy Lean Clay Stiff to very stiff Poorly Graded Sand with Silt and Gravel Medium dense to very dense 2 3 Clayey Gravel Medium dense to dense 4 Clayey Sand Medium dense 5 Silty Sand Loose to dense LEGEND EAsphalt with PN Clayey Sand with Gravel N Silt andPoorly-graded GravelSand ®Aggregate Base Course ®Clayey Gravel M.Silty Sand Sandy Lean Clay Clayey Sand NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. ATTACHMENTS Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report NWLDIP Blue Star Lateral Lubbock, Texas August 16, 2022 Terracon Project No. AR215061 EXPLORATION AND TESTING PROCEDURES Field Exploration Number of Borings 4 I Boring Depth (feet)' 25.3 to 26.5 Below ground surface. 1 rerracon GeoReport Location Planned Drainage Alignment Boring Layout and Elevations: Terracon personnel provided the boring layout. Coordinates were obtained with a handheld GPS unit (estimated horizontal accuracy of about ±10 feet). Subsurface Exploration Procedures: We drilled soil borings with a truck -mounted drill rig using continuous flight augers. Four samples are obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. Soil sampling was performed using split -barrel sampling procedure. In the split barrel sampling procedure, a standard 2-inch outer diameter split barrel sampling spoon is driven into the ground by a 140-pound automatic hammer falling a distance of 30 inches. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18- inch penetration is recorded as the Standard Penetration Test (SPT) resistance value. The SPT resistance values, also referred to as N-values, are indicated on the boring logs at the test depths. The samples are placed in appropriate containers, taken to our soil laboratory for testing, and classified by a geotechnical engineer. In addition, we observe and record groundwater levels during drilling and sampling. The sampling depths, penetration distances, and other sampling information was recorded on the field boring logs. The samples were placed in appropriate containers and taken to our soil laboratory for testing and classification by a Geotechnical Engineer. The exploration team prepared field boring logs as part of the drilling operations. These field logs included visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. Final boring logs were prepared from the field logs. The final boring logs represent the Geotechnical Engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests to understand the engineering properties of the various soil strata, as necessary, for this project. Procedural standards noted below are for reference to methodology in general. In some cases, variations to methods were applied because of local practice or professional judgment. Standards noted below include reference to other, related standards. Such references are not necessarily applicable to describe the specific test performed. Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 2 Geotechnical Engineering Report lrerracon NWLDIP Blue Star Lateral Lubbock, Texas August 16, 2022 Terracon Project No. AR215061 GeOReport Moisture Content Measurements (ASTM D2216) Grain Size Analysis (ASTM D422) Atterberg Limits (ASTM D4318) The laboratory testing program included examination of soil samples by an engineer. Based on the material's texture and plasticity, we described and classified the soil samples in accordance with the Unified Soil Classification System. Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 2 SITE LOCATION AND EXPLORATION PLANS Contents: Site Location Plan Exploration Plan Note: All attachments are one page unless noted above. Responsive ■ Resourceful ■ Reliable BrO,)(IviL!w I f S M ir'•! t F b'4 ,. Aw�_ 4. th4 !- Stho�,l t �F r , W I T q „� � K f L;,W7U1a 09 C1 ' "OF,rHIar a F NORTHWEST _ kaLca -r out m ARtEM irIIAI}AL IFV ..�„ CH'. L s LL, I + � 'c J loth ]" Tr•x�ac'F w4 t�. , _ + rx Off` ^_ I.i F'I•FL.F"saS f" - 4,� IIll - I + 'Iry 2P (OR-INAL,10 AHFFI iF(H IFMxm"k MI.Al0N nF AN'-' 9 t,e 17. i WH EELOCK ?A STURSS'STEWART c RAI LENGER '� h,1-, )7J 1 Fig F Y _.. s +� T _ [}Ll6Id .; .7 Q rr 61, :,rlii tir , - .,... _�t1'*•tit — - .r l-�k_ _ .- ' H,. .. I'A �)irirn FYPI ORATION IP1 AN NWLDIP Blue Star Lateral Lubbock, Texas August 16, 2022 Terracon Project No. AR215061 o.� N l M A4 f j; 2 1 rerracon GeoReport v � — o _ J3 � �tM E —OR W. ,v qw _1 r An *y w .m� 6 7. x IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS EXPLORATION RESULTS Contents: Boring Logs (B1 thru B4) Atterberg Limits Grain Size Distribution (4 pages) Note: All attachments are one page unless noted above. a 0 U) W a s 0 Ir Q >J 0 z 6 0 J F Ir Q U) 0 W 0 BORING LOG NO. 131 Page 1 of 1 PROJECT: NWLDIP Blue Sky Lateral CLIENT: Freese and Nichols, Inc. Lubbock, TX SITE: Indiana Avenue Lubbock, TX o (9 LOCATION See Exi ration Plan w STRENGTH TEST ATTERBERG LIMITS w r ,. >0 U)U) Q z W Q 0 Latitude: 33.60460 Longitude:-101.88780 _ Q w LU a U)[-- o w z UL o Q w ww a 1 w � IrwY ¢ �z �0 LL-PL-PI U 0 am Q W� w Ir 0 W � (r7 0 U) � a-tV 0 cn U) 0 wa DEPTH HOT MIX ASPHALT (HMAC) Course, 4" thickness 1.2 AGGREGATE BASE COURSE, 10" thickness SANDY LEAN CLAY ICU brown to reddish brown, 6-4-4 stiff N=8 4-5-4 11.2 30-11-19 51 N=9 5 5-5-5 q N=10 5-6-9 N=15 . 10.0 1 f: POORLY GRADED SAND WITH SILT AND 50/2" • GRAVEL (SPSMI, reddish brown, very dense to medium dense R� b z : jo 15 6-6-9 N=15 Ro 20.0 2() CLAYEY GRAVEL IGCI, reddish brown, medium 7-10-14 4/o dense to dense N=24 18.6 32-15-17 12 3 25 7-15-19 26.5 N=34 Boring Tenninated at 26.5 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Hollow stem augers description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with asphalt WATER LEVEL OBSERVATIONS Irerracon Boring Started: 05-25-2022 Boring Completed: 05-25-2022 No free water observed Drill Rig: B-48 Driller: RC 5847 50th St Lubbock, TX Project No.: AR215061 a 0 }J Y w co 0 z 0 0 Ir Q >J 0 z 6 0 Ir U) 0 0 BORING LOG NO. B2 Page 1 of 1 PROJECT: NWLDIP Blue Sky Lateral CLIENT: Freese and Nichols, Inc. Lubbock, TX SITE: Indiana Avenue Lubbock, TX w r Q o 0 00 0 Q (r7 LOCATION See Exi ration Plan Latitude: 33.60070 Longitude:-101.88780 DEPTH _ w w z >0 Q ww am 0 wa w a Q U) U)U) LU ow r`� STRENGTH TEST o w z �z 0 0 �0 w ATTERBERG LIMITS w z UL U � wa a � w � w U)� IrwY a-tV 0 cn o ¢ Ir U) LL-PL-PI HOT MIX ASPHALT (HMAC) Course, 4" thickness 1.2 AGGREGATE BASE COURSE, 10" thickness SANDY LEAN CLAY ICU brown to reddish brown, medium stiff to very stiff 6-4-3 N=7 5-4-4 N=8 5- 5-5-5 N=10 q 5-6-7 N=13 10.2 35-12-23 68 10 5-10-14 N=24 15.0 15 1.. o POORLY GRADED SAND WITH SILT AND GRAVEL ISPSMI, reddish brown, medium dense to very dense 8-12-14 N=26 25.4 NP 11 r\\a JO Q 2 Qa 20 19-12-16 N=28 'i a 25.3 25 50/4" Boring Terminated at 25.3 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: Hollow stem augers See Exploration and Testing Procedures for a description of field and laboratory procedures Notes: used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with asphalt WATER LEVEL OBSERVATIONS Irerracon Boring Started: 05-25-2022 Boring Completed: 05-25-2022 No free water observed Drill Rig: B-48 Driller: RC 5847 50th St Lubbock, TX Project No.: AR215061 a 0 }J Y w a s z 0 0 N Ir Q >J 0 z 0 0 Ir U) 0 0 BORING LOG NO. B3 Page 1 of 1 PROJECT: NWLDIP Blue Sky Lateral CLIENT: Freese and Nichols, Inc. Lubbock, TX SITE: Indiana Avenue Lubbock, TX w r Q o 0 00 0 Q (r7 LOCATION See Exi ration Plan Latitude: 33.59620 Longitude:-101.88780 DEPTH _ w w z >0 Q ww am 0 wa w a Q U) U)U) LU ow r`� STRENGTH TEST o w z �z 0 0 �0 w ATTERBERG LIMITS w z UL U � wa a � w � w U)� IrwY a-tV 0 cn o ¢ Ir U) LL-PL-PI HOT MIX ASPHALT (HMAC) Course, 4" thickness 1.2 AGGREGATE BASE COURSE, 10" thickness SANDY LEAN CLAY ICU brown to reddish brown, stiff to very stiff 4-4-4 N=8 3-4-4 N=8 5- 3-4-4 N=8 11.0 26-11-15 57 q 5-8-9 N=17 10 5-5-6 N=11 11.1 31-12-19 57 15.0 15 1.. o POORLY GRADED SAND WITH SILT AND GRAVEL (SPSM), reddish brown, medium dense to very dense 9-13-16 N=29 r\\a JO Q 2 a 20 9-14-14 N=28 'i a 25.3 25 50/4" Boring Tenninated at 25.3 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: Hollow stem augers See Exploration and Testing Procedures for a description of field and laboratory procedures Notes: used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with asphalt WATER LEVEL OBSERVATIONS Irerracon Boring Started: 05-25-2022 Boring Completed: 05-25-2022 No free water observed Drill Rig: B-48 Driller: RC 5847 50th St Lubbock, TX Project No.: AR215061 a 0 }J Y J a s z 0 0 Ir Q >W 0 z c� O J Ir Q U) 0 W BORING LOG NO. B4 Page 1 of 1 PROJECT: NWLDIP Blue Sky Lateral CLIENT: Freese and Nichols, Inc. Lubbock, TX SITE: Indiana Avenue Lubbock, TX w 00 LOCATION See Exi ration Plan w z wa STRENGTH TEST ATTERBERG LIMITS w r >0 U)U) o z W Q 0 Latitude: 33.59430 Longitude:-101.88630 _ � Q w LU a U)� o w z UL o Q w ww a ow � IrwY ¢ �z �0 LL-PL-PI U 0 am Q W� w Ir 0 W � (r7 0 U) � a-tV 0 cn U) 0 wa DEPTH CLAYEY SAND ISCI, brown to reddish brown, 4-6-7 medium dense N=13 4-4-5 N=9 4 110.0 5- 5-5-7 9.6 27-12-15 44 N=12 7.5 CLAYEY SAND WITH GRAVEL (SCI, reddish brown, 5-4-6 medium dense N=10 6.8 24-16-8 34 10 SILTY SAND ISMI, reddish brown, loose to dense 6-3-5 N=8 4.3 NP 29 15 5-5-6 9.1 NP 41 N=11 5 ' 20 9-14-19 N=33 25 13-13-16 26.5 N=29 Boring Terminated at 26.5 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Hollow stem augers description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method: Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Irerracon Boring Started: 05-25-2022 Boring Completed: 05-25-2022 No free water observed Drill Rig: B-48 Driller: RC 5847 50th St Lubbock, TX Project No.: AR215061 ATTERBERG LIMITS RESULTS ASTM D4318 all 50 P L s 40 T I C T 30 Y I N 20 D E X 10 / / 'z /"0+ 00, 4 GP & Zm G�' MH or OH ML r OL CL-ML i .41 _ 2U 4U Boring ID Depth (Ft) LL PL PI • B1 2.5-4 30 11 19 m B1 20 - 21.5 32 15 17 A B2 7.5 - 9 35 12 23 * B2 15 - 16.5 NP NP NP O B3 5 - 6.5 26 11 15 * B3 10-11.5 31 12 19 O B4 5 - 6.5 27 12 15 o B4 7.5 - 9 24 16 8 ® ............................. B4 10 - 11.5 NP NP NP ® B4 15 - 16.5 NP NP NP PROJECT: NWLDIP Blue Sky Lateral SITE: Indiana Avenue Lubbock, TX 6U 8U 1UU LIQUID LIMIT Fines USCS Description 51.3 CL SANDY LEAN CLAY 12.4 GC CLAYEY GRAVEL with SAND 67.7 CL SANDY LEAN CLAY 10.8 SP-SM POORLY GRADED SAND with SILT and GRAVEL 56.5 CL SANDY LEAN CLAY 57.3 CL SANDY LEAN CLAY 44.2 SC CLAYEY SAND 33.7 29.1 SC SM CLAYEY SAND with GRAVEL ..................................................................................................................................................................................................... SILTY SAND 40.7 SM SILTY SAND Irerracon 5847 50th St Lubbock, TX PROJECT NUMBER: AR215061 CLIENT: Freese and Nichols, Inc. Lubbock, TX GRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 U.S. SIEVE OPENING IN INCHES U.S. SIEVE NUMBERS I HYDROMETER 6 4 3 2 1.5 1 3/4 1 /2 3 4 6 810 1416 20 30 40 50 60 100 140 200 100 0 95 90 10 85 80 20 75 70 30 65 60 40 v m n c=7 5 5 m z m 50 � 50 00 D z 45 L U) m A C0 z 40 w U 60 w 35 a = 30 70 25 20 80 15 10 90 5 0 11pp 100 10 1 0.1 0.01 0.08 0 COBBLES GRAVEL SAND SILT OR CLAY coarse I fine coarse medium I fine BORING ID DEPTH %COBBLES %GRAVEL %SAND %SILT %FINES %CLAY USCS • B1 2.5 - 4 0.0 2.9 45.7 51.3 CL m 131 20 - 21.5 0.0 52.3 35.3 12.4 GC A B2 7.5 - 9 0.0 0.9 31.3 67.7 CL SOIL DESCRIPTION • SANDY LEAN CLAY (CL) ..... m CLAYEY GRAVEL with SAND (GC) GRAIN SIZE • m A • mA Sieve %Finer Sieve %Finer Sieve % Fine D60 0.111 10.619 3/8" #4 #10 #40 #200 100.0 97.08 93.18 89.49 51.33 1" 3/4" 1/2" 3/8" #4 #10 #40 100.0 74.85 70.0 53.18 47.7 40.11 28.71 3/8" #4 #10 #40 #200 100.0 99.05 98.24 96.28 67.72 D30 0.506 D 10 SANDY LEAN CLAY (CL) REMARKS #200 12.43 • m Cc 0.42 C„ 183.40 A PROJECT: NWLDIP Blue Sky Lateral Irerracon PROJECT NUMBER: AR215061 SITE: Indiana Avenue Lubbock, TX 5847 50tb St Lubbock, TX CLIENT: Freese and Nichols, Inc. Lubbock, TX GRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 U.S. SIEVE OPENING IN INCHES U.S. SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 1 4 1 /2 3 4 6 810 1416 20 30 40 50 60 100 140 200 100 0 95 90 10 85 80 20 75 70 30 65 60 40, m n c=9 55 m z 1500 m 50 0 D z 45 u_ U) m A C0 z 40 w U 60 w 35 a = 30 25 70 20 80 15 10 90 5 0 11pp 100 10 1 0.1 0.01 O.00T 0 COBBLES GRAVEL SAND SILT OR CLAY coarse I fine coarse medium I fine BORING ID DEPTH %COBBLES %GRAVEL %SAND %SILT %FINES %CLAY USCS • B2 15 - 16.5 0.0 35.0 54.2 10.8 SP-SM m B3 5 - 6.5 0.0 0.6 42.9 56.5 CL A B3 10 - 11.5 0.5 38.3 57.3 CL SOIL DESCRIPTION •POORLYGRADED SAND with SILT and GRAIN SIZE • m A • m A Sieve %Finer Sieve %Finer Sieve % Fine D00 3.812 0.087 0.085 3/4" 1/21, 3/8" #4 #10 #40 #200 100.0 94.48 90.14 65.04 45.21 10.82 82 10. 3/8" #4 #10 #40 #200 100.0 99.43 98.37 96.44 56.54 3/8" #4 #10 #40 #200 96.15 95.64 94.7 92.98 57.34 m G, EIL WAY (CL) D30 0.51 ........ .... SANDY LEAN CLAY (CL) D 10 REMARKS COEFFICIENTS • • m A m Cc 0.99 C„ 55.22 A PROJECT: NWLDIP Blue Sky Lateral Irerracon 5847 50tb St Lubbock, TX PROJECT NUMBER: AR215061 SITE: Indiana Avenue Lubbock, TX CLIENT: Freese and Nichols, Inc. Lubbock, TX GRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 U.S. SIEVE OPENING IN INCHES U.S. SIEVE NUMBERS HYDROMETER 6 4 3 2 1 4 1/23/8 3 6 810 1416 20 30 40 50 60 100 140 200 100 0 77 95 19 90 10 85 80 20 75 70 30 65 60 40, m n c=9 55 m z m 50 50 00 � D z 45 F m A C0 z 40 60 w U U 35 a = 30 70 25 20 80 15 10 90 5 0 11pp O 100 10 1 0.1 0.01 0.08 GRAVEL SAND COBBLES SILT OR CLAY coarse I fine coarse medium I fine BORING ID DEPTH %COBBLES %GRAVEL %SAND %SILT %FINES %CLAY USCS • B4 5 - 6.5 0.0 12.6 43.1 44.2 SC m B4 7.5 - 9 0.0 16.8 49.6 33.7 SC A B4 10 - 11.5 0.0 0.0 70.9 29.1 SM GRAIN SIZE • m A SOIL DESCRIPTION • m A Sieve %Finer Sieve %Finer Sieve % Fine • CLAYEYSAND (SC) Doo 0.161 0.198 0.161 3/4" 100.0 11/2" 100.0 #4 100.0 1/21, 95.04 1" 87.18 #10 99.96 m CLAYEY SAND with GRAVEL (SC) D30 0.077 3/8" 91.04 3/4" 87.18 #40 99.48 D #4 87.36 1/2' 84.81 #200 29.11 SILTY SAND (SM) �o #10 84.03 3/8" 84.15 #40 80.1 #4 83.23 #200 44.25 #10 82.55 REMARKS #40 80.68 #200 33.65 • Ccm ............................... Cu A PROJECT: NWLDIP Blue Sky Lateral Irerracon PROJECT NUMBER: AR215061 SITE: Indiana Avenue 5847 50tb St CLIENT: Freese and Nichols, Inc. Lubbock, TX Lubbock, TX Lubbock, TX GRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 U.S. SIEVE OPENING IN INCHES U.S. SIEVE NUMBERS I HYDROMETER 6 4 3 2 1.5 1 4 1/23/8 3 4 6 810 1416 20 30 40 50 60 100 140 200 100 0 95 90 10 85 80 20 75 70 30 65 60 40, m n c=9 55 m z m 50 � 50 00 D z 45 FLA m C0 z 40 w U 60 U 35 a = 30 25 70 20 80 15 10 90 5 0 11pp 100 10 1 0.1 0.01 0.08 O COBBLES GRAVEL SAND SILT OR CLAY coarse I fine coarse medium I fine BORING ID DEPTH %COBBLES %GRAVEL %SAND %SILT %FINES %CLAY USCS • B4 15 - 16.5 0.0 1.6 57.7 40.7 SM SOIL DESCRIPTION • SILTY SAND (SM) ........ ..... ........ GRAIN SIZE • • Sieve %Finer Sieve %Finer Sieve % Fine D60 0.136 3/4" 1/2" 3/8" #4 #10 #40 #200 100.0 98.83 98.83 98.45 97.94 97.02 40.7 D30 D10 REMARKS COEFFICIENTS Cc C„ PROJECT: NWLDIP Blue Sky Lateral Irerraccin 5847 50tb St Lubbock, TX PROJECT NUMBER: AR215061 SITE: Indiana Avenue Lubbock, TX CLIENT: Freese and Nichols, Inc. Lubbock, TX SUPPORTING INFORMATION Contents: Unified Soil Classification System General Notes to Log Terms Note: All attachments are one page unless noted above. ubbock' DESIGN OF BLUE SKY LATERAL STORM DRAIN LATERAL EXTENSION TO THE NWLDIP SYSTEM INDIANA LATERAL (STA 00+58.55 TO 65+39.15) FINAL SUBMITTAL CITY COUNCIL CITY MANAGER: TRAY PAYNE MAYOR W. JARRETT ATKINSON CHRISTY MARTINEZ-GARCIA DISTRICT 1 DIVISION DIRECTOR OF SHELIAPATTERSON HARRIS DISTRICT ENGINEERING/CITY ENGINEER: MARK W. MCBRAYER DISTRICT 3 MICHAEL G. KEENUM, P.E., C.F.M. STEVE MASSENGALE DISTRICT 4 DR. JENNIFER WILSON DISTRICT ASSISTANT CITY ENGINEER/ LATRELLE JOY DISTRICT 6 CIP: 92743 CAPITAL PROJECTS AND DESIGN: JOSH KRISTINEK, P.E. CONTRACT: 17649 r--EM NICHOLS 1500 Broadway Street, Suite 206 Lubbock, Texas 79401 Phone - (806) 686-2700 Web - www.freese.com SEPTEMBER 2023 FNI PROJECT #: LUB22311 09/12/2023 sue: - � •: ��� / HEATHER RAE KEHm / �/ v : 100095 .' 1i Freese and Nichols, Inc. Texas Registered Engineering firm F-2144 FINAL SUBMITTAL Date: ??? Plot By: 3 0 z J a o OF SHEET INDEX SHEET NUMBER SHEETTITLE GENERAL COVER G-02 SHEET INDEX AND VICINITY MAP G-03 GENERAL NOTES (1 OF 2) G-04 GENERAL NOTES (2 OF 2) G-05 INDEX AND LEGEND G-06 DESIGN SURVEY HORIZONTAL AND VERTICAL CONTROL G-07 HORIZONTAL ALIGNMENT DATA SHEET G-08 GEOTECH BORE LOCATIONS G-09 ALLOWABLE PIPE MATERIALS G-10 DRAINAGE AREA MAP AND HYDROLOGIC DATA STORMDRAIN IMPROVEMENTS P-01-P-07 STORM DRAIN PLAN AND PROFILES P-08 INLET DETAILS (1 OF 2) P-09 INLET DETAILS (2 OF 2) GR-01 INLET GRADING LAYOUT PP-01 PAVEMENT PLAN (1 OF 2) PP-02 PAVEMENT PLAN (2 OF 2) DETAILS D-01 INLET 1 STRUCTURE DETAIL (1 OF 2) D-02 INLET 1 STRUCTURAL DETAILS (2 OF 2) D-03 TRENCH DETAILS D-04 DESIGN TYPICAL STANDARDS D-05 TRENCH PAVEMENT REPAIR DETAILS D-06 CROSSING DETAILS D-07 OTHER THAN OPEN CUT DETAILS D-08 MANHOLE DETAILS (1 OF 2) D-09 MANHOLE DETAILS (2 OF 2) D-10 CITY OF LUBBOCK STANDARD DETAILS (1 OF 3) D-11 CITY OF LUBBOCK STANDARD DETAILS (2 OF 3) D-12 CITY OF LUBBOCK STANDARD DETAILS (3 OF 3) D-13 TxDOT PCO CURB INLET DETAILS (1 OF 2) D-14 TxDOT PCO CURB INLET DETAILS (2 OF 2) D-15 WATER QUALITY STRUCTURE DETAILS (1 OF 2) D-16 WATER QUALITY STRUCTURE DETAILS (2 OF 2) D-17 LATERAL CONNECTION PLAN AND PROFILE DETAILS: TRAFFIC TR-01 TRAFFIC CONTROL PLAN (1 OF 2) TR-02 TRAFFIC CONTROL PLAN (2 OF 2) TR-02B TRAFFIC CONTROL PHASE 2 TR-03 TRAFFIC CONTROL STANDARD DETAILS (1 OF 8) TR-04 TRAFFIC CONTROL STANDARD DETAILS (2 OF 8) TR-05 TRAFFIC CONTROL STANDARD DETAILS (3 OF 8) TR-06 TRAFFIC CONTROL STANDARD DETAILS (4 OF 8) TR-07 TRAFFIC CONTROL STANDARD DETAILS (5 OF 8) TR-08 TRAFFIC CONTROL STANDARD DETAILS (6 OF 8) TR-09 TRAFFIC CONTROL STANDARD DETAILS (7 OF 8) TR-10 TRAFFIC CONTROL STANDARD DETAILS (8 OF 8) PM-01 PAVEMENT MARKING DETAILS DETAILS: EROSION SP-01 EROSION CONTROL PLAN AND DETAILS SP-02 TREE PROTECTION DETAILS SP-03 GABION DETAILS (1 OF 4) SP-04 GABION DETAILS (2 OF 4) SP-05 GABION DETAILS (3 OF 4) SP-06 GABION DETAILS (4 OF 4) SEQ 2 3 4 5 6 7 8 9 10 11-17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 m 0 N v E N O0 - Wj Inc W= Ww v N E N6 °oy`3 s� J Q Lu Q J X O Y m N m W J J i O J u � Co IL z Ln Lu 0 III d CQ G z_ U_ 0 z Q X Lu 0 z_ H Lu Lu 2 N 3 0 a w 9 a z LL � I G-02 I 2 Date: 11:24 AM Plot By: 08119 GENERAL CONSTRUCTION TESTING AND INSPECTION OF MATERIALS SHALL BE PERFORMED BY A COMMERCIAL TESTING LABORATORY APPROVED BY THE CITY. CONTRACTOR SHALL FURNISH MATERIALS OR SPECIMENS FOR TESTING, AND SHALL FURNISH SUITABLE EVIDENCE THAT THE MATERIALS PROPOSED TO BE INCORPORATED INTO THE WORK ARE IN ACCORDANCE WITH THE SPECIFICATIONS. CONTRACTOR SHALL NOTIFY THE CITY AT LEAST 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION. CONTRACTOR MUST KEEP AVAILABLE ON -SITE AT ALL TIMES APPROVED CONSTRUCTION PLANS AND COPIES OF ANY REQUIRED PERMITS ALONG WITH THE CURRENT VERSIONS OF THE FOLLOWING REFERENCES: CITY OF LUBBOCK ENGINEERING STANDARDS AND SPECIFICATIONS, TXDOT SPECIFICATIONS, TXDOT STANDARD DRAWINGS. ALL SHOP DRAWINGS, WORKING DRAWINGS OR OTHER DOCUMENTS WHICH REQUIRE REVIEW BY THE CITY SHALL BE SUBMITTED BY THE CONTRACTOR SUFFICIENTLY IN ADVANCE OF SCHEDULED CONSTRUCTION TO ALLOW NO LESS THAN 14 CALENDAR DAYS FOR REVIEW AND RESPONSE BY THE CITY. CONTRACTOR SHALL PROVIDE THE CITY WITH A CONSTRUCTION SCHEDULE WITH WEEKLY PROGRESS REPORTS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES OR ADJACENT PROPERTIES DURING CONSTRUCTION. ANY REMOVAL OR DAMAGE TO EXISTING FACILITIES SHALL BE REPLACED OR REPAIRED TO EQUAL OR BETTER CONDITION BY THE CONTRACTOR AT NO COST TO THE CITY. CONTRACTOR SHALL NOT IMPEDE TRAFFIC ON EXISTING STREETS, DRIVEWAYS, ALLEYS, OR FIRE LANES OPEN TO THE PUBLIC. CONTRACTOR SHALL NOT STORE MATERIALS, EQUIPMENT OR OTHER CONSTRUCTION ITEMS ON ADJACENT PROPERTIES OR RIGHT-OF-WAY WITHOUT THE PRIOR WRITTEN CONSENT OF THE PROPERTY OWNER AND THE CITY, AND SHALL PROVIDE AGREEMENTS WITH LANDOWNERS TO THE CITY. UNUSABLE EXCAVATED MATERIAL, OR CONSTRUCTION DEBRIS SHALL BE REMOVED AND DISPOSED OF OFFSITE AT AN APPROVED DISPOSAL FACILITY BY THE CONTRACTOR AT HIS EXPENSE. CONTRACTOR SHALL LOCATE AND PROTECT ALL EXISTING LANDSCAPE IRRIGATION SYSTEMS. DAMAGE TO EXISTING IRRIGATION SYSTEMS AND LANDSCAPE MATERIALS SHALL BE RESTORED TO EQUAL OR BETTER CONDITION AT NO COST TO CITY. REPAIRS MUST BE PERFORMED BY A LICENSED IRRIGATOR AS SOON AS PRACTICAL. IT IS THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN A NEAT AND ACCURATE RECORD OF CONSTRUCTION FOR THE CITY'S RECORDS. WHEREVER TRENCH DEPTHS EXCEED 48", OR WHEN TRENCH PROTECTION IS REQUIRED FOR ANY REASON, TRENCH PROTECTION SHALL BE PROVIDED BY MEETING APPLICABLE REQUIREMENTS OF THE DEPARTMENT OF LABOR/OSHA 29 CFR PART 1926, "OCCUPATIONAL SAFETY AND HEALTH STANDARDS -EXCAVATIONS" AND STATE OF TEXAS LAWS. TRENCH SAFETY DESIGN, PLANNING, AND IMPLEMENTATION IS SOLELY THE RESPONSIBILITY OF THE CONTRACTOR. THIS IS BEYOND THE SCOPE OF THESE PLANS. CONTRACTOR SHALL DEVELOP A TRENCH SAFETY PLAN, SIGNED AND SEALED BY A PROFESSIONAL ENGINEER IN THE STATE OF TEXAS. AT ALL TIMES THAT WORK IS PROGRESSING, THE CONTRACTOR SHALL HAVE A DESIGNATED COMPETENT PERSON ON -SITE WHO SHALL BE RESPONSIBLE FOR SUPERVISING THE WORK AND WHOSE DUTY IT WILL BE TO PERFORM REQUIRED SAFETY INSPECTIONS AND TO DIRECT ALL REQUIRED CONSTRUCTION SAFETY ACTIVITIES. CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE MEASURES FOR PREVENTING STORM WATER RUNOFF FROM ENTERING THE TRENCH DURING CONSTRUCTION. CONTRACTOR SHALL REMOVE SURPLUS MATERIALS, TOOLS, RUBBISH, AND LEAVE THE CONSTRUCTION SITE CLEAN, TO THE SATISFACTION OF THE CITY. CONTRACTOR SHALL ALSO GRADE THE SURFACE AND RE-ESTABLISH DRAINAGE AND EROSION CONTROL UPON COMPLETION OF CONSTRUCTION ACTIVITIES. CONTRACTOR SHALL PROVIDE A DVD AND DETAILED PHOTOS TO THE OWNER DOCUMENTING THE PRE -CONSTRUCTION CONDITION OF THE PIPELINE ROUTE INCLUDING THE PERMANENT AND TEMPORARY EASEMENTS AND SURROUNDING AREA. CONTRACTOR SHALL REVIEW DVD AND PHOTOS WITH THE OWNER PRIOR TO THE START OF ANY CONSTRUCTION. CONTRACTOR SHALL RESTORE ALL DISTURBED AREAS WITHIN THE CONSTRUCTION SITE AS PER THE EASEMENT REQUIREMENTS ASSOCIATED WITH THE PROJECT AND ANY OTHER REQUIREMENTS SHOWN ON THE PLANS. IF NOT OTHERWISE SPECIFIED, ALL STREETS, DRIVEWAYS, FENCING, LANDSCAPING, ETC. SHALL BE RETURNED TO A CONDITION EQUAL TO OR BETTER THAN EXISTED PRIOR TO CONSTRUCTION. CHANGING CONDITIONS A GEOTECHNICAL INVESTIGATION WITH 4 BORINGS WAS CONDUCTED BY AGEOTECHNICAL ENGINEER AS PART OF THIS DESIGN. THIS INFORMATION WILL BE MADE AVAILABLE TO THE CONTRACTOR. IT WILL BE THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE ACTUAL FIELD CONDITIONS. THE OWNER WILL NOT BE RESPONSIBLE FOR CHANGING CONDITIONS DURING OPEN CUT EXCAVATION OR TUNNELING. LIMITS OF CONSTRUCTION LIMIT OPERATIONS WITHIN CITY RIGHT-OF-WAY OR AVAILABLE EASEMENTS AS NOTED BELOW IN CITY RIGHT-OF-WAY WITHIN PAVEMENT, LIMIT CONSTRUCTION ACTIVITIES TO MAINTAIN NECESSARY LANE WIDTH AND LANE CONFIGURATIONS FOR THE OPERATION OF THE CITY STREET. ADDITIONALLY, LIMIT CONSTRUCTION ACTIVITIES TO A MAXIMUM DISTURBED AREA OF 1000 LINEAR FEET ALONG THE STORM SEWER ALIGNMENT BEFORE PAVEMENT REPAIR WILL BE REQUIRED. LIMIT EQUIPMENT PARKING, MATERIAL LAYOUTS, STOCKPILES, ETC. TO ONE CONSTRUCTION WEEK ALONG THE CONSTRUCTION ROUTE, EXCEPT AS APPROVED BY THE CONSTRUCTION ADMINISTRATOR. WHEN BORING, JACKING, TUNNELING OR AUGURING IS BEING ACCOMPLISHED IN LIEU OF OPEN CUT CONSTRUCTION, ACCESS FROM SURFACE IS DENIED. EXCEPTIONS TO THESE RESTRICTIONS ARE FOR EMERGENCY SITUATIONS WHERE ACTION IS REQUIRED TO SAFEGUARD THE WORK IN PROGRESS OR OTHER EXISTING UTILITIES. IN THIS CASE, NOTIFY ENGINEER IMMEDIATELY OF ANY ADDITIONAL TRAFFIC CONTROL PROCEDURES THAT WILL BE IMPLEMENTED AND ANY OTHER NECESSARY ACTIONS THAT WILL BE TAKEN UNTIL THE SITUATION HAS BEEN RECTIFIED. STREET AND RIGHT OF WAY CONSTRUCTION REPLACE EXISTING PAVEMENTS, CURBS, SIDEWALKS, VALLEY GUTTERS AND DRIVEWAYS DAMAGED OR REMOVED DURING CONSTRUCTION TO ORIGINAL OR BETTER CONDITION AND IN COMPLIANCE WITH CITY OF LUBBOCK DESIGN STANDARDS AND SPECIFICATIONS. ADEQUATE DRAINAGE SHALL BE MAINTAINED AT ALL TIMES DURING CONSTRUCTION AND ANY DRAINAGE DITCH OR STRUCTURE DISTURBED DURING CONSTRUCTION SHALL BE RESTORED TO SATISFACTION OF OWNING AUTHORITY. FOR EXCAVATION IN PAVED AREAS, ASPHALT SURFACE AND ASPHALT STABILIZED BASE SHALL BE SALVAGED AND DELIVERED TO THE CITY OF LUBBOCK STOCKPILE LOCATION AT THE CITY OF LUBBOCK CALICHE CANYON LANDFILL (8425 NORTH AVENUE P) DURING NORMAL WORKING HOURS, MONDAY THROUGH FRIDAY BETWEEN 8 AM AND 5 PM. CALL 806-767-2492 TO COORDINATE DELIVERY. CONTRACTOR IS REQUIRED TO PERFORM MILLING OF THE ASPHALT MATERIAL. MATERIAL SHALL BE CRUSHED TO A MAXIMUM DIAMETER OF 2-INCHES. ASPHALT SURFACE AND ASPHALT STABILIZED BASE ARE NOT REQUIRED TO BE SEGREGATED IN THE SALVAGE OPERATIONS. TOTAL SALVAGE DEPTH OF ASPHALT MATERIALS IN PAVED AREAS SHALL NOT EXCEED FOUR (4) INCHES. CONTRACTOR IS REQUIRED TO MAINTAIN AT LEAST ONE DRIVEWAY ACCESS TO ALL BUSINESSES AND PARKING LOTS AT ALL TIMES DURING CONSTRUCTION. SHARED ACCESS THROUGH ANOTHER PROPERTY IS ACCEPTABLE IF OWNERS AGREE. CONTRACTOR SHALL NOT IMPEDE TRAFFIC ON EXISTING STREETS, DRIVEWAYS, ALLEYS, OR FIRE LANES OPEN TO THE PUBLIC. PUBLIC UTILITY CONTACTS: TELECOM SERVICES AT&T TEXAS - MICHAEL BINGHAM 2010 AVE R, ROOM 102 LUBBOCK, TX 79411 PH: (432) 296-3107 MB5842@ATT.COM TELECOM SERVICES VEXUS FIBER- DANIEL WHEELER 4006 W LOOP 289 LUBBOCK, TX 79401 PH: (806) 788-2915 DAN. WHEELER@VEXUSFIBER.COM TELECOM SERVICES FIBERLIGHT LLC - CARLA HICKS 3000 SUMMIT PLACE, SUITE 200 ALPHARETTA, GA 30009 PH: (678) 347-9258 CARLA.HICKS@ FIBERLIGHT.COM ELECTRIC SERVICE LUBBOCK POWER AND LIGHT - DARED HUSE P.O. BOX 10541 LUBBOCK, TX 79408 PH: (806) 775.2515 1HUSE@MAIL.CI.LUBBOCK.TX. US TEXAS TECH UNIVERSITY TTU - JAMES THORTON PH: (806) 864-5210 JAMES.THORTON@TTU.EDU TTU - DON ROULAIN PH: (806) 392-4224 DON.ROULAIN@TTU.EDU UNITE PRIVATE NETWORKS PH: (214) 470-2710 NICHOLAS.OSULLIVAN@U PN FIBER.COM CABLE TELEVISION SERVICES SUDDENLINK - BRADLEY RITTER 6710 HARTFORD LUBBOCK, TX 79413 PH: (806) 241-0488 BRADLEY.RITTER@ALICETECHSERVICEUSA.COM NATURAL GAS SERVICE ATMOS ENERGY - LYNN GREEN 6606 66TH STREET LUBBOCK, TX 79424 PH: (806) 687-7130 LYNN.GREEN @ATMOSEN ERGY.COM NTS COMMUNICATIONS 7412 UNIVERSITY AVE LUBBOCK, TX 79423 PH: (806) 577-6059 MICHAEL.PENNY@ NTSCOM.COM CITY OF LUBBOCK: MICHAEL G. KEENUM, P.E.; C.F.M.- DIVISION DIRECTOR OF ENGINEERING/ CITY ENGINEER 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 775-2393 SARAH DAVIS CIVIL ENGINEERING ASSOCIATE I CIP & DESIGN SERVICES CITY OF LUBBOCK PH: (806) 775-3157 ZOLTAN FEKETE- SENIOR CIVIL ENGINEER 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 775-3317 JOSH FLUID -CHIEF INSPECTOR 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 548-4152 m N O N N _ J Q _ L N W LL Q O J � Y O Y coN W co W J >_ O O J u z >- m J LL U O OC Z W W N W 0 I G-03 I Date: 11:25 AM Plot By: 08119 7 UTILITIES THE EXISTENCE AND LOCATIONS OF THE PUBLIC AND FRANCHISE UTILITIES SHOWN ON THE DRAWINGS WERE OBTAINED FROM AVAILABLE RECORDS AND ARE APPROXIMATE. THE CONTRACTOR SHALL DETERMINE THE DEPTH AND LOCATION OF EXISTING UNDERGROUND UTILITIES PRIOR TO EXCAVATING TRENCHING OR DRILLING AND SHALL BE REQUIRED TO TAKE ANY PRECAUTIONARY MEASURES TO PROTECT ALL LINES SHOWN AND / OR ANY OTHER UNDERGROUND UTILITIES NOT OF RECORD OR NOT SHOWN ON THE PLANS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING ALL PUBLIC AGENCIES AND FRANCHISE UTILITIES 48 HOURS PRIOR TO CONSTRUCTION. (DIG-TESS 1-800-344-8377) THE CONTRACTOR MAY BE REQUIRED TO EXPOSE THESE FACILITIES AT NO COST TO THE CITY. THE CONTRACTOR WILL BE RESPONSIBLE FOR DAMAGES TO UTILITIES IF THE DAMAGE IS CAUSED BY NEGLIGENCE OR FAILURE TO HAVE LOCATES PERFORMED. CITY OF LUBBOCK WATER AND SEWER LINES CROSSING THE TRENCH THAT ARE INDICATED TO BE REPLACED SHALL BE IN ACCORDANCE WITH THE CITY'S CURRENT STANDARDS, DETAILS, AND SPECIFICATIONS UNLESS OTHERWISE NOTED AND WILL BE PAID UP TO THE LENGTHS SHOWN IN THE PLANS. CITY OF LUBBOCK WATER AND SEWER LINES CROSSING THE TRENCH THAT ARE NOT INDICATED TO BE REPLACED SHALL BE ADEQUATELY SUPPORTED BY THE CONTRACTOR IN A MANNER TO FACILITATE CONSTRUCTION OF THE STORM DRAIN WHILE MAINTAINING THE INTEGRITY OF THE CROSSING UTILITY. CONTRACTOR SHALL SUBMIT A TRENCH SAFETY PLAN PRIOR TO THE PRE -CONSTRUCTION MEETING. CONTRACTOR SHALL NOT OPERATE EXISTING VALVES. CONTACT THE CITY'S PIPELINE MAINTENANCE DEPARTMENT TO REQUEST VALVE CHANGES. ALL MANHOLES AND WATER VALVES SHALL BE ADJUSTED TO FINISHED GRADE. WHERE STANDARD HORIZONTAL OR VERTICAL FITTINGS ARE NOT CALLED OUT, CONTRACTOR MAY DEFLECT JOINTS TO MAKE REQUIRED ALIGNMENT OR GRADE. JOINT DEFLECTION SHALL NOT EXCEED 80%OF MANUFACTURER'S RECOMMENDATION. CONTRACTOR SHALL COORDINATE WITH LP&L REGARDING SUPPORTING POWER POLES AND GUY WIRES AS REQUIRED TO CONSTRUCT THE PROJECT. ANY DAMAGED POLES OR GUY WIRES OR RELOCATED POLES OR GUY WIRES SHALL BE REPLACED OR RELOCATED AS REQUIRED BY THE UTILITY AT NO ADDITIONAL COST TO THE OWNER. TRAFFIC CONTROL CONTRACTOR SHALL BE RESPONSIBLE FOR FURNISHING AND INSTALLING ALL TEMPORARY AND PERMANENT TRAFFIC CONTROL IN ACCORDANCE WITH THE MINIMUM REQUIREMENTS OF THE LATEST REVISION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) AND TXDOT BARRICADE AND CONSTRUCTION STANDARDS. ALL BARRICADES, CHANNELIZING DEVICES, TEMPORARY SIGNAGE AND STRIPING ARE SUBSIDIARY TO THE TRAFFIC CONTROL PAY ITEM. CONTRACTOR SHALL NOTIFY THE TRAFFIC DEPARTMENT AT LEAST 7 BUSINESS DAYS PRIOR TO ANY WORK, PROVIDE A CONSTRUCTION SCHEDULE AND NOTIFY THE TRAFFIC DEPARTMENT AT LEAST 48 HOURS PRIOR TO TRAFFIC SHIFTS. ALL TRAFFIC CONTROL COMPONENTS SHALL BE IN ACCORDANCE WITH 2O14 TXDOT STANDARD SPECIFICATIONS UNLESS OTHERWISE NOTED. CONTRACTOR IS RESPONSIBLE FOR APPLYING AND RECEIVING A BARRICADE PERMIT FROM THE CITY AND COMPLYING WITH ALL OF THE ASSOCIATED REQUIREMENTS. CONTRACTOR MAY PROPOSE ALTERNATIVE TRAFFIC CONTROL BY SUBMITTING A PLAN TO THE CITY FOR APPROVAL. TEXAS STATE LAW, ARTICLE 1436C, MAKES IT UNLAWFUL TO OPERATE EQUIPMENT OR MACHINES WITHIN 10-FEET OF ANY OVERHEAD ELECTRICAL LINES UNLESS DANGER AGAINST CONTACT WITH HIGH VOLTAGE OVERHEAD LINES HAS BEEN EFFECTIVELY GUARDED AGAINST PURSUANT TO THE PROVISIONS OF THIS ARTICLE. WHEN CONSTRUCTION OPERATIONS REQUIRE WORKING NEAR AN OVERHEAD ELECTRICAL LINE, THE CONTRACTOR SHALL CONTACT THE OWNER/OPERATOR OF THE OVERHEAD ELECTRICAL LINE TO MAKE ADEQUATE ARRANGEMENTS AND TO TAKE NECESSARY SAFETY PRECAUTIONS TO ENSURE THAT ALL LAWS, ELECTRICAL LINE OWNER/OPERATOR REQUIREMENTS AND STANDARD SAFETY PRACTICES ARE MET. TREE PROTECTION DO NOT REMOVE ANY TREE OR SHRUB ALONG PROJECT ALIGNMENT WITHOUT CITY APPROVAL ANY TREES WITHIN PROJECT THAT ARE MOVED, REMOVED, OR DAMAGED BY CONTRACTOR SHALL BE REPLACED. REPLACE WITH TREE SPECIES MUTUALLY ACCEPTABLE TO OWNER AND CITY ENGINEER MATCH SIZE UP TO MAX CALIPER OF 4". ALL INSTALLED TREES MAY ONLY BE PLANTED BETWEEN NOVEMBER 1ST AND FEBRUARY 28TH. TREES LOCATED WITHIN OR NEAR CONSTRUCTION CORRIDOR MUST BE PROTECTED AT ALL TIMES DURING CONSTRUCTION. SEE TREE PROTECTION DETAIL SHEET FOR MORE INFORMATION. NO CONSTRUCTION ACTIVITY OR STOCKPILES SHALL BE LOCATED WITHIN THE DRIP LINE OF ANY TREE EXCEPT AS INDICATED IN TREE PROTECTION DETAIL SHEET. EROSION CONTROL CONTRACTOR SHALL COORDINATE WITH CITY OF LUBBOCK STORM WATER DEPARTMENT REGARDING APPROPRIATE EROSION CONTROL MEASURES AND PROVIDE THE CITY WITH ALL SUPPORTING MATERIALS FOR SWPPP AND NOI PERMITS. EROSION CONTROL DEVICES SHALL BE INSTALLED ON ALL PROJECTS PRIOR TO BEGINNING CONSTRUCTION AND SHALL BE MAINTAINED THROUGHOUT THE PROJECT IN A CONDITION ACCEPTABLE TO THE CITY. STEEL POSTS SHALL NOT BE USED TO INSTALL EROSION CONTROL MEASURES WITHIN CITY ROW NO EQUIPMENT SHALL BE CLEANED ON -SITE, OR OTHER LIQUIDS DEPOSITED AND ALLOWED TO FLOW OVERLAND OR SUBTERRANEAN WITHIN THE LIMITS OF THE CRITICAL ROOT ZONE OF TREES THAT REMAIN ON SITE. THIS INCLUDES PAINT, OIL, SOLVENTS, ASPHALT, CONCRETE, CONCRETE EQUIPMENT WASH WATER, MORTAR OF SIMILAR MATERIALS. ASPHALT BAGS SHALL BE PLACED AT CONSTRUCTION ENTRANCES TO PREVENT CURB DAMAGE CONTRACTOR IS RESPONSIBLE FOR KEEPING STREETS AND DRIVEWAYS ADJACENT TO THE PROJECT FREE OF MUD AND DEBRIS AT ALL TIMES. CONTRACTOR SHALL CLEAN UP AND REMOVE ALL LOOSE MATERIAL RESULTING FROM CONSTRUCTION OPERATIONS. THE CONTRACTOR SHALL TAKE ALL AVAILABLE PRECAUTIONS TO CONTROL DUST SURVEY PROJECT SURVEY IS BASED ON FIELD SURVEY DATA PROVIDED BY AMD ENGINEERING, JULY 20, 2022 SEE HORIZONTAL AND VERTICAL CONTROL SHEET FOR ADDITIONAL INFORMATION. DIGITAL ORTHOPHOTOGRAPHY SHOWN AS BACKGROUND IMAGES IN THE PLAN VIEW WERE TAKEN BETWEEN JANUARY AND JUNE 2018 FOR THE CITY OF LUBBOCK. CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL SURVEY MARKERS INCLUDING IRON RODS, PROPERTY CORNERS, OR SURVEY MONUMENTS WITHIN THE LIMITS OF CONSTRUCTION AND OUTSIDE ROW DURING CONSTRUCTION. ANY SURVEY MARKERS DISTURBED DURING CONSTRUCTION SHALL BE REPLACED BY THE CONTRACTOR AT NO COST TO THE CITY. CONSTRUCTION SURVEYING IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR INCLUDING BUT NOT LIMITED TO LIMITS OF PERMANENT EASEMENT, TEMPORARY EASEMENT, CENTERLINE, ETC. THE CONTRACTOR SHALL VERIFY ALL CONTROL MONUMENTATION PRIOR TO BEGINNING CONSTRUCTION. MISCELLANEOUS IRRIGATION SYSTEMS NOT LOCATED NEAR THE PROJECT CORRIDOR OR NEAR THE TIE IN LOCATION AT LAKE 54. THE CONTRACTOR NEEDS TO VERIFY IRRIGATION SYSTEMS ARE NOT PRESENT WITHIN THE PROJECT LIMITS. CONTRACTOR IS ADVISED TO VERIFY IRRIGATION SYSTEMS DO NOT EXIST BEHIND THE CURB ALONG HARTFORD AVE, 2ND ST, AND FORDHAM. IF IRRIGATION SYSTEMS ARE FOUND THE CONTRACTOR SHALL PROTECT THEM FROM DAMAGE. IF DAMAGE OCCURS, THE CONTRACTOR WILL REPAIR IMMIDIATELY AT NO COST TO THE CITY OR PROPERTY OWNER. WHERE IRRIGATION SYSTEM IS LOCATED WITHIN THE STORM SEWER TRENCH ZONE, REMOVE AND REPLACE OR PROTECT AS REQUIRED AND PROVIDE TEMPORARY ROUTING DURING CONSTRUCTION. COST TO BE SUBSIDIARY TO OTHER PAY ITEMS. HYDRAULIC GRADE LINE (HGL) IN THE PLAN SHEETS REPRESENTS THE HGL FOR THE 100-YEAR, 24-HOUR RAINFALL EVENT. IRRIGATION WELLS AND AUTOMATED WEATHER STATIONS LOCATED WITHIN OR NEAR THE CONSTRUCTION AREA MUST BE PROTECTED AT ALL TIMES DURING CONSTRUCTION. APPLY PROTECTIONS AS DETAILED FOR TREE PROTECTION TO IRRIGATION HYDRANTS AND WELLS. PUBLIC UTILITY CONTACTS: TELECOM SERVICES AT&T TEXAS - MICHAEL BINGHAM 2010 AVE R, ROOM 102 LUBBOCK, TX 79411 PH: (432) 296-3107 MB5842@ATT.COM TELECOM SERVICES VEXUS FIBER- DANIEL WHEELER 4006 W LOOP 289 LUBBOCK, TX 79401 PH: (806) 788-2915 DAN. WHEELER@VEXUSFIBER.COM TELECOM SERVICES FIBERLIGHT LLC - CARLA HICKS 3000 SUMMIT PLACE, SUITE 200 ALPHARETTA, GA 30009 PH: (678) 347-9258 CARLA.HICKS@ FIBERLIGHT.COM ELECTRIC SERVICE LUBBOCK POWER AND LIGHT - DARED HUSE P.O. BOX 10541 LUBBOCK, TX 79408 PH: (806) 775.2515 1HUSE@MAIL.CI.LUBBOCK.TX. US TEXAS TECH UNIVERSITY TTU - JAMES THORTON PH: (806) 864-5210 JAMES.THORTON@TTU.EDU TTU - DON ROULAIN PH: (806) 392-4224 DON.ROULAIN@TTU.EDU UNITE PRIVATE NETWORKS PH: (214) 470-2710 NICHOLAS.OSULLIVAN@U PN FIBER.COM CABLE TELEVISION SERVICES SUDDENLINK - BRADLEY RITTER 6710 HARTFORD LUBBOCK, TX 79413 PH: (806) 241-0488 BRADLEY.RITTER@ALICETECHSERVICEUSA.COM NATURAL GAS SERVICE ATMOS ENERGY - LYNN GREEN 6606 66TH STREET LUBBOCK, TX 79424 PH: (806) 687-7130 LYNN.GREEN @ATMOSEN ERGY.COM NTS COMMUNICATIONS 7412 UNIVERSITY AVE LUBBOCK, TX 79423 PH: (806) 577-6059 MICHAEL.PENNY@ NTSCOM.COM CITY OF LUBBOCK: MICHAEL G. KEENUM, P.E.; C.F.M.- DIVISION DIRECTOR OF ENGINEERING/ CITY ENGINEER 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 775-2393 SARAH DAVIS CIVIL ENGINEERING ASSOCIATE I CIP & DESIGN SERVICES CITY OF LUBBOCK PH: (806) 775-3157 ZOLTAN FEKETE- SENIOR CIVIL ENGINEER 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 775-3317 JOSH FLUID -CHIEF INSPECTOR 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 548-4152 m N O N t E N o OiWyII _ iLL Q I� 3� J Q _ L N W LL Q O J N Y O Y coN W co W J O J u z >- m J LL U O OC Z W W N W 0 I G-04 I Date: 11:25 AM Plot By: 08119 CL k y Ln I Q LuLu —e s _ Lu I d - P-02 2ND STREET c-I T w CL ._ a \ _ PLAYA LAKE 054 _ Z BLUE SKY LATERAL - LINE IND M N O N � N c-I ld W5 NO mm o,�v m SHEET NO. LINE NO. DESCRIPTION ILZ N v n 3 P-01 IND-01 STA 0+50 TO STA 6+00 oo o~ 3 P-02 IND-02 STA 6+00 TO STA 12+50 o v o v P-03 ND-03 STA 12+50 TO STA 21+50 a s a 3 P-04 IND-04 STA 21+50 TO STA 32+50 J a P-05 IND-05 STA 32+50 TO STA 43+50 P-06 IND-06 STA 43+50 TO STA 54+00 P-07 IND-07 STA 54+00 TO STA 66+13 D Lu 0 0 PLAN VIEW LEGEND Q >_ Q EXISTING WATER MAIN w J Lu EXISTING ssWER EXISTING FIBER OPTIC o u Y J Lu EXISTING GAS c m N J EXISTING FORCE MAIN FM co LL EXISTING UNKNOWN LINE INK L=u) 0 EXISTING OVERHEADELECTRIC "" --- LL u z EXISTING ELECTRIC LP&L E EXISTING TELEPHONELINE T 0 COd Q EXISTING CABLE TV oK�K PROPOSED STORM WATER PIPE u LL x PE OPEVELBRTY EASEMENT PROPOSED MANHOLE O O z LU Q TELEPHONE-ATT ELECTRIC-LUBBOCK POWER AND LIGHT T1-01 E 1-01 LIGHT POLE z z Z ELECTRIC -PRIVATE E2-01 POWER POLE Q ELECTRIC -TRAFFIC SIGNAL E3-01 FIBER OPTIC CABLE-ATT FOC1-01 ELECTRIC MANHOLE OE Lu FIBER OPTIC CABLE -UNITE PRIVATE NETWORKS LLC FOC2-01 c) FIBER OPTIC CABLE-NTS COMMUNICATIONS FOC3-01 ELECTRIC HAND HOLE Q FIBER OPTIC CABLE-SUDDENLINK FOC4-01 FIBER OPTIC CABLE-FIBERLIGHT F005-01 ELECTRIC CABINET FIBER OPTIC CABLE -CITY OF LUBBOCK FOC6-01 UNKNOWN UNK ELECTRIC TRANSFORMER Q GAS-2"-ATMOS G 1-02 GAS -UNKNOWN SIZE-MARKWEST POWER TEX LLC. G2-01 TRAFFIC SIGNAL POLE WATER-8"-CITY OF LUBBOCK W 1-08 WASTEWATER-8"-CITY OF LUBBOCK WW 1-08 TELEPHONE PEDESTAL O WASTEWATER-21"-CITY OF LUBBOCK WW 1-21 x x STORM DRAIN -UNKNOWN SIZE -CITY OF LUBBOCK SD1-01 FIBER OPTIC MARKER LEVEL D: CABLE TV PEDESTAL ELECTRIC -PRIVATE E2-01-D z J TELEPHONE-ATT T1-01-D TELECOM HAND HOLE o ? 3 FIBER OPTIC CABLE-SUDDENLINK FOC4-01-D w GAS-6"-ATMOS G 1-06-D GAS MARKER GAS o GAS-4 ATMOS G 1-04-D WATER UNKNOWN SIZE -CITY OF LUBBOCK W 1-01-D GAS METER GM a z 5 WATER 4"-CITY OF LUBBOCK W 1-04-D WATER-6"-CITY OF LUBBOCK W 1-06-D WATER METER WM LL WATER-8"-CITY OF LUBBOCK WATER-12"-CITY OF LUBBOCK W 1-08-D W 1-12-D FIRE HYDRANT WATER-24"-CITY OF LUBBOCK W 1-24-D WV WASTEWATER -UNKNOWN SIZE -CITY OF LUBBOCK - WW1-0 1-D- WATER VALVE M, WASTEWATER-3"-CITY OF LUBBOCK WASTEWATER-8"-CITY OF LUBBOCK - WW 1-03-D- - WW 1-08-D- WASTEWATER MANHOLE E WASTEWATER-12"-CITY OF LUBBOCK - WW 1-12-D- �s WASTEWATER-21"-CITY OF LUBBOCK -WW1-21-D- STORM DRAIN MANHOLE 'ovv PROFILE LEGEND `o `o EXISTING GROUND PROFILE LINE HYDRAULIC GRADE LINE o T EXISTING CROSSING UTILITY LINE -o ,. (WATER,GAS,SAN. SEWER) O PROPOSED STORM SEWER PIPE- OPEN CUT g PROPOSED STORM SEWER PIPE- OTHER 6 - THAN OPEN CUT > o 0 300' 600' SHEET SCALE IN FEET G-05 SEQ. 5 Date: 9/12/2023 11:25 AM Plot By: 08119 TFXgSTFcyp qR w D z w Q w Y Q J LLJ It '.4fi p 7LVL ERSKINE STREET A ` 401 S' R NOTES: 1. ALL COORDINATE VALUES ARE RELATIVE TO NAD 83 (CORS 96) TEXAS COORDINATE VALUES SYSTEM, NORTH CENTRAL ZONE y o ^ 2. ALL ELEVATIONS ARE NAVD 88 � a 0 3. TO CONVERT GRID COORDINATES TO SURFACE, MULTIPLY BY THE PROJECT AVERAGE > COMBINED SCALE FACTOR OF 1.000235 4. CONTROL INFORMATION SHOWN ON THIS SHEET WAS ACCURATE AS OF THE DATE OF THE SURVEY N� " =a 5. CONTRACTOR TO VERIFY CONTROL POINTS PRIOR TO BEGINNING CONSTRUCTION AND ~ 2 REPORT ANY DISCREPENCIES TO THE ENGINEER �oN N 6. PROJECT SURVEY IS BASED ON FIELD SURVEY DATA PROVIDED BY AM ENGINEERING, DULY, 2022. SEE HORIZONTAL AND VERTICAL CONTROL SHEET FOR ADDITIONAL INFORMATION. E. a 7. DIGITAL ORTHOPHOTOGRAPHY SHOWN AS BACKGROUND IMAGES IN THE PLAN VIEW WERE TAKEN uu .°-- J BETWEEN JANUARY AND JUNE 2018 FOR THE CITY OF LUBBOCK. Plot Date: 9/12/2023 11:26AM Plot By: 08119 Filename: N:\SW\Drawings\1. General\CV-SRV-OA-C-FRL.dwg �MONUMENTSET �y FORDHAM STREET 4TH STREET CID #1 GRINNELL STREET 6LVL : f� . Y-j CP #2 k 4LVL " JI w z _ z 3LVLt- 2ND STREET ` 2LVL PLAYA LAKE 054 1 { LEGEND MONUMENT/ CONTROL POINT MONUMENT/ CONTROL POINT NORTHING [Y] EASTING [XI ELEVATION [Z] DESCRIPTION CP#1 7279990.211 937007.657 3222.40 ALUMINUM DISK SETIN CONCRETE CP#2 7282510.774 937215.750 3223.11 ALUMINUM DISK SET IN CONCRETE MONUMENT 7285532.739 937196.606 3222.8 10PUS 7279940.748 936903.204 3222.592 BASE 2LVL 7279838.053 937493.143 3219.364 BMXB 3LVL 7280221.290 937136.249 3222.073 BMXB 4LVL 7281522.763 937197.897 3222.368 BMXB 5LVL 7282809.179 937232.767 3222.176 BMXB 6LVL 7284183.987 937196.606 3221.288 BMXB 7LVL 7285532.739 937278.904 3224.165 BMXB N O N N c-I W5 IAp Wm g n F 3 °oy'3 oNa o a� J OC 0 H U a w Q V Y > m N m Lu Lu > N > z 0 cou (D z u LL N Q 0 Lu J z oQ H z 0 Lu N c 0 `o `o w `o `o v NOTES: "ELECTRONIC DEPTH" (E.D) VALUES SHOWN ARE APPROXIMATE ONLY, AND NOT INTENDED FOR DESIGN OR CONSTRUCTION USE. QUALITY LEVEL D LINEWORK IS BASED ON AVAILABLE RECORDS AND ABOVE -GROUND FEATURES. *f m - PER COBB FEN DLEY SUE SURVEY DATE = 07/29/2022 l� g SHEET G-06 M I r-4 0 r-4 r-4 OLL..S Mw, I 10 STA 00+54.55 10 j 7�`moL BEGINNING OF LINE IND 41. L 1 4 A; a PI STA 7+02.14 PI STA 2+21.56 c, 4 J1 1 . MA, 1Pgg WZ A PISTA1+34.11 PI STA 2+02.89 4 b PI STA 44+55 00 1 ETA Fm"o 8 0 30+00 20+00 40+00 0 50+00 n . . . . . . . . . . . . . PI STA 11+94.75 -W, LU LU STA 65+85.91 END OF LINE IND CONNECT TO PHASE 1 < LU MANHOLE (MH-E09) 14 z U LU 0 EXISTING PHASE 1 LU =) U z BLUE SKY LATERAL -LINE IND > __j (D 7j ILL Chain IND contains: z < IND1 IND3 INDS IND7 IND9 IND11 IND13 IND15 IND17 IND19 IND21 IND22 VI Beginning chain IND description N z Feature: Geom Centerline LU 0 ---------------- Point IND1 N 7,279,555.9312 E 937,648.9647 Sta 0+00.00 0 Course from IND1 to IND3 N 68* 29' 16.96" W Dist 134.1074 Point IND3 N 7,279,605.1077 E 937,524.1991 Sta 1+34.11 Course from IND3 to INDS N 1* 45'04.29" E Dist 68.7801 Point INDS N 7,279,673.8557 E 937,526.3010 Sta 2+02.89 Course from INDS to IND7 N 21* 41'35.06" E Dist 18.6708 M 0 Point IND7 N 7,279,691.2042 E 937,533.2024 Sta 2+21.56 6 Course from IND7 to INDS N 1* 49' 20.17" E Dist 480.5825 0 < Point INDS N 7,280,171.5437 E 937,548.4845 Sta 7+02.14 Course from INDS to IND11 N 88* 10'39.83" W Dist492.6059 Point IND11 N 7,280,187.2082 E 937,056.1278 Sta 11+94.75 I M U Course from IND11 to IND13 N 2* 56'58.36" E Dist 1,205.2459 Point IND13 N 7,281,390.8574 E 937,118.1455 Sta 23+99.99 Course from IND13 to IND15 N lo 37' 47.60" E Dist 1,748.9889 -co 0 Point IND15 N 7,283,139.1387 E 937,167.8922 Sta 41+48.98 Course from IND15 to IND17 N lo 07' 42.66" E Dist 306.0109 0 '0 'o-. < Point IND17 N 7,283,445.0903 E 937,173.9191 Sta 44+54.99 0. �� 0 U Course from IND17 to IND19 N lo 31' 25.05" E Dist 724.2419 > Point IND19 N 7,284,169.0761 E 937,193.1761 Sta 51+79.23 Course from IND19 to IND21 N lo 31' 25.05" E Dist312.8718 Point IND21 N 7,284,481.8373 E 937,201.4951 Sta 54+92.11 Course from IND21 to IND22 N 88o 08' 21.29" W Dist 1,123.4703 ON N Point IND22 N 7,284,518.3170 E 936,078.6172 Sta 66+15.58 0 250' 500' SHEET ------------------------------------------------------------------------------- SCALE IN FEET G-07 o E >. Ending chain IND description < v!2 SEQ. U — < - 7 Plot Date: 9/12/2023 11:28AM Plot By: 08119 Filename: N:\SW\Drawings\I.General\CV-OA-ALIGN.DWG Lu Lu .I ! 40 I LEGEND NOTE: GEOTECH BORE 1. TEST HOLE LOCATIONS ARE ALSO SHOWN ON PLAN AND PROFILE SHEETS WHERE THEY FALL WITHIN THE PLAN VIEW PHOTO COVERAGE. 2. THE COMPLETE GEOTECHNICAL REPORT IS AVAILABLE FROM THE CITY OF LUBBOCK. 0 300 600 SCALE IN FEET M N O � N = s ``e o-�����• 2 r�•.••{a�R•�p. v NWLDIP BLUESKY POINT LINE STATIONING NORTHING (Y) EASTING (X) SURFACE ELEVATION STATION OFFSET B-1 INDIANA 7283352.76 937190.0038 3221.79 43+35.8616.271 R B-2 INDIANA 7281934.425 937144.2491 3222.38 29+16.93 7.387 R B-3 INDIANA 7280297.887 937091.4554 3222.05 12+80.13 27.182 R 13-4 HARTFORD 7279551.43 937525.6882 3222.01 1 1+19.84 25.714 L W5 NO Wm �w v " Z ° " Way F � 3 °o o oNa v a `o - a � J Q Lu Q J Y V Y m N m Lu J J % 0 J � m V LL O z C� Lu n SHEET G-08 s N z O Q U O J Lu / 1..1� O m U Lu H O Lu CD Date: 9/12/2023 11:29 AM Plot By: 08119 �3m ��o �3N c �� �v z v o � ¢LLB ACAD Rel: 24.2s (LMS Tech) Filename: N:\SW\Drawings\1. General\DR-PL-DAMAP.dwg Last Saved: 7/5/2023 3:42 PM Saved By: 08487 - % K Y c to c� D r m Cn o `Z z c m On m c c c N N N0, ISSUE BY DATE F&N JOB NO. f� LUB22311 DATE 09/12/2023 DESIGNED HRK 00 N DRAWN MSS O REVISED VERIFY SCALE Bar is one inch on original CHECKED HRK FILE NAME 0 1 drawing. If not one inch on this sheet, adjust scale. DR-PL-DAMAPAd g n N Q Un CITY OF LUBBOCK DESIGN OF BLUE SKY LATERAL r7 NICHOLS CIVIL 1500 Broadway Street Suite 206 Lubbock, Texas 79401 DRAINAGE AREA MAP AND HYDROLOGIC DATA Phon-W...,eese.c00 Web - www.freese.com J Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 ...... 09/12/2023 St OF TF EI ' :A..................M�:,0 i HEATHER M,E KEISTEF tiV..................y..� 0 m 100095 II�1 e'••E IN CDS STORM WATER TREATMENT SYSTEM 8 X11' BYPASS VAULT (RE: D 16) STA 1+59.00 N:7270644.55 S: 937526.83 IND-01 60-INCH MANHOLE WATERTIGHT STA 1+34.11 RIM=3222.27 N:7279619.67 E:937526.07 INLET-1 STA 0+58.55 TOP OF INLET=3220.02 N:7279591.97 E:937596.37 PROPOSED CONTOURS (RE: GR-01) PLAYA LAKE 054 O O OFFLINE CONTECH CDS OR APPROVED EQUAL (RE:� D 15) STA 1+59.00 12.76 LT CAUTION I I I RIM 3221.51 EXISTING UTILITY LINES UNDER L -__ N:7279644.94 S: 937514.08 GROUND CROSSING PROPOSED ,i F w� PIPE AND PARALLEL TO PIPE 6 `-w 8 AC - HARTFORD ST q w 3+00 °*t0 5#ODD" m ----------- i 8"PVC ------ J / 8" PVC " PVC I I 1�8"PVC -----/ -_- -- `PROPOSED CONCRETE BP ALIGNMENT STORMWATER IMPOUNDMENT EASEMENT FLUME & CAUTIONI II GABION EXISTING GAS LINES AND STEPPED OVERHEAD ELECTRIC LINES IN AREA SPILLWAY CONTACT UTILITY 48 HOURS PRIOR (RE: 1/SP-06) TO CONSTRUCTION Ln Lu z_ J U a NOTES: "ELECTRO IC DEPTH" (E. ) VALUES SHOWN ARE APPRO IMATE ONLY, MID NOT INTENDED FOR DESIG OR CONSTRUCTION USE. QUALITY LEVEL D LINEWORK S BASED ON AVAILABLE RECOR SAND ABOVE GROUND FEATUR S. 3235 PI RCOBB FENDL YSUE SURVEY ATE=07/29/2 22 3235 100 YE R HGL 3230 10 YEAR HGL 3230 -P&L ELECT RIC N LINE N ISTING GRADE 3225 �m 3225 o g AT&T FIBER ATERLINE 8" PVC ATM GA z LINE OPTIC 3220 / / AT&TPH NE VEXUSFIBER 3220 PROF ILE- GRADEL NE LINE SUIDDENLINK FIE ER / OP IC 3215 3215 / 0- WASTEWAT R-LINE 6" P LI &T PHONE 0 J WATERLINE 8" PVC LINE WEWATER-LINE 8' AC WASTEWA ER -LINE 8" P C 3210 3210 301NC 31LF@0.150 38LF 3205 LF 30INCH 3205 7 F 17 @ 0. 5% 3 STA: 2+29. ''.. 30 I CH "' 22.5° BEND 3200 d H FL:3205.66 3200 o o °3 ST : 1+98.32 ''... r' 0 22 5° BEND p m Z oN FL 3205.71 3195 w 11ti m ''........... 3195 ++ 0 + ¢ z APPRO ED EQUAL N STA 1+ 9.00 ''......... N z z RIM=3 21.50 3190 3190 0+00 1+00 2+00 3+00 4+00 5+00 6+00 m I N O N � N c-I 2 io 11 NOTES:(TYPICAL-PLAN & PROFILE) 1. CONTRACTOR TO SUPPORT AND PROTECT EXISTING PIPE AND BEDDING. CONTRACTOR IS RESPONSIBLE FOR REPAIRING ANY DAMAGE TO EXISTING UTILITIES AT NO EXPENSE TO THE OWNER. 2. CONTRACTOR SHALL COORDINATE WITH -P&L AS NEEDED NEAR OVERHEAD LINES AND GUY WIRES. 3. CONTRACTOR SHALL BRACE AND ADEQUATELY SUPPORT CROSSING WATER AND SEWER LINES UNLESS OTHERWISE NOTED. 4. SEE SHEET D-08 AND D-09 FOR MANHOLE DETAILS. mr) W_ M� v •+ o " F- 3 o v a v - s 5. SEE SHEET D-06 FOR OTHER THAN OPEN CUT DETAILS. BORE PIT/ACCESS SHAFT LIMITS SHALL BE WITHIN ALLOWABLE EASEMENT, ROW, AND WORK ZONE LIMITS. Lu 6. SEE SHEET D-01 AND D-02 FOR INLET DETAILS. J 7. SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. J Q � O 8. SEE SHEET GR-01 FOR GRADING DETAILS. W 1= 9. SEE SHEET D-15 AND D-16 FOR TREATMENT UNIT DETAILS. Q Q J z 10. SEE SHEET PP-01 AND PP-02 FOR LIMITS OF PAVEMENT AND CHANNEL REPAIR. Y LL Q O O m Y N 11. SEE SHEET D-05, PP-01, PP-02, AND SP-01 FOR PAVEMENT, LuQ RIPRAP, AND CHANNEL REPAIR DETAILS. = > J cl LL O} m V _3 Z 12. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL - INFORMATION. H z 1 IL W 13. SEE SHEET SP-01 AND SP-02 FOR EROSION CONTROL DETAILS. O Z z c J 14. SEE SHEET SP-03, SP-04, SP-05, AND SP-6 FOR GABION DETAILS. 15. INLET IS TO BE BUILT EARLY IN PROJECT TO SUPPORT CITY OF N LUBBOCK FEMA MAP UPDATE EFFORTS. W O 0 N p o `o v `o `o v 0 50' 100, o T SCALE IN FEET " 3 " HORIZONTAL 0 5' 10, g SCALE IN FEET r VERTICAL o z > SHEET P-01 SEQ. 11 Date: 9/12/202311:31AM Plot By:08119 No Text El RAWLS GOLF COURSE CAUTION!!! ' I/ O EXISTING OVERHEAD ELECTRICAL LINES IN AREA. CONTACT UTILITY 48 HOURS PRIOR O TO CONSTRUCTION Li_ ..............-......-..............-.....,-.........,....-......-......-........... + ° _ _ _ EXISTING AND PROPOSED RIGHT OF WAY Lu I INDIANA AVE � _ F OVERHEAD � ELECTRIC d � V) V) - - -- - 3?4n 21+00 D 2 r m V) D N F� Ln 0 0 3?4n 3235 3235 3230 3230 3225 AT&T PHONE LINE 3225 3220 100 YEAR HGL 0 YEAR HGL 3220 3215 3215 3210 3210 3205 3205 30INCH 0.15 3200 3200 3195 3195 3190 3190 12+50 13+00 Date: 9/12/2023 11:32AM Plot By: 08119 Filename: N: 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 21+50 E x{ `Ta O' P5• '����1 NOTES:(TYPICAL-PLRN &PROFILE) 1. CONTRACTOR TO SUPPORT AND PROTECT EXISTING PIPE AND BEDDING. CONTRACTOR IS RESPONSIBLE FOR REPAIRING ANY DAMAGE TO EXISTING UTILITIES AT NO EXPENSE TO THE OWNER. 2. CONTRACTOR SHALL COORDINATE WITH LP&L AS NEEDED NEAR OVERHEAD LINES AND GUY WIRES.o 3. CONTRACTOR SHALL BRACE AND ADEQUATELY SUPPORT CROSSING WATER AND SEWER LINES UNLESS OTHERWISE NOTED. 4. SEE SHEET D-08 AND D-09 FOR MANHOLE DETAILS. Wj wQ W= �� w •+ o 1116— > v " F 3 o v v - o a 5. SEE SHEET D-06 FOR OTHER THAN OPEN CUT DETAILS. BORE PIT/ACCESS SHAFT LIMITS SHALL BE WITHIN ALLOWABLE EASEMENT, ROW, AND WORK ZONE LIMITS. 6. SEE SHEET D-01 AND D-02 FOR INLET DETAILS. Lu J 7. SEE SHEET GR-01 FOR GRADING DETAILS. J Q ILL O 8. SEE SHEET D-15 AND D-16 FOR TREATMENT UNIT DETAILS. Lu 1= d 9. SEE SHEET PP-01 AND PP-02 FOR LIMITS OF PAVEMENT AND Q Q CHANNEL REPAIR. J z LL 10. SEE SHEET D-05, PP-01, PP-02, AND SP-01 FOR PAVEMENT, u Y Q 0 RIPRAP, AND CHANNEL REPAIR DETAILS. m N z m m J 11. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL =) > J cl INFORMATION. - O J u z 12. SEE SHEET SP-01 AND SP-02 FOR EROSION CONTROL DETAILS. F m z — u ILL Lu 13. SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. 0 Z z cLu C N 0 N `z - p o `o wU. 0 50' 100' `o `o v o T SCALE IN FEET " 3 " HORIZONTAL 0 5' 10' g SCALE IN FEET VERTICAL - > o SHEET P_03 SEQ. 13 Des ;I Aq CAUTION!!! EXISTING OVERHEAD ELECTRICAL 1 LINES INAREACONTACTUTILITY48 HOURS PRIOR TO CONSTRUCTION JR� D-04 -INCH MANHOLE 10 TA 24+0000IM=3222.76 10 8" PVC E:937120.02 2 1 22+00 23+00 Lu Cn Cn W a 3235 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 I lo N z OC D _ m D a —,_.— INDIANA AVE w =w 12"SCRC T17' N w O co a m - DNOTES:(TYPICAL- PLAN & PROFILE) 1. CONTRACTOR TO SUPPORT AND PROTECT EXISTING PIPE AND BEDDING. CONTRACTOR IS RESPONSIBLE FOR REPAIRING ANY DAMAGE TO EXISTING UTILITIES AT NO EXPENSE TO THE OWNER. 2. CONTRACTOR SHALL COORDINATE WITH LP&L AS NEEDED NEAR r OVERHEAD LINES AND GUY WIRES. z 3. CONTRACTOR SHALL BRACE AND ADEQUATELY SUPPORT m CROSSING WATER AND SEWER LINES UNLESS OTHERWISE NOTED. SEE SHEET D-08 AND D-09 FOR MANHOLE DETAILS. D4. 5. SEE SHEET D-06 FOR OTHER THAN OPEN CUT DETAILS. BORE W PIT/ACCESS SHAFT LIMITS SHALL BE WITHIN ALLOWABLE N EASEMENT, ROW, AND WORK ZONE LIMITS. 6. SEE SHEET D-01 AND D-02 FOR INLET DETAILS. O 7. SEE SHEET GR-01 FOR GRADING DETAILS. Q 8. SEE SHEET D-15 AND D-16 FOR TREATMENT UNIT DETAILS. 9. SEE SHEET PP-01 AND PP-02 FOR LIMITS OF PAVEMENT AND CHANNEL REPAIR. 10. SEE SHEET D-05, PP-01, PP-02, AND SP-01 FOR PAVEMENT, RIPRAP, AND CHANNEL REPAIR DETAILS. 11. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL INFORMATION. 12. SEE SHEET SP-01 AND SP-02 FOR EROSION CONTROL DETAILS. 13. SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. 2725 NOTES: "ELECTRONIC EPTH" (E.D) VAI UES SHOWN ARE APPROXIMA E ONLY, AND N DT INTENDED F R DESIGN OR CONSTRU :TION USE. QUALITY LEVEL D LI IEWORK IS BA ED ON AVAILAE LE RECORDSA DABOVE-GROWND FEATURES. - PER CO 313 FENDLEY SU IVEY DATE = 07 29/2022 3230 3230 n 10 YEAR HGL 3225 0 "4 TPT PIRPR 3225 WATERLINE 8" PVC z OPTIC -- --------- - -- _ ___ - AT JFIBER 3220 OPTIC 3220 3215 3215 0 3210 3210 3205 1 1 1 1 1 1 3205 2 7LF@0.15° 30 INCH 848 LF @ 0. 5% 30INCH 3200 0 3200 z � o S N 3195 Z 3195 m N Q Z O 3190 G z z z 3190 21+50 22+00 23+00 24+00 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 32+50 o Lu Lu J � d Q l _ i z LL. u Y Qp N z LL U c) O J z 0° z — u LL Lu O �z z cJ (D Lu 0 0 A0lz p o `o w `o `o v 0 50' 100, o T SCALE IN FEET " 3 " HORIZONTAL 0 5' 10, g SCALE IN FEET VERTICAL — o > SHEET P_04 SEQ. 14 Date: 9/12/202311:32 AM Plot By: 08119 Filename: N:\SW\Base\2D Des g�a,. • x E INLET01 TY PCO O LINE IND O STA 26.37' LT 01 24" RCP 33+00�i 34+00 35+00 36+00c 37+00 38+00 39+00 40+00 41+00 V) INDIANA AVE w -- °-- _ - - -----'°---- -- ,°---fir _ _ 12 SCRC I o W (" J Q W J z Ryan N D-OS 60-INCH MANHOLE STA 41+49.00 RIM=3221.03 N:7283153.71 E:937169.79 — — m 42+00 43+00 (/) D III ;!Ib 10 H NOTES:(TYPICAL- PLAN & PROFILE) 1. CONTRACTOR TO SUPPORT AND PROTECT EXISTING PIPE AND BEDDING. CONTRACTOR IS RESPONSIBLE FOR REPAIRING ANY DAMAGE TO EXISTING UTILITIES AT NO EXPENSE TO THE OWNER. 2. CONTRACTOR SHALL COORDINATE WITH -P&L AS NEEDED NEAR OVERHEAD LINES AND GUY WIRES. 3. CONTRACTOR SHALL BRACE AND ADEQUATELY SUPPORT CROSSING WATER AND SEWER LINES UNLESS OTHERWISE NOTED. 4. SEE SHEET D-08 AND D-09 FOR MANHOLE DETAILS. 5. SEE SHEET D-06 FOR OTHER THAN OPEN CUT DETAILS. BORE PIT/ACCESS SHAFT LIMITS SHALL BE WITHIN ALLOWABLE EASEMENT, ROW, AND WORK ZONE LIMITS. 6. SEE SHEET D-01 AND D-02 FOR INLET DETAILS. 7. SEE SHEET GR-01 FOR GRADING DETAILS. 8. SEE SHEET D-15 AND D-16 FOR TREATMENT UNIT DETAILS. 9. SEE SHEET PP-01 AND PP-02 FOR LIMITS OF PAVEMENT AND CHANNEL REPAIR. 3240 3235 3235 3230 3230 0 100 YEAR GL ^' 3225 3225 z� ------------- -------------- -------------- _ 3220--------- ---- ------ _ 3220 3215 'EAR le3t 3215 3210 3210 3205 3205 3200 89 LF @ 0.15% 198 LF @ 30 INCH.15% 3200 O x 3195 < 3195 Ulm o m Z m m 0 om ii i° 3190 �+ Z 3190 a ¢ - N Z Z Z 3185 3185 32+50 33+00 34+00 Date: 9/12/2023 11:32AM Plot By: 08119 Filename: N:\SW 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 43+50 10SEE SHEET D-O5PP-01PP-02AND SP-01 FOPAVEMENT . RIPRAP, AND CHANNEL REPAIR DETAILS. 11. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL INFORMATION. 12. SEE SHEET SP-01 AND SP-02 FOR EROSION CONTROL DETAILS. 13. SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. S W J J E: W F _ Q z LL. u Y Qp m N z L11 LL U _j cl O J z 0° z - u LL W 0 � z z cJ C N W O C) 0 N � Z � o `o v `o `o v 0 50' 100' O =t SCALE IN FEET " 3 " HORIZONTAL -°„ 0 5' 10' g SCALE IN FEET VERTICAL - o > SHEET P_o5 SEQ. 15 Des 32+50 33+00 34+00 Date: 9/12/2023 11:32AM Plot By: 08119 Filename: N:\SW 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 43+50 10SEE SHEET D-O5PP-01PP-02AND SP-01 FOPAVEMENT . RIPRAP, AND CHANNEL REPAIR DETAILS. 11. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL INFORMATION. 12. SEE SHEET SP-01 AND SP-02 FOR EROSION CONTROL DETAILS. 13. SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. S W J J E: W F _ Q z LL. u Y Qp m N z L11 LL U _j cl O J z 0° z - u LL W 0 � z z cJ C N W O C) 0 N � Z � o `o v `o `o v 0 50' 100' O =t SCALE IN FEET " 3 " HORIZONTAL -°„ 0 5' 10' g SCALE IN FEET VERTICAL - o > SHEET P_o5 SEQ. 15 Des W J J E: W F _ Q z LL. u Y Qp m N z L11 LL U _j cl O J z 0° z - u LL W 0 � z z cJ C N W O C) 0 N � Z � o `o v `o `o v 0 50' 100' O =t SCALE IN FEET " 3 " HORIZONTAL -°„ 0 5' 10' g SCALE IN FEET VERTICAL - o > SHEET P_o5 SEQ. 15 Des oc5 a v u ,n a, a IN FAN �m N3 r�zO1. a E w F- -- -- INLET02 IND-06 W F TY C 60-INCH MANHOLE --- z LINE IND STA44+55.00 _ �. CAUTIONIII I STA44+55.00 RIM=3220.88 g r Lo rF O 27.64' LT N:7283459.66 E:937175.79 EXISTING GAS LINESAND OVERHEAD ELECTRIC LINES IN AREA CONTACT UTILITY 48 HOURS PRIOR r W — — L n _ LATERAL 02 „ .. — .. ..—.. .. „ .. TO CONSTRUCTION .. „ .. .. .. ,.—.. .. .. —.. „ .. li .. .. .. .. .. .. „— o ,� P .. .. ,.—.. .. ..—,. .. ..—.. + 24" RCP ° m - - - - - - - - - - - -°- - - - - - o _--r� _ ! 'dl� 12" AC V_F 44+00 45+00 46+00 47+00 4 + 0 49+00 -50+00 511+00 52 w INDIANA AVE 1 12" SCRC ss CI Lu 0 W :t,)an 8" VCT LATE RAL03 24" RCP I I INLET 04 TY C L LINE IND b STA 51+46.97 r 225.07'RT II I -- -- I�- — - - - - 53+00 6" VCT 3" AC IND-07 60-INCH MANHOLE STA 51+94.30 RIM=3221.40 N:7284198.69 E:937195.45 INLET 03 TY C LINE IND STA 51+78.39 225.27' RT �olm _ m 54 (Ln O O Q I 3235 3235 3230 3230 WATERLINE 3" AC AT&T PHONE oq LINE WASTEW TER-LINE6" CT r.i CITY OF LUBBOCK 3225 ELECTRIC 3225 LINE ^ o 100 Y AR HGL AT& FIBER o ATMOS G S --- ---- ---__ OPTIC - - ------- WA ERLINE 12" C 3220 PRIVATE NE WORK FIBER OPTIC C MPUS 3215 3215 FIBER PTIC 10 EAR HGL 3210 UNKNOWN 3210 ATM DS GAS LINE 3205 3205 3200 3200 102 LF 0.15% INCH 30 INCH 203 LF @ 0.15% 30INCH 3195 rm 3195 cq w o 03190 ¢ 3190 zo Q >> uo 0z N Z Z r p m II 3185 O " 3185 aG> Nzz 3180 3180 u = V 43+50 44+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 52+00 53+00 54+00 asp Plot Date: 9/12/202311:32 AM Plot By: 08119 Filename: N:\SW\Base\2D Design\CV-ALL-OA-PL-STDN-1.dwg S HIS oo NOTES:(TYPICAL-PLRN &PROFILE) 1. CONTRACTOR TO SUPPORT AND PROTECT EXISTING PIPE AND BEDDING. CONTRACTOR IS RESPONSIBLE FOR REPAIRING ANY DAMAGE TO EXISTING UTILITIES AT NO EXPENSE TO THE OWNER. 2. CONTRACTOR SHALL COORDINATE WITH LP&L AS NEEDED NEAR OVERHEAD LINES AND GUY WIRES. 3. CONTRACTOR SHALL BRACE AND ADEQUATELY SUPPORT CROSSING WATER AND SEWER LINES UNLESS OTHERWISE NOTED. 4. SEE SHEET D-08 AND D-09 FOR MANHOLE DETAILS. W �j Q W= o ww w •+ o 6— > v " F o 3 m o`°y=3 o v o v - a s 5. SEE SHEET D-06 FOR OTHER THAN OPEN CUT DETAILS. BORE PIT/ACCESS SHAFT LIMITS SHALL BE WITHIN ALLOWABLE EASEMENT, ROW, AND WORK ZONE LIMITS. 6. SEE SHEET D-01 AND D-02 FOR INLET DETAILS. Lu J 7. SEE SHEET GR-01 FOR GRADING DETAILS. J Q LLO 8. SEE SHEET D-15 AND D-16 FOR TREATMENT UNIT DETAILS. W 1= H d 9. SEE SHEET PP-01 AND PP-02 FOR LIMITS OF PAVEMENT AND Q Q CHANNEL REPAIR. J z LL 10. SEE SHEET D-05, PP-01, PP-02, AND SP-01 FOR PAVEMENT, u Y Q O RIPRAP, AND CHANNEL REPAIR DETAILS. m N Z CO LLJ J Q 11. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL D > INFORMATION. - O J u z 12. SEE SHEET SP-01 AND SP-02 FOR EROSION CONTROL DETAILS. F m z — u LL W 13. SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. 0 z z c J C N Lu N -ja o `o v `o `o v 0 50' 100' oT SCALE IN FEET " � HORIZONTAL 0 5' 10' g SCALE IN FEET VERTICAL - o SHEET P-06 SEQ. 16 MATCH LI N E STA 54+00.00 3?4n jp 66+16 m N O N � N EXISTING PHASE 1 10' X 10' BOX NOTES:(TYPICAL- PLAN & PROFILE) fQ 1. CONTRACTOR TO SUPPORT AND PROTECT EXISTING PIPE AND M� BEDDING. CONTRACTOR IS v •+ o RESPONSIBLE FOR REPAIRING ANY DAMAGE TO EXISTING UTILITIES AT NO EXPENSE TO THE OWNER. " ~ w 3 °1Oy 3 2. CONTRACTOR SHALL COORDINATE o v o v a WITH _P&LAS NEEDED NEAR - o - OVERHEAD LINES AND GUY WIRES. ;zr^ 3. CONTRACTOR SHALL BRACE AND -= ADEQUATELY SUPPORT CROSSING WATER AND SEWER LINES UNLESS OTHERWISE NOTED. 4. SEE SHEET D-08 AND D-09 FOR Lu MANHOLE DETAILS. J 3240 J — O z o_ ¢ 3235 2 lu 3235 zz O o N U 3230 z z o z „ 3230 ^' LP 3,L ELECTRIC O x x o� ^' m LINE u o- d V XUS FIBER Z O TIC 3225 3225 A &TPHONE ---------- LIE __ - - - - - - - - - -------- ---- ----- ---i ATERLINE 4" C * ASTEWATE LINE 12" Cl 3220 1 1 1 1 1 3220 A MOSGAS TTU WELL WATERLINE 0" LINE 3215 3215 10 YEAR HGL 3210 3210 3205 3205 - - 10 YEAR HG 3200 3200 90 LF @ D.14% 30 IN H 1089 LF @ 0.15% 3195 3195 x z � o 3190 z 3190 J � n ¢ x O 3185 N z z 5 A 65+83.16 3185 ( E:D-17) .41 IIIV 3180 3180 54+00 55+00 E. <v aLL� Plot Date: 9/12/2023 11:32 AM Plot By: 08119 I 56+00 S/+U0 58+00 59+00 60+00 61+00 62+00 63+00 64+00 65+00 66+00 5. SEE SHEET D-06 FOR OTHER THAN Q 0 OPEN CUT DETAILS. BORE PIT/ACCESS � � SHAFT LIMITS SHALL BE WITHIN Lu ALLOWABLE EASEMENT, ROW, AND WORK ZONE LIMITS. Q Q -izz- 6. SEE SHEET D-01 AND D-02 FOR INLET Q 0 DETAILS. 0 co Y N Z 7. SEE SHEET GR-01 FOR GRADING m Lu J: _ DETAILS. u c) o J �Z 8. SEE SHEET D-15 AND D-16 FOR m z TREATMENT UNIT DETAILS. Lu LL Q 9. SEE SHEET PP-01 AND PP-02 FOR 0 z LIMITS OF PAVEMENT AND CHANNEL z �J REPAIR. z 10. SEE SHEET D-05, PP-01, PP-02, AND N SP-01 FOR PAVEMENT, RIPRAP, AND W O CHANNEL REPAIR DETAILS. Q 0 N 11. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL INFORMATION. 12. SEE SHEET SP-01 AND SP-02 FOR EROSION CONTROL DETAILS. 13. SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. x 2 x o J 0 3 z o Q a Q 9 a on c 0 50' 100' `o `o v 5 m "- o SCALE IN FEET "� HORIZONTAL -2 0 5' 10' g SCALE IN FEET VERTICAL - > o SHEET P-07 SEQ. 17 2-LAT 01 24" RCP @ 0.2% j- INLET 01 TY PCO W/1 EXT STA 41+48.62 26.39' LT RIM: 3221.1 FT z INLET 01 - DARTMOUTH STREET 3775 DARTMOUTH STREET IND 05 601NCH MANHOLE , STA 41+49.00 RIM:3221.03 FT z LAT 02 24" RCP @ 0.2% INLET 02 TY PCO W/1 EXT -" STA 44+55.00 27.67' LT 1 RIM 3220.8 FT INLET 02 - DUKE STREET 3775 3775 APPF OXIMATE EXISTING GROUND FIBER OPTI �V:XUS 3220 ---- 3220 LA ERAL01 IND05 601NCH MANHOLE 23 F @ 0.20% STA 41+49.0 4_'NCH RIM:3221.0 FT 3215 3215 FL:32 6.6' F :3216.5' 3210 3210 AT&T FIBER OPTIC 31 LF 3205 3205 INLET 01 TY PCO W/1 EXT FL: 3200 STA 41+48.62 RIM: 3221.1FT 3200 1 3200 3195 3195 0+00 0+12 0+25 1 INLET 01 PROFILE HOR: 1"=10' VER: 1"=4' 0+38 0+50 0+60 z I i� DUKE STREET I N D-06 60-INCH MANHOLE STA 44+55.00 RIM: 3220.88 FT 3775 VEXUS FIBEF OPTIC �E APPROXIMATE (ISTING GROUND 3220 --- ----- - 3220 LATERAL 02 1 N D-06 60-INCH ANHOLE 24 LF @ 0.20% STA 44+5 .00 24 INCH RIM: 322 .88 FT 3215 3215 FL: 3215.7 FL: 3215.8' 3210 3210 AT&T FIBER OPTIC 32 LF 3205 3205 INLET 02 TY PCO /1 EXT FL: 31 9.50 STA 44+ 5.00 RIM:32 0.8 FT 3200 3200 3195 3195 0+00 0+12 0+25 0+38 0+50 z INLET 02 PROFILE HOR: 1"=10' VER: 1"=4' NOTES 1. CONTRACTOR TO SUPPORT AND PROTECT EXISTING PIPE AND BEDDING. CONTRACTOR IS RESPONSIBLE FOR REPAIRING ANY DAMAGE TO EXISTING UTILITIES AT NO EXPENSE TO THE OWNER. 2. CONTRACTOR SHALL COORDINATE WITH LP&L AS NEEDED NEAR OVERHEAD LINES AND GUY WIRES. 3. CONTRACTOR SHALL BRACE AND ADEQUATELY SUPPORT CROSSING WATER AND SEWER LINES UNLESS OTHERWISE NOTED. 4. SEE SHEET D-08 AND D-09 FOR MANHOLE DETAILS. 5. SEE SHEET D-07 FOR OTHER THAN OPEN CUT DETAILS. BORE PIT/ACCESS SHAFT LIMITS SHALL BE WITHIN ALLOWABLE EASEMENT, ROW, AND WORK ZONE LIMITS. 6. SEE SHEET D-01 AND D-02 FOR INLET DETAILS. 7. SEE SHEET GR-01 FOR GRADING DETAILS. 8. SEE SHEET D-15 AND D-16 FOR TREATMENT UNIT DETAILS. 9. SEE SHEET PP-01 AND PP-02 FOR LIMITS OF PAVEMENT AND CHANNEL REPAIR. 10. SEE SHEET D-05, PP-01, PP-02, AND SP-01 FOR PAVEMENT, RIPRAP, AND CHANNEL REPAIR DETAILS. 11. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL INFORMATION. 12. SEE SHEET SP-01 AND SP-02 FOR EROSION CONTROL DETAILS. 13. SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. m N O N � N c-I W5 mQ WE wV v o x _ F � 3 ooy'; 3 oNa w o `o a3 J Q Lu fV Q LL J O Y O Y m LLJ �_ J u Q O J u F__ m Lu V LL cl O F__ Lu z z N Lu cl p o `o v `o `o v 5 46 m o T s > 0 10' 20' oSHEET SCALE IN FEET P-08 SEQ. 18 Date: 9/12/202311:33AM Plot By:08119 No Text GENERAL NOTES: 1. PROPOSED GRADING SHALL BE CUT AT SLOPES SPECIFIED, NOT NECESSARILY THE LENGTH SPECIFIED, TO PROVIDE A SMOOTH TRANSITION TO THE EXISTING NATURAL GROUND. 2. GEOTEXTILE MUST BE PLACED AGAINST ALL SIDES OF ALL STRUCTURES AS WELL AS AT HORIZONTAL AND VERTICAL INTERFACES BETWEEN THE SOIL AND THE ARTICULATED CONCRETE BLOCK MATTRESSES AND GABIONS. 3. MINIMUM OVERLAP AT ALL GEOTEXTILE SEAMS SHALL BE 12 INCHES. 4. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE PLACED DIRECTLY ON TOP OF THE GEOTEXTILE. 5. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE INSTALLED ACCORDING TO MANUFACTURER RECOMMENDATIONS AND A MINIMUM OF TWO BLOCKS ANCHORED INTO THE ANCHOR TRENCH. 6. FINISHED GRADES SHALL BE THE TOP OF THE ARTICULATED CONCRETE BLOCK MATTRESSES (WHERE SHOWN) AROUND STRUCTURES. 7. CONTRACTOR IS REQUIRED TO SUBMIT A COFFERDAM PLAN DESIGNED BY A LICENSED PROFESSIONAL ENGINEER IN THE STATE OF TEXAS. CONTRACTOR IS PERMITTED TO ADJUST THE LOCATION AND LAYOUT OF ALL COFFERDAMS WITHIN THE PERMISSIBLE LIMITS, FOR CONSTRUCTION PURPOSES. S. SEE SHEET D-01 AND D-02 FOR INLET AND ARTICULATED CONCRETE BLOCK DETAILS. 9. IN -LINE TREATMENT UNIT TO BE AT THE LOCATION SHOWN FOR MAINTENANCE PURPOSES. 10. CONTRACTOR SHALL NOTIFY PROPERTY OWNER TO COORDINATE CONSTRUCTION ACTIVITIES IN THIS AREA. 11. CONTRACTOR SHALL COORDINATE WITH LP&LAS NEEDED NEAR OVERHEAD LINES AND GUY WIRES. 12. SEE SHEET SP-03, SP-04, SP-OS, AND SP-06 FOR GABION DETAILS. 13. INLET IS TO BE BUILT EARLY IN PROJECT TO SUPPORT CITY OF LUBBOCK FEMA MAP UPDATE EFFORTS. 3250 3250 3240 3240 EXISTING NATURAL GROUN ACB MAT AND GEOTEXTILE AS SPECIFIED 3230 3230 MATCH NATURAL GROUN PROFILE GRADELINE 4,000 PSI CONCRETE 3220 10' MIN o GROUT AS SPECIFIED 3220 O S•� 10' MIN 3210 3210 4,000 PSI CONCRETE/30" IN DIA. PIPE GROUT AS SPECIFIED 3200 FL+3206.00 3200 SECTION GR-01 HOR: 1 "=10' VER:1"=5' 3250 3250 EXISTING NATURAL GROUND 3240 3240 ACB MAT AND GEOTEXTILE AS SPECIFIED 3230 3230 MATCH NATURAL GROUND PROFILE GRADELINE 4,000 PSI CONCRETE 3220 GROUT AS SPECIFIED o 3220 o S:ti 0 10, MIN 10" MIN 4,000 PSI CONCRETE 3210 GROUT AS SPECIFIED 3210 30" IN DIA. PIPE 3200 FL=3206.00 3200 2 SECTION GR-D1 HOR: 1 "=10' — VER:1"=5' Date: ---- Plot By: 08107 TT UFFLINE L:UN I ECH CUS I / OR APPROVED EQUAL (RE: D-15) O ` - _ STA: 1+59.00 ,� V x 12.76 LT RIM 3221.51 NT N:7279644.94 E:937514.08 N: 7279665.90 I E: 937543.87— ELEV: 3217217.4141 I N: 7279652.85 E: 937552.70 ELEV: 3217.12 N � I m COS STORMWATER TREATMENT SYSTEM (RE: D-16) � STA:1+59.00 x N:7279644.94 � E:937514.D8I I x N / N N m m 1 N i I� EXISTING CONTOURS' II INLET 1 - BLUE SKY LAKE EXPECTED DEPTHS OF WATER AT INLET 1 TYPICAL WATER SURFACE ELEVATION/ELEVATION D SHEET D-01 3218.33 100-YR PEAK WATER SURFACE ELEVATION 3220.50 Q H Lu 0 Q Q J J Y ( � 0 V ca V Z m Lu L U 0 J Q LL 0 (� z w J N Z Lu 0 — 6" 20' FLUME BOTTOM (TYPICAL)' 6" 6" "CONCRETE W/ 6x6" WELDED EROSION CONTROL BLANKET WIRE MESH (TYPICAL) (-3)CONCRETE FLUME DETAIL NOTTOSCALE E N KAMAT TYPE 7020 SOIL RETENTION BLANKET AI OR APPROVED EQUAL IV (TYPICAL) i 0 5' 10, 20' 1.1 SCALE IN FEET SHEET G R-01 20 m I N O NOTES: N N 1. EMERGENCY ACCESS AND ACCESS TO � RESIDENCE DRIVES SHALL BE PROVIDED AT O O O ALL TIMES. ACCESS SHALL BE CLOSED FOR E -..��ba�h ANIMr-Z NO MORE THAN 2 HOURS AT ANY TIME DURING 00 DAY, OPEN AT ALL TIMES DURING NIGHT. %'`o° REPLACE CURB AND GUTTER (RE: D-10) "- ';, = /•- 7-_..-'. PROPOSED LINE IND=°'°=--- l+0 2. CONTRACTOR SHALL PROVIDE APPROPRIATE �� - - - - HARTFORD ST _ Q N SIGNAGE, BARRICADE, FLAGMAN, ETC. TO MAINTAIN SAFE TRAFFIC FLOW DURING ENTIRE w TIME CONSTRUCTION OR EXCAVATION IS - - - �° _ Z OCCURRING WITHIN THE RIGHT-OF-WAY. • REPLACE WITH SAWTOOTH CURB (RE: GR-01) —" = 3. CONTRACTOR SHALL CONTAIN EASEMENT WORKING _ _ PROPOSED CONCRETE FLUME (RE: SP-06) - - - - J Q OPERATIONS WITHIN THE ROW. ANY PAVEMENT DAMAGED BY THE CONTRACTOR'S OPERATIONS li PROPOSED GABION STEPPED SPILLWAY (RE: SP-06) THAT IS SHOWN TO BE OUTSIDE OF PAVEMENT REPLACEMENT LIMITS SHALL BE REPLACED BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE OWNER. p WE 4. CONTRACTOR SHALL REPAIR AND REPAVE EACH mw- .E � v CITY STREET, WITHIN 7 DAYS UPON COMPLETION OF ALL PIPE LAYING 6Z � � 01 ACTIVITIES FOR EACH STREET. (I.E. WHEN CONTRACTOR LEAVES ONE STREET TO PRIVATE PROPERTY OR TO ANOTHER STREET, THE STREET 3 - 3 MATCH LINE STA 6+00.00 o - MUST BE REPAVED.) 5. IF CONTRACTOR DAMAGES PAVEMENT OUTSIDE OF v0v a o1. a 3 WORK LIMITS, IT IS THE CONTRACTORS ," I RESPONSIBILITY TO REPAVE AREAS AT NO t� ADDITIONAL COST TO THE OWNER. 6. CONTRACTOR IS TO FIRST MILL THE EXISTING PASPHALT PAVING AS DEFINED IN THE LIMITS OF PAVING v-- v, k � k - LLJ � CONTRACTOR SHALL THEN DELIVER THOSE MILLINGS TO THE CITY OF LUBBOCK STORAGE YARD LOCATED AT 8425 NORTH AVENUE P. LUBBOCK, TEXAS 79403. THEN THE CONTRACTOR IS -, 2NDSTREET ., TZ' I TO MILL THE EXISTING FLEXBASE MATERIAL AS DEFINED IN THE LIMITS OF Q '- - ---°" -°" .� PAVING. CONTRACTOR SHALL THEN DELIVER THE FLEXBASE MILLINGS TO � _Q, � I THE CITY OF LUBBOCK STORAGE YARD LOCATED AT 8425 NORTH AVENUE P. LUBBOCK, TEXAS, 79403. THE CONTRACTOR SHALL THEN REMOVE ANY LLl N Z� - ADDITIONAL EXISTING SOIL TO OBTAIN DEPTH REQUIRED TO INSTALL Q LL REPLACE CONCRETE VALLEY GUTTER 12-INCHES OF FLEXBASE AND AT LEAST 2 INCHES OF ASPHALT O MATCH LINE STA 12+50.00 PAVEMENT. THE CONTRACTOR CAN COORDINATE DELIVERY OF MILLINGS WITH SITE OPERATIONS BY CALLING (806) 775-2657. Y Y c-I V Q 7. LIMITS OF REMOVAL FOR CURB AND GUTTER AND m N Z Z CONCRETE VALLEY GUTTER, ARE APPROXIMATE. j LIJ J - Lu - - - - -- - REMOVAL FOR THESE ITEMS SHALL BE AS NEEDED FOR THE TRENCH AND D u TO THE NEAREST101NT IN THE FIELD. SEE SHEET D-11 FOR CURB DETAILS p J Z d - - O AND SHEET D-10 FOR VALLEY GUTTER DETAILS. > m p Ln "° - --° --. -. _ __ ---"° --'_-- �; - _-_ -_ _ _ _REPLACE CONCRETE VALLEY GUTTER - _ - _ _ p + 8. LIMITS OF CONCRETE RIPRAP REMOVAL ARE V LL O + 13+00 N - 14+00 15+(0 �8+0� -- -_--"°-fig+ °° 1�+00�--�° - 20+00 APPROXIMATE CONTRACTOR SHALL SURVEY ALL r -- `_ _ 21+00�°-- NI CONCRETE FLATWORK PRIOR TO REMOVAL. CONTRACTOR SHALL Z Q Q REMOVE CONCRETE RIPRAP WITH CLEAN SAWCUTS AT THE LIMITS OF Ur INDIANA AVE THE TRENCH AND REPLACE TO MATCH THE EXISTING LINES AND GRADES. w —w— t~ w SEE SHEET D-09 FOR VALLEY GUTTER DETAILS. N W _ _ 9. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL INFORMATION. c) ° _ _ =°o g ° ° W= ° ° ° n�3, 10.SEE SHEET D 03, D 04, D 05, D 06 FOR TRENCH DETAILS. ! - - 0 0 _ "' TOR SHALL BE RESPONSIBLE FOR 11 SEDIMENT FROM EXISTING CONCRETE DRAINAGE INFRASTRUCTURE TO REMAIN. x x o J 3 z o LEGEND: 9 o........—_........—_........—_........—......—....—......—....—.....—......—......_—...._..— ..........................—........—...._..—.._....—................� po z a o _ o ,n O PROPOSED MANHOLE - +—„�-� „��. gar tea. -- REPLACE CONCRETE VALLEY GUTTER'° °° _°-- - ° - - -, - REPLACE - _ CONCRETE VALLEY GUTTER + m cV Q ---„°----° ----°----°'-- -°'---°,_----° ----°----„°-------„°----„----° - -- '-°'----° it 27+00 I 4+00 ---- 28+ „°----°----°,°----„°----°'----„°--- 1+00 __ _ 32+00 Q PROPOSEDSTO RM WATER PIPE a tn LLI Zis- _ — INDIANA AVE m Ln Z TREE °0= z J 1 —• TII J o v m ao U _ SEAL COAT t� aw z ° s ° r E CONCRETE REPLACEMENT on 2 va -- IN�o� LIMITSOFTRENCH/ FULL 5 v DEPTH PAVEMENT m ON REMOVAL/REPLACEMENT z N3 0 50' 100' SHEET N z m E. " SCALE IN FEET PP-01 SEQ. 2 1 o u "_ < Plot Date: 9/12/2023 11:33AM Plot By: 08119 Filename: N:\SW\Base\2D Design\CV-ALL-OA-PL-STDN-1.dwg O —a O In o o • o • o o a o a o a a o REPLACE CO CONCRETEVALLEY GUTTER a - ,:a -,:o ,o- ,o -- :o O O In+ m 33+00 Q _v� 34+00 35+00 36+ _N 37+00 38+00 39+00 40+00 41+00 42+00 43+00 Q INDIANA AVE Lu z w U - °�_,.�� _-9a� - _- -- - �` �-- ---- U �. , ire y- °- �:a--------�-� -� �� - o - ----�,.o - -- '%----%----:.o----�---- -----'----,:o----°----:.o--- I it 75 MATCH LINE STA 54+00.00 x I I L_ - - 62+00 0 FORDHAM ST o 'ii r-----------T---- — -- -- --- ��—. -- — -�— r —--- op --- III jIs 6g x +iI GKR I =i -u.-.' L. � o r 0 1 A, u I i o , , �I .. o E. .177-6 U w <- NOTES: 1. EMERGENCY ACCESS AND ACCESS TO RESIDENCE DRIVES SHALL BE PROVIDED AT ALL TIMES. ACCESS SHALL BE CLOSED FOR NO MORE THAN 2 HOURS AT ANY TIME DURING DAY, OPEN AT ALL TIMES DURING NIGHT. 2. CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE, BARRICADE, FLAGMAN, ETC. TO MAINTAIN SAFE TRAFFIC FLOW DURING ENTIRE TIME CONSTRUCTION OR EXCAVATION IS OCCURRING WITHIN THE RIGHT-OF-WAY. 3. CONTRACTOR SHALL CONTAIN EASEMENT WORKING OPERATIONS WITHIN THE ROW. ANY PAVEMENT DAMAGED BY THE CONTRACTOR'S OPERATIONS LL E _ _ _ m I N O N N � m O Q •' ' „�:• :fie '� �// , i pm`.oi 0'.oy. THAT IS SHOWN TO BE OUTSIDE OF PAVEMENT REPLACEMENT LIMITS SHALL BE REPLACED BY THE CONTRACTOR AT NO �Q ADDITIONAL COST TO THE OWNER. 4. CONTRACTOR SHALL REPAIR AND REPAVE EACH �V o E v CITY STREET, WITHIN 7 DAYS UPON COMPLETION OF ALL PIPE LAYING �Z > " ACTIVITIES FOR EACH STREET. (I.E. WHEN CONTRACTOR LEAVES ONE STREET TO PRIVATE PROPERTY OR TO ANOTHER STREET, THE STREET 0 3 MUST BE REPAVED.) 2 o y 3 ' N 0 " `o a 5. IF CONTRACTOR DAMAGES PAVEMENT OUTSIDE OF a ," a 3 WORK LIMITS, IT IS THE CONTRACTORS RESPONSIBILITY TO REPAVE AREAS AT NO ADDITIONAL COST TO THE OWNER. 6. CONTRACTOR IS TO FIRST MILL THE EXISTING ASPHALT PAVING AS DEFINED IN THE LIMITS OF PAVING CONTRACTOR SHALL THEN DELIVER THOSE MILLINGS TO THE CITY OF LUBBOCK STORAGE YARD LOCATED AT 8425 NORTH AVENUE P. LUBBOCK, TEXAS 79403. THEN THE CONTRACTOR IS TO MILL THE EXISTING FLEXBASE MATERIAL AS DEFINED IN THE LIMITS OF J PAVING. CONTRACTOR SHALL THEN DELIVER THE FLEXBASE MILLINGS TO THE CITY OF LUBBOCK STORAGE YARD LOCATED AT 8425 NORTH AVENUE P. LUBBOCK, TEXAS, 79403. THE CONTRACTOR SHALL THEN REMOVE ANY Lu N ADDITIONAL EXISTING SOIL TO OBTAIN DEPTH REQUIRED TO INSTALL Q LL 12-INCHES OF FLEXBASE AND AT LEAST 2 INCHES OF ASPHALT PAVEMENT. THE CONTRACTOR CAN COORDINATE DELIVERY OF MILLINGS WITH SITE OPERATIONS BY CALLING (806) 775-2657. u Y Q N 7. LIMITS OF REMOVAL FOR CURB AND GUTTER AND m N Z Z CONCRETE VALLEY GUTTER, ARE APPROXIMATE. j J LU — Lu REMOVAL FOR THESE ITEMS SHALL BE AS NEEDED FOR THE TRENCH AND D u TO THE NEAREST JOINT IN THE FIELD. SEE SHEET D-11 FOR CURB DETAILS p J Z 0- AND SHEET D-10 FOR VALLEY GUTTER DETAILS. m J 8. LIMITS OF CONCRETE RIPRAP REMOVAL ARE u LL O Z APPROXIMATE. CONTRACTOR SHALL SURVEY ALL CONCRETE FLATWORK PRIOR TO REMOVAL. CONTRACTOR SHALL Z REMOVE CONCRETE RIPRAP WITH CLEAN SAWCUTS AT THE LIMITS OF Ur THE TRENCH AND REPLACE TO MATCH THE EXISTING LINES AND GRADES. SEE SHEET D-09 FOR VALLEY GUTTER DETAILS. N Lu 9. SEE SHEET TR-01 AND TR-02 FOR TRAFFIC CONTROL INFORMATION. c) 10.SEE SHEET D-03, D-04, D-05, AND D-06 FOR TRENCH DETAILS. 11.CONTRACTOR SHALL BE RESPONSIBLE FOR CLEARING SEDIMENT FROM EXISTING CONCRETE DRAINAGE INFRASTRUCTURE TO REMAIN. x x o J 3 z o LEGEND: o w z � Nw a LL> + z Q PROPOSED MANHOLE PROPOSED STORM _ �'�' +00 w WATER PIPE 66+16 QM TREE "s i SEAL COAT oov 2 1 � N oT CONCRETE REPLACEMENT LIMITSOFTRENCH/ FULL 5� � DEPTH PAVEMENT I REMOVAL/REPLACEMENT " z I LL > / 0 50' 100 SHEET SCALE IN FEET PP-02 SEQ. 22 Plot Date: 9/12/2023 11:33AM Plot By: 08119 Filename: N:\SW\Base\2D Design\CV-ALL-OA-PL-STDN-1.dwg 48" CITY OF STORM SEW MANHOLE C SEE PP SHEE IDENTIFICAT WATERTIGH COVER NEEE 3 o m 4,000 PSI( F GROUT � o u m a GEOTEXTILE AS °+ (TURN ENDS UP ~3m N N�N I r�z I E. aLL� Plot Date: 9/12/202311:34 AM Plot By: 08119 1 INLET 1 STRUCTURF PAN S-01 NOT TO SCALE /A7BLE GS © \ \ m\ ♦ cnNcRFTF m \ NOT • SCALE ELEVATION C ARMORFLEX CLASS S-5 CONCRETE MATTRESS AS SPECIFIED TO LIMITS SHOWN ON INLET GRADING LAYOUT (SHEET GR-01) 6'-0" 3 INLET 1 STRUCTURE ELEVATInN S-01 NOT TO SCALE NOTES: 3.--7,7AMPED CONCRETE: HORIZONTAL SURFACES, EXPOSED USING MATCRETE PATTERN AS SPECIFIED. (SEE SPECIFICATION SECTION 03 30 00 CAST -IN -PLACE CONCRETE) 2. TEXTURED CONCRETE: EXPOSED VERTICAL WALLS TO 2FT BELOW GRADE USING FITZGERALD FORMLINER PATTERN AS SPECIFIED. 3. COLORED CONCRETE: ALL WALLS AND COVER. (SEE SPECIFICATION SECTION 3 30 00 CAST -IN -PLACE CONCRETE) REED SOIL INLET LOCATION LOCATION NAM EI NEAREST BORING1 ELEVATION A I ELEVATION B I ELEVATION C I ELEVATION D GEOTEXTILE LAKE 054 BLUE SKY 1 134 1 3200.42 1 3201.00 1 3215.77 1 3216.52 MIRAFI 116ON M N O N � N c-I ld W5 NO Wm ° a F 3 °oy'3 MEo a `o � a � J Q Lu Q J Y V Y ° N m w J J D % 0 J � m V LL /z V Lu n SHEET D-01 23 fV LL 0 c-I J Q Lu c) Lu D H U D Lu J z 3 a z F7 m o `o v `o `o v 5 m o T . 3: N g 6" 6" DETAIL NOTES: �t WITH CIVIL DRAWINGS FOR LOCATION AND ORIENTATION OF INLETS. 1 FOUNDATION PLAN S-oz SCALE:3/8"-1'-0" 3 TOP PLAN S-oz SCALE:3/8"-1'-0" L-BAR @ CORNER (TYP) N m 2 a a � am (2) TYP HORIZ BARS @ 3"C/C, EF (TYP) w w m H TYP HORIZ BAF @ EF GROUT TOINVERT (10% SLOPE TO DRAIN) mi m I N O N Q � N c-I MANHOLE FRAME WEIR OPENING ALL SIDES) o (TYP LIMITS OF \ ( FINISH GRADE EXCAVATION " LEAN CONCRETE L—P7 OR FLOWABLE FILL BELOW PIPE a a a (NOTE 1) �� < M - �V o 0 HORIZONTAL CONSTRUCTION DETAIL NOTE: �' v o 1. CONCRETE FILL SHALL EXTEND TO THE LIMITS OF THE x' JOINT @ WEIR EXCAVATION, BUT NOT LESS THAN THE PIPE DIAMETER OR 1'-0", -3: o 3 WHICHEVER IS GREATER. THE WIDTH OF FILL BELOW PIPE SHALL o 8 ~ F #4@12"C/C, EF (TYP) - NOT BE LESS THAN 2'-0" PLUS THE WIDTH OF PIPE OUTSIDE o v w 3 o ` DIAMETER. - a COMPACTED ONSITE SOILS 2. DO NOT ENCASE RESTRAINED OR UNRESTRAINED COUPLINGS. '^ 18" LAP SPLICE 5 PIPE PENETRATION DETAIL HORIZONTAL CONSTRUCTION NOT TO SCALE JOINT @ EL 3208.42' _ HORIZ REINF (RE: PLA ' #4x56" @ EF -_ TYP VERT REINF, ADJUST 2" CLR TO PIPE (2)#4x54 @ 3 C/C EA CORNER, BEND AS SHOWN 24"x24" @ 12"C/C, ON ALL SIDES 6" #4@8"C/C, EW, ON 4" CHAIRS 4 SECTION S-oz SCALE:3/8"-1'-0" 6" 6" 1'-0" � 3'-1" rr-0" II WEIR OPNG II n f-- --------J - :1 0 1 z #4 24"x8" @ 12"C/C, ON ALL SIDES HORIZ REINF (RE: PLAN/ SE ON, O TYP) w (8) #4 60"x8" L-BARS (TYP EA II CORNER) DETAIL NOTES: LNG AND DIMENSIONS IDENTICAL ON ALL SIDES. 2 INLET 1 STRUCTURE ELEVATION S-02 SCALE:3/8"-1'-0" Ln J J Lu H W Q STRUCTURAL NOTES: J GENERAL u Y Q ^ (V 1. CONSTRUCTION ACTIVITIES SHALL BE IN ACCORDANCE WITH APPLICABLE OSHA, m STATE, AND LOCAL REGULATIONS. THIS DESIGN IS NOT INTENDED TO CONFLICT WITH W J LL SAFETY OR APPLICABLE REGULATIONS OR TO RELIEVE THE CONTRACTOR OF J U O COMPLIANCE WITH THESE REQUIREMENTS. IN CASE OF CONFLICT WITH SAFETY OR p J U APPLICABLE REGULATIONS, CONTACT THE ENGINEER FOR GUIDANCE BEFORE } m PROCEEDING WITH FABRICATION OR CONSTRUCTION. V ILL 2. LIVE LOAD, INTAKE TOP SLAB: 100 PSF O 3. PLANS, SECTIONS, AND DETAILS ARE NOT TO BE SCALED FOR DETERMINATION OF Z Ln QUANTITIES, LENGTHS, OR FIT OF MATERIALS. (D CONCRETE N Lu W J 1. CONCRETE SHALL HAVE A MINIMUM 28-DAY COMPRESSIVE STRENGTH OF 4,000 PSI, Z UNLESS OTHERWISE NOTED. REINFORCING SHALL BE IN ACCORDANCE WITH ASTM A615, GRADE 60, DEFORMED. 2. ALL EXPOSED EDGES OF CONCRETE SHALL BE CHAMFERED 3/4" INSIDE FORMS OR TOOLED TO 3/4" RADIUS ON SLABS UNLESS OTHERWISE NOTED. 3. HOOKS SHOWN ON DRAWINGS ARE STANDARD HOOKS PER ACI 318, UNLESS NOTED OTHERWISE. 4. ALL REINFORCING SHALL BE CONTINUOUS. FOUNDATION mo 1. ALL FOUNDATIONS SHALL BEAR ON SOUND, UNDISTURBED, LEVEL EXCAVATIONS. °z So o 0 REMOVE ANY AND ALL LOOSE DEBRIS FROM EXPOSED BEARING SURFACE. SUITABLE BEARING MATERIAL SHALL BE VERIFIED BY A GEOTECHNICAL PROFESSIONAL o w o 3 ENGINEER. a 2. PLACEMENT OF ONSITE, EXCAVATED SOILS SHALL BE UNIFORMLY PLACED TO BRING a a UP SOIL EVENLY ON ALL SIDES OF INLET. I LL o � o `o w `o `o 1' 0 1' 2' 3' /4--=1'_0-- o Tt 4' 0 4' N s o > SHEET D-02 SEQ. 24 Date: 9/12/202311:34AM Plot By:08119 TYPICAL SECTION TYPICAL SECTION UNDER UNDER PAVEMENT NATURALGROUND (SEE NOTE 8) 6" TRANSITION WIDTH 14' (APPROX. - SEE NOTE 2) PAVEMENT b (MATCH EXIST.) u, d 6EK� l7 w amx a n g a m -COMPACTED BACKFILL NOTE: I + + + + x + 1. TRENCH OPERATOR MUST REMAIN I I I I I X ABOVE EXISTING GRADE UNLESS I+ + ¢ BENCH SLOPED OR SHORED. ? 2. MINIMUM BENCH WIDTH SHOWN. 4 ADDITIONAL ASPHALT MAY NEED TO BE STRIPPED OUT AND REPLACED. SEE MEASUREMENT AND PAYMENT SECTION OF SPECIFICATIONS FOR REQUIREMENTS ON PAVEMENT REPAIR. REFER TO STANDARD TRENCH DETAILS FOR INFORMATIO ON BEDDING AND INITIAL BACKFILL ON BENCHED TRENCHES Date: ---- Plot By: 08107 BENCHED TRENCH DETAIL D�o1 NOT TO SCALE TT TYPICAL SECTION TYPICAL SECTION UNDER UNDER PAVEMENT NATURAL GROUND 6" TRANSITION (SEE NOTE 8) WIDTH _ PAVEMENT (MATCH EXIST.) +f + 2" (MIN.) + 4" (MAX,.)++ i 6" MIN. ROCK BEDDING THICKNESS, IF ROCK FOUNDATION IN TRENCH •`. INCREASE TO 9" D / O.D. + 2'-D" (MIN.) O.D. + 4'-0" (MAX.) TYPICAL SECTION 'TYPICAL SECTION UNDER UNDER PAVEMENT NATURAL GROUND 6" TRANSITION (SEE NOTE 8) WIDTH _ PAVEMENT (MATCH EXIST.)- �oF w X a m = ++i+ n ¢ a m - COMPACTED BACKFILL \- COMPACTED BACKFILL - PIPE MANUFACTURER TO SUBMIT CHOICE OF PIPE ZONE BACKFILL Z MATERIAL ALONG WITH CHOICE - OF PIPE STIFFNESS. COMPACTION CEMENT STABILIZED 12" BACKFILLTO BOTTOM 24" (MIN.) � j'-. (MAX.) MUST NOT BE LESS THAN THE 95% MODIFIED PROCTOR. OF TRENCH -[MAX SPRING LINE -�O• SPRING LINE - INITIAL BACKFILL 0.7 x O.D. MATERIAL PER / LOOSELY PLACED MANUFACTURER UNCOMPACTED SAND BEDDING 6" (MIN.) - PIPE BEDDING PER MANUFACTURER STANDARD TRENCH DETAIL PRECAST REINFORCED CONCRETE PIPE D�o1 NOT TO SCALE NOTES: 1) SEE GENERAL NOTES, SHEETS G-01 AND G-02, AND STREET AND ROW SECTIONS FOR ASPHALT REPLACEMENT AND SALVAGE. 2) SEE PAVEMENT/BASE CROSS SECTION FOR MATERIAL DEPTHS REQUIRED FOR STREET REPAIR, 3) IN SPECIFIED TRENCH OR EXCAVATION BACKFILL COMPACTION UNDER STREETS CANNOT BE ACHIEVED, BACKFILL TRENCH WITH CEMENT STABILIZED BACKFILL TO BOTTOM OF STREET BASE MATERIAL, 4) TRENCH BACKFILL TO BE COMPACTED TO 95%ASTM D1557 MODIFIED PROCTOR DENSITY, 5) MAXIMUM DEPTH PERMISSIBLE FOR OPEN CUT EXCAVATION METHODS (TRENCH, CUT AND COVER, ETC.) IS 50 FEETTO BOTTOM OF TRENCH. 6) CSB MEANS CEMENT STABILIZED BACKFILL 7) PLACE TRENCH IN DAM AT EVERY 200-LF ACCORDING TO TRENCH DAM DETAIL THIS SHEET. 8) FOR TRENCHES IN PAVED AREAS, SEE SHEET D-05 FOR PAVEMENT REPAIR DETAILS, AND SHEETS PP-01 THROUGH PP-02 FOR PAVEMENT REPAIR LIMITS. O.D.+2'-0" (MIN.) O.D. + 4'-0" (MAX.) STANDARD TRENCH DETAIL FLEXIBLE PIPE DD 01 NOT TO SCALE 9) TOPSOIL TO BE SALVAGED IN ACCORDANCE WITH SPECIFICATIONS. 10) ALLOW 24-HR SET UP TIME FOR CEMENT STABILIZED BACKFILL PRIOR TO THE NEXT LIFT OF BACKFILL. 11) FILTER USED TO WRAP CRUSHED AGGREGATE SHALL HAVE A MINIMUM TENSILE STRENGTH OF 370 x 250 Ibs WHEN TESTED IN ACCORDANCE WITH ASTM D-4632. THE FABRIC USED SHALL EITHER BE MARAFI FILTERWEAVE 700X, OR APPROVED EQUAL. 12) CONTRACTOR HAS THE OPTION OF UTILIZING ADDITIONAL CEMENT STABILIZED BACKFILL BEYOND THE MINIMUM REQUIRED AT NO ADDITIONAL COMPENSATION. J Lu QJ J Q u � � Lu En I..I..I J 0 J V �: m U C5LL z O w Z 0 ~ Lu n �Ol LL z SHEET D-03 SEQ. 25 a 0 G > `o � �mti tea' �y a!� r� z � E o � a a 0 G > `o � �mti tea' �y a!� r� z � E o u °' 'LL a 0 G > `o � �mti tea' �y a!� r� z � E o � a 2'-1)" SEAL ENDS OF CASING -NOMINAL CASING PIPE I.D. MAX. WITH MORTARED BRICK CARRIER PIPE 1/2" EXPANSION°°°° °°°° JOINT MATERIA II' WEEP HOLE AT LOW END OF CASING NUMBER & SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE CONTRACTOR &PIPE SUPPLIERL---� SIDE VIEW TYPICAL INSTALLATION IN CASING PIPE �1 FOR REINFORCED CONCRETE PIPE I D-061 NOT TO SCALE 2'-D" MAX SEAL ENDS OF CASING NOMINAL CASING PIPE I.D. WITH MORTARED BRICK CARRIER PIPE 1/2" EXPANSION"" L.S-. JOINT MATERIA WEEP HOLE AT LOW END OF CASING NUMBER & SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE SIDE VIEW CONTRACTOR & PIPE SUPPLIER WEEP HOLE AT LOW END OF CASING - Date: ---- Plot By: 08107 TYPICAL INSTALLATION IN CASING PIPE FOR FIBERGLASS REINFORCED PIPEFIBERGLASS REINFORCED PIPE D`06 NOT TO SCALE NOMINAL CASING PIPE I.D. NUMBER & SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE CONTRACTOR &PIPE SUPPLIERL--� SIDE VIEW TYPICAL INSTALLATION IN CASING PIPE FOR HDPE PIPE PIPE D"06 NOT TO SCALE TT STEEL BANDS W/ PLASTIr I wimrc R. PLASTIC RUNNERS PER MANUFACTURER SPECI -CRIIVIC ILK Ur DUMt STEEL CASING (SEE TABLE FOR SIZES 1/4"x4"x4" STEEL PLATE DOUBLE NUT CARRIER PIPE TO 1-1/2" 0 BOLT (SEE TABLE FOR SIZES) NUT WELDED TO PIP[ 1/4"x4"x4" STEEL PLATE WELDED TO 2" PIPE AND PRESSURE GROUT AROUND STEEL TO 1/4"x6" ROLLED STEEL CASING, 2 END VIEW - RCP D-01 NOT TO SCALE REINFORCED CONCRETE PIPE NOTES: 1. CONTRACTOR MAY USE MORTAR OVER COAT OR MAY SUBMIT OTHER CARRIER PIPE SUPPORTS FOR APPROVAL IN LIEU OF PREFABRICATED CASING SPACERS. 2. FURNISH AND INSTALL INSULATING END SEAL AT EACH END OF TUNNEL 3. CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING PIPE FROM FLOATING DURING GROUTING OF ANNULAR SPACE. 4. JOINTS IN TUNNEL SHALL BE MECHANICALLY RESTRAINED. PRESSURE GROUT SPACE OUTSIDE OF CASING PIPE CASING PIPE (SEE OR TUNNEL LINER AFTER f TABLE FOR SIZES) INSTALLATION MAX. 1-1/2" GAP BETWEEN SPACER AND CASING PIPE OR TUNNEL LINER PLATE. j'CARRIER PIPE (SEE TABLE FOR SIZES) FILL SPACE BETWEEN INSULATING PIPELINE SPACER W/304 CASING PIPE OR TUNNEL STAINLESS STEEL BANDS SPACING LINER AND CARRIER PIPE & MINIMUM LOAD CAPACITY RATED WITH CELLULAR GROUT FOR 4,500 LBS/FOOT OF PIPE NUMBER AND SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE CONTRACTOR AND PIPE SUPPLIER. 6 END VIEW - FRP NOT TO SCALE NOTES: 1. FURNISH AND INSTALL INSULATING END SEAL AT EACH END OF TUNNEL 2. CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING PIPE FROM FLOATING DURING GROUTING OF ANNULAR SPACE. 3. JOINTS IN TUNNEL SHALL BE MECHANICALLY RESTRAINED. STEEL BANDS W/ PLASTIC LININGS & PERIMETER OF BORE PLASTIC RUNNERS PER MANUFACTURER SPECIFICATIONS STEEL CASING (SEE TABLE FOR SIZES) CARRIER PIPE rNMINP(SEE TABLE RRIER FOR SIZES)PE ID PRESSURE GROUT AROUND STEEL CASING. SEND VIEW - HDPEVIEW - HDPE D"06 NOT TO SCALE NOTES: 1. FURNISH AND INSTALL INSULATING END SEAL AT EACH END OF TUNNEL 2. CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING PIPE FROM FLOATING DURING GROUTING OF ANNULAR SPACE. 3. JOINTS IN TUNNEL SHALL BE MECHANICALLY RESTRAINED. v HOLD DOWN JACK DETAIL D"06 NOT TO SCALE FRPM STEEL STEEL ADS STEEL CARRIER OD CASING RCP OD CASING �SANITITE CASING ID ID HDDP OD ID 4"-24" 0.2755" 25"-42" 0.3" A -I —I n n L) J_ J Q Q 0 W W 0 Q � Y U u v, z L > W co �o z Q z 2 0 Lor) W W 0 �ol = LL z � SHEET D-07 SEQ. 29 a 0 G > `o � �mti tea' �y a!� r� z � E o � u °' 'LL Date: ---- Plot By: 08107 EAST JORDAN IRONWORKS V1420/V1430A MANHOLE LID AND ASSEMBLY WITH TYPE 5 PICK BAR OR APPROVED EQUAL (314 LBS MIN. TOTAL WEIGHT) STAMPED "CITY OF LUBBOCK STORM SEWER" "B" MATERIALS AND FEATURES HOLES AS SPECIFIED: FOR 5' I.D. MAX DIAMETER = 40" CONCRETE: 5,000 PSI, 28 DAY STRENGTH. REINFORCING: MEETS OR EXCEEDS ASTM C478 REQUIREMENTS. AVERAGE WEIGHT OF 24" DEPTH BASE W/8" INVERT: FOR S' I.D.=7,500 LBS. ESTIMATED WEIGHT OF RISER AND SECTIONS: FOR 5' I.D. = 1,325 LBS. / VT. FT. FOR PIPE SIZES 15" AND LARGER, INVERT SHALL BE EQUAL TO THE LARGER PIPE DIAMETER. Tr n 5- RCP MANHOLE D-DS NOT TO SCALE (4) #4 BARS DRILLED INTO MANHOLE CONE 3" MIN. BOTH DIRECTIONS- 8" CONCRETE COLLAR TIGHT MANHOLE LID AND FRAME WITH 1" ANCHOR BOLT HOLES (4 MIN.) OR APPROVED EQUAL (314 LBS MIN. TOTAL WEIGHT) STAMPED "CITY OF LUBBOCK STORM SEWER" GRADE RINGS 12" MAX a a m N O N N .-I //��.ay; •., �i,,.•'F�:� 8.. VARIES Inc v = Wy of �iZ CONSEAL CS-202 BUTYL a SEALANT OR APPROVED ���p EQUAL (COUBLE SEALANT - ILLUSTRATED: REQUIRED FOR WATER 3 CONCENTRIC CONE TIGHT MANHOLE) mm3 a3 GRADE RINGS 12" MAX - 7/8" HILTI STAINLESS STEEL BOLT OR STAINLESS STEEL - RUBBER GASKETS RUBBER' GASKETS RISER CONCRETE THREADED ROD WITH WASHER AND NUT, 3" MINIMUM a AT ALL A DIAMETER COLLAR ]EMBEDMENT INTO ECCENTRIC CONE SECTION. 30" 4'x4'x8" 4 BOLTS EVENLY SPACED ON CIRCUMFERENCE MIN. 36" 5'x5'x8" PULLOUT FORCE REQUIRED PER BOLT FOR 3" EMBEDMENT SHALL BE 3,000 LB IN TENSION. HILTI: HVA SYSTEM OR J (�J HILTI: KWIK BOLT II SYSTEM. Q O Lu WATERTIGHT MANHOLE DETAIL n Q N DUOS NOT TO SCALE J '- 4'-0" p J_ - RUBBER GASKETS m W Q 6" AT ALL 5' 0 JOINTS 8" MIN a - MANHOLE 12�� -A-LOK CONNECTOR L (TYP) z WALL MI GASKET J V Lu -INVERT CHANNEL - SHALL BE -CIRCULAR PROFILE - z TIGHTLY PACK INTERIOR 0 m Q "U"-SHAPED: SLOPED MIN. HYDROPHILIC GASKET ✓ v OF 1" PER 12" W/ANCHOR BOLTS _ _ _ _ _ ANNULUS WITH FLEXIBLE I1 - WATER -TIGHT rtl PLASTIC GASKET MATERIAL O Lu GASKETS AT ALL (CONSEAL, RAMNEK, OR J PIPE CONNECTIONS APPROVED EQUAL) z-PIPE 244 EVENLY _ _ _ _ _ _ JOINT T244TYP SPACED (TYP.) -CONNECTOR PIPE 6" (TYP) 1-44 AT 12" (TYP.) AT 6" EW - MANHOLE l/') z LENGTH TO LEAVE REINFORCED WALL CONCRETE Lu Q 3" CLR. COVER CC ' EACH END OF BAR #4X7" AT G 12" TYP. SMOOTH WALL PIPE OR SMOOTH WALL PRECAST OR -„G„ "A" CAST IN PLACE JUNCTION BOX CAST IN PLACE MANHOLE WALL n n ..B.. D-05 NOT TO SCALE D�01 NOT TO SCALE WALL PIPE SIZE �;A,; 0"' THK. C S. 5'-0" 6'-0" 6" FOR FIBERGLASS PIPE, FOR FIBERGLASS PIPE, m d w USE WALL PIECE NOT USE WALL PIECE NOT 6" PIPE ROUGHENING FOR c� MORE THAN 8 FEET MORE THAN 8 FEET FULL CIRCUMFERENCE EXTERIOR NOR LESS THAN 2 NOR LESS THAN 2 CROSS -CUT ROUGHENING OF FEET TO FIRST JOINT a FEETTO FIRSTJOINT FIBERGLASS PIPE TO HAVE OVER F OUTSIDE OF MANHOLE z OUTSIDE OF MANHOLE ° LAPPED LEGS OF CROSS CUTS. > CUT DEPTH 3/16"-5/16" u CUT WIDTH 3/16"-5/16" I I - I II I II I II I II 1 TTO 360 33/64 PULL OUT 1 a - WS-30 PRESS SEAL GASKET PREVENTION FLANGE AND STAINLESS STEELCAST INTO MANHOLE TIGHTENING BANDBASE WALL. FLANGE BEINTEGRALTO FIBERGLASS PIPE. SMOOTH WALL PIPE SMOOTH WALL FIBERGLASS PIPE v`v 5 MANHOLE WALL- ROUGHENED CAST IN PLACE MANHOLE WALL Demos NOT TO SCALE D-05 NOT TO SCALE � y a APPROVED PIPE TO MANHOLE CONNECTIONS (FLEXIBLE WALL PIPE) o > SHEET D-09 SEQ. 31 Date: ---- Plot By: 08107 NOTE: 1. DRIVEWAYS MUST CONFORM TO ORDINACE SECTION 36.D4.126 2, SPACING OF DRIVEWAYS "C" ALONG A ARTERIAL: • WHEN INTERSECTING A RESIDENTIAL STREET - 50' • WHEN INTERSECTING ANOTHER ARTERIAL, A COLLECTOR OR AN INDUSTRIAL STREET- 150' ENTERING AND 100' EXITING IA m A m zR— — —W-1 A arc ISLAND, 50 SQ.FT. MIN. R AREA IF USED. PROPERTY LINE VISIBILITY TRIANGLE �A C DIMENSION REFERENCE RESIDENTIAL STREET ARTERIAL STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, (R1A, 3T) (MINOR, G6'jj , 42' �R2Cl, (1, 42 ) ROADWAY WIDTH (R1, 36') (MAJOR, BB') 46'� ONE-WAY WIDTH W 12' 15' 15' 20' -------------- TWO-WAY - MINIMUM WIDTH ------ W ------- 12' -------- 30, -------- 39 -------- 40, _ TWO-WAY - MAXIMUM WIDTH _ _ _ _ _ _ _ W _ _ _ _ _ _ _ _ 40' 40'- _ _ _ _ _ _ 50' MINIMUM RADIUS R 5' 15' 15, 20' MINIMUMSPAC[NG ----- -- p -- ---R--- ----R --- - - - -- - - - - - -- - - FROM PROPERTY LINE -------------- MINIMUM SPACING FROM STREET CORNER ------ C A+I1 SEE NOTE 2 A+R A+R -------------- MINIMUM SPACING BETWEEN ------ S ------- 3' 60, Co. 30' TWO WAY DRIVEWAYS -------------- MINIMUM SPACING BETWEEN ------ S ------- N/A -------- 0' 0' 0' ONE WAY DRIVEWAYS -------------- MINIMUM ANGLE ------ D ------- 45' -------- 45° -------- 30' -------- 30" "A" IS 25' FOR MOST STREET INTERSECTIONS. IF THE STREET INTERSECTION IS BETWEEN A ARTERIAL AND A COLLECTOR THEN "A" IS 40'. IF THE STREET INTERSECTION IS BETWEEN TWO ARTERIAL STREETS THEN "A" IS 40'. IF THE EXISTING STREET INTERSECTION RADIUS IS LARGER THAN ANY OF THE SCENARIOS ABOVE THEN "A" WILL BE THE EXISTING STREET INTERSECTION RADIUS. REVISED DRIVEWAY ('iIT ni APR. 2020 STANDARDS Lubbock PLATE ND. INAS 36-1 TT CONTRACTION 70INT #4 DEFORMED STEEL BARS @ 12" O.C. BOTH WAYS. --7 FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL REMOVED. SEE PLATE NO. 3" \ FLOWLINE10' CONTRACTION / JOINT A z � 3 O O H � X=DISTANCE LIP TO LIP z �0 NOTES: 1. CLASS "B" CONCRETE 3,000 P.S.I. @ 7 DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH 1" INVERT TO VALLEY GUTTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" PLAN VIEW INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & ARTERIALS _ BASE �5 -- 'h ---5- SECTION A -A CONTRACTION JOINT SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS 2" MIN. TYPE "C" H.M.A.C. SURFACE. 'BASE - - - ROWA W - Lr FILL SF PLATE NO. 36-4. REVISED CONCRETE VALLEY atyof APR. 2020 GUTTER & FILLET DETAIL Lubbock PLATE NO. TEAMS 36-11 Ln J_ Q LU J Q � Q LU g o U m LU -iF--- LL > 'Lf)O 0 --1V LL O O �— Z m 0 m N J LU LL O U �Ol LL z SHEET D-10 SEQ. 32 Date: ---- Plot By: 08107 6" 18"TYPICAL 12" SMOOTH H,M,A,C, SURFACE, - 2" MIN. TYPE "C" SAWCUT TO REMAIN H.M.A.C. SURFACE. IN PLACE. --- �+ BASE 1 +T !FL WABLE FILL 1 0 e; I �— NEW CONCRETE TOE FORM - TO BE REMOVED VERTICAL SURFACES DRIVEWAY PRIOR TO INSTALLATION OF TO RECEIVE TACK COAT FLOWABLE FILL AND PAVING SURFACE. NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. REV[s ED ASPHALT REPAIR ADJACENT TO _ CiAP�L 2019 hv(A CURB AND GUTTER OR DRIVEWAY Lubbock FLATS NO. 36-4(A) TT 6" 18" TYPICAL NEW CONCRETE DRIVEWAY NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE, 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. SMOOTH SAWCUT EXISTING CONCRETE PAVING CONCRETE PAVING REPAIR REVISED ADJACENT TO CURB AND Cityol DEC, 2012 *Lubbock PLATE Na GUTTER OR DRIVEWAY 36-4(B) Ln J_ Q LU Q cr_ Q LU Q Q co U ED w JELL =) > Lf) 0 0 J V m _ ULL 0 O z m 0 m N J LU LL O U �Ol LL z SHEET D-11 SEQ. 33 Date: ---- Plot By: 08107 EXPANSION JOINTS SPACED 36' MAX. �O ALONG SIDEWALK RUN. PROPERTY LINE ---------_ —---------- --a' TT LANDSCAPE co a• COIyCRET1= A S' OR 6-EXPANSION SIDEWALK " JOINTS C AFIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION HYDRANT/POLE JOINT. 4" MIN. THICKNESS OF SIDEWALK. CONTRACTION MARKINGS 1/2 WAY THROUGH SLAB AT 6' INTERVALS. SECTION A -A VARIES 3' MIN. @ 2"/ MAX. SLOPE 0 w aZ CURB T SIDEWALK REMOVED. ' e SECTIONS B-B 4" MIN. (RESIDENTIAL) THICKNESS, SEE PLATE NO. 364 r FOR ASPHALT REPAIR ADJACENT TO CURB VARIES T MIN. @ 2% MA)L SLOPE a AND GUTTER OR DRIVEWAY, 6' SIDEWALK - NOTES: 6" 2'� #4 DEFORMED STEEL BARS 12" O.C. z_ BOTH WAYS, CENTERED IN SLAB OR f INNER CURB - FOR COMMERCIAL DRIVEWAY, f 6"X6" - 6 GAUGE WELDED WIRE FABRIC. io AS REQUIRED. COMPLETELY REMOVE CURB AND SECTION (I-B GUTTER AND RECONSTRUCT WITH a (COMMERCIAL) #3 BARS RUNNING ENTIRE LENGTH OF NEW GUTTER. PROPERTY LINE 3' MIN. SIDEWALK ELEVATION 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. 2. ALL IXPANSION JOINTS TO BE X" THICK. 3. 30' TO 45° FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS, 4. SEE PLATES 36-16 AND 36-16(A) FOR - - CURB RAMP DETAILS. 5. S' CURB BACK ON RESIDENTIAL STREETS. 6' CURB BACK ON COLLECTOR AND ARTERIAL STREETS. SECTION C-C REVISED 5' OR 6' SIDEWALK ctly�r APR. 2020 CONSTRUCTION DETAILS Lubbock PLATE NO. TEKAS 36-2 (B) TT a y 2" R � 3R a N CDHEI SECTION. 12,4 337 6" aLL� oc � v'p TYPE "A" 9" R a y a, 9„ R b 4� 12" ~I" 12" ROLLOVER CURB TYPE "B" 9 11 f 16" a.c e 3„ .. � y� 6 3„ _ m in NOTE: 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND ON TRAFFIC AND DRAINAGE CONSIDERATIONS. TYPE"C" NOTE: 1, REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) REVISED TYPICAL 24" CURB city Df MAY2014 AND GUTTER SECTIONS Lubbock PL TE RD. TEJAS 36-9 In J Q Lu J Q cr_ Q Lu Q Q J Q Y Z i U m Lu -j� LL > 'LnO 0 J V cc_ LL Um O O z m 0 m N J LU LL O U �ol LL z SHEET D-12 SEQ. 34 7ACAD Rel: 24.0s ALMS Tech) Filename: N:\Standard\34Border-TT.dgn Last Saved: 7/5/2023 2:21 PM Saved By: 08487 0.24 inZ/ft N Ol 0.24 inZ/ft N 0.41 inZ/ft Ra 6" Y 6" LID SECTION A -A #4 AS SHOWN D IA. + 4" + IA ifl --- ----- ---- ----- -- O" 'O A 0.24 inZ/ft Ql e 0.24 inZ/ft Ra 6" 1'-0" 6" LID SECTION B-B FRONT L�_ LL 6" 4'-6" 6" 5'-0" 6" 4'-6" 6" 16'-0" LID PLAN VIEW (SHOWING LEFT AND RIGHT EXTENSIONS) 0.20 inZ/ft 0.20 inZ/ft OF WALL N N i to N I U 1 0.20 inZ/ft 0.40 inZ/ft OF FLOOR 0.40 inZ/ft INLET WALL z (TYP) �a THROAT ELEVATION VIEW (SHOWING LEFTAND RIGHT EXTENSIONS) FABRICATION NOTES: 1. Provide Class "Id" concrete in accordance with Item 421 and having a minimum compressive strength of 5,000 psi. 2. Provide Grade 60 reinforcing steel or equivalent area of WWR. 3. Extensions may be right, left, both or none. Provide extensions as specified elsewhere in the plans. 4. Design tongue and groove joints for full closure on both shoulders. Minimum spigot depth is W. Lid may employ a butt joint with dowels at the Contractor's option. S. Provide lifting devices in conformance with Manufacturer's recommendations. 6. Provide cast iron solid cover, unless noted otherwise elsewhere in the plans. 7. Chamfer vertical edges of inlet lid )a" as shown in Front View, sheet 1. INSTALLATION NOTES: 1. Inlet throat and lid are not intended for direct traffic. Do not place in roadway. 2. Seal tongue and groove joints and butt joints with preformed or bulk mastic in conformance with Manufacturer's recommendations. Tongue and groove joints may be grouted no more than 1" between each section, or % the joint o depth, whichever is greater. 3. Do not grout rubber gasket joints without Manufacturer's recommendation. G v GENERAL NOTES: 1. Designed according to ASTM C913. o 2. Open area of main throat = 360 sq in. Open area of one extension throat = 324 sq in. m N 3. Payment for inlet is per Item 465, "Junction Boxes, Manholes, and Inlets" by type, size, and extension placement. a Extensions are subsidiary to inlet. z Cover dimensions are clear dimensions, unless noted otherwise. o� a aLL� Plot Date: ---- Plot By: 08107 Filename: N:\Standard\34Border-TT.dgn FRONT 6" 4'-6" 6.. 5'-0" 6" 4'-6" 6" 16'-0" THROAT PLAN VIEW (SHOWING LEFT AND RIGHT EXTENSIONS) SIZE (Y) N MH DIA Eta 3' 9" 18" (4) #5 Additional 4' 16" 32" (4) #5 Additional 5' 16" 32" (4) #5 Additional 6' 16" 32" (4) #5 Additional + Nominal ring and cover size. O N I (N LL J O LU LU Q Z LU �e mV) V, " m LU J 'UQ � m V�3: U O QQ z LU cl� t,7 d LU LU 0 V) O �ol LL z SHEET D-14 SEQ. 36 (2) 24" p x 4" FRAME AND COVE OUTLET 1 INLET 1 PLAN VIEW • INTERNAL COMPONENTS TO BE INSTALLED BY MANUFACTURER FIELD CONSULTANT ON SITE CONTRACTOR TO GROUT TO FINISHED GRADE RIM ELEV. = 3242.70 ± FIBERGLASS SEPARATION TOP OF STRUCTURE CYLINDER&INLET ------I——L--_1---� ELEV. = 3242.16 — CYLINDER — BRACE D = CYLINDER I 4 EXTENSION I m T1 _ _ —INLET 24" D RCP — (36" 0 OPENING) OUTLET 1 ( C (( ? 24" 0 RCP _ (36"0OPENING)— �_ 7 I I I OIL BAFFLE I I I I I SEPARATION SCREEN — — I 3'-0" I I m I SOLIDS STORAGE SUMP ------- ----- J 0 G° ELEVATION VIEW o � �a �y a!� � E 0 a .LL Plot Date: ---- Plot BY: 08107 Filename: N:\Standard\34Border-TT.dgn PERMANENT POOL ELEV. 2'-0" OFFSET 2'-0" OFFSET .1 J° FIBERGLASS INLET, AND CYLINDER TER OF CDS STRUCTURE, EEN AND SUMP OPENING SECTION A -A MATFRIAI I IST (PRF1\/Ir)Fr) RY MANUFACTIIRFRI QTF nrarni narA COUNT DESCRIPTION INSTALLED BY 1 FIBERGLASS INLET AND CYLINDER MANUFACTURER 1 2400 micron, 5.6' O.D. x 5.42' SEP. SCREEN MANUFACTURER 1 CYLINDER EXTENSION CONTRACTOR 1 CYLINDER BRACE CONTRACTOR 1 SEALANT FOR JOINTS (BY PRECASTER) CONTRACTOR 2 24" 0 x 4" FRAME & COVER, E041600389, OR EQUIV. CONTRACTOR WATER QUALITY FLOW RATE 15.78 CFS PEAK FLOW RATE N/A Cl RETURN PERIOD OF PEAK FLOW N/A YRS GENERAL NOTES INLET PIPE 1 1. MANUFACTURER TO PROVIDE ALL MATERIALS UNLESS NOTED OTHERWISE. INV. ELEV. = 3233.74 2. FOR FABRICATION DRAWINGS WITH DETAILED STRUCTURE DIMENSIONS AND WEIGHT, PLEASE CONTACT THE MANUFACTURER, OUTLET PIPE 1 = INV. ELEV. 3233.74 3. CDS WATER QUALITY STRUCTURE SHALL BE IN ACCORDANCE WITH ALL DESIGN DATA AND INFORMATION CONTAINED IN THIS DRAWING. CONTRACTOR TO CONFIRM STRUCTURE MEETS REQUIREMENTS OF PROJECT. 4. STRUCTURE SHALL MEET AASHTO HS-20 LOAD RATING, ASSUMING EARTH COVER OF D' - 2', AND GROUNDWATER ELEVATION AT, OR BELOW, THE OUTLET PIPE INVERT ELEVATION. ENGINEER OF RECORD TO CONFIRM ACTUAL GROUNDWATER ELEVATION. CASTINGS `-' SHALL MEET AASHTO M306 AND BE CAST WITH THE MANUFACTURER LOGO. 5. IF REQUIRED, PVC HYDRAULIC SHEAR PLATE IS PLACED ON SHELF AT BOTTOM OF SCREEN CYLINDER. REMOVE AND REPLACE AS NECESSARY DURING MAINTENANCE CLEANING. 0 6. CDS STRUCTURE SHALL BE PRECAST CONCRETE CONFORMING TO ASTM C-478 AND AASHTO LOAD FACTOR DESIGN METHOD, 0 INSTALLATION NOTES A. ANY SUB -BASE, BACKFILL DEPTH, Al ANTI -FLOTATION PROVISIONS ARE SITE -SPECIFIC DESIGN CONSIDERATIONS AND SHALL BE SPECIFIED BY ENGINEER OF RECORD. B. CONTRACTOR TO PROVIDE EQUIPMENT WITH SUFFICIENT LIFTING AND REACH CAPACITY TO LIFT AND SET THE CDS MANHOLE STRUCTURE. C. CONTRACTOR TO INSTALL JOINT SEALANT BETWEEN ALL STRUCTURE SECTIONS AND ASSEMBLE STRUCTURE. D. CONTRACTOR TO PROVIDE, INSTALL, AND GROUT INLET AND OUTLET PIPE(S). MATCH PIPE INVERTS WITH ELEVATIONS SHOWN. ALL PIPE CENTERLINES TO MATCH PIPE OPENING CENTERLINES. OUTSIDE BOTTOM E. CONTRACTOR TO TAKE APPROPRIATE MEASURES TO ASSURE UNIT IS WATERTIGHT, HOLDING WATER TO FLOWLINE INVERT ELEV. 3222.90 MINIMUM. IT IS SUGGESTED THAT ALL JOINTS BELOW PIPE INVERTS ARE GROUTED. STRUCTURE WEIGHT APPROXIMATE HEAVIEST PICK = 18500 LBS. STRUCTURE IS DELIVERED IN 5 PIECES MAX FOOTPRINT= 011'-11" J Q Lu Q J Y O CO V) Ib Lu J_ 0 J V m U ILL 0 z Lo ) W 0 w LL 0 rl Ln J_ Q Lu 0 Lu cc LL D I— U Ln i J Q 0 l Lu Q i �ol LL z SHEET D-15 SEQ. 37 No Text s ui Qr J I > I Z _ I F I I I I 65+00 I CONTRACTOR TO DEFLECT PIPE WITHIN 20% ' OF ALLDEFLECTION LIMITS PER PEPS NED BY PIPE MANUFACTURER AS DEFINED JOINT (AS 0 RORkHAM SPECIFICATIONS) FROM STA 54+92. 12 TO STA 65+85.91 TO ESTABLISH SPECIFIED LINE ST AND GRADE FOR BLUE SKY LATERAL CONSTRUCTION. ESTABLISH PROPER LINE AND GRADE USING MINIMUM REQUIRED PIPE JOINTS. LATERAL CONNECTION AT N KNOXVILLE AVE. AND FORDHAM ST. 66+00 66+16 EXISITNG PHASE 1 MH-E;09 STA 65+85.91 RIM=3223.78 3225 INV (IN)=3195.41 3225 --- ------- --------------------------- 3220 ........................................ <.................................................................................................. 1 I I 3220 3215 ............................... APPROXIMATE EXISTING GRADE ......................................... .................................................................................................. I I .......... ......... ............... ............... ............... I....,.....I... 321S ....... :EXISTING MANHOLE :RISER I I 3210 ........................................................................................................................................................................... : .. ............ ............... ........................................... ) I I 3210 ....... 3205 ..................... :.................... :..................... :.................... :..................... .................... :..................... .................. .......................................... I I I I : ............... ............... ............... I I : I 3205 ....... 32DO : : CONNECTION POINT I I I : I I 1 . 3200 ........ ......... ..... FOLLOW MANUFACTURER DETAILS ...;.. ......... I TOP OF BOX 3191.69: I I 3195 ............... ...... ...... ....... ............... ............... ...... ............... ............... ............... ............... I ...........;.....(..............:................. ............... ............... 3195 ... FL 3195.41 I I PROPOSED LINE IND (RE P7:07) J =— L 3190 ............................. :............... ..............................................:..................... .................... :.................. ............... 11— — - — �I ............... 3190 ....... LINE E-10 10X10 BOX STORM SEWER 3185 ... �.I.............. ... I. �.......; ..... 3185 FL3180.44 11 II 11 3180 II — — —I I 3180 65+00 65+50 66+00 n LATERAL CONNECTION PROFILE DR-07 HOR: 1"=20' VER: 1"=5' Date: ---- Plot By: 08107 Filename: N:\Standard\34Border-TT NOTE: CONTRACTOR SHALL COORDINATE WITH -P&L AS NEEDED NEAR OVERHEAD LINES AND GUY WIRES. SUPPLY GROUT OR RL BOOT CONNECTION P MANUFACTURER'S TY DETAILS. TIE IN DETAIL NOT TO SCALE HOICE OF ;T WITH TYPES. FOLLOW i ON JOINTS, ASSEMBLY J Q Lu Q J Y O cn Ln In W J =) > J V 0 m U LL 0 z Lu 0 0 10' 20' HORIZONTAL SCALE 0 5' 10' SHEET VERTICAL SCALE D-17 39 z 0 p U Lu z z 0 U J Q Lu Q J J LANE DROP/SHIFT BARRICADES: I - s NO TRAFFIC o- - N BARRICADES: NO TRAFFIC I s 1{ BARRICADES: NO TRAFFIC _HARTFORD AVENUE LOW PROFILE BARRIER TY-2 LOW PROFILE BARRIER THROUGH WORKZONE j -4 17 E III RAWLS TURF RAWLS GOLF COURSE - ' ` CARE CENTER 39.SOFTTYPICAL f�ii Ifs-# WORK ZONE AREA H 'T I * — — — -BARRICADES: ALLOW LOCAL,I� NLY z �RAFFIC 0� V BUFFER POSITIVE BARRIER \ 37.5' TRAVELLANE TWLTL TRAVELLANE 11' 10, 11' a TRF ITN/WKZ�STIIPIIG o� a" TYPICAL SECTION �y 1 TR-01 NOT TO SCALE �z E. 0 u asp Plot Date: ---- Plot BY: 08107 Filename: N:\Standard\34Border-TT.dgn 0. volh ht 37.50FTAL ARE -= TRAFFIC AREA z I I w � a m m I I I I NOTES: 1. FOR SIZE, MOUNTING, ETC. OF SIGNS CONTRACTOR SHALL REFER TO TMUTCD. 2. OPEN EXCAVATION ADJACENT TO TRAFFIC SHALL HAVE POSITIVE BARRIER. 3. ALL OPEN EXCAVATION, INCUDING TUNNELLING OR BORING ACCESS SHAFTS, SHALL BE PROTECTED ON ALL SIDES BY PORTABLE BARRIERS WHEN SITE IS UNATTENDED. 4. ALL OPEN EXCAVATION SHALL BE PROTECTED ON ALL SIDES BY FENCING TO PREVENT PEDESTRIAN ACCESS WHEN SITE IS UNATTENDED, FENCE SHALL BE MADE OF MESH MATERIAL, MINIMUM 5 FEET IN HEIGHT WITH A MAXIMUM DISTANCE OF 4 INCHES BETWEEN NATURAL GROUND AND THE BOTTOM OF THE FENCE, 5. DURING NON -WORKING HOURS OR NON -WORKING DAYS, CONTRACTOR SHALL PROVIDE AN ON -SITE SECURITY GUARD IN OR NEAR PAVING. 6. CONTRACTOR TO COORDINATE WITH PROPERTY OWNERS REGARDING IMPACT OF CONSTRUCTION, SITE ACCESS, AND DURATION OF IMPACT FOR CRITICAL DRIVEWAYS MARKED BY'*' CONTACTOR SHALL NOTIFY PROPERTY OWNERS BEFORE CONSTRUCTION BEGINS. W,wjo ./O N W=5 O �V'' v EE + LLG �c� E M m�m3 Q N Do �a3 N IL —1 O J Lu Lu = LIJ LIJ Q a J J Lf) Y p U m W J � J_ En Lu J "OQ U W ILL U O U_ 0 z LL p (7 LL Z Q LuQ o �z a �o o o � �RL `z — Q 0 100' 200' z ' SCALE IN FEET SHEETTR-O 1 SEQ. 40 NOTES: 1. FOR SIZE, MOUNTING, ETC. OF SIGNS CONTRACTOR SHALL REFER TO TMUTCD. 2. OPEN EXCAVATION ADJACENT TO TRAFFIC SHALL HAVE POSITIVE BARRIER. 3. ALL OPEN EXCAVATION, INCUDING TUNNELLING OR BORING ACCESS SHAFTS, SHALL BE PROTECTED ON ALL SIDES BY PORTABLE BARRIERS WHEN SITE IS UNATTENDED. 4. ALL OPEN EXCAVATION SHALL BE PROTECTED ON ALL SIDES BY FENCING TO PREVENT PEDESTRIAN ACCESS WHEN SITE IS UNATTENDED, FENCE SHALL BE MADE OF MESH MATERIAL, MINIMUM 5 FEET IN HEIGHT WITH A MAXIMUM DISTANCE OF 4 INCHES BETWEEN NATURAL GROUND AND THE BOTTOM OF THE FENCE. 5. DURING NON-WORKNG HOURS OR NON -WORKING DAYS, CONTRACTOR SHALL PROVIDE AN ON SITE SECURITY GUARD IN OR NEAR PAVING. 6. CONTRACTOR TO COORDINATE WITH PROPERTY OWNERS REGARDING IMPACT OF CONSTRUCTION, SITE ACCESS, AND DURATION OF IMPACT FOR CRITICAL DRIVEWAYS MARKED BY'*' CONTACTOR SHALL NOTIFY PROPERTY OWNERS BEFORE CONSTRUCTION BEGINS. ■ `LOW PROFILE BARRIER THROUGH WORK ; .?�."°'_, / ZONE 0 - _ - -- -- -- - - 0 N m Q INDIANA AVE N Date: ---- Plot By: 08107 TT A 39.50 FT TYPICAL WORK ZONE AREA ------_---- - - -- ----- ---- 1 �7 _ N Z# 0 f- O 1' BUFFER POSITIVE BARRIER \ ENE �4 � ' k g `- INTERSECTION APPROACH TO BE BUILT IN HALF-WIDTHSN 37.50 FT TYPICAL TRAFFIC AREA �^ N O Y w 37.5' TRAVELLANE TWLTL TRAVELLANE 11' 10, 11' TRF BTN/WKZN STRIPING 1 TYPICAL SECTION T O2 1 =5 m N -.' . L ... ' r LOW PROFILE BARRIER TY 2, N NO TRAFFIC � .. E s+• `s`N� 11 YEN°°20 � I KNOXVILLE AVE i ate, :.. C"... Ili s oF�= min - x Z IIYZ v o Lh LOW PROFILE BARRIER - * THROUGH WORK ZONE BARRICADES, ALLOW LOCAL TRAFFIC ONLY RIGHT LANE CLOSED IJ i INDIANAAVE LANE SHIFT w z Y CONTRACTOR SHALL COORDINATE WITH � w CITY TRAFFIC ON SIGNAL z `z — 0 100, 200' SCALE IN FEET N LL ti 0 J W N awW = �w Q J u 0 - m V) J V/ Lu > J o J "0< ccC5 O UQ U z LL Q 0 1L W �Q Q J EL �ol LL z ' SHEET TR-02 SEQ. 41 NOTES: 1. FOR SIZE, MOUNTING, ETC. OF SIGNS CONTRACTOR SHALL REFER TO TMUTCD. 2. OPEN EXCAVATION ADJACENT TO TRAFFIC SHALL HAVE POSITIVE BARRIER. 3. ALL OPEN EXCAVATION, INCUDING TUNNELLING OR BORING , ACCESS SHAFTS, SHALL BE PROTECTED ON ALL SIDES BY < - PORTABLE BARRIERS WHEN SITE IS UNATTENDED. 4. ALL OPEN EXCAVATION SHALL BE PROTECTED ON ALL SIDES BY FENCING TO PREVENT PEDESTRIAN ACCESS WHEN SITE IS UNATTENDED, FENCE SHALL BE MADE OF MESH MATERIAL, MINIMUM 5 FEET IN HEIGHT WITH A MAXIMUM DISTANCE OF 4 INCHES BETWEEN NATURAL GROUND AND THE BOTTOM OF THE FENCE. 5. DURING NON-WORKNG HOURS OR NON -WORKING DAYS, CONTRACTOR SHALL PROVIDE AN ON -SITE SECURITY GUARD IN OR NEAR PAVING. 6. CONTRACTOR TO COORDINATE WITH PROPERTY OWNERS REGARDING IMPACT OF CONSTRUCTION, SITE ACCESS, AND DURATION OF IMPACT FOR CRITICAL DRIVEWAYS MARKED BY'*' CONTACTOR SHALL NOTIFY PROPERTY OWNERS BEFORE CONSTRUCTION BEGINS. Date: ---- Plot By: 08107 INDIANA AVE 1 �7 v~ w - i' a 0 - z o 39.5' TRAVELLANE TWLTL TRAVELLANE 12' 11' 11' t 4 TT V BUFFER / POSITIVE BARRIER TRF BTN/WKZN STRIPING 1 TYPICAL SECTION TR-02B 1 =5 N Y 0 AW BARRICADES, \-RIGHT LANE CLOSED r KNOXVILLE AVE r IL It �- w �' ¢ c J A -- � _' z �I i�a4o. � 41 I � LOW PROFILE .,. _ BARRIERTHROUGH ' WORKZONE--� r1 - ■t 4 INDIANA AVE NO TRAFFIC IHr ,. CONTRACTOR SHALL COORDINATE WITH t CITY TRAFFIC ON SIGNAL `z 30 0 100' 200' SCALE IN FEET m N a O N N a � 3ti +Ps 0 NOn'2�il10 ��yy a Dios �I YS ''• u� i••''Q� N J ui a Ln Lu ~ � Q Q J ~ Y Lu �O�/ CO Li% J LL Lu -> H 0 1 m 0a U O UQ z LL J U� LL CL a Lu �ol LL z ' SHEET TR-02B SEQ. 42 Table 6H-2. Meaning of Symbols on Typical Application Diagrams ® Arrow board Shadow vehicle O O O Arrow board support or trailer (shown facing down) Sign (shown facing left) Changeable message sign or support trailer ® Surveyor Channelizing device Temporary barrier ® Crash cushion ® Temporary barrier with warning light Direction of temporary traffic detour Traffic or pedestrian signal Direction of traffic ® Truck -mounted attenuator IIIII—� Flagger Type 3 barricade High-level warning device (Flag tree) P7 Warning light 0 Longitudinal channelizing device Work space Luminaire Pavement markings that should be removed for a long-term project o Work vehicle Table 6H-3. Meaning of Letter Codes on Typical Application Diagrams Road Type Distance Between Signs" A B C Urban (low speed)' 100 feet 100 feet 100 feet Urban (high speed)" 350 feet 350 feet 350 feet Rural 500 feet 500 feet 500 feet Expressway 1 Freeway 1,000 feet 1,500 feet 2,640 feet Speed category to be determined by highway agency " The column headings A, B, and C are the dimensions shown in Figures 6H-1 through 61-1-46. The A dimension is the distance from the transition or point of restriction to the first sign. The f3 dimension is the distance between the first and second signs. The C dimension is the distance between the second and third signs. (The `first sign" is the sign in a three -sign series that is closest to the TTC zone. The "third sign" is the sign that is furthest upstream from the TTC zone.) Table 6H-4. Formulas for Determining Taper Length Speed (S) Taper Length (L) in feet WSz 40 mph or less L = 60 45 mph or more L = WS Where: L = taper length in feet W = width of offset in feet S = posted speed limit, or off-peak 85th-percentile speed prior to work starting, or the anticipated operating speed in mph Date: -- Plot By: 08107 Rename: N:\Standard\34Border-TT.dgn Figure 6F-1. Height and Lateral Location of Signs —Typical Installations ROAD WORK AHEAD 6to12ft 7 ft IMIN. 4 A - RURAL AREA OR BUSINESS, COMMERCIAL, OR RESIDENTIAL AREA (WITHOUT CURB) Walkway C - BUSINESS, COMMERCIAL, OR RESIDENTIAL AREA 6to12ft— 6ftMIN DETOUR 500 FT, 6tft MIN. Paved shoulder B - RURAL AREA WITH ADVISORY SPEED PLAQUE 00 J Q L.L QOO J � � � C!1 u Y z J_ m N J0< 'Uw 0 J V U 00 0 F ILL U O ILL z <Q (D H 0 v� z w Q V) I TR-03 I 43 Plot Date: ---- Plot By: D9107 Filename: N:\Standard\34Border-TT.dgn Plot Date: ---- Plot By: 08107 Filename: N:\5tandard\34Border-TT.dgn 7ACAD Rel: 24.0s (LMS Tech) Filename: N:\Standard\34Border-TT.dgn Last Saved: 7/5/2023 2:21 PM Saved By: 08487 DETOUR FOR A CLOSED STREET �l t Note: See Tables 61-1-2 and 61-1-3 for the meaning of the symbols and/or letter codes used in this figure. Plot Date: ---- Plot By: 081D7 Filename: N:\5tandard\34BDrder-TT.dgn It END 11 DETOUR i anol3a Dijjvai n8HI 0i �• OB013 ON 03S013 abo)d A i DETOUR AHEAD B ROAD OIL— CLOSED I� � AHEAD 1= 1� LANE CLOSURE ON THE NEAR SIDE OF AN INTERSECTION I I I t t t Wj� Note: See Tables 6H-2 and 6H-3 for the meaning of the W= symbols and/or letter Luu, v s codes used in this figure. LLz ;� N 9�ro3 a� 00 LL w JO QO 'n 0 Y z J co co w JOQ Z 'Uw Work vehicle ° m V U p L LL LL (optional) L) O LL p z °C - LD F-o (optional) w z Cfl Buffer space (optional) L 17 ! A CENTER ENTEU J CLOSED - AHEAD B II t t t EL � ROAD WORK 00 AHEAD o � N 0 SHEET TR-07 SEQ. 47 SIDEWALK DETOUR OR DIVERSION 36 inches MIN. CROSSWALK CLOSURES AND PEDESTRIAN DETOURS J i ROAD i /A\ < > WORK WORK AHEAD AHEAD I t I t (optional) SIDEWALK DETOUR SIDEWALK DIVERSION a T 0 k v - Note: See Tables 6H-2 and 6H-3 for the meaning m of the symbols and/or letter codes used in this figure. c! riz p E o� a aLL� Plot Date: ---- Plot By: 08107 Filename: N:\Standard\34Border-TT.dgn (optional) :CDC z�` M m cCDi�1=3A< �Q L�J N ' a_ o0 Temporary marking for crosswalk lines (cross -hatching optional) m N O N v _ N ci _ia:w`ad�1 i3 :Q% ��U):�:K•� U�Gi iW 00 J Q LL LU J O Q O� U o z J m L/) CDO Q LUJ 'Uw ° ccVUD Fj O L� Z Q LD H 0 N z LU Q o � V) Note: For long-term stationary z work, the double yellow o _ _ J center line and/or F7 lane lines should be removed between the ROAD crosswalk lines.WOR - m AHEAD See Tables 6H-2 and 6H-3 for the meaning of the symbols and/or letter R o codes used in this figure. - - co o � N > SHEET TR-08 SEQ. 48 "-18 inches Facing MIN. traffic L 4 to 6 inches 36 inches MIN. i DRUM Warning lights (optional) 3 to 4 inches 4 to 6 inches orange 3inches Max 4 to 6 inches white 3inches Max More than # 4 to 6 inches orange 36 in —3 inches Max 4to 6 inches white Min. 4 Retroreflective Bands (2 white and 2 orange) Retroreflective ba d 2 inches T 3 inches 28 inches 2 to 6 inches 13 inches MIN. Night and/or freeway High-speed roadway (>_ 45 mph) Retroreflective band 2 inches 3iinc hes f 18inches MIN. 4 I Day and low -speed roadway (<40 mph) TUBULAR MARKERS Retroreflective band t� 3 to 4 inches 28 inlches �6 inches MIN. to 2 inches 18 inchs 36 inches _4 inches MIN. MAX. Night and/or freeway Day and low -speed High-speed roadway roadway (:540 mph) (? 45 mph) CONES ** X r�5 8to 12 inches o� �X 24 inches MIN. 45° 36 inches MIN. + 12 inches MAX. VERTICAL PANEL " See Section 6F.66 for stripe width Plot Date: -- Plot By: 08107 Filename: N:\Standard\34Border-TT.dgn LONGITUDINAL CHANNELIZING DEVICE CHANNELIZING DEVICES X45' _F 8to12 inches 36 24inches inches MIN. MIN. 1 TYPE 1 BARRICADE *** A45c Ti 8to12 inches 36 inches MIN. IF 24 inches —I MIN. TYPE 2 BARRICADE *** _F PF — 5 ft 8 to 12 inches MIN. 4 ft MIN.�I TYPE 3 BARRICADE *** m N O N N v c-I 0 24 w. nch es 12 inches 36 W inches T �W J O v MIN. 8 it ches W= Wv 45° o0v ILz DIRECTION INDICATOR ons3 BARRICADE ** * Rail stripe widths shall be 6 inches, except that 4-inch wide stripes may be used if rail lengths are less than 36 inches. The sides of barricades facing traffic shall have retroreflective rail faces. 00 J Q J_ CC O w Q O� J � � C!1 o Y z J ca v) O Q in W J_ U W 0 J V U >_ m 0 L LL U O L� Z Q (D 0 v, z w Q V) I TR-09 I 49 Drain Hole 00 Zo Zo O 30" to Drain Slot Identical to _PCB (Type 1) V1 Bars H2 Bars V2 Bars H3 Bar 111 Bars — Drain Slot L 1 7 at 24" Spacing C-C Approx. 23 Y2" 28" 1 Y4" Dia. Steel Anchoring Pipes 1_ yo O O O O Q i O I I _______________L_I___ 2" nom. dia. lifting pipes, 2" nom. dia. lifting pipes, Steel or Sch.40 PVC, approx. 26" Steel or Sch.40 PVC, approx. 5'- 9" from (Type 2) barrier 4'- 0" from (Type 2) barrier end.(See General Note 6) end.(See General Note 6) PLAN APPROACH VIEW (TYPE 2) END TERMINAL Bars V3 V4 Bar Bar Bar Bar Bar Bar Bar BarO V11 V12 Bar T Bar Bar Barr 5" '4" '4" ''4 Y2" 5" 15" 15" 1 6" 1 7" 1 7" 16 Y2" 1 12" 1 12" 1 12" 1 12" 1 12" 1 12" 1 12" 1 12" 1 12" 1 12" 1 12" 1 12" 1 �_V15 V16 Bar Bar VARIES 5" (SEE CHART) 4r 13Y2.. 10Y4" Q >w V3-V14 Bars 21 (6)—V2 Bars 41" BAR(p4) X(IN.) Y(IN.) V3 BAR 20 Y4 14 Y2 V4BAR 19Y2 13Y2 V5 BAR 18 Y2 12 Y4 V6BAR 17Y2 11Y4 V7 BAR 17 10 Y4 V8 BAR 16 Y4 9 V9 BAR 15 Yz 8 V10 BAR 14 Y2 7 V11 BAR 13 Y4 6 Note: Use 2" Dia. Bending Pin, unless otherwise shown 0 G —ma �Em o n z 45' 5 o uv 4'- W Approx. bending point 4'-10" Approx, bending point Note: Bends on H1 and H3 bars are slight and do not require formal bends. 5„ 21" T 13 Y2" (5)—V1 Bars REINFORCING STEEL DETAILS TYPE 2 - END TERMINAL 22 Y2" on c v p m (4)—H2 Bars (#5) Bars 16'- 4" (2)—H3 Bars (tk5) Bar (4)—H1 Bars (45) Bar ELEVATION (TYPE I2.) END TERMINAL 11 1�4�a" V12 Bar 1 �_F3Y4" V13 Bar I 2Y4" V1 4 Bar Note: All V Bars are (q4) Note: Anchoring pipes not shown in Elevation View 1, p �/Q" � Dia. USS Washer A �3" I A • Weld washer to V15 Bar 1 Y4" Steel Pin 1 Y4" dia. Section A -A (Typ) 30" (Head of Anchoring Pin) V16 Bar (7) Anchor Pins (See Note 3) ASTM A36 Steel TYPE 2 - NOTES 1. Welded wire reinforcment (WWR) is "not" an option for Type 2 Barrier. 2. Type 2 Barrier shall be used as an end treatment for the Type 1 barrier segments, when applicable. 3. The end treatment can be used without the anchor pins in locations that can accommodate approximately 4 ft. of lateral displacement of the end treatment.The use of 2" Min. non -pinned end treatment does not affect the performance Cover or the deflection of the Low -Profile barrier system. �4" 4. The anchor pins are all the same length and are to be driven flush with the top of the (Type 2) barrier surface. 5. The bends in the H3 and H1 bars are slight, no formal bend is necessary. 6. The Type 2 barrier segment must be lifted from the rear first, to prevent cracking of sloped section. 7. See _PCB sheet 1 for additional information. 1 Y4" dia. x 26" rods Min. 4" threads (4) 1 Y4 Hex Nut Grade 5 (4) 1 Y4" Flat Hardened Washer (2) Plate Washer 5" x 10" x 3/8" PnR rn KlTROr•Tr1RC INFr1RMOTInki Mil Y (TYPE 2) APPROX. QUANTITIES 20 FT, SECTION CONCRETE CY 1.65 REINFORCING STEEL LBS 24D TOTAL BARRIER WT, LBS 7000 r (2) CONNECTION BOLTS ASTM A36 Note: Rods, Hex nuts and Washers shall be Galvanized. 2 Y4' 10 � S y" 2 Y4' PLATE WASHER 5"x10"xW, 00 J Q IL oc 0 LU J 0 00 c.l1 o Y z J co to 0 Q co LJJ Z j U l J tjULU ° En 0 F 0 L0 Z Q I V) z V) colo > SHEET TR-10 SEQ. 50 Plot Date: -- Plot By: 09107 Filename: N:\Standa ACAD Rel: 24.2s (LMS Tech) Filename: N:\SW\Drawings\3. Roadway\CV-TRT-PVMRK.dwg Last Saved: 7/5/2023 3:55 PM Saved By: 08487 40' INDIANA AVE I INDIANA AVE 0(3 (3 8 0 (2) DFn c C m Or p ¢a A rPi o O D D z `G D z F+ A z pr K m m 0 A O m z NA Z m O O r> c m Lz K ^ p m * A x D D r p R� 3 7 Z O D W D p z z D A _ A T O DO z � m rn c N NO. ISSUE BY DATE F&N JOB NO. p m LUB22311 CITY OF LUBBOCK DATE 09/12/2-IR -IRK K DESIGN OF BLUE SKY LATERAL D lJl N O DRAWN MSS CIVIL REVISED VERIFY SCALE Bar is one inch on original CHECKED HRK 0 1 drawing. If not one inch on FILE NAME this sheet, adjust scale. CV-TRT-PVMRK.dwg PAVEMENT MARKING DETAILS F� u +� � c"'aF'h � e" old � r-1201CHOLS 1500 Broadway Street Suite 206 Lubbock, Texas 79401 Phone - (806) 656-2700 Web - www.freese.com Freese and Nichols, Inc. Texas Registered Engine ring Firm F-214 HEATHER RAEKEISTER i�'••••100096 •• •V�% 9( SILT FENCE (MIN. HEIGHT 24" ABOVE — EXIST. GROUND) COMPACTED EARTH OR ROCK BACKFILL FLOW STEEL FENCE POST MAX. 6' SPACING, MIN. EMBEDMENT- V WIRE MESH BACKING SUPPORT 4x4-W1.4xW1.4 MINIMUM ALLOWABLE, TYP, CHAIN LINK FENCE FABRIC IS ACCEPTABLE 6" MIN. SILT FENCE GENERAL NOTES: 1. STEEL POSTS WHICH SUPPORT THE SILT FENCE SHALL BE INSTALLED ON A SLIGHT ANGLE TOWARD THE ANTICIPATED RUNOFF SOURCE. POSTMUSTBE EMBEDDED A MINIMUM OF ONE FOOT. 2. THE TOE OF THE SILT FENCE SHALL BE TRENCHED IN WITH A SPADE OR MECHANICAL TRENCHER, SO THAT THE DOWNSLOPE FACE OF THE TRENCH IS FLAT AND PERPENDICULAR TO THE LINE OF FLOW. WHERE FENCE CANNOT BE TRENCHED IN (e.g. PAVEMENT), WEIGHT FABRIC FLAP WITH ROCK ON UPHILL SIDE TO PREVENT FLOW FROM SEEPING UNDER FENCE. 3. THE TRENCH MUST BE A MINIMUM OF 6 INCHES DEEP AND 6 INCHES WIDE TO ALLOW FOR THE SILT FENCE FABRIC TO BE LAID IN THE GROUND AND BACKFILLED WITH COMPACTED MATERIAL. 4. SILT FENCE SHOULD BE SECURELY FASTENED TO EACH STEEL SUPPORT POST OR TO WOVEN WIRE, WHICH IN TURN IS ATTACHED TO THE STEEL FENCE POST, THERE SHALL BE A 3 FOOT OVERLAP, SECURELY FASTENED WHERE ENDS OF FABRIC MEET. 5. INSPECTION SHALL BE MADE EVERY TWO WEEKS AND AFTER EACH 1/2" RAINFALL. REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS NEEDED. 6. SILT FENCE SHALL BE REMOVED WHEN THE SITE IS COMPLETELY STABILIZED SO AS NOT TO BLOCK OR IMPEDE STORM FLOW OR DRAINAGE. 7. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH OF HALF THE HEIGHT OF THE FENCE. THE SILT SHALL BE DISPOSED OF AT AN APPROVED SITE AND IN SUCH A MANNER AS TO NOT CONTRIBUTE TO ADDITIONAL SILTATION. AdI SILT FENCE DETAIL NOT TO SCALE 24" MIN. �j WOVEN WIRE SHEATHING - FLOW 18"MIN. �3TO4INCHES CROSS SECTION WOVEN WIRE ISOMETRIC PLAN VIEW m N O a N N .-I m - - s •:F:•..ti 1 ROCK BERM GENERAL NOTES: o, li 1. USE ONLY OPEN GRADED ROCK 4-8 INCHES IN DIAMETER FOR STREAM a•. i�i • 5. , Ili FLOW CONDITION. USE OPEN GRADED ROCK 3-5 INCHES IN DIAMETER - s''"�i•"'oF�= `cj FOR OTHER CONDITIONS. 2. THE ROCK BERM SHALL BE SECURED WITH A WOVEN WIRE SHEATHING HAVING A MAXIMUM OPENING OF 1 INCH AND A MINIMUM WIRE SIZE OF 20 GAUGE AND SHALL BE BURIED IN A TRENCH APPROXIMATELY 3 TO 4 INCHES DEEP. 3. THE ROCK BERM SHALL BE INSPECTED EVERY TWO WEEKS OR AFTER WJ ,� EACH 1/2" RAIN EVENTAND SHALL BE REPLACED WHEN THE STRUCTURE taQ CEASES TO FUNCTION AS INTEDED DUE TO SILT ACCUMULATION AMONG " THE ROCKS, WASHOUT, CONSTRUCTION TRAFFIC DAMAGE, ETC. W V S 4. WHEN SILT REACHES A DEPTH EQUALTO ONE-THIRD OF THE HEIGHT p v YiZ °'„� p OF THE BERM OR ONE FOOT, WHICHEVER IS LESS, THE SILT SHALL BE {L mac. E REMOVED AND DISPOSED OF PROPERLY. 5. WHEN THE SITE IS COMPLETELY STABILIZED, THE BERM AND ° v 3 ACCUMULATED SILT SHALL BE REMOVED AND DISPOSED OF IN AN o APPROVED MANNER. a . " a3 6. ROCK BERM SHOULD BE USED AS CHECK DAMS FOR CONCENTRATED FLOW AND ARE NOT INTENDED FOR USE IN PERIMETER PROTECTION. ROCK FILTER DAM DETAIL NOT TO SCALE GRADE TO PREVENT STABILIZED CONSTRUCTION ENTRANCE GENERAL NOTES: RUNOFF FROM FILTER FABRIC LEAVING SITE 1. STONE SHALL BE 3 TO 5 INCH DIAMETER CRUSHED ROCK OR 6" MIN. ACCEPTABLE CRUSHED PORTLAND CEMENT CONCRETE. SAND BAG BERM GENERAL NOTES: 2. LENGTH SHALL BE SHOWN ON PLANS, WITH A MINIMUM LENGTH OF 16" MIN. 30 FEET FOR LOTS WHICH ARE LESS THAN 150 FEET FROM EDGE OF FLOC �{ 4" PVC PIPE 1. WHEN A SANDBAG IS FILLED WITH MATERIAL, THE OPEN END OF PAVEMENT. THE MINIMUM DEPTH IN ALL OTHER CASES SHALL BE 50 THE SANDBAG SHOULD BE STAPLED ORTIED WITH NYLON OR POLY FEET, CORD. 18" MIN. EXISTING GRADE PAVED SURFACE 3. THE THICKNESS SHALL NOT BE LESS THAN 61NCHES. - - - - - - - - - �- 2. SANDBAGS SHOULD BE STACKED IN AT LEAST THREE ROWS -'TL==III=III=III=III=III III-1'' 4. THE WIDTH SHALL BE NO LESS THAN THE FULL WIDTH OF ALL POINTS �ILIII lll=III=III=' ABUTTING EACH OTHER, AND IN STAGGERED ARRANGEMENT. PROFILE VIEW OF INGRESS OR EGRESS. 3. THE BASE OF THE BERM SHOULD HAVE AT LEAST 3 SANDBAGS. 5, WHEN NECESSARY, VEHICLES SHALL BE CLEANED TO REMOVE 48" MIN. THESE CAN BE REDUCED TO 2 AND 1 BAG IN THE SECOND AND THIRD SEDIMENT PRIOR TO ENTRANCE ONTO A PUBLIC ROADWAY. WHEN ROWS RESPECTIVELY. WASHING IS REQUIRED, IT SHALL BE DONE ON AN AREA STABILIZED WITH CRUSHED STONE WITH DRAINAGE FLOWING AWAY FROM BOTH THE 4. FOR EACH ADDITIONAL 6" OF HEIGHT, AN ADDITIONAL SANDBAG RADIUS STREET AND THE STABILIZED ENTRANCE, ALL SEDIMENT SHALL BE MUST BE ADDED TO EACH ROW WIDTH. - 5' MIN. PREVENTED FROM ENTERING ANY STORM DRAIN, DITCH OR CROSS SECTION WATERCOURSE USING APPROVED METHODS. 5. THE SANDBAG BERM SHALL BE INSPECTED AFTER EACH 1/2" RAIN EVENT AND SHALL BE RESHAPED OR REPLACED AS NEEDED DURING LENGTH VARIES 6. THE ENTRANCE SHALL BE MAINTAINED IN A CONDITION WHICH WILL INSPECTION. REPAIRS SHALL BE MADE FOR WASHOUT, GRADE TO DRAIN AWAY PREVENT TRACKING OR FLOWING OF SEDIMENT ONTO PAVED SURFACES, CONSTRUCTION TRAFFIC DAMAGE, ETC. FROM STABILIZATION AND THIS MAY REQUIRE PERIODIC TOP DRESSING WITH ADDITIONAL STONE AS STREET PAVED SURFACE CONDITIONS DEMAND. ALL SEDIMENT SPILLED, DROPPED, WASHED, OR 6. WHEN SILT REACHES A DEPTH EQUAL TO 6INCHE5 (THE HEIGHT OF TRACKED ONTO PAVED SURFACES MUST BE REMOVED IMMEDIATELY. 4" PVC PIPE FOR 24" WOVEN FABRIC SANDBAG FILLED W/ ONE SANDBAG), THE SILT SHALL BE REMOVED AND DISPOLSED OF AT DRAINAGE DEPENDING MIN. ,N_ COARSE SAND- MIN. WEIGHT 40 LBS. AN APPROVED SITE AND IN SUCH A MANNER AS TO NOT CREATE A 7. THE ENTRANCE MUST BE PROPERLY GRADED OR INCORPORATE A ON FIELD CONDITIONS SILTATION PROBLEM. DRAINAGE SWALE TO PREVENT RUNOFF FROM LEAVING THE CONSTRUCTION SITE. 7. WHEN THE SITE IS COMPLETELY STABILIZED, THE BERM AND / - - - - - - - - - - - - - - - - - - ACCUMULATED SEDIMENT SHALL BE REMOVED AND DISPOSED OF IN N APPROVED MANNER. TRANS!TRANSISURFAC TL==III=III=III=III=III=IIL=I''-'TI_I11=III=III=III=III=IIL=I'' PAVED SURFACE "-TI-III-III-III-III=' "=T1-III-III-III-1T1=' DRAINAGE MUST FLOW R.O.W.--'��_���_��'---"'_�� i l a AWAY FROM ENTRANCE 0 m PLAN VIEW v PROFILE VIEW 4 SANDBAG BERM DETAIL n STABILIZED CONSTRUCTION ACCESS n NOT TO SCALE m SP`01 NOT TO SCALE �y � E 0 u N a :LL Plot Date: ---- Plot BY: 08107 Filename: N:\Standard\34Border-TT.dgn J z � Q Lu d Q J (n J Y U m Ln Lu�ZLu o J 000 �: m U0 ILL z 0 OQ z 0 0 Lu 0 LIJ �ol LL z SHEET S P-01 SEQ. 52 a 0 G > `o � �mti tea' �y a!� r� z � E o u °' 'LL 3 0 'o am' a:5 GABION MATTRESS LID BURY GEOTEXTILE 12" MIN AT TOP OF BANK NOTES: 1. GABION MATTRESS SHALL BE INSTALLED ACCORDING TO MANUFACTURERS SPECIFICATIONS. 2. LIDS SHALL OPEN TOWARDS DOWNSTREAM OR DOWNGRADE. 6 OZ. NON -WOVEN GEOTEXTILE ON EXISTING GROUND 6" 6" 6" INNER TIE WIRES SHALL BE PLACED HORIZONTALLY IN EACH CELL EVERY 12" OF VERTICAL HEIGHT CONNECTING THE FRONT AND BACK FACES AND ANY UNSUPPORTED FACE LENGTHWISE. INNER TIE WIRE -TWISTED WIRE GABIONS NOT TO SCALE TYING PATTERN NOT TO SCALE GABIONS MUST BE TIED AT EACH STEP OF CONSTRUCTION: 1. INITIAL ASSEMBLY. 2. TYING TO ADJACENT GABIONS ALONG ALL CONTACTING EDGES. 3. TYING OF LID TO SIDES. 4. TYING OF LID TO TOP OF DIAPHRAGMS. 5. RETYING OF CUT GABIONS. 1 GABION BLOCK DETAILS NTS 1. CUT A LENGTH OF TIE WIRE APPROXIMATELY 5' LONG, SECURE THE WIRE AT ONE END BY LOOPING AND TWISTING TOGETHER. 2. PROCEED TYING WITH DOUBLE LOOPS (MADE AT THE SAME POINT) EVERY 5" APART, PULLING THE BASKET PIECES TOGETHER. TWISTED WIRE 3. SECURE THE END OF THE WIRE BY LOOPING AND TWISTING IN MESH SHOWN. SAME MANNER AS AT BEGINNING. SAME TYING PATTERN SHALL BE USED FOR WELDED WIRE 181.+ MESH. - J Q Lu Q Y U Y m N m w J J D i O J u F m U LL O z N Lu cl LL 0 c-I N J Q Lu n z O m Q o x s 0 BE SURE THE STIFFENERS o J m � o w 3 w F ARE HOOKED AT CROSSING WIRE w a z PREFORMED STIFFENERS - INSTALL PREFORMED STIFFENERS ACROSS THE CORNERS OF THE GABIONS BEFORE FILLING. TWO ROWS OF STIFFENERS (4 PER co o CELL) ARE REQUIRED FOR THE FRONT FACE AND THE SIDE _ FACES. INSTALL A SINGLE ROW (2 PER CELL) ON THE BACK .o v FACE. NO STIFFEERS ARE REQUIRED IN THE INTERIOR CELLS. `o `o o' o T s o > SHEET SP-03 SEQ. 54 Date: 9/12/2023 11:36AM Plot By: 06119 Filename: N:\SW\Drawings\SP-03 RIPRAP DETAILS (1 OF 3 O a:5 TIE 111MA9iaviIITAA CROSS TIE DETAIL TOP VIEW NOTES: 1. CROSS TIES SHOWN FOR 3'-0"x3'-0" GABION. FOR 1'-6" TALL GABIONS PLACE CROSS TIES AT 9" (MIDDLE) OF BASKET. CROSS TIES NOT REQUIRED FOR V-0" TALL APRON GABIONS. 1 GABION REINFORCING DETAIL NTS PHASE 1 _> _> PHASE 2 - v�c— PHASE 3 C t J\ � O z GABION FILLING PROCESS NTS ti m STIFFENERS MIN 4 = 0.134" MANUAL PROCESS MANUAL CLOSURE: WHERE USED, PROVIDE CLOSING TO ALL EDGES AND BASKET -TO -BASKET CONNECTIONS WITH GALVANIZED WIRE CONTINUOUSLY LOOPED TIGHTLY AROUND EVERY OTHER MESH OPENING, ALTERNATING SINGLE AND DOUBLE LOOPS. 3 CORNER STIFFNER DETAIL NTS MECHANICAL PROCESS IVI AX MECHANICAL CLOSURE: WHERE USED, PROVIDE CLOSING TO ALL EDGES AND BASKET -TO -BASKET CONNECTIONS USING PNEUMATIC OR HAND POWERED TOOL WITH GALVANIZED "C" FASTENERS. MAXIMUM ALLOWABLE SPACING IS 6 INCHES. 4 GABION CLOSING & CONNECTION DETAIL NTS U115 1AQ WE �V v o Z� m" xo F w 3 0 o -o o oNa o a `o a � J Q Lu Q J Y V Y m N m w J J % 0 J � m V LL O z N Lu cl LL 0 N_ J Lu cl z O m Q p o `o v o o v o T s o > SHEET SP-04 SEQ. 55 Date: 9/12/202311:36AM Plot By:06119 RIPRAP DETAILS (I OF 3 O F w 0 0 ¢ m d:5 3 O d:5 NOTES: 1. TIE GABION MATTRESSES AND WALLS AT ALL CONTACT EDGES WITH OTHER GABIONS (RE 1/:SP-03) 2. GABIONS TO BE FILLED WITH HARD, DURABLE WELL GRADED ROCK 4"-8" IN DIAMETER AND FILLED IN A MINIMUM OF 3 LAYERS PER GABION (RE: 2/SP-04) 3. SELECT LARGE STONES SHALL BE HAND PLACED ON THE VERTICAL OUTSIDE FACES OF GABIONS 4. GABION WIRES SHALL BE PVC COATED GABION MATTRESS (TYI GABION WALL (TYP) A LIVE SPECIFIED 2 CONCRETE TURN DOWN NOT TO SCALE T �5 wQ WE WV v o E � x � F � 3 2 o y 3 oNa w a � J Q Lu Q J Y V Y m N m w J J D > 0 J � m V LL O /z V Lu n LL O J Lu n z O m /Q V p o `o v `o `o v L m o T N g o > SHEET SP-06 SEQ. 57 Date: 9/12/202311:36AM Plot By:08119 RIPRAP DETAILS (1 OF 1 rerracon UNIFIED SOIL CLASSIFICATION SYSTEMIC GeoReport Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests 4 Group Symbol Group Name B Clean Gravels: Cu >_ 4 and 1 < Cc < 3 E GW Well -graded gravel F 9 Gravels: Less than 5% fines c Cu < 4 and/or [Cc<1 or Cc>3.0] E GP Poorly graded gravel F More than 50% of coarse fraction retained on No. 4 sieve Gravels with Fines: Fines classify as ML or MH GM Silty gravel F, G, H Coarse -Grained Soils: More than 12% fines c Fines classify as CL or CH GC Clayey gravel F, G, H More than 50% retained on No. 200 sieve Clean Sands: Cu >_ 6 and 1 < Cc < 3 E SW Well -graded sand Cu < 6 and/or [Cc<1 or Cc>3.0] E SP ....................................................................................... Poorly graded sand Sands: Less than 5% fines o 50% or more of coarse Sands with Fines: Fines classify as ML or MH SM Silty sand G, H, i fraction passes No. 4 sieve More than 12% fines o Fines classify as CL or CH SC Clayey sand G, H, i PI > 7 and plots on or above "A" CL Lean clay K, L, M Inorganic: PI < 4 or plots below "A" line J ML Silt K, L, M Silts and Clays: Liquid limit - oven dried Organic clayK, L, M, N Liquid limit less than 50 Fine -Grained Soils: Organic: < 0.75 OL Liquid limit - not dried Organic silt K, L, M, o or more passes the No. No. 200 sieve Inorganic: PI plots on or above "A" line CH Fat clayK, L, M PI plots below "A" line MH Elastic Silt K, L, M Silts and Clays: Liquid limit - oven dried Organic clayK, L, M, P Liquid limit 50 or more Organic: < 0.75 OH Liquid limit -not dried Organic silt K, L, M, Q Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat A Based on the material passing the 3-inch (75-mm) sieve. H If fines are organic, add "with organic fines" to group name. B If field sample contained cobbles or boulders, or both, add "with cobbles I If soil contains >_ 15% gravel, add "with gravel" to group name. or boulders, or both" to group name. J IfAtterberg limits plot in shaded area, soil is a CL-ML, silty clay. c Gravels with 5 to 12% fines require dual symbols: GW-GM well -graded K If soil contains 15 to 29% plus No. 200, add "with sand" or "with gravel with silt, GW-GC well -graded gravel with clay, GP -GM poorly gravel," whichever is predominant. graded gravel with silt, GP -GC poorly graded gravel with clay. L If soil contains >_ 30% plus No. 200 predominantly sand, add o Sands with 5 to 12% fines require dual symbols: SW-SM well -graded "sandy" to group name. sand with silt, SW -SC well -graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay. mIf soil contains >_ 30% plus No. 200, predominantly gravel, add 2 "gravelly" to group name. (D30) N PI >_ 4 and plots on or above "A" line. Cu = D6o/D,o Cc = o PI < 4 or plots below "A" line. D10 X D60 "A" P PI plots on or above line. F If soil contains >_ 15% sand, add "with sand" to group name. Q PI plots below "A" line. G If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM. 60 50 d 71� 40 W 0 Z_ 30 U I— g� 10 7 4 0 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) For classification of fine-grained soils and fine-grained fraction of coarse -grained soils •e ' e Equation of "A" -line Horizontal at PI=4 to LL=25.5. then PI=0.73 (LL-20) � Equation of "U" - line Vertical at LL=16 to PI=7, ' then PI=0.9 (LL-8) O MH or OH ML or OL i GENERAL NOTES TO LOG TERMS 1 rerracon GeoReport SAMPLING WATER LEVEL FIELD TESTS Standard Penetration Test �CCiitLngs nRockCora � Water Initially N Resistance (Blows/Ft) Encountered Water Level After a (HP) Hand Penetrometer Grab 'Shelby Specified Period of Time (T) Torvane Sample Tube Water Level After a Specified Period of "me (DCP) Dynamic Cone Penetrometer ^lded anlianetrelion Texas Cone WP VA Tess PenetDneier Water levels indicated on the soil boring logs are the levels UC Unconfined Compressive Strength measured in the borehole at the times indicated. Groundwater level variations will occur overtime. In low (PID) Photo -Ionization Detector permeability soils, accurate determination for groundwater HCA Ring Sampler levels is not possible with short term water level (OVA) Organic Vapor Analyzer observations. DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel, or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse - grained soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES ....... ......................... Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. STRENGTH TERMS RELATIVE DENSITY OF COARSE -GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS (50% or more passing the No. 200 sieve.) (More than 50% retained on No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual -manual Density determined by Standard Penetration Resistance procedures or standard penetration resistance Standard Penetration or Standard Penetration or Descriptive Term Descriptive Term Unconfined Compressive Strength N-value N-value (Density) (Consistency) Qu, (tsf) Blows/Ft. Blows/Ft. Very Loose 0-3 Very Soft Less than 0.25 0-1 Loose 4-9 Soft 0.25 to 0.5 2-4 Medium Dense 10 — 29 Medium Stiff 0.5 to 1.00 4-8 Dense 30 — 50 Stiff 1.00 to 2.00 8 — 15 Very Dense >50 Very Stiff 2.00 to 4.00 15 — 30 Hard >4.00 >30 RELATIVE PROPORTIONS OF SAND AND GRAVEL RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of Percent of Descriptive Term(s) of Percent of other constituents Dry Weight other constituents Dry Weight Trace <15 Trace <5 Wth 15 — 29 With 5-12 Modifier >30 Modifier >12 GRAIN SIZE TERMINOLOGY PLASTICITY DESCRIPTION Major Component of Sample Particle Size Term Plasticity Index Boulders Over 12 in. (300 mm) Non -plastic 0 Cobbles 12 in. to 3 in. (300 mm to 75 mm) Low 1 — 10 Gravel 3 in. to #4 sieve (75mm to 4.75mm) Medium 11 — 30 Sand #4 to #200 sieve (4.75mm to 0.075mm) High >30 Silt or Clay Passing #200 sieve (0.075mm) No Text APPENDIX B NWLDIP Phase 3 Geotechnical Report No Text APPENDIX C NWLDIP Phase 2 Geotechnical Report No Text APPENDIX D NWLDIP Phase 1 Geotechnical Report