Loading...
HomeMy WebLinkAboutResolution - 2024-R0293 - PW Contract 18063, With Rink’S Lease Service, Inc - 06/25/2024Resolution No. 2024-R0293 Item No. 6.8 June 25, 2024 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. 18063 for Water Line Change Out Ahead of Paving, Manhattan Heights as per RFP 24-18063-TF, by and between the City of Lubbock and Rink's Lease Service, Inc. of Levelland, 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 June 25, 2024 MARK W. MCBRAYER, MAYOR ATTEST: Au-\,w CouWhey Paz, City Secre axy APPROVED AS TO CONTENT: Erik Rejino, Assistant City Manager APPROVED AS TO FORM: ell1 Leisure, Senior Assistant City Attorney ccdocs/RES.Public Works Contract 18063 Water Line Change Out 5.28.24 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: May 22, 2024 PROJECT NUMBER: RFP 24-18063-TF, Water Line Change Out Ahead of Paving, Manhattan Heights Proposal of Rink's Lease Service, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your 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: 335 to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 365 to Final Completion) (not to exceed 335 consecutive calendar days to Substantial Completion / 365 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 335 Consecutive Calendar Days with final completion within 365 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated darnages in the sun of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $200 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 24-18063-TF Water Line Change Out Ahead of Paving, Manhattan Heights Rink's Lease Service, Inc. of Levelland, TX General #1-1 MOBILIZATION #1-2 TRAFFIC CONTROL #1-3 SWPP #1-4 TRENCH SAFETY #1-5 27" X 8" TAPP-ING SLEEVE AND VALVE #1-6 8" X 6" TAPPING SLEEVE AND VALVE #1-7 8" C900 DR18 WATER PIPE BY OPEN CUT #1-8 8" C900 DR18 WATER PIPE BY OTHER THAN OPEN CUT #1-9 8" GATE VALVE #1-10 6" C900 DR18 WATER PIPE BY OPEN CUT #1-11 6" C900 DR18 WATER PIPE BY OTHER THAN OPEN CUT #1-12 6" GATE VALVE #1-13 FIRE HYDRANT #1-14 TIE TO EXISTING WATER LINE #1-15 CUT AND PLUG EXISTING WATER LINE #1-16 4" SERVICE TAP, IRR, FL, #1-17 3" SERVICE TAP #1-18 2" SERVICE TAP #1-19 1" OR LESS SERVICE TAP #1-20 ASPHALT REMOVAL #1-21 CONCRETE REMOVAL #1-22 1" HMAC COL TYPE C #1-23 CONCRETE PAVING REPAIR #1-24 4" SIDEWALK #1-25 TYPE A CURB AND GUTTER #1-26 FLOWFILL QTY Unit Extended +1- U/M Price Cost 1 LS 100,000.00 100,000.00 1 LS 54,000.00 54,000.00 1 LS 12,000.00 12,000.00 13738 LF 2.00 27,476.00 3 EA 15,000.00 45,000.00 1 EA 4,800.00 4,800.00 11925 LF 65.00 775,125.00 570 LF 150.00 85,500.00 25 EA 3,300.00 82,500.00 1813 LF 57.00 103,341.00 710 LF 133.00 94,430.00 42 EA 2,100.00 19 EA 6,070.00 39 EA 2,580.00 15 EA 2,330.00 6 EA 4,700.00 1 EA 4,370.00 2 EA 4,000.00 31 EA 2,035.00 5590.22 SY 23.00 50 SY 260.00 5590.22 SY 52.00 150 SY 260.00 100 SY 180.00 100 LF 200.00 1429.56 CU 255.00 Total (Items 1-1 through 1-26): 88,200.00 115,330.00 100,620.00 34,950.00 28,200.00 4,3 70.00 8,000.00 63,085.00 128,575.06 13,000.00 290,691.44 39,000.00 18,000.00 20,000.00 364,537.80 $ 2,700,731.30 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 ($ ) or a Proposal Bond in the sum of 5% of Total Bid Amount Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(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. (Seal if Offeror is a Corporation) ATTEST: Secretary Leanna Perez Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Datc: 05/22/2024 horized Signahire Randall Middleton, Vice -President (Printed or Typed Name) Rink's Lease Service, Inc. Company PO Box 456 AddressLevellandHockley City, Texas County 79336 State Zip Code Telephone: 806 - 894-7415 Fax: 806 - 894-3491 Email: randallOdnksls.com FEDERAL TAX ID or SOCIAL SECURITY No. 752260405 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (S eci ) BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: June 25, 2024 CITY OF LUBBOCK SPECIFICATIONS FOR Water Line Change Out Ahead of Paving, Manhattan Heights RFP 24-18063-TF CONTRACT 18063 PROJECT NUMBER: 92750.9241.30000 Plans & Specifications may be obtained from hlt2s://ci-lubbock-tx.bonfirehub.com/ ,.W,qk 'LubCity of bock TEXAS CITY OF LUBBOCK Lubbock, Texas 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 vLubbock RFP 24-18063-TF Water Line Change Out Ahead of Paving, Manhattan Heights 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 May 22, 2024, 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 May 22, 2024 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 June 11, 2024, 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 https://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. 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, May 14, 2024, via teleconference. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXV1SkhWdkZiMDk4MXh2dz09 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 Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Pate 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 335 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 $2,700,000.00. 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: May 22, 2024 PROJECT NUMBER: RFP 24-18063-TF, Water Line Change Out Ahead of Paving, Manhattan Heights Proposal of Rink's Lease Service, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your 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: 335 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 365 (to Final Completion) (not to exceed 335 consecutive calendar days to Substantial Completion / 365 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 335 Consecutive Calendar Days with final completion within 365 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 $200 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 24-18063-TF Water Line Change Out Ahead of Paving, Manhattan Heights Rink's Lease Service, Inc. of Levelland, TX General # 1-1 MOBILIZATION 91-2 TRAFFIC CONTROL #1-3 SWPP # 1-4 TRENCH SAFETY # 1-5 27" X 8" TAPPING SLEEVE AND VALVE # 1-6 8" X 6" TAPPING SLEEVE AND VALVE 91-7 8" C900 DR18 WATER PIPE BY OPEN CUT 91-8 8" C900 DR18 WATER PIPE BY OTHER THAN OPEN CUT # 1-9 8" GATE VALVE 91-10 6" C900 DR18 WATER PIPE BY OPEN CUT 91-11 6" C900 DR18 WATER PIPE BY OTHER THAN OPEN CUT 91-12 6" GATE VALVE # 1-13 FIRE HYDRANT # 1-14 TIE TO EXISTING WATERLINE # 1-15 CUT AND PLUG EXISTING WATER LINE # 1-16 4" SERVICE TAP, IRR, FL, # 1-17 3" SERVICE TAP # 1-18 2" SERVICE TAP 91-19 1" OR LESS SERVICE TAP 91-20 ASPHALT REMOVAL 91-21 CONCRETE REMOVAL 91-22 1" HMAC COL TYPE C 91-23 CONCRETE PAVING REPAIR # 1-24 4" SIDEWALK # 1-25 TYPE A CURB AND GUTTER 91-26 FLOWFILL QTY Unit Extended +/- U/M Price Cost 1 LS 100,000.00 100,000.00 1 LS 54,000.00 54,000.00 1 LS 12,000.00 12,000.00 13738 LF 2.00 27,476.00 3 EA 15,000.00 45,000.00 1 EA 4,800.00 4,800.00 11925 LF 65.00 775,125.00 570 LF 150.00 85,500.00 25 EA 3,300.00 82,500.00 1813 LF 57.00 103,341.00 710 LF 133.00 94,430.00 42 EA 2,100.00 19 EA 6,070.00 39 EA 2,580.00 15 EA 2,330.00 6 EA 4,700.00 1 EA 4,370.00 2 EA 4,000.00 31 EA 2,035.00 5590.22 SY 23.00 50 SY 260.00 5590.22 SY 52.00 150 SY 260.00 100 SY 180.00 100 LF 200.00 1429.56 CU 255.00 Total (Items 1-1 through 1-26): 88,200.00 115,330.00 100,620.00 34,950.00 28,200.00 4,370.00 8,000.00 63,085.00 128,575.06 13,000.00 290,691.44 39,000.00 18,000.00 20,000.00 364,537.80 $ 2,700,731.30 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 ($ ) or a Proposal Bond in the sum of 5% of Total Bid Amount Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(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. (Seal if Offeror is a Corporation) ATTEST: 0�&6�pl Secretary Leanna Perez 16 Offeror acknowledges receipt of the following addenda: Date: 05/22/2024 horized Signature Randall Middleton, Vice -President (Printed or Typed Name) Rink's Lease Service, Inc. Company PO Box 456 AddressLevellandHockle City, county 7 Texas 9336 State Zip Code Addenda No. Date Telephone: 806 - 894-7415 Addenda No. Date Fax: 806 - 894-3491 Addenda No. Date Email: randall(&-rinksls.com Addenda No. Date FEDERAL TAX ID or SOCIAL SECURITY No. 752260405 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 term 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 Acknowledgement 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 Nnme! Signed By: Rink's Lease Service, Inc. Print Name and Title: Randall Middleton, Vice -President Date: 05/22/2024 Page Intentionally Left Blank Liberty Mutual. Document A31 OTM - 2010 SURETY Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) RINK'S LEASE SERVICE, INC. Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 This document has important P.O. BOX 456 legal consequences. LEVELLAND, TEXAS 79336 Consultation with an attorney is encouraged with respect to its Mailing Address for Notices completion or modification. OWNER: Liberty Mutual Surety Claims (Name, legal status and address) P.O. Box 34526 Any singular reference to CITY OF LUBBOCK Seattle, WA 98124 Contractor, Surety, Owner or other party shall be considered plural where applicable. LUBBOCK, TEXAS BOND AMOUNT: 5% Five Percent of Bid Amount PROJECT: (Name, location or address, and Project number, if any) WATER LINE CHANGE OUT AHEAD OF PAVING, MANHATTAN HEIGHTS RFP 24-18063-TF The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 22nd day of MAY 2024 RINK'S LEASE SERVICE, INC. (Principal) ('Seal) Witness) ZAjcA&(, 17710PGF70---) , V/G-0 - r (Title)/C /�7 oOeETau, F"5oewr Liberty Mutual Insurance Company (Surety) c Pv iNSUg4 (Witness) CARLA ROGERS �; 191s a (Title) LA HILL, ATTORNEY-IN-FACT-'w�,'ss,C,,saa LMS-20862e 11/17 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Libertx SURETY r► Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8197873 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Marla Hill, Howard Cowan all of the city of Lubbock state of TX each individually' If there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this I st day of November , 2018 . 0) c State of PENNSYLVANIA S County of MONTGOMERY Liberty Mutual Insurance Company P� INS(/ POSY INS& a 1Nsup9 The Ohio Casualty Insurance Company �oaPOr+gr Lp yJ �oaPO" ' �r�y `GP ooRPO - y0 West American Insurance Company J � 1912g0 0 1919 0 g 1991 0 i tv O Q YdV1 s'QACHU`�� da SO NAMPsa ,aD 't'Sf �NOIANp' ,dad r By: David M. Carey, Assistant Secretary 0 a) On this 1 st day of November , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 2 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ca IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. N N gp, PAS 0 O �44yo ONWy < COMMONWEALTH OF PENNSYLVANIAIr Notarial SealQ/�-R� � OF Teresa Pastella, Notary Public p q Upper Marion Twp., Montgomery County By: C (`p gQ' My Commission Expires March 28, 2021 ro �, Teresa Pastella, Notary Public Cl) qi?y J,�y Member, Pennsylvania Association of Notaries N � a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0.S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: S ARTICLE IV— OFFICERS: Section 12. Power of Attorney. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the > President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety > C: any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Z:3 instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 22nd day of MAY 2024 P� d�SORq PIS`( INS& \NS(J� j`OFPOIygTo �� �J GONPO�l�y� GPG ` OFPO�r Fo tf1 � 1912 0 0 1919 0 � 1991 0 z o s o r,�/ ssAcf�usr`�.pa SO yNgM45�,aa� ems, �NDIANP ,da By Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 CO) N C s W m E C0. 00 _ M Q � 0 C N f6 Is C) O N O -C M oa) �S_ a0 >o m11- y N 00 M Lr- co C 6 0 0 — Oro City of Lubbock Insurance Requirement Affidavit Project Number: RFP 24-18063-TF To Be Completed by Bidder or Offeror I, the undersigned Bidder/Offeror certify that the insurance requirements contained in this bid/proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock (City), I will be able to, within ten (10) business days after being notified of such award by the City, furnish a valid insurance certificate and endorsements to the City meeting all of the requirements presented herein. ntractor Repre enta K e (Original Signature) Randall Middleton, Vice -President Contractor Representative (Printed) Contractor's Business Name: Rink's Lease Service, Inc. (Print or Type) Contractor's Address: PO BOX 456 Levelland, TX 79336 Contractor's Email Address: randall@rinksls.com INSURANCE AGENT/BROKER CONTACT INFORMATION Firm Name: McAnally Wilkins, Inc. Contact Name: Lynsie Morgan Phone No.: 432-685-9307 Email: lynsie@mcanallywilkins.com II NOTE TO CONTRACTOR II If the time requirement specified above is not met, the City has the right to reject this bid/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. Page Intentionally Left Blank 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 Rink's Lease Service, Inc Business Address of Principle Office 1707 FM 300 PO Box 456 Levelland TX 79336 Telephone Numbers Main Number 806-894-7415 Fax Number 806-894-3491 Web Site Address N/A Form of Business (Check One) If a Corporation Date of Incorporation X A Corporation A Partnership An Individual 1990 State of Incorporation Texas Chief Executive Officer's Name Kip Middleton President's Name Kip Middleton Vice President's Name(s) Randall Middleton Secretary's Name Leanna Perez Treasurer's Name Leanna Perez If a Partnership Date of Organization State whether partnership is general or limited If an Individual Name Business Address Identify all individuals not previously ;amed which exert a significant amount of business control over the organization OrganizationNM Indicators of Average Number of Current Full Time 3 3 Average Estimate of Revenue for the $5 000 000.0 Employees Current Year Contractor's Organizational Experience Organization Doing Business As Business Address of Regional Office t5aMe AS AUQVe Name of Regional Office Manager Telephone Numbers Main Number Fax Number Web Site Address 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 List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Experience Years experience in projects similar to the proposed project: 33 AW A As a General Contractor 1 33 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? N 0 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? N 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? N O If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As Rink's Lease Service, 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. 1 Kip Middleton -Owner, Project Manager, Estimating, Invoicing Randall Middleton -Owner, Safety Officer, QC and Logistics Manager Leanna Perez-Owner/payroll clerk and accounts payable Eddie Torrez, David Benitez, and Jimmy Little -Senior project superintendents Six shared senior equipment operators Three pipe crew foreman 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. 2 Kip Middleton -Owner, Project Manager, Estimating, Invoicing Randall Middleton -Owner, Safety Officer, QC and Logistics Manager David Benitez -Senior project superintendent Eddie Torrez-Alternate senior project superintendent Six shared equipment operators Respective pipe crew foreman 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 Kip Middleton Randall Middleton Project Superintendent David Benitez Eddie Torrez Project Safety Officer Randall Middleton David Benitez Quality Control Manager Randall Middleton David Benitez 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. Please see attached Mission Statement outlining our company structure and explaining how we share our workload. Proposed Project Managers Organization Doing Business As Rink's Lease Service, Inc. Name of Individual Kip Middleton Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Over 100 Number of similar projects in other positions None Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Estimating Projects 30% On -Going General Management of All Projects 70% On -Going Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference Name Tony Alcazar Name Landon Allen Title/ Position Construction Specialist Title/ Position Engineer Organization Occidental Permian Organization Parkhill Telephone 806-789-8206 Telephone 806-283-2881 E-mail E-mail LAllen Parkhill.com Project Many years of large oilfield projects Project Levelland 8th Street Water Line & Candidate role on Project Alternate Candidate Name of Individual Project Manager Candidates role Progressive Place Utility Improverner on Project Project Manager __,m Randall Middleton Years of Experience as Project Manager 6 Years of Experience with this organization 14 Number of similar projects as Project Manager 30 Number of similar projects in other positions None Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Muleshoe Hwy 84 Emergency Sewer Line Replacement 30% 05/28/2024 City of Lubbock Park Tower Sewer Pre Construction Coordination 40% 10/31/2024 General Management of all projects 40% On -Going ' Name .ss Daniel Albus Name K le Krueger Title/ Position Engineer Title/ Position Engineer Organization Parkhill Organization Parkhill Telephone 806-638-7056 Telephone 806-392-8392 E-mail E-mail kkrue er arkhill.com Project LEDA Le rino Treated Effluent Line Project Muleshoe Emergency Sewer Repair Candidate role on Project Project Manager Candidate role on Project Project Manager Proposed Project Superintendent Organization Doing Business As CandidatePrimary Name of Individual Rink's Lease Service, Inc. David Benitez Years of Experience as Project Superintendent 16 Years of Experience with this organization 34 Number of similar projects as Superintendent Over 50 Number of similar projects in other positions Over 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Muleshoe Hwy 84 Emergency Sewer Repair 100% 05/28/2024 City of Lubbock Park Tower Sewer Replacement Will be 100% Once Started 06/03/ 024 10/31/2024 Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference Name Max White Name Adam Salinas Title/ Position Inspector Title/ Position Inspector Organization Parkhill Organization City of Lubbock Telephone 806-777-0161 Telephone 806-548-4153 E-mail Mwhite Parkhill.com E-mail a.sa.linas@mail.ci.lubbock.tx.us Project Levelland 8th St. Water Line Project Annexation of Water Lines Candidate role on Project Alternate Candidate Name of Individual Superintendent Candidate role on Alcove- Pine Hills Project Superintendent Eddie Torrez Years of Experience as Project Superintendent 27 Years of Experience with this organization 27 Number of similar projects as Superintendent Over 100 Number of similar projects in other positions 16 years industry experience in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Various Oilfield Pipeline Projects 100% On -Going Name .61 Mark Carpenter K61"FlIffroycompTam, Name Todd Kin Title/ Position Inspector Title/ Position Team Lead Organization Parkhill Organization Occidental Permian Telephone 806-777-0160 Telephone 806-215-0183 E-mail mcarpenter@parkhill.com E-mail todd_king@oxy.com Project LEDA Le rino Treated Effluent Line Project Wasson 30" Water Line Candidate role on Project Superintendent Candidate role on Project Superintendent The next 2 pages will be redundant. Please see attached Proposed Project Safety Officer narrative explaining how our key personnel fulfill multiple roles. Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As Rink's Lease Service, 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 This information is included in the attached written 4. Cost control narrative explaining key personnel roles. 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 necess Equipment Item Primary Use on Project Own Will Lease Please see attached Com an Owned Equipfrent List Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? All paving removal, water line installation including all appurtenances, bores, tie ins, and paving replacement What work does the organization propose to subcontract on thisproject? Traffic control, soil density testing, and SCRC hot taps. Contractor's Subcontractors and Vendors Organization Doing Business As Rink's Lease Service, Inc. Project•• • Provide a list of subcontractors that will provide more than 10 percent of the work based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm No subcontracted work will bE more than 1 % of the total contract amount 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•• 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 Ferguson Waterworks All pipe, fittings, and appurtenances X Lubbock Tx West Texas Paving, Lubbock TX Asphalt X PB Materials Lubbock TX Concrete and Flowfill X 10 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Lubbock Economic Development Alliance I Project Name ILEDA Leprino Treated Effluent Line General Description of Project: 13,000 Ft of 14" HDPE along E. 19th St., 550' 18" cased bore, slick bores, concrete manholes, cofferdam and discharge structure into lake Project Cost $ 2,214,263.00 1 Date Project Completed I April 30, 2023 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Kip Middleton Eddie Torrez Randall Middleton Randall Middleton Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Jana Johnston Representative LEDA 806-749-4500 jana@marketlubbock.org Designer Daniel Albus Engineer Parkhill 806-473-3622 dalbus@parkhill.com Construction Manager Mark Carpenter Inspector Parkhill 806-777-0160 mcarpenter@parkhill.com Project Owner I City of Levelland, Texas Project Name Waterline Replacement and Manhole Rehabilitation General Description of Project:2000' of 6" C900 PVC in an existing paved city street, slick bores, tie into existing services and existing lines, install fiberglass liner in existing brick manhole Project Cost $328,435.00 1 Date Project Completed F August 12, 2022 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Kip Middleton David Benites Randall Middleton Randall Middleton Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Joe Cavazos Asst. City Manager City of Levelland 806-894-0113 jcavazos@levellandtexas.org Designer Landon Allen Engineer Parkhill 806-283-2881 lallen@parkhill.com Construction Manager Max White Inspector Parkhill 806-777-0161 mwhite@parkhill.com Project Owner City of Lubbock Project Name I Annexation Water Lines -Alcove General Description of Project:23 000 FT of 12" and 16" waterline and appurtenances in city ROW 600' and 340' 20" cased bores 3700' of 8" waterline and h drants in the city RO Project Cost a well established subdivision I Date Project Completed I Aril 25, 2021 Key Project Personnel $ 2,883,670.00 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Kip Middleton David Benates Randall Middleton Randall Middleton Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Bailey Ratcliffe Engineer City of Lubbock 806-775-2329 bratcliffeC@mail.ci.lubbock.tx. Construction Manager Adam Salinas Inspector City of Lubbock 806-548-4153 asalinasC@mail.ci.lubbock.tx.0 J in Attachment B Proiect Information Project Owner I City of Levelland Project Name LEDC Progressive Place Utility Improvements General Description of Project 3,560' of 10" C900 PVC waterline, 8 Fire Hydrants, 200' 18" cased bore, 8"x6" Hot tap 1,710' of 8" SDR 26 PVC Sewer line avg depth 14', 12) 60" concrete manholes ProjectBudget• Budget History Schedule Perfonnance Amount % of Bid Amount Date Days Bid $748,365.00 Notice to Proceed 6/16/2022 Change Orders None Contract Substantial Completion Date at Notice to Proceed 9/14 2022 90 Owner Enhancements None Contract Final Completion Date at Notice to Proceed 10/14/2022 120 Unforeseen Conditions None Change Order Authorized Substantial Completion Date N/A Design Issues None Change Order Authorized Final Completion Date N/A Total Actual / Estimated Substantial Completion Date 9/8/2022 84 Final Cost $748,365.00 ProjectKey • Actual / Estimated Final Completion Date 10/3/2022 Project Manager Project Sup Safety Officer Quality Control 109 Manager Name Kip Middleton Eddie Torrez Randall Middleton Kip Middleton Percentage of Time Devoted to the Project 75% 100% 40% 75% Proposed for this Project 75% 100% 40% 75% Did Individual Start and Complete the Project? Yes No Yes Yes If not, who started or completed the project in their place. David Benites Reason for change. Eddie started the next project when this p ject was 90% comple e and David Stayed Behind and completel the final punch list Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Joe Cavazos Asst. City Manager City of Levelland 806-894-0113 jcavazos@levellandtexas.org Designer Landon Allen Engineer Parkhill 806-283-2881 LAllen@parkhill.com Construction Manager Max White Inspectors Parkhill 806-777-0161 Mwhite@parkhill.com Suret Marla Hill Bond A ent Cowan -Hill Bond A enc 806-722-2663 Marlahill@sbcglobal.net Number of Issues All Resolved Total Amount involved in None Resolved Issues Number of Issues Pendin None Total Amount involved in Resolved issues None PO Box 456 Levelland, TX 79336 • inL-Imi6 . , , LEVELLANP,TEXAS 806-894-7415 randall@rinksls. com City of Lubbock Water Line Chan-ee Out Ahead of Paving, Manhattan Heiehts Proiect Specific Managerial Oreanization Attachment 2 PO Box 456 Levelland, TX 79336 Resume David Benitez Project Superintendent ain S--� LEVELLA NP�TEXAS 806-894-7415 randall@rinksls.com February, 2024 • 31 years of consecutive employment with Rink's Lease Service • Project superintendent for 15 years • A true "Jack of all trades and master of most" employee o Arguably, Rink's most valuable asset • Proficient in the installation of: o Civil utility piping and appurtenances o Polyethylene pipe o Fiberglass pipe o Welded steel pipe o Zaplok steel pipe • Highly Knowledgeable in pressure testing pipelines • Highly Knowledgeable in sanitizing and performing bacteria testing • Operates excavation and horizontal boring equipment at an impressive level of skill • Upmost dedication to safety and quality • Resourceful use of employees and equipment to keep the project moving forward at all times. • The "go to guy" for a challenging project or problem o Vast amount of knowledge and judgement PO Box 456 Levelland, TX 79336 1 in S LEVELLA ND, TEXA5 Resume Randall Middleton Safety Director/Operations Manager 806-894-7415 ran dall@rinksls.coin February 2, 2024 • Welder for Rink's Lease Service for 8 years. • Operations manager January 2018-present • Co/Owner January 2018- present • Safety Director July 2020-present • 15 years total industry experience • Knowledgeable in managing logistics of equipment and materials to ensure crews have no down time. • Dedicated to training employees to understand the importance of, and practice, the safe working procedures Rink's has implemented including: o Underground line spotting o Excavation, trenching, and shoring o Traffic control o Lifting and craning • Resourceful in the use of personnel and equipment • Oversees maintenance and repairs of all equipment; ensuring all pieces are in safe and efficient working order • Highly knowledgeable in the installation of: o Intricate piping systems o Pipeline systems in close quarter residential areas to cross-country operations • Proficient with navigating computer software • Often spends time working hands on with the employees to better understand any need of better tools and equipment, or further training to guarantee: Safety, Quality, and Efficiency. • Works diligently behind the scenes on all necessary permits, contracts, and other preparations ensuring all projects are seamless PO Box 456 Levelland, TX 79336 Resume Kip Middleton Project Manager 1 ICI S , , LEVELLA N�� TEX • General Manager of Rink's Lease Service for 33 years • Co/Owner January 2018- present • 40 years total industry experience • Has managed hundreds of pipeline projects of all sizes • Highly knowledgeable in the installation of: o Civil utility piping and appurtenances o Polyethylene pipe o Fiberglass pipe o Welded steel pipe o Zaplok steel pipe 806-894-7415 randaIl@rinksls. com February 2, 2024 • Proficient with Google Earth mapping and Microsoft Excel • Strong understanding of unit price invoicing • Dedicated to quality and morally fundamental business practices • Provides strong support and problem -solving strategies • Maintains an excellent company safety record by providing training and leadership, as well as hands on demonstration • Lives by the philosophy of "Do what you say you will do, when you say you will do it, for the price you said you would do it for" PO Box 456 Levelland, TX 79336 Resume Eddie Torrez Project Superintendent ain S--� LEVELLA NP�TEXAS Superintendent for Rink's Lease Service for 27 years 806-894-7415 ran dall@rinksls.coin February 2, 2024 • 43 years total industry experience • Proficient in the installation of: o Civil utility piping and appurtenances o Polyethylene pipe o Fiberglass pipe o Welded steel pipe o Zaplok steel pipe • Highly Knowledgeable in the design and layout of trenching and excavation at all depths • Manages all one -calls and coordinates with utility company representatives o Maintains a less than 1 %-line strike record • Can operate any piece of equipment to it's fullest potential o Trains operators to use equipment safe and efficient • Dedicated to quality work at all cost • Efficient at assigning tasks and keeping the job moving forward at all times • Keeps a very cool head and can de-escalate a situation quickly • Resourceful use of employees and equipment • Strong organizational skills • Safety minded in every aspect of the job 1 Lease Service 1� PO Box 456 LEVELLANO, TEXAS / 806-894-7415 Levelland, TX 79336 `{\\ \/rJ randall@rinksls.com Mission Statement Rink's Lease Service, Inc. is a pipeline construction company that has been operating from Levelland, Texas for 33 years. We are dedicated to safety, quality work, outstanding customer relationships, and fulfilling our obligations as quick as possible. We take great pride in our reputation and believe in honoring our promises no matter what it takes. We owe the prolonged success of our business to keeping our ownership and management in-house and never over -extending our operations to a point that we lose the key elements of our strong foundation. Kip Middleton, Randall Middleton, and Leanna Perez are the 3 owners of the company. Leanna manages the accounts payable and payroll department, while Kip and Randall manage the day-to-day project operations. Rink's goal is to maintain 3 full pipeline crews working on separate projects at all times. Each crew has a well -seasoned superintendent that values our core principals and works diligently to uphold them. Each crew also utilizes 2 highly experienced equipment operators, and a carefully selected group of skilled and common laborers. With these key personnel in place, Randall and Kip are able to fulfill multiple roles as overall project managers. Randall and Kip each have the full capability to share an equal and interchanging workload. Both offer a hands-on approach to the training and leadership of our employees, and at least one of them consistently spends time at each jobsite every day, and has a personal meeting every morning with the job superintendents to discuss any project issues and progress. However, Randall and Kip both are careful not to micromanage their employees to a point that they feel untrusted. Of course, the projects that are more challenging get more of their attention than those of simpler nature. In the department of contract administration, Kip, Randall, and Leanna all work diligently to keep invoicing, accounts payable, contract documents, and e-mail response as current as possible. We live by the theory that we don't want anyone waiting on us to complete our necessary obligations. Typically, it is Randall's strong suit to handle the coordination with subcontractors and suppliers. He is very resourceful, and has developed a great relationship with all of our vendors. He understands the importance of making sure all necessary materials and supplies are on the jobsite well before they are needed by the crews and maintains a tight inventory by directly accounting for all parts and pieces. He ensures that subcontractor and material scheduling is done well ahead of time to allow for any unforeseen, lengthy lead times. It is overwhelming at times to manage multiple projects at once, but it is crucial to choose the highest priority task of the day and focus on that aspect of the project until it is complete or resolved. Both Kip and Randall are well -versed in focusing on the most important task at hand, while simultaneously fulfilling lower priority responsibilities when the opportunity arises. Quality management and overall job safety are held in high regard by Rink's Lease Service. We understand and respect the fact that these two aspects of business start at the top and trickle down to each and every employee. Rinks maintains an excellent safety record due to our employee training, correction, discipline, and encouragement. We feel it is vital that our employees not only follow safe working practices and procedures, but that they truly understand and respect the reasoning for the methods they are using. This goes hand -in -hand with quality control. Every employee needs to comprehend the importance and reasoning of installing a project correctly and to the owners' specifications, because not every action can be supervised at all times. We achieve this level of quality management by hands-on leadership and instruction, and instill a level of respect and trust in our employees and make them well aware of our appreciation and care. Kip and Randall both operate Rink's Lease Service under these three business principles. "Do what you say you're going to do, when you say you're going to do it, for the price you said you would do it for." This is not always easy in the aspect of cost control and unforeseen changes in the job, but we operate on the theory of taking the good with the bad. We have contingency budgets in our bids that help to cover unexpected costs, but still retain competitive pricing. We don't care for change orders, and know that owners don't either, but also realize that sometimes they are justified. When we encounter a large change in a project that is necessary, we immediately request a meeting with the inspector and engineer to discuss the best option for the owner, as well as our company. Rink's prides itself on our impeccable equipment maintenance program. We have a wide array of excavation and boring equipment, all of which are owned by us. We ensure that every piece of machinery is in excellent and safe working order before it goes to the job. We employ a full-time mechanic, and a full-time haul truck driver to move pieces from job to job. Randall and Kip can both often be found in the shop or on a jobsite preforming both minor and major repairs, and preventative maintenance themselves if their time management allows for it. They feel it is vital to the operation of our business that they personally know the condition and capabilities of every piece of equipment we own. Each and every project faces different challenges, and requires a great amount of attention at the beginning to get it moving forward. We attempt to schedule our projects to where either Randall or Kip can devote almost 100% of their time to fulfilling the contract documents, ordering material, arranging equipment and tools, and briefing the superintendent so that our crews are set up for success rather than failure from the start. Again, we are able to achieve this by not over -extending ourselves beyond our means. We hold our reputation in high regard, and value the relationships we have built with our customers in all our years of business. We feel that it is of great value to an owner or engineer to be able to speak directly to one of the three owners of our business at any time to immediately resolve issues or answer questions without having to follow any difficult channels. N Rink's Lease Service Equipment List Updated 05/21/2024 Schedule C Backhoes Unit # Year Model Description Serial # Purchase Date 509 2012 CASE 580N JJGN580NKCC560664 510 2013 CAT 420F SKR02085 511 2013 CAT 420F IT JWJ00240 513 2013 CASE580SN NEC706415 514 2004 CASE 580M Series 2 Turbo N5C388982 7/1/2018 518 2018 CAT 420F2 HWC03947 2/21/2022 523 2021 CASE 580SN JJGN58SNKNC780001 5/9/2024 Excavators 506 2006 CASE CX210 DAC212856 12/1/2011 515 2014 CAT 320EL OWBK02719 10/1/2018 519 2013 CAT 336EL OJRJ00222 8/25/2022 520 2023 Hitachi ZX60 HCMAFC60C00296737 6/5/2023 521 2019 CAT 330FL HCK20269 9/14/2023 Ditchers 109 1994 VermeerT-655 1000243 2/1/2013 110 1998 Vermeer T-655 Commander 1000346 2/1/2015 Sidebooms 120 CAT D4-E 27X00594 191 CAT 561-D 54X468 193 CAT 561-D 54X00303 450 John Deere 450-E T0450EC721882 456 2007 CASE750K CAL003433 Unit # Year Model 124 194 1989 195 279 2011 280 1988 281 2002 282 2011 78 1980 231 1996 292 1998 248 1993 609 1997 123 175 189 188 422 452 449 121 412 413 517 2016 2018 Motor Graders Description John Deere 770-BH CAT 140-G John Deere 770-C Serial # 538509 72VO8277 DWTTOCX563042 Trucks Mack Granite Water Truck 10508 Peterbilt 379 Haul Truck 52815 Peterbilt 379 Haul Truck 80229 Peterbilt 386 Dump Truck 6BD117879 Mack Pump Truck 64150 Int'I Pump Truck 19295 Ford Water Truck 26490 Ford Dump Truck 11131 Ford Dump Truck 43094 Misc Equipment International Boring Machine John Deere 5075E Tractor 1PY5075EJPR425199 Vermeer Bore Machine Laney Bore Machine John Deere 8' Shredder CAT P6000 Forklift AT13F10870 McElroy 14 Fusion Machine McElroy 28 Fusion Machine McElroy 412 Fusion Machine McElroy 618 Fusion Machine CAT 289D CTL OTAW05554 Superior SBP-15 Padding Bucket 24" Striker Compaction Wheel 24" CAT Compaction Wheel 18" CAT Compaction Wheel 18" Kenco Compaction Wheel 12" American Compaction Wheel 36" American Compaction Wheel Wacker Neuson Jumping Jack Tamper Purchase Date 5/15/2024 11/8/2023 4/21/2017 10/1/2014 7/1/2022 Pickups Unit # Year Make Model VIN Tag # Renewal Month Purchase Date 615 2013 Ford F-150 ECSB 61667 BYM-0931 Apr 618 2014 GMC 1500 CCSB 72264 DXT-8573 Oct 620 2014 Chev 2500 RCLB 78151 DXT-8571 Oct 627 2017 Dodge 2500 CCSB 52950 KJT-7975 Jan 628 2004 Chev 2500 RCLB 97108 KJV-1062 Dec 629 2018 Ford F-250 CCSB 35372 KST-3342 June 630 2013 Chev 2500 RCLB 6984 JM H-1521 June 631 2015 Chev 2500 RCLB 34441 LHJ-3433 Oct 632 2018 Chev 1500 CCSB 68570 LKD-5293 Nov 633 2015 Chev 2500 RCLB 29467 LPL-9467 Dec 1/19/2019 637 2017 Chev 2500CCLB 11765 M YR0960 Dec 1/20/2020 638 2018 Dodge 2500CCLB 6064 M YR0959 Dec 1/20/2020 639 2012 Ford F-250 CCLB 85982 RKC1492 Feb 2/22/2022 640 2015 Ford F-250 CCLB 65280 RNY2838 Mar 3/22/2022 641 2018 Chev 1500CCSB 74611 1GG273 Sept 8/19/2020 642 2019 Chev 2500CCSB 73937 SKR0894 Dec 12/22/2023 643 2017 Ford F-250 CCLB 73399 TDD8170 May 5/23/2023 645 2019 Ford F-350 CCLB 67200 TMK9769 Sept 10/23/2024 646 2019 Chev 1500 CCSB 274925 Dec 12/23/2024 647 2021 Chev 1500 CCSB 107608 TWN1548 Feb 2/1/2024 648 2019 Ford F-250 ECLB 40533 TWN1547 Feb 2/24/2024 649 2019 Ford F-250 CCLB 90814 TWN1549 Feb 2/24/2024 650 2016 Chev 2500 CCSB 406095 TXY6146 Mar 3/11/2024 Trailers Unit # Year Model Description Tag # VIN # Purchase Date 320 Extra Tag 071-971H 321 2019 Black 40' Pipe 378-731K 7/26/2019 323 2012 Ingersoll Rand Air Compressor M02-0053 353 Yellow Water Tank Trailer 791-990H 368 Enclosed Fresh Air Trailer 498-26L 387 2000 Gray 16' Utility w/o Ramp 934-28P 394 2000 Red 16' Utility w/o Ramp 791-991H 395 Extra Tag 454-55H 398 Gray 30' Pipe 048-262H 399 2014 Black 40' Pipe 769-926M 400 2014 Black 16' Utility 697-651K Stolen Recovered 401 2018 Eager Beaver 55GSL 127-CO34 1125D5530JL082540 5/1/2018 402 2018 Red 40' Pipe 998-968J 5/1/2018 404 2022 Eager Beaver Flip Axle 112KAP05XNL085626 8/23/2022 403 2018 Red Poly Spool 027-666K 6/1/2018 416 2019 Black Utility w/Test Tank 331-848K 5/1/2019 718 2014 Black 16' Utility 628-811K 720 2014 Blue 16' Utility w/ Ramp 697-699K Stolen Recovered 405 2020 Gray 12' for Fusion Machine 534-767K 4R7BU1218LN190584 10/22/2019 417 2020 Black 24' Bumper Pull Flat deck 738-048K 5RVF82425LP091780 7/31/2020 458 2017 DitchWitch FX25 Hydrovac 697-562K 1DSB122C2H1700841 8/31/2020 418 2023 Black 20' BP Equip Trailer 571-576M 3P9XAML29P3043061 9/15/2023 419 2021 Black 20' BP Equip Trailer 714-295M 4ZECH202XM1212886 3/10/2024 • inL., . , , PO Box 456 LEVELLANP, TEXAS Levelland, TX 79336 Managerial Oreanization Attachment 1 806-894-7415 randall@rinksls. com 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. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. 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 X NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 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 X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO 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. s Sigfiature ' Randall Middleton, Vice -President Title nag; » » PO Box 456 4F ®'" 806-894-7415 Ri g; Levelland, TX 79336 randall@rinksls.com Rink's Lease Service OSHA Violation Report Date of Inspection: 0510112023 Location of Inspection: City of Lubbock Spanish Bit Water Annexation Proiect — North Iola Ave and Erskine Street, Lubbock, TX Citations Issued: Citation 1, Item 1 a: Employee not wearing hard hat in trench (less than 5' deep). Corrected immediately upon inspection. Classified as Other Than Serious. Penalty of $1,750.00 issued. Citation 1, Item 1 b: Employee not wearing safety glasses. Corrected immediately upon inspection. Grouped with Item la. No penalty assessed. Citation 1, Item 2: Employee not wearing reflective vest. Corrected immediately upon inspection. Classified as Other Than Serious. Penalty of $1,750.00 issued. Citation 1, Item 3: Crew using a slightly torn sling. (Lifting less than 200lbs). Corrected immediately upon inspection. Classified as Other Than Serious. No Penalty Issued. Total penalty amount of $3,500.00 was paid to OSHA and the case has been closed. Rink's Lease Service has discussed the issues found in the investigation with all employees and has retrained all employees on the Personal Protective Equipment regulations enforced by OSHA and Rink's Lease Service. Rink's has also retrained employees on rigging inspection and has since began using a more durable style of lifting sling to mitigate issues with tearing. Date of Inspection: 11/16/2023 Location of Inspection: City of Lubbock Water Line Changeout Phase 5 Near 1007 Broadway Ave, Lubbock, TX Citations Issued: Citation 1, Item 1: Employees operating a handheld masonry saw without using the water delivery system were exposed to silica hazards. Corrected immediately upon inspection. Classified as Other than Serious. Penalty of $3,000.00 issued. Total penalty amount of $3,000.00 was paid to OSHA and the case has been closed. Rink's Lease Service has discussed the issue found in the inspection with all employees and has retrained all employees on Silica Hazards and the masonry cutting procedures found in the Rink's safety manual. NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY Randall Middleton 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 firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. Rink's Lease Service, Inc. Firm Randall Middleton Name Vice -President Title Subscribed and sworn to before me this a Q +h`day of Ma 20A`� q Notary Public My Commission Expires "?-a.-(-2, p_ Leanne Perez 'f+ My Commission Expim P ID O. 3584712 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 Koppl Pipeline Services Mansfield, TX SCRC Hot Taps Barricades Unlimited Lubbock, TX Traffic Control Lubbock Labs Lubbock, TX Density Testing 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: Rink's Lease Service, Inc. (PRINT NAME OF COMPANY) Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Company Name Location 1. Koppl Pipeline Services Mansfield, TX 2. Barricades Unlimited Lubbock, TX 3. Lubbock Labs Lubbock, TX 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Minority Owned Services Provided Yes No SCRC Hot Taps ❑ ❑ Traffic Control ❑ ❑ Density Testing ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ SUBMITTED BY: Rink's Lease Service, Inc. (PRINT NAME OF COMPANY) 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 Page 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 Rink's Lease Service, 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 Two Million Seven Hundred Thousand Seven Hundred Thirty -One Dollars And Thirty Cents ($2,700,731.30) 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 25" day of June, 2024, to RFP 24-18063-TF Water Line Change Out Ahead of Paving, Manhattan Heights 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 2024. 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: 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 Rink's Lease Service, 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 Two Million Seven Hundred Thousand Seven Hundred Thirty -One Dollars And Thirty Cents ($2,700,731.30) 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 25th day of June, 2024, to RFP 24-18063-TF Water Line Change Out Ahead of Paving, Manhattan Heights 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 , 2024. 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 � � STATE OF TEXAS COUNTY OF LUBBOCK Contract 18063 � THIS AGREEMENT, made and entered into this 25�'' day of June, 2024 by and bet�een the City of Lubbock, County of Lubbock, State of Texas, acting by and tl�rougl� the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Rink's Lease Service, Inc. of the City of Levelland, County of Hocklev 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 24-18063-TF Water Line Change Out Ahead of Paving, Manhattan Heights 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. Rink's Lease Service, Inc.'s proposal dated Mav 22, 2024, 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 substantiaily complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Rink's Lease Service, Inc. By: PRI ED NAME:��.rPA ur /%%/oo �Ert�.� TITLE: V /GE- Pe�S/mE.JT C F LUBBOCK T AS (OWNER): By: ark McBrayer, Mayor ATT T: Courtney Paz, City Secretary COMPLETE ADDRESS: Rink's Lease Service, Inc. PO Box 456 Levelland, TX 79336 ATTEST: APPROVED AS TO CO TENT: Public Works Representative i�� G, C��� � � z Name (Printed) Date l �" P OVE AS TO FORM: Secretary ' ]li Leisure, Senior Assistant City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 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 Rink's Lease Service, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 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 Mike Keenum, P.E., CFM, Division Director of Engineering/City Engineer, 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 requirements). 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). Commercial General Liability HeavyEquipment Endorsement: Heavy equipment endorsement is required Commercial General Liability Digging 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 min) 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 non- payment. • Carriers must meet a A.M. Best rating of A- or better. • Subcontractors must carry same limits as listed above. 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 obj ects 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 $200 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 $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 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. .R M The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 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. 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://c i.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 INSERT WAGES "General Decision Number: TX20240002 01/05/2024 Superseded General Decision Number: TX20230002 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)(1). JIf the contract is entered Executive Order 14026 linto on or after January 30, generally applies to the 12022, or the contract is contract. renewed or extended (e.g., an The contractor must pay loption is exercised) on or all covered workers at after January 30, 2022: least $17.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2024. 1 If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022: Executive Order 13658 generally applies to the contract. The contractor must pay alli covered workers at least $12.90 per hour (or the applicable wage rate listedi on this wage determination, if it is higher) for all hours spent performing on that contract in 2024. 1 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 01/05/2024 SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ** ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** LABORER Asphalt Raker ...............$ 12.28 ** Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility............$ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer.........$ 14.87 ** Asphalt Paving Machine......$ 13.40 ** Broom and Sweeper...........$ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 ** Crawler Tractor Operator....$ 13.96 ** Excavator, 50,000 lbs or less ........................$ 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 ($17.20) or 13658 ($12.90). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. 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) (iii)). 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 ""UAW"' 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, 100% 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 DECISION" 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. SPECIFICATIONS Page Intentionally Left Blank Ch of Lubbiock WATERLINES AHEAD OF PAVING MANHATTAN HEIGHTS Cite ()f" #r ub oc TEXAS TECHNICAL SPECIFICATIONS APRIL, 2024 Seal Sheet * *�# 00 * rr ZOLTAN-CI<.[T- r..................... ... r r���'• 95663 x Sly 04/26/2024 Lubbock Capital Improvement Projects Seal Sheet April 26, 2024 Cih of Lubbock TABLE OF CONTENTS CITY OF LUBBOCK PROJECT TITLE DIVISION 01 GENERAL REQUIREMENTS...................................................................... 6 SECTION 01 11 00 SUMMARY OF WORK...............................................................................8 SECTION 01 14 00 WORK RESTRICTIONS..........................................................................12 SECTION 0122 00 MEASUREMENT AND PAYMENT.............................................................15 SECTION 0126 63 CHANGE ORDER...................................................................................20 SECTION 0129 00 PAYMENT PROCEDURES.......................................................................23 SECTION 0131 00 PROJECT MANAGEMENT AND COORDINATION......................................25 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULES...............................................27 SECTION 0132 33 PHOTOGRAPHIC DOCUMENTATION.......................................................29 SECTION 0133 00 SUBMITTAL PROCEDURES....................................................................31 SECTION 0140 00 QUALITY REQUIREMENTS.....................................................................35 SECTION 0145 29 TESTING LABORATORY SERVICES.........................................................39 SECTION 0156 23 BARRICADES, SIGNS, AND TRAFFIC HANDLING.....................................42 SECTION 0157 23 TEMPORARY STORM WATER POLLUTION CONTROL...............................43 SECTION 0160 00 PRODUCT REQUIREMENTS...................................................................48 SECTION 0177 00 CONTRACT CLOSEOUT.........................................................................51 DIVISION 02 EXISTING CONDITIONS........................................................................ 53 SECTION 02 40 00 DEMOLITION AND STRUCTURE MOVING...............................................54 SECTION 02 41 13.13 PAVING REMOVAL............................................................................58 SECTION 02 42 00 REMOVAL AND DIVERSION OF CONSTRUCTION MATERIALS ..................60 SECTION 02 83 33.13 LEAD -BASED PAINT REMOVAL AND DISPOSAL..................................62 DIVISION 03 CONCRETE............................................................................................. 77 SECTION 03 30 00 CAST -IN -PLACE CONCRETE...................................................................78 DIVISION 09 FINISHES............................................................................................... 88 SECTION 09 96 00 HIGH PERFORMANCE COATINGS...........................................................89 SECTION 09 97 13 COATING FOR REHABILITATING STEELWATER TANK STRUCTURE ........ 106 DIVISION 26 ELETRICAL........................................................................................... 117 SECTION 26 05 33.13 CONDUIT FOR ELECTRICAL SYSTEMS.............................................118 DIVISION 31 EARTHWORK....................................................................................... 120 SECTION 3100 00 EARTHWORK......................................................................................121 SECTION 3123 00 EXCAVATION AND BACKFILL FOR UTILITIES.......................................128 SECTION 3123 19 DEWATERING.....................................................................................138 SECTION 3123 23.13 BACKFILL......................................................................................141 SECTION 3125 24.03 TIED CONCRETE BLOCK EROSION CONTROL MATS .........................146 SECTION 3150 00 EXCAVATION SUPPORT AND PROTECTION..........................................149 DIVISION 32 EXTERIOR IMPROVEMENTS................................................................ 152 SECTION 32 92 00 TURF AND GRASSES...........................................................................153 DIVISION 33 UTILITIES............................................................................................ 159 SECTION 33 01 30.82 EPXOY LINING FOR CONCRETE MANHOLES....................................160 SECTION 33 05 07 TRENCHLESS INSTALLATION OF UTILITY PIPING................................164 SECTION 33 05 24.23 STEEL PIPE FOR WATER SERVICE..................................................168 SECTION 33 14 23.05 STEEL CASING...............................................................................183 SECTION 33 05 36 FIBERGLASS -REINFORCE PLASTIC UTILITY PIPE..................................186 SECTION 33 05 39.41 REINFORCED CONCRETE PIPE FOR SEWERS AND CULVERTS ........... 191 SECTION 33 05 60 FRAMES, GRATES, RINGS, AND COVERS..............................................195 SECTION 33 05 61 CONCRETE MANHOLES.......................................................................197 SECTION 33 05 63 CONCRETE VAULTS AND CHAMBERS...................................................201 SECTION 33 05 76 FIBERGLASS MANHOLES.....................................................................204 Capital Improvement Projects Table of Contents - 3 April 26, 2024 Cih of Lubbock SECTION 33 08 40 COMMISSIONING OF STORMWATER UTILITIES...................................208 SECTION 33 14 00 WATER UTILITY TRANSMISSION AND DISTRIBUTION ..........................217 SECTION 33 31 00 SANITARY SEWERAGE PIPING.............................................................231 SECTION 33 31 00.13 SANITARY SEWERAGE PIPING CONSTRUCTION..............................237 SECTION 33 32 11.13 BYPASS PUMPING OF EXISTING SANITARY SEWERS .......................246 SECTION 33 42 00 STORMWATER CONVEYANCE..............................................................250 DIVISION 40 PROCESS INTERCONNECTIONS.......................................................... 254 SECTION 40 05 67.36 PRESSURE -REGULATING VALVES....................................................255 SECTION 40 05 76.23 LINE STOPS...................................................................................262 Capital Improvement Projects Table of Contents - 4 April 26, 2024 Ch of Lubbiock THIS PAGE INTENTIONALLY LEFT BLANK Capital Improvement Projects 5 April 26, 2024 Lubbock DIVISION 01 GENERAL REQUIREMENTS Capital Improvement Proj ectsDivi sion 01 General Requirements - 6 April 26, 2024 Cih of Lubbock THIS PAGE INTENTIONALLY LEFT BLANK Capital Improvement Proj ectsDivi sion 01 General Requirements - 7 April 26, 2024 Cih of Lubbock SECTION 01 1100 SUMMARY OF WORK 1. GENERAL 1.1. SUMMARY A. This section covers the description of the Work to be completed under these Specifications. B. The OWNER is the City of Lubbock. 1) Owner's Representative: Michael G. Keenum, P.E. City Engineer/Division Director of Engineering City of Lubbock O: (806) 775-2393 2) Project Manager: Chad Greene Associate Civil Engineer City of Lubbock O: (806) 775-2339 C. Section includes: 1) Definitions 2) Project descriptions 3) Permits and licenses 4) Access to site 5) Contractor's use of the premises 6) Project schedule 7) Security Procedures 8) Coordination requirements 9) Pre -construction meetings 10) Warranty 1.2. DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. 1.3. PROJECT DESCRIPTION A. The purpose of this project is to change out aging water infrastructure that is beneath pavement and sidewalks within the Dunbar/Manhattan Heights area in Lubbock, Texas. B. Major work items are: Capital Improvement Projects Section 01 1100 - 8 April 26, 2024 Lubbock TEXAS 1) Change out existing water lines including furnish and install 10", 8", and 6" C- 900 DR-18 waterlines, reducers, gate valves, and fittings installed by trench or bore. 2) Cut, plug, and abandon in place existing asbestos cement waterlines. 3) Furnish and install new fire hydrants to provide adequate fire coverage. 4) Install services taps and connect to existing services lines. 5) Repair streets, ditches and driveway approaches to prior conditions as required. C. The Contractor shall furnish all labor, equipment, and materials required for the complete construction of the work as shown on the drawings and specified herein. D. All work shall be performed in accordance with the most recent City of Lubbock Design Standards for Water and Sanitary Sewer construction. E. A maximum of 500 feet of trench open at a time. 1.4. Work shall also include restoration or replacement of all removed or damaged pavement, curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition equal to that before the work began to the satisfaction of the Engineer. 1.5. PERMITS AND LICENSES A. Contractor shall provide qualifications to the Owner upon request to display evidence of competency and authority to perform required work. B. Contractor shall be responsible for obtaining all required permits. C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the Owner. 1.6. ACCESS TO SITES A. Contractor shall limit access to the site to authorized personnel only. B. Contractor shall adequately barricaded open excavations and construction material and equipment as to prevent unauthorized personnel from accessing. C. The Owner shall locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup schedules when working with in the alley right of way. 1.7. CONTRACTOR'S USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with the Owner. B. The contractor shall ensure that any disturbed area is left in a condition equal to or better condition before finishing construction in the area. 1.8. PROJECT SCHEDULE A. The Work summarized above shall be substantially completed within 335 calendar days from the date of the Notice to Proceed. Capital Improvement Projects Section 01 1100 - 9 April 26, 2024 Cih of Lubbock B. There will be a $500 per day liquidated damages for each day that exceeds the 335- day limit. C. Within five (5) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch List. There shall be $200 per day liquidated damages assessed for each day that exceeds the 30-day limit. 2. PRODUCTS Not used. 3. EXECUTION 3.1. SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2. COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. 3.3. PRE -CONSTRUCTION MEETING A. A pre -construction meeting will be held at City Hall within ten (10) days of the date of Notice to Proceed and prior to any construction taking place. 3.4. WARRANTY A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial acceptance of the work. B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will schedule an inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. C. Any work that is considered defective by the Owner's representative will be repaired. D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION Capital Improvement Projects Section 01 11 00 - 10 April 26, 2024 Ch of Lubbiock THIS PAGE INTENTIONALLY LEFT BLANK Capital Improvement Projects Section 01 11 00 - 11 April 26, 2024 Cih of Lubbock SECTION 01 14 00 WORK RESTRICTIONS 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Use of Premises 2) Special Scheduling Requirements 3) Working Period 4) Utility Cutovers and Interruptions 5) Noise Restrictions 6) Advance Notice 7) Water for Construction 8) Work Area Limits 1.2. USE OF PREMISES A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Confine construction operations to within the limits of Right of Way, Alley Easements and Manhole locations, as shown on plans. C. Keep driveways and entrances serving premises clear and available to tenants, residents and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. D. Schedule construction to minimize obstruction of driveways and entrances. 1.3. SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. 1.4. WORKING PERIOD A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. 1) Saturday work shall be restricted to those activities that do not require observation by the Owner. 2) The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. B. No work shall be performed on the following holiday periods or days: 1) New Year's Day 2) Good Friday Holiday 3) Memorial Day Holiday 4) Independence Day Holiday 5) Labor Day Holiday Capital Improvement Projects Section 01 14 00 - 12 April 26, 2024 Lubbock TEXAS 6) Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. C. Work outside regular working hours requires Owner's approval. 1) Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. 2) Based on the justification provided, the Owner may approve work outside regular hours. 3) During periods of darkness, the different parts of the Work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. D. The Drawings contain specific requirements that affect certain areas of the Work. 1.5. UTILITY CUTOVERS AND INTERRUPTIONS A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor. B. Water service connections shall be re -connected in a timely manner following installation of the new water pipe. 1.6. NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on -site a hand portable sound measurement device for both the Owner's and the Contractor's use for measuring noise levels. 1.7. ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at each route building. C. The text for the advance written notice will be approved by the Owner. D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient's attention to the information. Capital Improvement Projects Section 01 14 00 - 13 April 26, 2024 Cih of or Lubbock G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 1.8. WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. 1) The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. 2) The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. 3) The City will furnish potable water free of charge for the construction work. 4) The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. 2. PRODUCTS Not used. 3. EXECUTION 3.1. WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. B. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. C. Monuments and markers shall be protected before construction operations commence. D. Where construction operations are to be conducted during darkness, the markers shall be visible at all times. E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION Capital Improvement Projects Section 01 14 00 - 14 April 26, 2024 Cih of Lubbock SECTION 0122 00 MEASUREMENT AND PAYMENT 1. GENERAL SCOPE The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. 1.1. MOBILIZATION A. The cost for mobilization shall be limited to no more than 10% of the Contract amount for construction items (materials and labor) bid for this project. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This item will also include costs for all construction staking needs and costs of as-builts surveys, including stations and elevations. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. 1.2. TRAFFIC CONTROL A. A traffic control plan must be maintained for the duration of the project. This includes designing and submitting for approval a traffic control plan as well as any coordination with adjacent property tenants regarding any changes that may impact operations, parking, and other incidental tasks. The unit price bid shall include furnishing and placing all materials and signage necessary to implement the approved traffic control plan provided. Contractor shall submit the approved TCP with the first pay application. 1.3. STORM WATER POLLUTION PREVENTION PLAN A. Contractor shall submit for approval a Storm Water Pollution Prevention Plan. Contractor shall install, implement and maintain the provisions of the SW3P for the duration of the construction project. Payment will be made on a lump sum basis for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro- rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the Capital Improvement Projects Section 0122 00 - 15 April 26, 2024 WLubbioty& TEXAS requirements of the plan. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sand bags, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. 1.4. TRENCH SAFETY A. Trench safety must be maintained for the duration of the project. This includes supplying and placing trench safety equipment as required. Trench safety will be paid, by the linear foot, of trench constructed that necessitated trench safety. The unit price bid shall include furnishing and placing all materials and signage necessary to implement trench safety to City of Lubbock standards. 1.5. FURNISH AND INSTALL 27" X 8" TAPPING SLEEVE AND VALVE A. Payment for tapping sleeves and valves will be made for each tapping sleeves and valves installed. The unit price bid shall include furnishing and installing all materials, fittings and any excavation, backfilling and all incidentals necessary to complete the work to City of Lubbock standards. 1.6. FURNISH AND INSTALL 8" C-900 DR18 PVC WATER PIPE IN OPEN CUT TRENCH A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit price bid shall include furnishing and installing all materials, fittings, excavation, filling, backfilling, and all incidentals necessary to complete the work to City of Lubbock standards. 1.7. FURNISH AND INSTALL 8" C-900 DR18 PVC WATER PIPE BY MEANS OTHER THAN OPEN CUT TRENCH A. Measurement will be paid for at the unit bid price per linear foot of pipe installed by other than open cut. The unit price bid shall include furnishing and installing all materials, fittings, excavation, filling, backfilling, and all incidentals necessary to complete the work to City of Lubbock standards. 1.8. FURNISH AND INSTALL 8" GATE VALVE AND BOX A. Measurement will be paid for at the unit bid price per each gate valve installed. The unit price bid shall include furnishing and installing all materials, fittings, excavation, filling, backfilling, and all incidentals necessary to complete the work to City of Lubbock standards. 1.9. FURNISH AND INSTALL 6" C-900 DR18 PVC WATER PIPE IN OPEN CUT TRENCH A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit price bid shall include furnishing and installing all materials, fittings, excavation, filling, backfilling, and all incidentals necessary to complete the work to City of Lubbock standards. 1.10. FURNISH AND INSTALL 6" C-900 DR18 PVC WATER PIPE IN OTHER THAN OPEN CUT TRENCH A. Measurement will be paid for at the unit bid price per linear foot of pipe installed by methods other than open cut. The unit price bid shall include furnishing and Capital Improvement Projects Section 0122 00 - 16 April 26, 2024 �Lub�io"�k Tezas installing all materials, fittings, excavation, filling, backfilling, and all incidentals necessary to complete the work to City of Lubbock standards. 1.11. FURNISH AND INSTALL 6" GATE VALVE AND BOX A. Measurement will be paid for at the unit bid price of each valve installed. The unit price bid shall include furnishing and installing all materials, fittings, excavation, filling, backfilling, and all incidentals necessary to complete the work to City of Lubbock standards. 1.12. FURNISH AND INSTALL FIRE HYDRANTS A. Payment for fire hydrants will be made on number of fire hydrants installed. The unit price bid shall include furnishing and installing all materials, fittings and any excavation, backfilling and all incidentals necessary to complete the work to City of Lubbock standards. 1.13. TIE INTO EXISTING WATER LINES A. Payment for tie-ins will be made on number of tie-ins installed. The unit price bid shall include furnishing and installing all materials, fittings and any excavation, backfilling and all incidentals necessary to complete the work to City of Lubbock standards. 1.14. CUT, PLUG, AND ABANDON EXISTING LINES A. Payment for Cut, Plug, and Abandoning lines will be made on number of lines that are Cut, Plugged, and Abandoned. The unit price bid shall include furnishing and installing all materials, fittings and any excavation, backfilling and all incidentals necessary to complete the work to City of Lubbock standards. 1.15. INSTALL 4" SERVICE TAP A. Payment for service taps will be made on the number of 4" service, irrigation, fire line tap installed. The unit price bid shall include furnishing and installing all materials and fittings, including corporations, valves, and service line extensions and connections to exiting service lines. Further, it also includes costs for any excavation, backfilling and all incidentals necessary to complete the work to City of Lubbock standards. 1.16. INSTALL 3" SERVICE TAP A. Payment for service taps will be made on the number of 3" service, irrigation, fire line tap installed. The unit price bid shall include furnishing and installing all materials and fittings, including corporations, valves, and service line extensions and connections to exiting service lines. Further, it also includes costs for any excavation, backfilling and all incidentals necessary to complete the work to City of Lubbock standards. 1.17. INSTALL 2" SERVICE TAP A. Payment for service taps will be made on the number of 2" service or irrigation tap installed. The unit price bid shall include furnishing and installing all materials and fittings, including corporations, valves, and service line extensions and connections to exiting service lines. Further, it also includes costs for any excavation, backfilling and all incidentals necessary to complete the work to City of Lubbock standards. 1.18. INSTALL 1" OR 3/4" SERVICE TAP A. Payment for service taps will be made on the number of 1" or 3/4" service or irrigation tap installed. The unit price bid shall include furnishing and installing all Capital Improvement Projects Section 0122 00 - 17 April 26, 2024 Lubbock TEXAS materials and fittings, including corporations, valves, and service line extensions and connections to exiting service lines. Further, it also includes costs for any excavation, backfilling and all incidentals necessary to complete the work to City of Lubbock standards. 1.19. ASPHALT REMOVAL A. Measurement will be made of the area, in square yards, of existing pavement structure asphalt actually removed. Existing pavement structure will be considered all layers of material between existing roadway surface and top of existing subgrade. Payment will be made at the unit price bid per square yard of existing asphalt pavement structure removed. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of pavement surface prior to removal. If pavement surface is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, separating for salvage, legal disposal, labor and equipment. 1.20. CONCRETE REMOVAL A. Measurement will be made of the area, in square yards, of existing concrete pavement structure actually removed. Existing pavement structure will be considered all layers of material between existing roadway surface and top of existing subgrade. Payment will be made at the unit price bid per square yard of existing concrete pavement structure removed. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of pavement surface prior to removal. If pavement surface is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, separating for salvage, legal disposal, labor and equipment. 1.21. ASPHALT REPAIRS A. Measurement will be made of the area, in square yards, of existing pavement structure asphalt actually repaired. Payment will be made at the unit price bid per square yard of asphalt pavement structure repaired. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, compaction, labor and equipment, and any incidentals necessary to complete the work. 1.22. CONCRETE PAVEMENT REPAIRS A. Measurement will be made of the area, in square yards, of existing concrete pavement asphalt actually repaired. Payment will be made at the unit price bid per square yard of concrete pavement structure repaired. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, compaction, labor and equipment, and any incidentals necessary to complete the work. 1.23. FURNISH AND INSTALL 4" SIDEWALK A. Measurement will be made of the area, in square yards, of sidewalk installed. Payment will be made at the unit price bid per square yard of sidewalk installed. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.24. FURNISH AND INSTALL TYPE A CURB AND GUTTER A. Measurement will be made in linear feet of type A curb and gutter actually constructed. Type A curb and gutter will be paid for at the unit price bid per linear Capital Improvement Projects Section 0122 00 - 18 April 26, 2024 Cih of Lubbock foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.25. FLOWFILL A. Measurement of flowfill will be the volume, in cubic yards, of flowfill used. Payment will be made at the unit price bid per cubic yard. The unit price bid shall include furnishing and installing all flowfill requisites including labor and forms/trenching according to City of Lubbock standards, compaction, testing and all incidentals necessary to complete the work. 2. PRODUCTS 3. EXECUTION Not used. Not used. END OF SECTION Capital Improvement Projects Section 0122 00 - 19 April 26, 2024 Cih of Lubbock SECTION 0126 63 CHANGE ORDER 1. GENERAL 1.1. SUMMARY A. This section covers the procedures to be followed for a change in Contract price or time. B. Section Includes: 1) Submittals 2) Documentation Of Change In Contract Sum/Price And Contract Time 3) Change Procedures 4) Construction Change Authorization 5) Stipulated Price Change Order 6) Unit Price Change Order 7) Time And Material Change Order 8) Execution Of Change Orders 9) Correlation Of Contractor Submittals 1.2. SUBMITTALS A. Submit the name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.3. DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Contractor shall maintain detailed records of work done on a time and material basis. B. Provide full information required for evaluation of proposed changes and to substantiate costs of changes in the Work. C. Document each quotation for a change in a cost or time with sufficient data to allow evaluation of the quotation. D. On request, provide additional data to support computations, including but not limited to: 1) Quantities of products, labor, and equipment. 2) Taxes, insurance, and bonds. 3) Overhead and profit. 4) Justification for any change in Contract Time. 5) Credit for deletions from Contract, similarly documented. E. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1) Origin and date of claim 2) Dates and times work was performed, and by whom. 3) Time records and wage rates paid. 4) Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.4. CHANGE PROCEDURES Capital Improvement Projects Section 0126 63 - 20 April 26, 2024 Cih of Lubbock A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official Construction Change Authorization or Contract Change Order. Discussions in the field or by phone or email, without proper documentation, do not authorize Contractor to perform tasks outside the scope of Work. Changes must be authorized as described in this Section. B. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. C. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications. The Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the Proposal Request. Estimate shall include the proposed change's full effect on the Work and the effect on the Contract Sum/Price and Contract Time, with full documentation and a statement describing the effect on Work by separate or other contractors. D. The Contractor may request clarification of Drawings, Specifications, or Contract documents or other information by submitting a Request for Information to the Engineer. Engineer may request a Proposal Request in response to a Request for Information. 1.5. CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate the method of determining any change in Contract Sum/Price or Contract Time. C. The Contractor shall promptly execute the change in the Work. 1.6. STIPULATED PRICE CHANGE ORDER A. Based on accepted Proposal Request. 1.7. UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.8. TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.9. EXECUTION OF CHANGE ORDERS Capital Improvement Projects Section 0126 63 - 21 April 26, 2024 Ch of Lubbiock A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.10. CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents 2. PRODUCTS 3. EXECUTION Not used. Not used. END OF SECTION Capital Improvement Projects Section 0126 63 - 22 Apri126, 2024 Cih of Lubbock SECTION 0129 00 PAYMENT PROCEDURES 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2. SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1) Format 2) Preparation of Applications 3) Payment Retainage 1.3. RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices B. General Conditions: Progress Payments and Final Payment. C. Section 0122 00 — Measurement and Payment. D. Section 0126 63 - Change Order Procedures: Procedures for changes to the Work. E. Section 01 33 00 - Submittal Procedures. F. Section 01 77 00 - Contract Closeout. 1.4. FORMAT A. EJCDC No. 1910-8-E - Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5. PREPARATION OF APPLICATIONS (Schedule of Values) A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 0177 00. 1.6. SUBMITTAL PROCEDURES A. Submit two (2) copies of each Application for Payment. B. Submit an updated construction schedule, materials received, and manifest with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Monthly, submit application for payment on or about the loth day of each month. D. Submit the following along with the application for final payment. 1) The documentation for the completed project Capital Improvement Projects Section 0129 00 - 23 April 26, 2024 Cof Vub�iot%ck 2) Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. 3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary Public. 1.7. SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. 2. PRODUCTS Not used. 3. EXECUTION Not used. END OF SECTION Capital Improvement Projects Section 0129 00 - 24 April 26, 2024 Cih of Lubbock SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Coordination 2) Field Engineering 3) Pre -Construction Meeting 4) Progress Meetings 1.2. COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.3. FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set -backs and easements; confirm drawing dimensions, and elevations. C. Provide field engineering services. D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.4. PRE -CONSTRUCTION MEETING A. Schedule meeting within ten (10) days of date of Notice to Proceed. B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, RFIs, proposal request, Change Orders and Contract closeout procedures. C. Tentative agenda: 1) Use of premises by Owner and Contractor. 2) Distribution of executed Contract Documents. 3) Submission of list of Subcontractors, list of products and progress schedule. 4) Designation of personnel representing the parties in Contract and the Engineer. 5) Owner's requirements. 6) Construction facilities and controls provided by Owner. 7) Survey and layout. 8) Security and housekeeping procedures. 9) Schedules. 10) Procedures for testing. 11) Procedures for maintaining record documents. Capital Improvement Projects Section 01 31 00 - 25 April 26, 2024 �Lub�io"�k TEXAS 12) Inspection and acceptance of products put into service during construction period. D. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 1.5. PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Tentative agenda: 1) Review minutes of previous meetings. 2) Review of Work progress. 3) Field observations, problems, and decisions. 4) Identification of problems which impede planned progress. 5) Review of submittals schedule and status of submittals. 6) Review of off -site fabrication and delivery schedules. 7) Maintenance of progress schedule. 8) Corrective measures to regain projected schedules. 9) Planned progress during succeeding work period. 10) Coordination of projected progress. 11) Maintenance of quality and work standards. 12) Effect of proposed changes on progress schedule and coordination. 13) Other business related to Work E. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 2. PRODUCTS Not used. 3. EXCUTION Not used. END OF SECTION Capital Improvement Projects Section 01 31 00 - 26 Apri126, 2024 WLubbock TEXAS SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULES 1. GENERAL 1.1. SUMMARY A. Section Includes: 1. Format 2. Content 3. Revisions To Schedules 4. Submittals 5. Distribution 1.2. FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. 1.3. CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4. REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5. SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. 1.6. DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. Capital Improvement Projects Section 0132 16 - 27 April 26, 2024 2. PRODUCTS 3. EXECUTION Not used. Not used. END OF SECTION Ch of Lubbiock Capital Improvement Projects Section 0132 16 - 28 April 26, 2024 Lubb o of SECTION 0132 33 PHOTOGRAPHIC DOCUMENTATION GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 General Requirements apply to work of this section. 1.2. SECTION INCLUDES A. This Section includes administrative and procedural requirements for the following. B. Preconstruction photographs. C. Periodic construction photographs. D. Preconstruction videotapes. E. Periodic construction videotapes. 1.3. RELATED SECTIONS A. Section 01 33 00 - Submittal Procedures for submitting construction photographs 1.4. SUBMITTALS A. Submit two (2) complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. B. Identification: On back of each print, videotape, or CD, provide an applied label or rubber-stamped impression with the following information: C. Name of Project. D. Name and address of photographer. E. Name of Engineer. F. Name of Contractor. G. Date photograph was taken. H. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. I. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. 1.5. PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 1.6. CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. B. Take photographs to show existing conditions adjacent to the property before starting the Work. C. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. D. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 1.7. CONSTRUCTION VIDEOS, GENERAL Capital Improvement Projects Section 0132 33 - 29 April 26, 2024 Cof WLubbio'� ck A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 1.8. CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. B. Show existing conditions on and adjacent to Project site before starting the Work. C. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. D. Existing condition videos shall cover the entire project route. E. Show protection efforts by Contractor. F. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION Capital Improvement Projects Section 0132 33 - 30 April 26, 2024 Cih of or Lubbock SECTION 0133 00 SUBMITTAL PROCEDURES GENERAL 1.1. SUMMARY A. Section includes: 1) Submittal Procedures 2) Re -Submittal Requirements 3) Action Submittals 4) Proposed Products List 5) Shop Drawings 6) Information Submittals 7) Contractor's Review 8) Owner And Engineer Action 1.2. SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project and coordinate submission of related items. D. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. E. Submittals may be delivered to the Engineer at the City of Lubbock. F. Allow enough time for submittal review, including time for re -submittals, as follows. 1) Time for review shall commence on the Owner or Engineer's receipt of submittal. 2) Allow fifteen (15) days for initial review of each submittal. 3) Allow additional time if processing must be delayed to permit coordination with subsequent submittals. 4) The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. 5) If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (21) days. 6) Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (21) days for initial review of each submittal. 7) If intermediate submittal is necessary, process it in same manner as initial submittal. 8) Allow fifteen (15) days for processing each resubmittal G. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Capital Improvement Projects Section 0133 00 - 31 April 26, 2024 Cih of Lubbock I. Provide space for Contractor and Engineer review stamps. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. L. Submittals not requested will not be recognized or processed. 1.3. RE -SUBMITTAL REQUIREMENTS A. Revise initial submittal as required and re -submit to meet requirements as specified. B. Identify all changes made since previous submittal. C. Mark as RESUBMITTAL. D. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal (ie. 0001-A). 2. PRODUCTS 2.1. ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification Sections. B. Submit three (3) copies of each submittal, unless otherwise indicated. 1) The three (3) copies will be retained by the Owner's representative. 2) Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. 2.2. PROPOSED PRODUCTS LIST A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model or catalog designation, and reference standards. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Collect information into a single submittal for each element of construction and type of product or equipment. D. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Proj ect. E. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. F. Include notation of special coordination requirements for interfacing with adjacent work. G. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01 77 00 — Contract Closeout. 2.3. SHOP DRAWINGS A. Prepare Project specific information, drawn accurately to scale. B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. C. Include the following information, as applicable: 1) Dimensions 2) Identification of products 3) Fabrication and installation drawings 4) Schedules Capital Improvement Projects Section 0133 00 - 32 April 26, 2024 Cih of Lubbock 5) Design calculations 6) Compliance with specified standards 7) Notation of coordination requirements 8) Notation of dimensions established by field measurement D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus three (3) copies which will be retained by Engineer. F. Drawing size shall be minimum of 8'/z x I I inches and a maximum of 24 x 36 inches. G. Draw details to a minimum size of/z inch equal to 1 foot. H. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 0177 00 — Contract Closeout. 2.4. INFORMATION SUBMITTALS A. Manufacturer's Instructions: 1) When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. 2) Identify conflicts between manufacturers' instructions and Contract Documents. 3) Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer's Certificates 1) When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. 2) Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. 3) Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: 1) Prepare written information indicating current status of insurance or bonding coverage. 2) Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. EXECUTION 3.1. CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. B. Note corrections and field dimensions. C. Mark with approval stamp before submitting to the Owner or Engineer. 1) Stamp each submittal with a uniform approval stamp. 2) Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and Capital Improvement Projects Section 0133 00 - 33 Apri126, 2024 Cih of Lubbock statement certifying that the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2. OWNER AND ENGINEER'S ACTION A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval stamp and will return them without action. B. The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1) No exception taken 2) Make correction noted 3) Revise and resubmit 4) Rej ected D. The submittal stamp by the Owner or Engineer will also contain the following: 1) Checking is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. 2) Any action shown is subject to the requirements of the plans and specifications. 3) The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. E. The Owner or Engineer will review each submittal and will not return it, or will reject and return it, if it does not comply with the requirements. END OF SECTION Capital Improvement Projects Section 0133 00 - 34 April 26, 2024 Cih of Lubbock SECTION 0140 00 QUALITY REQUIREMENTS 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Definitions 2) Testing Requirements 3) Submittals 4) Quality Control 5) Repair and Protection 1.2. DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.3. TESTING REQUIREMENTS A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. B. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. C. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.4. SUBMITTALS A. Qualification Data: 1) For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. 2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. a) Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: 1) Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: a) Date of issue. b) Project title and number. Capital Improvement Projects Section 0140 00 - 35 April 26, 2024 Cih of Lubbock c) Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. d) Dates and locations of samples and test. e) Names of individuals making tests. f) Description of the work and test method. g) Identification of material, product, and specification Section. h) Complete test or inspection data. i) Test results and interpretation of test results. j) Ambient conditions at time of sample taking and testing. k) Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. 1) Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. m) For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: 1) Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Test Agency Qualifications: 1) An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: 1) Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. 2) The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: 1) Submit certified written report of each test and similar Quality Assurance service to the Contractor. 2) Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5. QUALITY CONTROL A. Owner Responsibilities: 1) Where quality control services are indicated as Owner or Engineer's responsibility, such services may be performed by the Owner's forces or by a qualified testing agency to perform these services. 2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: 1) Provide quality control services required in the various specification Sections. Capital Improvement Projects Section 0140 00 - 36 April 26, 2024 �Lub�io'A TE%AS 2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. 4) Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. 5) Such reports shall include failing tests and retests. 6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. 7) Where the Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. 8) Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: 1) Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: 1) Cooperate with the Engineer and Contractor in performance of duties. 2) Provide qualified personnel and necessary equipment to perform required tests and inspections. 3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 4) Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. 5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. 6) Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 7) Do not perform any duties of the Contractor. E. Associated Services: 1) Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. 2) Notify agency sufficiently in advance of operations to permit assignment of personnel. 3) Provide the following: a) Access to the Work. b) Incidental labor and facilities necessary to facilitate tests and inspections. c) Adequate quantities of representative samples of materials that require testing and inspecting. Capital Improvement Projects Section 0140 00 - 37 April 26, 2024 Cih of Lubbock d) Assist agency in obtaining samples. e) Facilities for storage and field curing of test samples. f) Additional associated services required of the Contractor for testing access are listed in the specification Sections. g) Delivery of samples to testing agencies. h) Preliminary design mix proposed for use for material mixes that require control by testing agency. i) Security and protection for samples and for testing and inspecting equipment at Project site. 2. PRODUCTS Not used. 3. EXECUTION 3.1. REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. B. Provide materials and comply with installation requirements specified in other Sections of these Specifications. C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. D. Protect construction exposed by or for quality control service activities. E. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Capital Improvement Projects Section 0140 00 - 38 April 26, 2024 Cih of ot Lubbock SECTION 0145 29 TESTING LABORATORY SERVICES 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Selection and Payment 2) Quality Assurance 3) Laboratory Responsibilities 4) Laboratory Reports 5) Limits on Testing Laboratory Authority 6) Contractor Responsibilities 7) Schedule of Inspections and Tests B. References: 1) ANSFASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. 2) ANSFASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.2. SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. E. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. G. The cost associated with compliance testing shall be paid by the Contractor. H. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. I. Payment for re -testing will be paid by the Contractor. 1.3. QUALITY ASSURANCE A. Comply with requirements of ANSFASTM D3740R and ANSFASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. Capital Improvement Projects Section 0145 29 - 39 April 26, 2024 Ch of Lubbiock C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.4. LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. C. Cooperate with the Engineer and Contractor in performance of services. D. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. E. Ascertain compliance of materials and mixes with requirements of Contract Documents. F. Promptly notify Engineer and Contractor of observed irregularities or non- conformance of Work or Products. G. Perform additional inspections and tests required by the Engineer. 1.5. LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Laboratory test reports shall include: 1) Date issued 2) Project title and number 3) Name of inspector 4) Date and time of sampling or inspection 5) Identification of product and Specification Section 6) Location in the Project 7) Type of inspection or test 8) Date of test 9) Results of tests 10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. 1.6. LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.7. CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.8. SCHEDULE OF INSPECTIONS AND TESTS Capital Improvement Projects Section 0145 29 - 40 April 26, 2024 A. As indicated in individual Specification Sections. 2. PRODUCTS 3. EXECUTION Not used. Not used. END OF SECTION Ch of Lubbiock Capital Improvement Projects Section 0145 29 - 41 April 26, 2024 Ch of Lubbiock SECTION 0156 23 BARRICADES, SIGNS, AND TRAFFIC HANDLING 1. GENERAL 1.1. SUMMARY A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights, and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. B. Section Includes: 1. Description 2. Construction Methods 3. Traffic Control Plans 4. Maintenance 2. PRODUCTS 2.1. CONSTRUCTION METHODS A. All barricades, signs, and other types of devices shall conform to details shown on the plans or those indicated in the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). B. All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. EXECUTION 3.1. TRAFFIC CONTROL PLAN A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. B. This plan must be approved in writing by the Engineer or Owner in order to be used. C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on this project site or in the immediate area to insure compliance with the TCP. 3.2. MAINTENANCE A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing, or a combination thereof such that during darkness and rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics of traffic industry standard reflective panels. END OF SECTION Capital Improvement Projects Section 0156 23 - 42 April 26, 2024 Ch of Lubbiock SECTION 0157 23 TEMPORARY STORM WATER POLLUTION CONTROL GENERAL 1.1. SUMMARY A. Section Includes: 1) Contractor Responsibilities 2) Erosion and Sediment Controls 3) Components for Silt Fences 4) Components for Straw Bales 5) Storm Water Pollution Prevention Plan 1.2. CONTRACTOR RESPONSIBILITIES A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit NoJXRI50000. B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the permit requirements. C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.3. EROSION AND SEDIMENT CONTROLS A. General 1) Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. 2) Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1) Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. 2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. 3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms Capital Improvement Projects Section 0157 23 - 43 April 26, 2024 Cih *Lubbo�k TE%AS 1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. 2) Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment, and grading.) 3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as they are required and until they are removed from the site. D. Sand/Gravel Bags 1) The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. 2) Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). E. Site Stabilization 1) The Contractor shall disturb the least amount of site area as possible. 2) Stabilization measures to be implemented by the Contractor may include any of the following measures a) Temporary or permanent seeding or sodding b) Mulching c) Geotextiles d) Vegetative buffer strips e) Paving 0 Stabilization measures shall be implemented in accordance with the SWP3. 2. PRODUCTS 2.1. COMPONENTS FOR SILT FENCES A. Filter Fabric 1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments, which are formed into a stable network such that filaments retain their relative positions. 2) The filament shall consist of a long -chain synthetic polymer composed of at least eight -five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. 3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. 4) The filter fabric shall meet the following requirements: Capital Improvement Projects Section 0157 23 - 44 April 26, 2024 Cih of Lubbock FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS U.S. Std. Sieve ASTM D 4751 20 — 100 B. Silt Fence Stakes and Posts 1) The Contractor may use either wooden stakes or steel posts for fence construction. 2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. 3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. C. Identification, Storage, and Handling 1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2. COMPONENTS FOR STRAW BALES A. Straw Bales 1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. 2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire -bound or string -tied. 3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. 4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. 5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. EXECUTION 3.1. STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. B. The Contractor must keep a copy of the SWP3 on site at all times. C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty- eight (48) hours prior to start of construction. D. No work will be permitted until NOI is filed. E. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. F. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. Capital Improvement Projects Section 0157 23 - 45 April 26, 2024 City of of Lubbock G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. H. The Contractor shall furnish the Owner with a copy of the NOI and NOT. 4. SWP3 REVIEW REQUIREMENTS Large Construction Sites or Common Plan of Development Land disturbance equal to or greater than five (5) acres or less than I acre if common plan • City of Lubbock Application and Fee - http://lubbockstormwater.org • SWP3—httDS://www.tcea.texas.uov/assistance/water/stormwater/sw-construction.html • Site Plans o General location of the site o Direction of stormwater flow o Areas where soil disturbance will occur o Locations of all major structural controls o Locations of temporary or permanent stabilization practices o Locations of construction support activities o Locations of surfaces waters in close proximity to the site o Vehicle wash areas and concrete washout areas, if applicable • NOI (filed with TCEQ) Copy to MS4 Operator (City of Lubbock Stormwater) • Large Construction Site Notice • Certification Page 30 TAC 305.44 • Delegation of Signatories to Reports 30 TAC 305.128 • Copy of the Inspection Report Small Construction Sites Land disturbance of equal to or greater than one (1) acre and less than five (5) acres. • City of Lubbock Application and Fee - http://lubbockstormwater.org • SWP3 -httbs://www.tcea.texas.uov/assistance/water/stormwater/sw-construction.html • Site Plans o General location of the site o Direction of stormwater flow o Areas where soil disturbance will occur o Locations of all major structural controls o Locations of temporary or permanent stabilization practices o Locations of construction support activities o Locations of surfaces waters in close proximity to the site o Vehicle wash areas and concrete washout areas, if applicable • Small Construction Site Notice — Copy to MS4 Operator (City of Lubbock Stormwater) • Certification Page TAC 305.44 • Delegation of Signatories to Reports TAC 305.44 • Copy of the Inspection Report Capital Improvement Projects Section 0157 23 - 46 April 26, 2024 Ch of Lubbiock Helpful Links Primary vs. Secondary Operators https://www.tceq.texas.gov/assets/Tublic/comm exec/pubs/rg/rg- 468.pdf Common Plan of Development 2 Prong Test https://www.tceq.texas. Gov/downloads/assistance/water/stonnwater/cup/epa- common- plan.pdf TCEQ Forms and Instructions https://www.tceg.texas.gov/pennittinp-,/stonnwater/construction END OF SECTION Capital Improvement Projects Section 0157 23 - 47 Apri126, 2024 Cih of Lubbock SECTION 0160 00 PRODUCT REQUIREMENTS 1. GENERAL I.I. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2. SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3. RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 0140 00 - Quality Requirements. 1.4. PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5. PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. B. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. D. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. E. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. F. For exterior storage of fabricated products, place on sloped supports, above ground. G. Provide off -site storage and protection when site does not permit on -site storage or protection. H. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. I. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. Capital Improvement Projects Section 0160 00 - 48 April 26, 2024 Cih of Lubbock J. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. K. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. L. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. M. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6. PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7. SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: E. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. F. Will provide the same warranty for the Substitution as for the specified product. G. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. H. Waives claims for additional costs or time extension which may subsequently become apparent. I. Will reimburse Owner for review or redesign services associated with re -approval by authorities. J. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. K. Substitution Submittal Procedure: L. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. M. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. N. The Engineer will notify Contractor, in writing, of decision to accept or reject request. Capital Improvement Projects Section 0160 00 - 49 April 26, 2024 Ch of Lubbiock END OF SECTION Capital Improvement Projects Section 0160 00 - 50 April 26, 2024 Cih of Lubbock SECTION 0177 00 CONTRACT CLOSEOUT GENERAL 1.1. SUMMARY A. Section Includes: 1) Closeout Procedures 2) Final Cleaning 3) Adjusting 4) Project Record Documents 5) Warranties 6) Spare Parts and Maintenance Materials 1.2. CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Should the Engineer consider the work incomplete or defective: 1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. 3) The Engineer will re -inspect the Work. C. Provide submittals to the Engineer that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3. FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site, sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.4. ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.5. PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1) Contract Drawings 2) Specifications 3) Addenda 4) Change Orders and other Modifications to the Contract 5) Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. Capital Improvement Projects Section 0177 00 - 51 April 26, 2024 Cih of Lubbock D. Specifications: 1) Legibly mark and record at each Product section description of actual Products installed, including the following: a) Manufacturer's name and product model and number. b) Product substitutions or alternates utilized. c) Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: 1) Legibly mark each item to record actual construction including: a) Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. b) Measurements shall be survey grade and shall include state plain coordinates c) Field changes of dimension and detail. d) Details not on original Contract Drawings. e) Changes made by Addenda and Modifications. 1.6. WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.7. SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. 2. PRODUCTS 3. EXECUTION Not used. Not used. END OF SECTION Capital Improvement Projects Section 0177 00 - 52 Apri126, 2024 Lubbock DIVISION 02 EXISTING CONDITIONS Capital Improvement ProjectsDIVISION 02 EXISTING CONDITIONS - 53 April 26, 2024 WLubbock TEXAS SECTION 02 40 00 DEMOLITION AND STRUCTURE MOVING 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. SECTION INCLUDES B. Disconnecting and capping of identified utilities. 1.2. RELATED SECTIONS A. Section 01 31 00 — Project Management and Coordination. B. Section 01 60 00 —Product Requirements. C. Section 01 70 00 —Closeout Procedures. 1.3. JOINT INSPECTION A. Prior to demolition, a j oint inspection by the Owner, Engineer and Contractor will be made to determine condition of existing structures adjacent to items being demolished. Adjacent structures damaged by demolition operations must be restored satisfactorily at no expense to the Owner. 1.4. PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01 70 00 — Closeout Procedures. B. Accurately record actual locations of capped utilities and subsurface obstructions. 1.5. QUALIFICATIONS A. Experience in performing the Work of this Section. 1.6. DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment. B. Certain materials and equipment may be designated for reuse or salvage and will remain the Owner's property. If the designated items are damaged during demolition, handling or storage, the items must be restored satisfactorily at no expense to the Owner. C. Materials and equipment not designated for reuse or salvage become the Contractor's property. D. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. E. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. 1.7. REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.8. SCHEDULING Capital Improvement Projects Section 02 40 00 - 54 April 26, 2024 Cih of Lubbock A. Schedule work under the provisions of Section 01 3100 — Project Management and Coordination. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. 1.9. PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances and structures which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 1.10. PROTECTION OF PERSONS AND PROPERTY A. The Contractor is responsible for providing protection of persons and property, including safe working conditions throughout work progress. B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent damage from falling debris or other sources to Owner's property or adjacent property. C. Do not interfere with use of adjacent structures; maintain free and safe access at all times. Guard against movement or settlement of adjacent structures. The Contractor is responsible for safety and integrity of adjacent structures and, consequently, is liable for any movement or settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not resume demolition until proper protective measures have been taken. 1.11. DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 1.12. UTILITY SERVICES A. Seal abandoned storm or sanitary sewers with concrete or by another approved method. B. When temporary interruption of utility service to an occupied building is required by the work, properly coordinate the outage to prevent untimely or damaging interruptions. 1.13. DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove foundation walls and footings to a minimum of four feet below finished grade 10 feet beyond area of new construction. C. Remove concrete slabs on grade. Capital Improvement Projects Section 02 40 00 - 55 April 26, 2024 Cih of Lubbock D. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 0160 00 — Product Requirement. E. Rough grade and compact areas affected by demolition to maintain site grades and contours. F. Remove demolished materials from site. G. Do not burn or bury materials on site. Leave site in clean condition. H. Remove all temporary work. 1.14. GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractor's option but must not interfere with the execution of other work. Materials or equipment designated for reuse or salvage shall be carefully removed, transported and stored in approved storage areas. B. Structures. Remove structures entirely, including footings, contents, attachments and improvements. Carefully remove and lower structural steel. C. Removing and Replacing Concrete. Use these procedures where existing concrete must be removed to facilitate operations but will be replaced subsequently. D. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement. E. After removing concrete, cut cross bars at center of breakout and bend back. F. Before replacing concrete, bend bars back to the original position and provide a splice bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions. G. Immediately before placing new concrete, thoroughly clean old concrete and apply a heavy coat of bonding agent. H. Replace concrete as specified in Division 3 — Concrete. I. Backfill holes or other hazardous openings resulting from demolition with an approved material to the density of adjacent soil as specified in the section describing Earthwork. J. Backfilling with rubbish or burying on the site is not permitted. K. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not for reuse of salvage must be removed from the site daily, unless otherwise approved. 1.15. MECHANICAL WORK ITEMS A. Remove existing mechanical work items to the extent necessary to accommodate new work. 1.16. MECHANICAL WORK ITEM A. Remove existing mechanical work items to the extent necessary to accommodate new work. 1.17. ELECTRICAL WORK ITEMS A. Unless otherwise noted, remove all electrical materials and equipment from areas indicated for demolition and from site. B. Remove existing conduit to the extent necessary to accommodate new work or to a minimum of 5 feet beyond area indicated for demolition, whichever is greater. Capital Improvement Projects Section 02 40 00 - 56 April 26, 2024 Ch of Lubbiock C. Remove all wiring from abandoned conduit. D. Seal abandoned conduits. E. Existing electrical services and controls to items being removed must be disconnected. END OF SECTION Capital Improvement Projects Section 02 40 00 - 57 April 26, 2024 Lri � c�ot � ubboc TEXAS SECTION 02 4113.13 PAVING REMOVAL 1. GENERAL 1.1. SUMMARY A. This section of the specifications covers the removal of existing pavements, including, but not limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, and concrete sidewalks. B. Section Includes: 1) Regulatory Requirements 2) Preparation 3) Protection 4) Removals 5) Backfill 6) Disposal 1.2. REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 02 42 00 — Removal and Diversion of Construction Materials. B. Coordinate removal work with utility companies. 2. PRODUCTS Not used. 3. EXECUTION 3.1. PREPARATION A. Obtain advance approval from the Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. C. Paint, stake and flag locations. 3.2. PROTECTION A. Protect the following from damage or displacement: 1) Adjacent public and private property. 2) Trees, plants, and other landscape features designated to remain. 3) Utilities not designated to be removed. 4) Pavement and utility structures not designated to be removed. 5) Benchmarks, monuments, and existing structures not designated to be removed. 3.3. REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. B. Do not use a drop hammer near existing underground utilities. C. Minimize amount of earth loaded during removal operations. D. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. E. Do not break concrete pavement or base with drop hammer. F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing construction or expansion joints, break out to existing joint. Capital Improvement Projects Section 02 41 13.13 - 58 April 26, 2024 Lri � c�ot � ubboc TEXAS G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction j oint. H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established, shall be replaced at the Contractor's expense. I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat, clean appearance. 3.4. BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 3123 00 — Excavation and Backfill as applicable to the specific portion of the Work. 3.5. DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 02 42 00 — Removal and Diversion of Construction Materials. END OF SECTION Capital Improvement Projects Section 02 41 13.13 - 59 April 26, 2024 Lri � c�ot � ubboc TEXAS SECTION 02 42 00 REMOVAL AND DIVERSION OF CONSTRUCTION MATERIALS 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Submittals 2) Salvageable Material 3) Excess Material 1.2. SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. C. Submit a written and signed release from property owner upon completion of disposal work. D. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas as the entities to be held harmless in any subsequent legal proceeding. E. Both property permissions and signed releases shall be attested to by a notary public. 2. PRODUCTS Not Used. 3. EXECTION 3.1. SALVAGEABLE MATERIAL A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section 02 41 13.13 — Paving Removal. 3.2. EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess material may be disposed at the WTRDF at no additional cost to the Owner. 1) There will be a tipping fee per ton for construction debris and for excess uncontaminated soil. 2) There will also be a fee per load for every truck that is not covered properly when coming to the landfill. 3) For a complete list of fees associated with the WTRDF, please call or go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/fees.aspx. 4) All tipping fees shall be considered to be included in the Contractor's bid prices. C. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. D. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. Capital Improvement Projects Section 02 42 00 - 60 Apri126, 2024 Lri � c�ot � ubboc TEXAS END OF SECTION Capital Improvement Projects Section 02 42 00 - 61 April 26, 2024 Lri � c�ot � ubboc TEXAS SECTION 02 83 33.13 LEAD -BASED PAINT REMOVAL AND DISPOSAL 1. GENERAL I.I. SCOPE A. The Contractor shall be responsible for furnishing all supervision, labor, supplies, safety and monitoring devices, materials, tools and equipment necessary to handle, remove and contain existing potentially existing hazardous waste material. Lead - based paint and tank residue shall be the responsibility of the contractor to remove from the site and exposed of at an approved EPA landfill or recycling plant. B. It shall be the responsibility of the contractor to provide and prepare all necessary permits and notifications required as specified herein. C. This specification covers the requirements for worker protection, environmental protection and handling of debris generated when removing lead based painting, and it will be the responsibility of the Contractor to implement and maintain programs and procedures which comply with all federal, state, local laws, OSHA, and EPA standards and regulations whether referenced herein or not. 1.2. RELATED SECTIONS A. Section 01 11 00 - Summary of Work B. Section 0130 00 — Submittal Procedures C. Section 09 97 13- Steel Coatings 1.3. REFERENCE SPECIFICATIONS AND STANDARDS A. Code of Regulations (CFR): 1) AS29 CFR 1910.134 Respiratory Protection 2) 29 CFR 1910.1025 Lead, General Industry 3) 29 CFR 1910.94 Ventilation 4) 29 CFR 1910.145 Specifications for Accident Prevention Signs &Tags 5) 29. CFR1910.146 Permit Required Confined Spaces 6) 29 CFR 1926 Safety and Health Regulation for Construction 7) 29 CFR 1926.33 Access to Employee Exposure and Medical Records 8) 29 CFR 1926.51 Sanitation 9) 29 CFR 1926.59 Hazard Communication 10) 29 CFR 1926.62 Lead 11) 29 CFR 1926.103 Respiratory Protection 12) 29 CFR 1926.451 Scaffolding 13) 29 CFR 1926.501-503 Fall Protection 14) 40 CFR, Part 50 National Ambient Air Quality 15) 40 CFR 60 Standards of Performance for new Stationary Sources 16) 40 CFR 117 Determinations of Reportable Quantities for Hazardous Substances 17) 40 CFR 261 Identification and Listing of Hazardous Waste 18) 40 CFR 262 Standards Applicable to Generators of Hazardous Waste Capital Improvement Projects Section 02 83 33.13 - 62 April 26, 2024 Lri � c�ot � ubboc TEXAS 19) 40 CFR 263 Standards Applicable to Transports of Hazardous Waste 20) 40 CFR 264 Standards for Owners and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities 21) 40 CFR 265 Interim Status Standards for Owners and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities 22) 40 CFR 268 Land Disposal Restrictions 23) 40 CFR 302 Designation Reportable Quantities and Notification B. American National Standards Institute (ANSI) Publications: 1) Z88.2.80 Practice for respiratory Protection C. U.S. Department of Labor, Occupation, safety, and Health Administration (OSHA) 1) Publications 3126 Working with lead in Construction Industry D. National Institute for Occupational Health and Safety, NIOSH Method 7082- Lead E. American Society for Testing and Materials, ASTM D3335, - Test Method for low Concentrations for Lead, Calcium, and Cobalt in paint by Atomic Absorption Spectroscopy. F. EPA (Environmental Protection Agency) Publications: 1) SW-846 Test Methods for evaluation Solid Waste- Physical and Chemical Methods. 2) EPA Method 3050 Acid Digestion of Sediments, Sludge's and Soils. 3) EPA Method 6010 Inductively coupled plasma Atomic Emission Spectroscopy. G. Steel Structures Painting Council. 1) SSPC-Guide 6 Guide for Containing Debris Generated during Paint Removal. 2) SSPC-Guide 7 Guide for the Disposal of Lead -Contaminated Surface Preparation. 3) SSPC-Guide 94-18 Industrial Lead Paint Removal Handbook, Volume 2 H. Texas Commission on Environmental Quality(TCEQ) 1) 31 TAC Chapter 101 General Rules 2) 31 TAC Chapter I I I Control of Air Pollution from Visible Emissions and Particulate Mater 3) 31 TAC Chapter 330 Municipal Solid Waste 4) 31 TAC Chapter 335 Industrial Solid Waste and Municipal Hazardous Waste 1.4. REMOVAL AND DISPOSAL A. Definitions: 1) Area Monitoring: Sampling of lead concentrations within the lead control area and outside the lead control area which is representative of the airborne lead concentrations which may reach the breathing zone of personnel potentially exposed to lead. 2) Lead: means the metallic lead, inorganic lead compounds, and organic lead soaps. According the TCEQ Standard 31 TAC 111.135 Emissions from water Capital Improvement Projects Section 02 83 33.13 - 63 April 26, 2024 4Lubbock TEXAS storage tanks which have lead in concentrations of one percent (1%) or greater by weight in the coating is consider hazardous waste. 3) Lead Control Area: An area where lead containing paint removal operations are preformed which is isolated by physical boundaries to prevent unauthorized entry of personnel, and where lead -in -air measurements are taken at the boundary for monitoring of compliance with environmental regulations. Barriers to prevent the spread of lad dust, paint chips, or debris may be located at or within the boundaries of the lead control area. 4) Lead Permissible Exposure Limit (PEL): The limit is 50 micrograms per cubic meter of air as an 8-hour time weighted average as determined by 29 CFR 1910.1025. 5) Lead Containing Paint: A paint is classified as lead -containing if it contains 600 ppm of lead or greater. Containment is required if the paint is containing 1.0% or greater lead. 6) Action Level: Employee exposure, without regard to the use of respirators, to an airborne concentration of lead of 30 micrograms per cubic meter or air averaged over an 9-hour period. 7) High Efficiency Particulate Air (HEPA) Filter Equipment: HEPA filtered vacuuming equipment with a UL 586 filter system capable of collection and retaining lead containing paint dust. 8) Personal Monitoring: Sampling of lead concentrations within the breathing zone of an employee to determine the 8-hour time weighted average concentration in accordance with 29 CFR 1910.1025. The samples shall be representative of the employee's work tasks. The breathing zone shall be considered an area within 12 inches of the nose or mouth of an employee. 9) E-hour Time Weighted Average (TWA): The 8 hour TWA is the airborne concentration of lead averaged over an 8-hour workday to which an employee is exposed. 10) Hazardous Waste: Paint debris will be classified as hazardous if, after testing by the Toxicity Characteristic Leaching Procedure (TCLP) the leachate contains any of the listed metals in concentrations greater than that listed below: i. Chromium — 5mg/l ii. Lead — 5mg/1 Other elements and characteristics can cause a waste to be hazardous as defined in 40 CFR 261 and must be taken into consideration. All TCLP value testing necessary for licensed landfill disposal shall be provided by the Contractor and results copied to the Project Manager prior to removing any material from site. Lead levels having a TCLP value between 1.5 and < 5 mg/l are classified as Class 1, non -hazardous waste by TCEQ and require special handling and documentation procedures. Regardless of the TLCP results a TCEQ Form 0152 "Request for Authorization for Disposal of Special Waste" will be required to be completed before removing waste from the site. A TCEQ form 0757 "One -Time shipment request for Texas waste code for shipment of Class 1,2,3 and EPA hazardous waste" can be competed for one time Capital Improvement Projects Section 02 83 33.13 - 64 Apri126, 2024 Lri � c�ot � ubboc TEXAS shipments of waste. In proceeding with these methods a temporary EPA number and solid waste registration number is assigned by TCEQ. It will be the responsibility of the Contractor to determine if the landfills have the proper lining system to dispose of Hazardous waste, and find a proper disposal site. The contractor must submit a disposal site prior to removing any lead based paint. Costs for lawfully disposing of any Hazardous Waste resulting from the work performed on this project will be the responsibility of the Contractor. 11) Containment and Ventilation Systems: Includes the containment structure, ventilation system, and dust collection. When self-contained vacuum blasters are used this term refers to the complete vacuum blasting system including debris collection, sealing systems and paint removal systems. B. DESCRIPTION OF WORK: 1) The work covered by this section included procedures and equipment required to remove the lead containing paint of protective coatings and to limit occupational and environmental exposure to lead when lead containing paint is removed. The work includes the disposal of the removed paint chips, abrasive media and associated waste. Perform work in accordance to with 29 CFR1910.1025 and the requirements specified herein. C. WASTE DISPOSAL: 1) Waste materials and debris resulting from paint removal work shall be disposed by the Contractor. Following all TCEQ and EPA rules and regulations. D. PROTECTION OF EXTENSION WORK TO REMAIN: 1) Perform paint removal work without damage or contamination of adjacent areas. Where such work is damaged or contaminated, restore work to original condition or better. E. RESPIRATORY PROTECTION PROGRAM: 1) The Contractor shall establish and implement a respiratory protection program as required by ANSI Z88.2, 29 CFR1910.134, and 29 CFR 1910.1025. F. MONITORING: 1) The Contractor shall measure and control lead dust outside of initial containment site but within the project site to less than 30ug/m" 3 (micrograms/cubic meter) at all times. In addition, the controlled work area within the project site shall meet this criterion prior to release for unrestricted access. G. SAFETY AND HEALTH COMPLIANCE: 1) In addition to the detailed requirements of this specification, the Contractors shall comply with all laws, ordinances, rules, and regulations of federal, state, and local authorities regarding handling, storing, and transporting, and disposing of lead waste materials. H. SIGNS: 1) The Contractor shall post the following warning sign in each work area where the lead permissible exposure limit is exceeded for airborne lead. WARNING LEAD WORK AREA Capital Improvement Projects Section 02 83 33.13 - 65 April 26, 2024 Lri � c�ot � ubboc TEXAS "POISON" NO SMOKING OR EATING City of Lubbock, Painting Steel Tanks (Note: This legend shall be readily visible) 1.5. REQUIRED SUBMITTALS A. The Contractors shall submit to the Project Manager the following for prior to commencing any paint removal work. B. Removal, Containment, and Ventilation Plan: The Contractor shall provide a written plan for the methods to be employed for surface preparation, containment, ventilation, and collection of debris. The system established by the Contractor shall recognize the load bearing capacity and integrity of the structure to be painted. The ventilation and containment plan shall be designed and sealed by a Texas licensed professional engineer. At a minimum the submittal shall contain the following information. 1) Calculated flow rates for the system(s) necessary to comply with the standards of SSPC — Guide 6, for Class 1 containment. 2) Equipment cut sheets clearly indicating their adequacy relevant to the Contractor's proposed containment and ventilation plan. 3) A statement that the system(s) do indeed meet the standards of SSPC Guide 6 for Class 1 containment. 4) Provide a detailed structural analysis for the containment and/or paint removal equipment clearly illustrating live/dead loads and their effects on the structural integrity of the tanks. Include any and all temporary supports that will fasten to the structure in the report showing the effects of the support system. 5) Contractors that are proposing steel surface cleaners that attach to the tank shall be included in the structure analysis and a report that will either confirm or deny the loading on the tank is acceptable. 6) Any analysis requiring calculations shall be sealed by a Texas licensed professional engineer. C. Protection Programs: The Contractor shall submit the testing and evaluation program that will be used to conform that the work and environment does not violate federal, state, and local regulations. All protection programs shall be designed and sealed by a Texas licensed professional engineer. At a minimum the submittal shall conation the following information: 1) Regulated Areas using Area monitor: The Contractor shall submit a plan that will identify all the areas that will be regulated area. 2) Worker Protection Program: The Contractor shall submit a plan that conforms to 29 CFR 1926.62 for worker protection program. 3) Handling and Site Storage: The Contractor shall submit a plan that will address the handling and site storage of hazardous waste conforming to 40 CFR 262 and 40 CFR 265. The Contractor will be responsible for obtaining and EPA identification number as necessary, if paint debris is found to be hazardous. An EPA identification number may not be necessary if TCEQ form 0757 "One -Time shipment request for Texas waste code for shipment of Class 1,2,3 and EPA hazardous waste" is acceptable. Capital Improvement Projects Section 02 83 33.13 - 66 April 26, 2024 Lri � c�ot � ubboc TEXAS 4) Transportation: Written confirmation that the debris will be transported according with the requirements of 40 CFR 263, including the name, physical address, and license number of the transporter. 5) Disposal: Written confirmation that the debris will be treated and disposed of in according with 40 CFR 264 and 40 CFR 268. This program shall provide assurance that the debris is handled properly from production of waste to final disposal. The Contractor shall provide the name, address, phone number, and license number of the hazardous waste treatment facility and for the licensed solid waste landfill that will be receiving the waste product for final disposal. 6) Clearance Testing: The contractor shall provide documentation of containments, structures, equipment, and reusable items during construction and prior to removal from the project site, or if the proper testing and disposal of the materials, if decantation is not possible or desirable. 7) Reportable Releases: CERCLA release, the Contractor shall submit a plan for reportable release in accordance with 40 CFR 300 and 302. 8) Air Monitoring: The Contractor shall be responsible for providing a written program for providing perimeter personal air monitoring, testing, and reporting. All laboratory performing test on sensors and any other testing shall be submitted at the cost of the Contractor and the test results will be sent to the Owners Representative upon completion for project compliance. 1.6. QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be utilized to monitor all phases of surface preparation, application and inspection throughout the duration of the project. Procedures or practices not specifically defined herein may be utilized provided they meet recognized and accepted professional standards and are approved by the Project Manager with direction from the Owner's Representative. B. Surface Preparation: Surface preparation will be based upon comparison with: "Pictorial Surface Preparation Standards for Painting Steel Structures: SSPC-VIS 1- 89 and ASTM Designation D2200, "Standards Methods of Evaluation Degree of Rusting on Painting Steel Surfaces" SSPC-VIS 2 and ASTM Designation D610; "Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive". C. Application: No coating shall be applied when the surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein; or in rain, snow, fog or mist; when the temperature is less than 5°F above the dew point; when the air temperature is expected to drop below 40°F within six hours after application of coating. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. If the above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. D. Illumination: Adequate illumination shall be provided while work is in progress, including explosion -proof lights and electrical equipment. Conform with all applicable rules and regulations from OSHA. Whenever required by the Project Capital Improvement Projects Section 02 83 33.13 - 67 Apri126, 2024 Lri � c�ot � ubboc TEXAS Engineer, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The Project Engineer shall determine the level of illumination for inspection purposes. E. Temporary Ladders and Scaffolding: The Contractor shall conform to all Federal, State, and local rules and safety requirements pertaining to temporary ladders and scaffolding. Erect where requested by the Project Engineer to facilitate inspection and move by the Contractor to locations requested by the Project Engineer. 2. MATERIALS 2.1. ABRASIVE BLASTING A. Abrasive blasting material of either metallic grits or sands are allowed but must be fracture, no spherical shot grit will be allowed. Cleaning shall be performed to the degree specified and in accordance with the Steel Structures Painting Council Surface Preparation Specification for cleaning. B. The selection of abrasive size and type shall be based on the type, grade, and surface conditions of the steel to be cleaned. The blast cleaning abrasive shall be dry and free from oil, grease, and other harmful materials that could affect the boding of the coating system. 2.2. ABRASIVE ADDITIVES AND PRE -BLAST APPLICATIONS A. Use of any of the listed products does not relieve the Contractor from the proper disposal of waste generated regardless of whether the waste is found to be hazardous or not. It will be the responsibility of the Contractor to provide a safe and clean construction site at all times. B. Rust inhibitors may be used provided they are compatible with the primer. The Contractor shall submit information for any inhibitor that will be used on the project to the Owners Representative for review and approval. The submittal shall include documentation from the paint supplier ant the product will not reduce the performance of the coating system specified herein. C. The TDJ Group, Inc products Blastox which, when added to abrasive at the appropriate percent by weight and properly mixed, may render the spent abrasives and paint, of a lead paint coating, debris non -hazardous. D. NexTec, Inc. produces PreTox 2000 which, when applied at the appropriate mil thickness to lead based paint contains prior to removal operations, may render the spent abrasive and paint debris non -hazardous. E. Hoffer's Inc, coating division produces Envrio-Prep which, when applied at the appropriate mil thickness to lead based paint coatings prior to removal operations, may render the spent abrasives and paint debris non -hazardous. 2.3. CHEMICAL REMOVAL A. Existing substrate profile is unknown and may requires additional preparation before application of the primer. Prior to beginning chemical removal, a fifty (50) square foot area will be used as a test patch. Results will be reviewed j ointly by the Owners Representative, Contractor, Inspector, and Owner to establish required adjustments before proceeding. The Contractor shall be required to produce the specified level of surface preparation indication in Section 09 97 13 — Steel Coatings regardless of chemical cleaning results. 2.4. CONTAINMENT SYSTEM/VENTILATION/DUST COLLECTION Capital Improvement Projects Section 02 83 33.13 - 68 Apri126, 2024 Lri � c�ot � ubboc TEXAS A. When paint removal is being performed, on the exterior of the tank, the Contractor shall provide a containment system and ventilation system that conforms with SSPC-Guide 6, publication No. 97-21, as follows: 1) Abrasive blast cleaning - Class IA 2) Water blasting/water jetting - Class 1W 3) Chemical Stripping - Class 1C.Retention B. Shrouds shall comply with the minimum requirements of TCEQ, Chapter I I I and that of SSPC-Guide 6 except as modified herein. The shroud shall have overlapping seams to prevent leakage of particulates, shall be hooded and shall have a shade factor of 95% or a control factor of 95% of particles, 100 grit or greater. A shade factor is defined as the percent of area impermeable to particles or sunlight. The stricter requirement at SSPC-Guide 6 or TCEQ shall be utilized. C. Containment system(s) shall be designed to be capable of withstanding wind gusts that pertain to this area, when fully deployed, without damage to the tank or shroud. D. Impermeable ground covers with joints and seals impermeable will be placed in all areas where hazardous waste is collected, contained and/or stored. E. Minimize containment support which attach to the tank and repair any damage done to tank including cleaning and repainting on the tank interior. All supports attached to the tank shall be removable. Areas where supports are removed shall be blasted and painted as specified for the tank; any damage done during the application of the containment system will be at the expense of the contractor for repairs. F. Design of containment systems must not adversely affect the structured integrity of the tank. G. A sufficient factor of safety shall be used in the design of all containment systems as they relate to the effects on the tank and shall account for the highly variable climatological conditions in the region. Scaffolding, if used, shall conform to 29 CFR 1926.451 including requirements for cables and platforms. H. Weather days will not be allowed for episodes of wind that do not produce frequent wind gusts equal to or greater than that specified for the design requirement of the shrouding system. I. Provide and pay for a ventilation and dust collection filtration system conforming with the requirements of 29 CFR 1910 and 1926 -OSHA rules and regulations. The ventilation and dust collection system shall be sized commensurate with the containment system to produce the necessary air flow and air changes per hour to comply with stated regulations and performance criteria sighted herein. Dust collection/ventilation equipment used for the interior of the tank shall produce a minimum of three (3) air changes per hour. A sufficient enough number of air changes shall be designed into the system(s) to adequately clean the air allowing good visibility from anywhere inside the tank. Air horns and dust socks are unacceptable methods of dust collection for either the exterior or interior of the tank. All air filters used in dust collectors for use during removal of lead -based paint will use HEPA filters which will be changed or cleaned daily unless operations require more frequent changing. J. Top exterior surfaces with angles from vertical of 20 degrees or more will require a cross draft of 100 fpm. The area requiring the cross draft is from the point of Capital Improvement Projects Section 02 83 33.13 - 69 April 26, 2024 Lri � c�ot � ubboc TEXAS blasting to a point where the surface is more than 19 degrees from vertical. Contractor will provide instrumentation to verify cross draft velocity. K. Contractor shall take necessary steps (i.e. cover anode hand holes, hatch, vent, etc.) to minimize contamination of the tank interior during removal of lead -based paint. 2.5. VACUUM ASSISTED MECHANICAL BLAST UNITS A. Vacuum blasters shall use steel grit or other approved abrasive to produce the profile and tooth pattern specified for the steel surface to adhere to the proposed coating system. Spherical shaped shot is unacceptable. The Contractor shall submit blasting material prior to starting construction for approval by the Owners Representative. The vacuum blasters shall be equipped with a fully contained blast mouth ratio produce a consistent degree of removal and a dust free process. The used of vacuum blaster shall not relieve the Contractor of the requirements of the specifications. Requirements for visible emissions and safeguards to reduce possible contamination shall be exercised at all times. EXECUTION 3.1. PAINT REMOVAL A. All exterior paint material shall be removed by wet abrasive blasting, vacuum blasting or chemical stripping in an approved emissions control containment system. B. The interior may be dry abrasive blasted, regardless of lead content, provided visible emissions are controlled to meet the requirements of TCEQ, Chapter 111. An approved dust collector shall be in operation at any time blasting is being done and shall continue to run after blasting has been discontinued until the air has cleared sufficiently to allow non -aided breathing, i.e. fresh air hood, dusk mask, etc. C. All paint chips, water, spent blast media, and debris removed from the tank shall be contained and recovered for lawful disposal. D. Compressed air used for dry abrasive blasting shall be clean, oil free, and dry. Moisture separators, oil separators, traps and/or other equipment shall be used as necessary to achieve air of superior quality. 3.2. CRITERIA FOR EXTERIOR CONTAINMENT SYSTEMS A. The Contractor shall thoroughly examine the structure to be contained to verify its ability to support the containment system including the wind loads that can be impacted by such a system on the tank. Containment drawings shall be submitted for Engineer review. Vacuum blasting obviously will preclude some of the following requirements. However, the general intent of the specifications shall be sustained. B. It shall be the Contractors sole responsibility to operate, position and maintain the containment system. Containment shall not be lowered until the contained volume, after clean up, has cycled through five (5) air changes. Vacuum blasters shall not be removed until a sufficient amount of time has elapsed to clear the hose and the mouth of the machine of paint debris. C. During the tank surface preparation, materials may accumulate at the tank base. Contractor shall contain all materials collected at the tank base including any spent media used to remove the paint. Construction of containment berms are allowed, if necessary. The berms shall be located as close to the tank base area as possible with no berms being constructed on any paved areas surrounding the tank. Regardless of Capital Improvement Projects Section 02 83 33.13 - 70 April 26, 2024 Lri � c�ot � ubboc TEXAS whether berms are utilized all containment shrouding material on or within two (2) feet of the ground will be impermeable. All joints and seams of ground containment shall also be impermeable. D. The Contractor shall design a containment system for the work area that is appropriate for the Class specified relative to the method of removal. The containment shall control environmental emissions, and control the working environment within the containment according to the criteria specified. 3.3. DECONTAMINATION AREA A. The entrance to the shrouded area will also be used as the exit. A decontamination area will be designated for workers exiting the shrouded area. The decontamination area must adjoin the shrouded area. B. Workers will be required to remove as much as possible all lead containing dust from outer clothing in the decontamination area before they are allowed to exit the shrouded area. All the dust collected in the decontamination area will be properly disposed of along with the rest of the waste generated on this project. A decontamination trailer with changing area and showers for all workers entering the regulated area will be provided by the Contractor should the Contractor deem it necessary. 3.4. CONTROLS OF EMISSIONS A. Ambient Air Quality for Particulate Matter (40 CFR 50) will not be monitored. Imperial monitoring of both particulate matter and total suspended particulate (TSP) for lead have verified that if TSP for lead exceeds the requirements, then particulate matter requirements will also be exceeded. This fact shall be used in the analysis of TSP air monitoring as it applies to this project. B. Ambient Air -Quality - Visible Emissions: 1) Unacceptable visible emissions shall be cause for project shut down until corrections to the containment are made. Contractor will not receive additional contract time or compensation if the project is shut down due to emissions. 2) Project will remain shut down until reason for emission is determined and corrective actions are taken. 3) Visible emissions shall be determined in accordance with SSPC-Guide 6 (97), Method A, General Surveillance and shall not exceed Level 2 Emissions. Level 2 Emissions are defined as random emissions of a cumulative duration of no more than 5% of the work day (e.g., 24 minutes in an eight -hour work day). The Owner's Engineer or his representative shall determine if visible emissions are exceeded and his decision will be final. 4) A weekly report noting time and date of all visual emissions in excess of Level 2, during the past week with cause and remedy noted will be provided to Engineer. Repeated visual emissions violation with the same cause will require adjustment in Contractor operation. 5) Regardless of the method used to control emissions, no discharge from any source whatsoever, in such concentration and of such duration as are or may tend to be injurious to or adversely affect human health or welfare, animal life, vegetation, bodies of water or property are permitted. C. Ambient Air Quality - Lead Emissions: Capital Improvement Projects Section 02 83 33.13 - 71 April 26, 2024 city of Lubbock TEXAS 1) Emissions of lead shall be assessed by Ambient Air Quality for TSP Lead by the Contractor. 2) Emissions of lead in excess of 4.3 Fg/m3 for work days where blasting time does not exceed 10 hours is considered failing. Monitoring for this level shall be accomplished personal air monitors in accordance with 40 CFR 50. Due to time delay in receiving test results for TSP monitors, the following procedure will be followed if a failing test is reported. a) After Owner receives a failing test report, all lead removal operations will be halted until an additional report is received. b) Contractor can begin lead removal operations provided the next report is passing. If the next report fails, Contractor will make the necessary changes to containment prior to beginning lead removal operations. c) Until such time as Contractor receives a passing report, lead removal operation will proceed with one day of blasting then wait for test results. d) Failing reports for four (4) consecutive days during lead removal on the tank will result in a reduction of payment for containment as listed in the schedule of values of 5 percent for each occurrence. e) The reduction in payment is a penalty for not performing the work required of these specifications and does not constitute payment for damages. Any delays in Contractor's progress due to failing TSP requirements will not be cause for additional time or compensation. 3) Three days of baseline monitoring shall be taken prior to project lead removal operations start-up to determine pre-existing conditions. If baseline monitoring has lead concentrations greater than 2.8 Fg/m3 then the maximum allowable lead is 1.5 Fg/m3 above the baseline level instead of the 4.3 Fg/m3 listed in part 2. above. 4) Monitors will be operated during the entire work day when any lead removal operations (blasting, blow down, clean up, handling of waste debris, etc.) occur. Should test results on paint debris samples indicate the waste is non- hazardous, monitoring during handling will not be required. D. Ambient Air Quality - Area Monitoring to Establish Regulated Areas 1) The Contractor shall establish a regulated area surrounding activities where lead exposures could exceed the OSHA Action Level for lead and chromium. This includes the paint removal area, dust collection equipment, abrasive recycling equipment, and any locations where potentially hazardous lead - containing debris is handled or transferred to storage containers. 2) The regulated area shall be demarcated by ropes, tape, walls, or other similar means, and the contractor shall control access to only those persons properly trained and protected when lead removal activities are in progress. 3) Contractor shall install personal air monitoring samplers at locations around the Contractor demarcated regulated area to monitor area emissions for lead. If any of the results from periodical monitoring around the regulated area are above the action level, the regulated are will be enlarged and emission control devices modified. E. Soil Quality: Capital Improvement Projects Section 02 83 33.13 - 72 April 26, 2024 Lri � c�ot � ubboc TEXAS 1) The Contractor shall not contaminate the soil with lead. Samples of the soil shall be removed and tested for total lead content by the Owner at specific locations determined by Owner and Engineer. Soil samples shall be taken as described under PD/LEAD Method SI in reference 1.2.5,c. 2) Laboratory analysis shall be conducted in accordance with EPA Method 3050, Method 6010 or approved equivalent. 3) The Contractor shall return the soil to back ground levels by methods acceptable to the Owner and/or applicable regulatory authority, if the analysis upon project completion shows an increase in soil lead levels. 4) Soil samples in the near field will be considered having increased lead levels if the geometric mean pre -project concentration increases above the post project concentration when compared by the paired student T-test at the 95 percent confidence level. Engineer will determine whether increased lead levels exist. Should tests performed by the Owner indicate areas of elevated lead, Contractor at his own cost, will conduct additional testing through the same firm used by the Owner, to establish the extent and limits of contamination. 5) A soil sample in the far field will be considered increased if the post-proj ect concentration is greater than or equal to 100 parts per million (ppm) above the pre -project concentration. Typically, if TSP air monitoring near the far field soil samples indicates no elevated lead concentrations, no post project soil sample will be taken near the appropriate air monitor. Post blast testing is entirely at the discretion of the Engineer. 6) Regardless of the method listed above to review soil samples for elevated concentrations, if any hazardous materials are spilled directly onto the soil it will require cleaning. Contractor will have to clean up the spill to the satisfaction of the Owner and will be required to provide test results documenting soil lead levels are below 400 ppm regardless of initial concentration. 7) All clean up shall be at Contractor's expense. F. Water/Sediment Quality: 1) The Contractor shall prohibit the release of hazardous or non -hazardous lead into bodies of water or storm sewers. Work shall be halted if spills or emissions are observed entering into bodies of water, or found in areas where storm water run-off could carry the debris into bodies of water or storm sewers. 2) The Contractor is advised that discharges of lead into the water or in locations where it could be carried by rain water into storm sewers or bodies of water are strictly prohibited and shall be considered a violation of the Clean Water Act. 3) The Contractor shall protect all drains. Paint debris shall not be allowed to enter into drainage or storm sewer systems. 4) The Contractor will be solely responsible for all clean-up costs in the event of a spill. 3.5. CRITERIA FOR CONTROLS OVER WORKER PROTECTION A. OSHA requirements for the protection of workers shall be in accordance with 29 CFR 1926.62. Capital Improvement Projects Section 02 83 33.13 - 73 April 26, 2024 4�oLubbockTFXA5 B. A written program addressing compliance with each of the items below shall be provided. Analysis of personnel air monitoring filters shall be performed by an AIHA accredited laboratory for metals analysis. Blood lead testing shall be conducted by an OSHA approved laboratory. Note also that the requirements listed below are in addition to other OSHA safety and health requirements of the project. 1) Action level Lead 30Fg/m3 Chromium 250 Fg/m3 (Divalent, Trivalent) 25 Fg/m3 (Hexavalent) 2) Permissible Exposure Limit: Lead 50Fg/m3 Chromium 500 Fg/m3 (Divalent, Trivalent) 50 Fg/m3 (Hexavalent) 3) Protective work clothing and equipment must be provided by Contractor. 4) Housekeeping will include a mandatory daily job site inspection by a contractor employed competent person. A copy of the job site inspection will be provided to the Owner. 5) Hygiene facilities and practices will include daily showering when leaving the regulated area and provide handwashing facilities near any eating areas within the regulated area. 6) Employee information and training will note the content of Chromium in the paint to be removed. 7) Contractor will provide respirators approved by NIOSH for use in atmospheres containing lead dust to any employee requesting a respirator or at a minimum to all employees assumed exposed above the PEL (50 Fg/m3). Respirator fit tests and training must meet requirements of 29 CFR 1910.1025 8) Employee blood lead levels shall be conducted on all employees prior to participating in any lead removal operation on this project to establish a baseline blood lead level. At the completion of lead removal operations or prior to the transfer of an employee from this project conduct blood lead level checks to establish a post lead removal blood lead level. Submit baseline blood lead and post lead removal levels to Owner and Engineer for review. 3.6. SOLID WASTE HANDLING, DISPOSAL AND UN -AUTHORIZED RELEASES A. The Contractor is responsible for the handling and disposal of all waste on this project. Any testing required prior to disposal of materials other than spent abrasives and paint debris is the sole responsibility of the Contractor. A copy of all reports for this testing will be provided to Owner and Engineer. Contractor, through execution of this contract, is responsible for implementing the handling and disposal of hazardous waste and/or special waste (as defined by TCEQ) created on this project. B. Sampling and testing of debris will be the responsibility of the Contractor. After approximately 4 hours of blasting areas with lead based paints, twelve (12) random samples of blast debris will be collected. Four samples will be tested and an evaluation of the test results will be used to establish whether the generated waste is hazardous. Any additional testing, due to change in methods or other reasons, shall be at the Contractor's expense. Capital Improvement Projects Section 02 83 33.13 - 74 April 26, 2024 Lri � c�ot � ubboc TEXAS 1) Representative samples of the debris shall be selected in accordance with the requirements of SW846, and tested by TCLP in accordance with Appendix IIof 40 CFR 261. 2) In the case of wet methods of preparation, the use of chemical strippers, or containerized hygiene water, all liquids and sludge shall be tested, including pH to determine corrosively, if appropriate. C. The Contractor is advised that no waste stabilization will be performed on the project site. Waste stabilization shall be performed by and at a Contractor, Owner and Engineer agreed upon permitted Storage, Treatment and Disposal (STD) facility. D. If the tests of the debris in paragraph 3.6.13 of this section show the waste to be hazardous, the following requirements shall apply. Until tested as described above, all waste generated during lead removal operations are assumed hazardous. 1) Site Storage and Handling: a) The contractor shall adhere to the requirements of 40 CFR 262 and 40 CFR 265 for the on -site handling of debris. b) Special attention shall be given to the time of storage, amount of material stored at any one time, use of proper containers, personnel training, and the Contractor shall obtain an EPA identification number as necessary. c) Paint debris shall not be placed on the unprotected ground and shall be shielded to prevent dispersion of the debris by wind or rain water. d) The contractor shall provide preparedness, prevention, and contingency plans (PPCP) in accordance with 40 CFR 265 Subpart C and Subpart D for the steps to be taken in the event of an unplanned release or emergency. e) Any evidence of improper storage shall be cause for immediate shut down of the project until corrective action is taken. f) Contractor shall complete EPA form 8700-12, Notification of Regulated Waste Activity and file with EPA. Copy Engineer with said completed form. g) Contractor shall complete all forms required by TCEQ and file with same. Copy Engineer with all correspondence including completed forms and permits. 2) Transportation and Disposal of Debris: a) The contractor shall arrange to have the debris transported from the site in accordance with the requirements of 40 CFR 263, and disposed of properly in accordance with 40 CFR 264 and 40 CFR 268. b) Only licensed transporters and disposal facilities shall be used. Provide a list of the companies to be used for Owner approval in advance. c) Signed manifests shall be returned to the Owner to verify that all steps of the handling and disposal process have been completed properly. d) Provide name, address, phone number and license number of the final TCEQ approved solid waste landfill. E. The Contractor shall thoroughly vacuum, wash, or otherwise decontaminate containments, structures, equipment, and reusable items throughout the period of Capital Improvement Projects Section 02 83 33.13 - 75 April 26, 2024 Lri � c�ot � ubboc TEXAS construction and prior to removal from the project site until such time as the waste is classified non -hazardous. Simply blowing down the potentially contaminated items will not be sufficient. Items include, but are not limited to, equipment, containment materials, ground covers, scaffolding, and change and shower facilities. If adequate cleaning is not possible, the materials shall be treated as waste and tested and disposed of properly at the expense of the Contractor. F. Reportable Releases: 1) CERCLA Release: The Contractor is advised that the discharge of 10 or more pounds of lead debris into the atmosphere, water, or soil within a 24-hour period is considered a reportable release in accordance with 40 CFR 300 and 40 CFR 302. 2) In the event of a spill requiring release notice, Contractor will also notify the Owner and Engineer, and follow the Preparedness, Prevention and Contingency Plan (PPCP). G. Non -hazardous Waste: All waste from the project classified as non -hazardous and which a Municipal Solid Waste Landfill will accept shall be disposed of there at the Contractor's expense. In any case, the Contractor shall dispose of the waste at a TCEQ licensed landfill. Transportation from tank site to Landfill is at Contractor's expense. Costs for disposal of all waste products shall be included in the bid item for solid waste disposal. END OF SECTION Capital Improvement Projects Section 02 83 33.13 - 76 Apri126, 2024 Lri � c�ot � ubboc TEXAS DIVISION 03 CONCRETE Capital Improvement Projects Division 03 Concrete - 77 April 26, 2024 4Lubbock TEXAS SECTION 03 30 00 CAST -IN -PLACE CONCRETE 1. GENERAL 1.1. SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Section Includes: 1) Definitions 2) Submittals 3) Quality Assurance 4) Deliver, Storage and Handling 5) Form -Facing Materials 6) Steel Reinforcement 7) Reinforcement Accessories 8) Concrete Materials 9) Admixtures 10) Curing Materials 11) Repair Materials 12) Concrete Mixes 13) Fabricating Reinforcement 14) Concrete Mixing 15) Formwork 16) Embedded Items 17) Removing and Reusing Forms 18) Shores and Reshores 19) Steel Reinforcement 20) Joints 21) Concrete Placement 22) Miscellaneous Concrete Items 23) Concrete Protecting and Curing 24) Field Quality Control 1.2. DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast - furnace slag, and silica fume. 1.3. SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Indicate amounts of mix water withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.4. QUALITY ASSURANCE Capital Improvement Projects Section 03 30 00 - 78 April 26, 2024 Lri � c�ot � ubboc TEXAS A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: 1) ACI 301 — Specification for Structural Concrete 2) ACI 117 — Specifications for Tolerances for Concrete Construction and Materials. 1.5. DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Avoid damaging coatings on steel reinforcement. 2. PRODUCTS 2.1. FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable size to minimize number of joints. B. Plywood, metal, or other approved panel material. C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.A E. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. F. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber - reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2. STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. Capital Improvement Projects Section 03 30 00 - 79 Apri126, 2024 Lri � c�ot � ubboc TEXAS 2.3. REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: 1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 3) Wood, concrete, or clay blocks are not permissible C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4. CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Fly Ash: ASTM C 618, Class C. C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: D. Class: Moderate weathering region, but not less than 3M. E. Water: Potable and complying with ASTM C 94. 2.5. ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. 2.6. CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. 2.7. REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. Capital Improvement Projects Section 03 30 00 - 80 April 26, 2024 4Lubbo& D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8. CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: 1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301. 2) Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 3) Compressive Strength (28 days): 3000 psi 4) Type I cement 5) Fly Ash: Allow up to 25% of cementitious material 6) Minimum Slump: 4 inches 7) Maximum Slump: 6 inches 8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. 9) Maximum Water/Cementitious Materials Ratio: 0.55 10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. B. Cementitious Materials: 1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. 2) Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: a) Fly Ash: 20 percent b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. c) Admixtures with chloride ions are prohibited. C. Admixtures: 1) Use admixtures according to manufacturer's written instructions. 2) Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 3) Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 2.9. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. 2.10. FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. 2.11. CONCRETE MIXING Capital Improvement Projects Section 03 30 00 - 81 April 26, 2024 Lri � c�ot � ubboc TEXAS A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. 2.12. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. EXECUTION 3.1. FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: 1) Class B, 1/4 inch 2) Construct forms tight enough to prevent loss of concrete mortar. 3) Fabricate forms for easy removal without hammering or prying against concrete surfaces. 4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces. 5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. 6) Do not use rust -stained steel form -facing material. 7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. 8) Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. 9) Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10) Chamfer exterior corners and edges of permanently exposed concrete. 11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13) Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14) Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2. EMBEDDED ITEMS Capital Improvement Projects Section 03 30 00 - 82 April 26, 2024 Lri � c�ot � ubboc TEXAS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. C. Install anchor bolts, accurately located, to elevations required. 3.3. REMOVING AND REUSING FORMS A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: 1) At least 70 percent of 28-day design compressive strength. C. Determine compressive strength of in -place concrete by testing representative field or laboratory cured test specimens according to ACI 301. D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4. SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5. STEEL REINFORCEMENT A. Comply with CRSI's Manual of Standard Practice for placing reinforcement. B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. D. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6. JOINTS A. Construction joints true to line with faces perpendicular to surface plane of concrete. B. Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. Capital Improvement Projects Section 03 30 00 - 83 April 26, 2024 Lri � c�ot � ubboc TEXAS C. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam - girder intersection. F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. I. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: 1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. 2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day's concrete pour. a) A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. b) Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. c) All joints shall be perpendicular to the surface of the concrete and to the axis of the section. d) The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. e) Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. 3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. 4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. Capital Improvement Projects Section 03 30 00 - 84 April 26, 2024 Lri � c�ot � ubboc TEXAS a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7. CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI301. D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. E. Water may not be added beyond the limit of water withheld from the plant. F. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. G. If a section cannot be placed continuously, provide construction joints as specified. H. Deposit concrete to avoid segregation. I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. 2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. 3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. 4) At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. L. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. M. Maintain reinforcement in position on chairs during concrete placement. N. Screed slab surfaces with a straightedge and strike off to correct elevations. O. Slope surfaces uniformly to drains where required. P. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. Capital Improvement Projects Section 03 30 00 - 85 April 26, 2024 Lri � c�ot � ubboc TEXAS Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. 2) Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as follows, when hot weather conditions exist: S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees Fahrenheit at time of placement. T. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. U. Using liquid nitrogen to cool concrete is Contractor's option. V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8. MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9. CONCRETE PROTECTION AND CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. 1) Leave forms in place for a minim of 3 days. 2) Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. 1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. 1) No work will be permitted on the slab during wet curing. Capital Improvement Projects Section 03 30 00 - 86 Apri126, 2024 Lri � c�ot � ubboc TEXAS E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.10. FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION Capital Improvement Projects Section 03 30 00 - 87 Apri126, 2024 Lri � c�ot � ubboc TEXAS DIVISION 09 FINISHES Capital Improvement Projects Division 09 Finishes - 88 April 26, 2024 SECTION 09 96 00 HIGH PERFORMANCE COATINGS 1. GENERAL 1.1. WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. 1.2. ABBREVIATIONS A. The following abbreviations are used in this Section: 1) ANSI American National Standards Institute 2) AWWA American Water Works Association 3) FRP Fiberglass Reinforced Plastic 4) MDFT Minimum Dry Film Thickness 5) MDFTPC Minimum Dry Film Thickness Per Coat 6) mil Thousandths of an Inch 7) MIL-P Military Specification - Paint 8) OSHA Occupational Safety and Health Act 9) PSDS Paint System Data Sheet 10) SFPG Square Feet Per Gallon 11) SFPGPC Square Feet Per Gallon Per Coat 12) SP Surface Preparation 13) SSPC Steel Structures Painting Council 1.3. SUBMITTALS A. Product Data: Furnish the following Data Sheets: 1) For each paint system used herein, furnish a Paint System Data Sheet (PSDS), Technical Data Sheets, and paint colors available (where applicable) for each product used in the paint system, except for products applied by equipment manufacturers. A sample PSDS form is appended at the end of this Section. 2) The required information shall be submitted on a system -by -system basis. 3) The Coatings Contractor shall also provide copies of the paint system submittals to the coating applicator. 4) Indiscriminate submittal of manufacturer's literature only is not acceptable. B. Where ANSI/NSF Standard 60 and 61 approval is required, submit ANSI/NSF certification letter for each coating in the system indicating product application limits on size of tank or piping, dry film thickness, number of coats, specific product tested, colors certified, and approved additives. C. Provide TCLP test data for lead and other regulated heavy metals in non -recyclable, slag type abrasive blast media to be used on the Project. Acceptable abrasive test data shall indicate the abrasive manufacturer, location of manufacture, and media gradation and type. Surface preparation will not be permitted to begin until acceptable test data has been submitted. D. Colors charts of each paint system. E. Quality Control Submittals: Furnish the following: 1) Applicator's Experience: List of references substantiating the requirements as specified. 2) Factory Applied Coatings: Manufacturer's certification stating factory applied coating systems meets or exceeds requirements specified herein. Capital Improvement Projects Section 09 96 00 - 89 April 26, 2024 3) If the manufacturer of finish coating differs from that of shop primer, provide both manufacturers' written confirmation that materials are compatible. 1.4. QUALITY ASSURANCE A. The paint manufacturer shall provide a representative to visit the j obsite at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and the Contract Documents, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer's products furnished under this Contract. B. Applicator's Experience: Minimum of 5 years practical experience in application of specified products. Submit a list of recent projects and names of references for those projects. The Engineer will waive the requirement for 5 years' experience, when at the discretion of the Engineer, the applicators' experience and capabilities meet the intent of the experience requirement. C. Continuity of Contractor: Coatings Contractor's Site supervisor shall be coordinated with the Engineer. Any replacement of the supervisor on site will require notification of Engineer 72 hours in advance, and will be subj ect to approval by the Owner. D. Inspection: 1) Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. 2) Provide Engineer minimum 3 days' advance notice prior to start of surface preparation work or coating application work. 3) Perform work only in the presence of Engineer, unless Engineer grants prior approval to perform such work in Engineer's absence. Approval to perform work in the Engineer's absence is limited to the current day unless specifically noted to extend beyond the completion of the work day. 4) Inspection by the Engineer, or the waiver of inspection of any particular portion of the Work, shall not be construed to relieve the Coatings Contractor of responsibility to perform the Work in accordance with the Contract Documents. 1.5. PAINT DELIVERY, STORAGE, AND HANDLING A. Deliver paint to the Site in unopened containers that plainly show, at the time of use, the designated name, manufacturer date, color, and name of manufacturer. B. Store paints in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by the paint manufacturer. C. Shipping: 1) Where pre -coated items are to be shipped to the jobsite, protect coating from damage. Batten coated items to prevent abrasion. 2) Use nonmetallic or padded slings and straps in handling. 3) Items will be rejected for excessive damage. 1.6. WARRANTY A. A. The Coatings Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the Work under this Section against defective Capital Improvement Projects Section 09 96 00 - 90 April 26, 2024 workmanship and materials for a period of 2 years commencing on the date of final acceptance of the Work. B. B. A warranty inspection shall be conducted 1 month prior to expiration of the warranty period. Any defective Work discovered at this date shall be corrected by the Coatings Contractor in accordance with the Contract Documents at no additional cost to the Owner. Other corrective measures may be required during the 2 year warranty period. 1.7. PAINT AND COATINGS MANUFACTURERS A. A manufacturer letter code as follows will be found following the generic descriptions of materials outlined in this Section. Address is that of the general offices. Contact these offices for information regarding the location of representative nearest the project site. B. Manufacturer Code A — Coatings manufacturers (able to supply most heavy-duty industrial coatings and architectural paints): 1) Ameron Protective Coatings, Brea, CA. 2) Carboline Coatings Company, St. Louis, MO. 3) ICI Devoe Coatings Company, Louisville, KY. 4) Dupont Chemical Co., Wilmington, DE. 5) International Coatings, Louisville, KY. 6) Sherwin Williams, Cleveland, OH. 7) Tnemec Coatings, Kansas City, MO. 8) Wasser Coatings, Seattle, WA. C. Manufacturer Code E — Fusion bonded coating applicators: D. 3M Co., St Paul, MN. 2. PRODUCTS 2.1. PAINT MATERIALS A. Products shall meet federal, state, and local requirements limiting the emission of volatile organic compounds. Specific information may be secured through the local office of the Air Pollution Control Officer. B. Materials Including Primer and Finish Coats: Produced by same paint manufacturer. C. Thinners, Cleaners, Driers, and Other Additives: As recommended by paint manufacturer of the particular coating. Where coatings are required to meet ANSI NSF Standard 60 and 61, addition of thinners, driers, and other paint additives not approved under the ANSI NSF certification letter will not be permitted without written approval from the Engineer. D. Paint products are listed according to their approximate order of appearance in the paint systems. The letter designating the manufacturer code refers to the codes in Paragraph 1.07. E. Product Definitions 1) Polyamide Epoxy, High Solids: Polyamide or polyamine cured epoxy, capable of 4 to 8 MDFT per coat, percent of volume solids 70% minimum, suitable for immersion or buried service. MANUFACTURER CODE: A 2) Moisture Cured Zinc Primer: Single component, moisture cured urethane based, 12 lbs. metallic zinc content per gallon minimum, unlimited recoat period. MANUFACTURER CODE: A Capital Improvement Projects Section 09 96 00 - 91 Apri126, 2024 3) Moisture Cure Urethane: Single component, moisture cured urethane intermediate and top coat, suitable for high humidity and condensation, unlimited recoat period. MANUFACTURER CODE: A 4) Inorganic Zinc Primer: Solvent or water based, 14 lbs. metallic zinc content per gallon minimum; follow manufacturer's recommendation for top coating. MANUFACTURER CODE: A 5) Polyurethane Enamel: Two -component, aliphatic or acrylic based polyurethane; high gloss finish, high build. MANUFACTURER CODE: A 6) Rust -Inhibitive Primer: Single -package steel primers with anti -corrosive pigment loading; may be alkyd, vinyl, epoxy ester, chlorinated rubber. MANUFACTURER CODE: A 7) Alkyd Enamel: Optimum quality, gloss finish, medium long oil. MANUFACTURER CODE: A 8) Wash Primer: Vinyl butyral acid. MANUFACTURER CODE: A 9) Polyurethane: Self -priming, plural component, 100 percent solids, non - extended polyurethane, suitable for burial or immersion, and shall be one of the approved products as specified in Section 09 97 13 "Pipeline Coatings and Linings." 10) Fusion Bonded Coating: 100% solids, thermosetting, fusion bonded, dry powder epoxy or polyurethane resin, suitable for this intended service. MANUFACTURER CODE: E 2.2. COLORS A. Provide as selected by the Owner or Engineer. Provide custom color if required to match this color when coatings provided by another manufacturer. B. Formulated with colorants free of lead, lead compounds, or other materials which might be affected by the presence of hydrogen sulfide or other gas likely to be present at the Project. C. Proprietary identification of colors is for identification only. Any authorized manufacturer may supply matches. D. Equipment Colors: 1) 1. Equipment shall be meant to include the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. 2) Paint non -submerged portions of equipment in the same color as the process piping it serves, except as itemized below: a) Non -Submerged Portions Color b) Dangerous parts of equipment and machinery OSHA Orange c) Fire protection equipment and Apparatus OSHA Red d) Radiation hazards OSHA Purple e) Physical hazards in normal operating area OSHA Yellow 3) Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does not require painting, provided the color is as specified. 2.3. INSPECTION TEST EQUIPMENT A. Provide a magnetic type or electronic dry film thickness gauge to test coating thickness specified in mils, as manufactured by: 1) Nordson Corp., Anaheim, CA, Mikrotest. 2) DeFelsko Corp., Anaheim, CA, Positector. Capital Improvement Projects Section 09 96 00 - 92 April 26, 2024 3) Or equal. B. Provide an electrical holiday detector, low voltage, wet sponge type to test finish coatings less than 20 mils in thickness, except zinc primer, high -build elastomeric coatings, and galvanizing, for holidays and discontinuities as manufactured by: 1) Tinker and Razor, San Gabriel, CA, Model M-1. 2) Or equal. C. Provide an electrical holiday detector, high voltage, pulse type to test elastomeric coatings and coating systems in excess of 20 mils dry film thickness, except zinc primer, for holidays and discontinuities as manufactured by: 1) Tinker and Razor, San Gabriel, CA, Model AP-W. 2) D. E. Stearns Company, Shreveport, LA, Model 14/20. 3) Elcometer, Rochester Hills, Michigan. 4) Or equal. EXECUTION 3.1. GENERAL A. The intention of this Section is for all new, interior and exterior metal, and submerged metal surfaces be painted, whether specifically mentioned or not, except as modified herein. Concealed structural steel surfaces shall receive prime coat only unless modified herein. B. Surface preparation and coating application shall be in conformance with the Specifications and the coating manufacturer's written product data sheets and written recommendations of the manufacturer's technical representative. Where conflicts occur between the manufacturer's recommendations and the Specifications, the more stringent of the two shall apply unless approved by the Engineer. C. For coatings subject to immersion, obtain full cure for completed system. Consult coatings manufacturer's written instructions for these requirements. Do not immerse coating for any purpose until completion of curing cycle. 3.2. REGULATORY REQUIREMENTS A. Meet federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposures. B. Protect workers and comply with applicable federal, state, and local air pollution and environmental regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, coating application and dust prevention including, but not limited to the following Acts, Regulations, Standards, and Guidelines: 1) Clean Air Act. 2) National Ambient Air Quality Standard. 3) Resource Conservation and Recovery Act (RCRA). C. Comply with applicable federal, state, and local regulations for confined space entry. D. Provide and operate equipment that meets explosion proof requirements. 3.3. ENVIRONMENTAL CONDITIONS A. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, whenever surface temperature is less than 5 degrees F above the dew point of the ambient air. Capital Improvement Projects Section 09 96 00 - 93 April 26, 2024 B. Surface preparation power tools and blast equipment shall contain dust collection equipment that will prevent discharge of dust particles into the atmosphere when surface preparation work is located within enclosures or confined areas with electrical equipment, motors, instrumentation, or other equipment that may be damaged by airborne dust and particles. C. Do not apply paint when: 1) Surface temperatures exceeds the maximum or minimum temperature recommended by the paint manufacturer, 2) In dust, smoke -laden atmosphere, damp or humid weather, or under conditions which could cause icing on the metal surface. 3) When it is expected that surface temperatures will drop below 5 degrees F above dew point within 8 hours after application of coating. 3.4. DEHUMIDIFICATION A. Where weather conditions or Project requirements dictate, Coatings Contractor shall provide and operate dehumidification equipment to maintain environmental conditions suitable for abrasive blasting and coating application as specified. B. Coatings Contractor shall provide dehumidification equipment sized to maintain dew point temperature 5 degrees F or more below surface temperature of metal surfaces to be cleaned and painted. C. Cleaned metal surfaces shall be prevented from flash rusting throughout the Project duration, condensation or icing shall be prevented throughout surface preparation and coating application. D. Equipment size and power requirements shall be designed by personnel trained in the operation and setup of dehumidification equipment based on Project requirements and anticipated weather conditions. E. Dehumidification equipment shall operate 24 hours per day and continuously throughout surface preparation and coating application. F. Coatings Contractor to provide personnel properly trained in the operation and maintenance of the dehumidification equipment or provided training by the dehumidification equipment Supplier. G. Daily maintenance requirements of the equipment shall be documented in writing and posted near the equipment for review by the Engineer. H. Reblasting of flash rusted metal surfaces or removal of damaged coatings, as a result of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the Coatings Contractor. 3.5. VENTILATION AND ILLUMINATION A. Adequate illumination shall be provided while work is in progress. Whenever required by the inspector, the Coatings Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the inspector. B. Ventilation shall be used to control potential dust and hazardous conditions within confined areas. Ventilation flow rates shall be in accordance with OSHA regulations and as required to reduce air contamination to nonhazardous conditions. 3.6. SURFACES NOT REQUIRING PAINTING A. Unless otherwise stated herein or shown, the following areas or items will not require painting: Capital Improvement Projects Section 09 96 00 - 94 April 26, 2024 1) Concrete and masonry surfaces. 2) Nonferrous and corrosion -resistant ferrous alloys such as copper, bronze, monel, aluminum, chromium plate, atmospherically exposed weathering steel, and stainless steel, except where: a) Required for electrical insulation between dissimilar metals. b) Aluminum and stainless steel are embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. c) Color coding of equipment and piping is required. 3) Nonmetallic materials such as glass, PVC, wood, porcelain, and plastic (FRP) except as required for architectural painting or color coding. 4) Prefinished electrical and architectural items such as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, acoustical tile, cabinets, elevators, building louvers, wall panels, etc.; color coding of equipment is required. 5) Nonsubmerged electrical conduits attached to unpainted concrete surfaces. 6) Cathodic protection anodes. 7) Items specified to be galvanized after fabrication unless specifically required elsewhere or subject to immersion. 3.7. PREPARATION OF SURFACES A. Surface Preparation Inspection: 1) Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. 2) Provide Engineer minimum 3 days' advance notice prior to start of surface preparation work or coating application work. 3) Perform such work only in the presence of Engineer, unless Engineer grants prior approval to perform such work in Engineer's absence. B. Metal Surface Preparation: 1) General: a) Do not perform a surface preparation blast prior to submission of Samples. Workmanship for metal surface preparation as specified shall meet current Steel Structures Painting Council (SSPC) Specifications as follows: i. Solvent Cleaning: SP 1. ii. Hand Tool Cleaning: SP 2. iii. Power Tool Cleaning: SP 3. iv. White Metal Blast Cleaning: SP 5. V. Commercial Blast Cleaning: SP 6. vi. Brush -Off Blast Cleaning: SP 7. vii. Pickling: SP 8. viii. Near -White Blast Cleaning: SP 10. ix. Bare Metal Power Tool Cleaning: SP 11. b) All surface preparation of new equipment and surfaces shall be assumed to be on a SSPC Grade A steel surface condition, unless specifically noted otherwise. Capital Improvement Projects Section 09 96 00 - 95 April 26, 2024 c) Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning", or similar words of equal intent are used in the Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC Specifications listed above. d) Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacu-blast methods may be required. Coating manufacturers' recommendations for wet blast additives and first coat application shall apply. e) Hand tool clean areas that cannot be cleaned by power tool cleaning. 2) Welds and adjacent areas: a) Prepared such that there is: i. No undercutting or reverse ridges on the weld bead. ii. No weld spatter on or adjacent to the weld or any other area to be painted. iii. No sharp peaks or ridges along the weld bead. b) Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. 3) Preblast Cleaning Requirements: a) Remove oil, grease, welding fluxes, and other surface contaminants prior to blast cleaning. b) Cleaning methods: Steam, open flame, hot water, or cold water with appropriate detergent additives followed with clean water rinsing. c) Clean small isolated areas as above or solvent cleaned with suitable solvents and clean cloths. d) Round or chamfered all sharp edges and grind smooth burrs, jagged edges, and surface defects. 4) Blast Cleaning Requirements: a) General: i. Type of Equipment and Speed of Travel: Designed to obtain specified degree of cleanliness. ii. Select type and size of abrasive to produce a surface profile that meets the coating manufacturer's recommendations for the particular coating to be applied or not less than 20 percent of the specified coating thickness, whichever is more stringent. iii. Meet applicable federal, state, and local air pollution control regulations for blast cleaning and disposition of spent aggregate and debris. iv. Do not reuse abrasive, unless abrasive is a recyclable abrasive. 5) Shop Blasting: a) Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for inspection of the Work during surface preparation and shop application of paints. Work shall be subject to the Engineer's approval before shipment to the j obsite. b) Items such as structural steel, metal doors and frames, metal louvers, and similar items as reviewed by the Engineer may be shop prepared and primed. Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast clean and prime in accordance with the Specifications. Capital Improvement Projects Section 09 96 00 - 96 Apri126, 2024 6) Field Blasting: a) Perform sandblasting for items and equipment where specified and as required to restore damaged surfaces previously shop or field blasted and primed. Materials, equipment, procedures, shall meet requirements of Steel Structures Painting Council. b) Field blasting in areas with electrical or mechanical equipment, or within buildings shall be performed with dustless abrasive systems such as "Sponge -Jet", dry ice abrasive blasting. 7) Post -Blast Cleaning and Other Cleaning Requirements: a) Clean surfaces of dust and residual particles from cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas and other areas where dust settling is a problem and wiped with a tack cloth. b) Paint surfaces the same day they are sandblasted. Reblast surfaces that have started to rust before they are painted. C. Concrete Surface Preparation: 1) Do not begin until 30 days after the concrete has been placed or 7 days if steam cured. 2) Remove grease, oil, dirt, salts or other chemicals, loose materials or other foreign matter by solvent, detergent, or other suitable cleaning methods. 3) Clean concrete using mechanical or chemical methods for the degree of cleaning specified for the coating system in accordance with SSPC SP-13, Surface preparation of Concrete. 4) Unless otherwise required for proper adhesion, ensure surfaces are dry prior to coating. 5) Bug holes, air pockets, and other voids in the concrete will be filled or patched in chemical exposure areas, secondary containment, and where specifically required. 6) Concrete Surface Preparation Inspection: a) Adhesion Testing: i. Tensile testing of the surface preparation shall be performed by the Engineer as necessary using Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with ASTM D4541 using 2-inch diameter dollies for concrete surface adhesion testing. ii. Concrete surface or applied coating shall be scored for concrete adhesion testing. iii. Adhesive failure greater than 50 percent of the dolly surface area shall indicate inadequate surface preparation. iv. Cohesive failures which results in loss of sound concrete will be acceptable provided the loss is greater than 50 percent of the dolly surface area. V. Low adhesion cohesive failures with a thin layer of concrete due to weak concrete or laitance over 50 percent of the dolly surface will be rejected. b) Concrete Soundness: i. Concrete soundness shall be determined using the scratching or hammer impact methods as defined in SSPC SP-13. Capital Improvement Projects Section 09 96 00 - 97 April 26, 2024 c) c. Moisture Content: i. Moisture shall be tested as Specified in SSPC SP-13 and shall not exceed the moisture content recommended by the coating manufacturer. D. Preparation of Existing Coated or Shop Primed Surfaces: 1) General: a) Shop primed or coated surfaces shall be reviewed with the Engineer to determine if the extent of damage to the coating and suitability of finish coats to adhere to shop applied coats. b) If a cured epoxy, polyurethane, or plural -component material is to be top coated, brush-off blast as specified herein or as recommended by the existing coating manufacturer. c) Surface preparation recommendations of coating manufacturer shall be subject to approval of the Engineer. 2) To be Recoated or Final Coated: a) Detergent wash and freshwater rinse. b) Perform touch-up repairs of existing coating. c) Asphaltic varnish coated ductile iron pipe will require an application of a seal coat prior to the application of a cosmetic finish coat. 3) Touch-up Repairs: a) Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal, SP-11. b) Feather surrounding intact coating. c) Apply one spot coat of the specified primer to bare areas overlapping the prepared existing coating. d) Apply one full finish coat of the specified primer or finish coat(s) overall. 4) Application of a Cosmetic Coat: a) The exact nature of shop -applied coatings is not known in all cases. b) Check compatibility by application to a small area prior to starting the coating. c) If lifting or other problems occur, request disposition from the Engineer. E. Brush-off Blast Cleaning: 1) Equipment, procedure, and degree of cleaning shall meet SSPC-SP 7, Brush- off Blast Cleaning. 2) Abrasive: Either conventional abrasive blasting with sand, grit, or nut shells or specialized abrasive blasting, such as dry ice or "Sponge -Jet" technologies. Abrasives shall be 60 mesh grit, maximum. 3) Select various surface preparation parameters such as size and hardness of the abrasive, nozzle size, air pressure, and nozzle distance from the surface such that the surface is cleaned without pitting, chipping, or exposure of metal sub strate. 4) Verify parameter selection by blast cleaning a trial area that will not be exposed to view. 5) The Engineer shall approve trial blast cleaned area and shall use area as a representative Sample of surface preparation. 6) Surface profile shall have the appearance of 100 grit sandpaper with no exposed metal substrate. Capital Improvement Projects Section 09 96 00 - 98 April 26, 2024 7) Repair or replace coated surfaces damaged by blast cleaning, where damage is defined as visible metal substrate. If less than 5 percent of prepared surface has the metal substrate visible, the coating shall be repaired by application of a brush applied coat. If greater than 5 percent the coating shall be fully removed to meet the specified surface cleanliness. F. Solvent Cleaning: 1) 1. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants by the use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action. 2. Method meets SSPC- SP 1. 3.8. PROTECTION OF SURFACES NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D. Mask openings in motors to prevent paint and other materials from entering the motors. 3.9. PAINT MIXING A. Multiple -component coatings: 1) Prepare using all of the contents of the container for each component as packaged by the paint manufacturer. 2) No partial batches will be permitted. 3) Do not use multiple -component coatings that have been mixed shall not be used beyond their pot life. 4) Provide small quantity kits for touchup painting and for painting other small areas. 5) Mix only components specified and furnished by the paint manufacturer. 6) Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. B. Keep paint materials sealed when not in use. C. Where more than one coat of a material is applied within a given system, alternate color to provide a visual reference that the required number of coats have been applied. 3.10. APPLICATION OF PAINT A. General: 1) Inspection: Schedule with Engineer in advance for cleaned surfaces and all coats prior to the succeeding coat. 2) Apply coatings in accordance with the paint manufacturer's recommendations. Allow sufficient time between coats to assure thorough drying of previously applied paint. 3) Fusion Bonded Coatings Method Application: Electrostatic, fluidized bed, or flocking. Capital Improvement Projects Section 09 96 00 - 99 April 26, 2024 4) Paint units to be bolted together and to structures prior to assembly or installation. 5) Shop Primed or Factory Finished Surfaces: a) Inspection: Schedule with Engineer in advance for shop primed or factory -finished items delivered to the Site for compliance with the Specifications. b) Power sand areas of chipped, peeled, or abraded coating, feathering the edges. Follow with a spot primer using specified primer. c) For two -package or converted coatings, consult the coatings manufacturer for specific procedures as relates to top coating of products. d) Prior to application of finish coats, clean shop primed surfaces of dirt, oil, and grease, and apply a mist coat of specified primer, 1.0 mil dry film thickness. e) After welding, prepare and prime holdback areas as required for the specified paint system. Apply primer in accordance with manufacturer's instructions. 6) Manufacturer Applied Paint Systems: a) Repair abraded areas on factory -finished items in accordance with the equipment manufacturer's directions. b) Carefully blend repaired areas into the original finish. B. Application Safety: 1) Performed painting in accordance with recommendations of the following: a) Paint manufacturer's instructions. b) NACE contained in the publication, Manual for Painter Safety. c) Federal, state, and local agencies having jurisdiction. 2) Coatings Contractor will be solely and completely responsible for condition of the Site, including safety of all persons (including employees) and property during performance of the Work. This requirement will apply continuously and not be limited to normal working hours. Safety provisions will conform to U.S. Department of Labor, Occupational Safety and Health Act, any equivalent state law, and all other applicable federal, state, county, and local laws, ordinances, and codes. 3) Coatings Contractor will comply with all safety -training requirements promulgated or required for this Project. C. Film Thickness: 1) Coverage is listed as either total minimum dry film thickness in mils (MDFT) or the spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as MDFTPC or SFPGPC. 2) Applied coating system film thickness per coat shall be applied at the specified coating thickness or the manufacturer's recommended minimum thickness, whichever is greater. Where the manufacturer has not specified a minimum coating thickness on the Product Data sheets, the minimum recommended coating application thickness shall apply. 3) Maximum film build per coat shall not exceed the coating manufacturer's recommendations. Capital Improvement Projects Section 09 96 00 - 100 April 26, 2024 4) Surfaces that are subject to immersion, condensing environments, or where specifically specified shall be stripe coated on all angles, edges, corners, threads, welds, and similar type surfaces. Stripe coat shall be an extra coat of the intermediate or topcoat material. The stripe coat shall be a separate coat of paint from coats specified under the coating system. Stripe coats shall be alternated in color similar to a full coat. 5) Number of coats: Minimum required irrespective of the coating thickness. Additional coats may be required to obtain the minimum required paint thickness, depending on method of application, differences in manufacturers' products, and atmospheric conditions. D. Porous Surfaces, Such as Concrete, Masonry: 1) Prime Coat: a) May be thinned to provide maximum penetration and adhesion. b) Type and Amount of Thinning: Determined by the paint manufacturer and is dependent on surface density and type of coating. c) Surfaces Specified to Receive Water Base Coating: Damp, but free of running water, just prior to application of the coating. E. Damaged Coatings, Pinholes, and Holidays: 1) Feather edges and repaired in accordance with the recommendations of the paint manufacturer. 2) Repair fusion bonded coatings to be as recommended by the original applicator. Applicator shall provide liquid repair kits for this purpose as recommended by the coating manufacturer. 3) Apply finish coats, including touchup and damage -repair coats in a manner that will present a uniform texture and color -matched appearance. F. Unsatisfactory Application: 1) If the item has an improper finish color, or insufficient film thickness, clean and topcoat surface with specified paint material to obtain the specified color and coverage. Obtain specific surface preparation information from the coating manufacturer. Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required. 2) Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for rej ecti on. 3) Repair defects in coating system per written recommendations of coating manufacturer. 4) Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. 3.11. COATING INSPECTION A. General: 1) Film thickness measurements and electrical inspection of the coated surfaces: a) Perform with properly calibrated instruments. 2) Recoat and repair as necessary for compliance with the Specifications. 3) All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. Capital Improvement Projects Section 09 96 00 - 101 April 26, 2024 4) Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. 5) Give particular attention to edges, angles, flanges, and other areas where insufficient film thicknesses are likely to be present and ensure proper milage in these areas. B. Coating Thickness Testing: 1) Engineer shall conducted coating thickness testing as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this Section. 2) Measure coating thickness specified in mils with a magnetic type dry film thickness gauge as specified. 3) Check each coat for the correct milage. Do not make measurement before a minimum of 8 hours after application of the coating. 4) Tests for concrete coating thickness shall be with a Tooke Gauge, a destructive test. Coatings Contractor shall repair coating after thickness testing. C. Coating Continuity Testing: 1) Test finish coat, except zinc primer, galvanizing, and elastomeric coatings in excess of 20 mils dry, for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type as specified. 2) Holiday detect coatings in excess of 20 mils dry and concrete and secondary containment coatings with high voltage units recommended by the coating manufacturer in accordance with NACE RP0188. 3) Holiday detect coatings on pipe for buried application with high voltage spark tester in accordance with NACE RP0274. 3.12. CLEANUP A. Place cloths and waste that might constitute a fire hazard in closed metal containers or destroyed at the end of each day. B. Upon completion of the Work, remove staging, scaffolding, and containers from the Site or destroy in a legal manner. C. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean. D. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be painted would be the responsibility of the Coatings Contractor. 3.13. MANUFACTURER' SERVICES A. Furnish paint manufacturer's representative to visit the Site at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and the Contract Documents, and as may be necessary to resolve field problems attributable to, or associated with, manufacturer's products furnished under this Contract. 3.14. PROTECTIVE COATING SYSTEMS AND APPLICATION SCHEDULE: A. Unless otherwise shown or specified in the Contract Documents, paint or coat the Work in accordance with the following application schedule. B. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the Work in question. Capital Improvement Projects Section 09 96 00 - 102 April 26, 2024 System No. Title 1 Submerged Metal - Potable Water 4 Exposed Metal - Highly Corrosive 5 Exposed Metal - Mildly Corrosive 8A Buried Metal — Shop Coated 8B Buried Metal — Field Coated 10 Galvanized Metal Conditioning 11 Galvanized Metal Repair 27 Aluminum And Dissimilar Metal Insulation 29 Fusion Bonded Coating C. System No. 1 Submerged Metal - Potable Water: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 5) Polyamide Epoxy Coating 3 coats, 4 MDFTPC 2) Application: a) All metal surfaces new and existing below a plane 1 foot above the maximum liquid surface, metal surfaces above the maximum liquid surface which are a part of the immersed equipment, concrete embedded surfaces of metallic items under submerged or buried conditions, such as wall pipes, pipes, wall or floor sleeves, access manholes, gate guides and thimbles, and structural steel, except reinforcing steel, unless otherwise specified. b) This system shall be applied to the following specific items: i. Flanged or mating metal surfaces of access manways, air valves, and other immersed metal surface on interior of pipeline. ii. Buried miscellaneous metals as alternative to System No. 8A, subject to Engineer approval. c) Interior mortar lining shall transition onto epoxy lining by overlapping mortar coating for a minimum of 18 inches onto the epoxy coating. Location of overlap to be determined by the pipe fabricator, but shall not be less than 24 inches below finished grade unless otherwise noted. D. System No. 4 Exposed Metal - Highly Corrosive: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Moisture Cured Zinc Rich Primer 1 coat, 3 MDFT Moisture Cured Urethane 1 coat, 5 MDFT Moisture Cured Urethane 1 coat, 5 MDFT 2) Application: a) All new exposed metal surfaces, located inside of structures, manholes, or vaults and/or subject to high humidity or condensation. Capital Improvement Projects Section 09 96 00 - 103 April 26, 2024 b) All surfaces with shop applied fusion bonded epoxy or other two component coating system shall be prepared as specified for Existing or Shop Applied coatings and top coated with the specified coating material. Final color shall be uniform in appearance. c) Moisture cured urethane coatings as specified are available from Wasser Chemical and Sherwin Williams. Other coating manufacturers will only be considered if the product complies with the unlimited recoat window. E. System No. 5 Exposed Metal - Mildly Corrosive: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Inorganic Zinc Rich Primer 1 coat, 3 MDFT Polyurethane Enamel 2 coats, 6 MDFT 2) Application: a) Exposed metal surfaces, new located outside of structures and exposed to weather. b) The specified coating systems at transitions between buried or concrete encasement and exposed pipe shall be overlapped a minimum of 6 inches. F. System No. 8A Buried Metal, Shop Coated: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP5) Polyurethane 1 coat, 35 MDFT 2) Use on the Following areas or surfaces: a) All buried steel pipe shall be shop coated in accordance with Section 33 14 00 — Water Utility Transmission and Distribution. b) All buried or concrete encased ferrous metal pipe, fittings, and appurtenances shall be shop coated with this system, unless specified otherwise. c) Epoxy coating in accordance with System No. 1 shall be allowable in lieu of System No. 8 only when approved by the Engineer. Manufacturer shall specifically request the use of System No. 1 in writing for Engineer review and approval. G. System No. 8B Buried Metal, Field Coated: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, (SP10) or Power Tool to Bare Metal (SP 11) Polyurethane - or — Wax Tape - or — Fast Cure Epoxy 35 MDFT 35 MDFT 1 coat, 20 MDFT 2) Use on the Following areas or surfaces: a) Field coat all buried metallic items with this system, unless specified in Section 33 14 00 — Water Utility Transmission and Distribution, or approved by Engineer. b) All buried non-ferrous valves, pipe, or tubing. c) All buried miscellaneous metals, valves, fittings, and associated bolts. 3) Special Requirements: a) Polyurethane coating manufacturers shall be as specified in Section 33 14 00 — Water Utility Transmission and Distribution. Capital Improvement Projects Section 09 96 00 - 104 April 26, 2024 b) Wax Tape manufacturer shall be Denso North America, Trenton, or equal. c) Fast cure Epoxy coatings shall be: i. Denso Protal 7125 (Low temperature) or Protal 7300. ii. Tapecoat TC 7010. iii. 3M ScotchKote 323. H. System No. 10 Galvanized Metal Conditioning: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Followed by Hand Tool (SP 2) or Power Tool (SP 3) Wash Primer 1 Coat, 0.4 MDFT Finish Coats to Match Existing Paint As Required to Match Surrounding Area 2) Application: a) All galvanized surfaces requiring painting. I. System No. 11 Galvanized Metal Repair: 1) Surface Preparation and Coating System : Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Followed by Hand Tool (SP 2), or Power Tool (SP 3), or Brush-off Blast (SP 7) Organic Zinc Rich Primer 1 Coat, 3 MDFT 2) Application: a) All galvanized surfaces which are abraded, chipped, or otherwise damaged. J. System No. 27 Aluminum and Dissimilar Metal Insulation: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Wash Primer 1 Coat, 0.4 MDFT Bituminous Paint 1 Coat, 10 MDFT 2) Application: Use on all non -submerged concrete embedded aluminum surfaces. K. K. System No. 29 Fusion Bonded Coating: 1) Surface Preparation and Coating System a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) or Acid Pickling (SP 8) Fusion Bonded 100% solids Epoxy or Polyurethane 1 or 2 coats, 7 MDFT 2) Application: a) Use on the following areas: All surfaces specified to be shop coated and intended for burial, immersion, high humidity and condensation, and pipe vault components where specifically specified. b) Use on the following items or surfaces: Pipe, valves, fittings, and couplings. END OF SECTION Capital Improvement Projects Section 09 96 00 - 105 April 26, 2024 SECTION 09 97 13 COATING FOR REHABILITATING STEELWATER TANK STRUCTURE 1. GENERAL I.I. SCOPE A. The work of this section includes the coating of all specified exterior surfaces of steel water storage tanks. 1.2. RELATED SECTIONS A. Section 01 1100 - Summary of Work B. Section 01 30 00 — Submittal Procedures. 1.3. REFERENCE SPECIFICATIONS AND STANDARDS A. Without limiting the general aspects of other requirements of these specifications, all surface Preparation, coating and painting of exterior surfaces shall conform to the applicable requirements of the Steel Structures Painting Council and the manufacturer's printed instructions. 1) ASTM (American Society for Testing and Materials) ASTM D 520 Standard Specification for Zinc Dust Pigment ASTM D 4417 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel ASTM E 337 Standard Practice Test Method for Measuring Humidity with a Psychrometer ASTM D2200 Standard Methods of Evaluating Degree of Rusting on Painted Surfaces 2) ANSI (American National Standards Institute) ANSFASC 29.4 Exhaust Systems Abrasive Blasting Operations — Ventilation and Safe Practice ANSI/NSF Standard 61 Drinking Water Components 3) AWWA (American Water Works Association) AWWA D 102 Coating Steel Water Storage Tanks 4) Consumer Product Safety Act, Part 1303 5) NACE International NACE Publication TPC2 Coatings and Linings for Immersion Service: Chapter 1 Safety, Chapter Surface Preparation, Chapter 3 Curing, and Chapter 4 Inspection NACE Standard RP0178 Standard Recommended Practice. Fabrication Details, Surface Finish Requirements and Proper Design Considerations for Tanks and Vessels to be Lined for Immersion Service. NACE Standard RP0188 Standard Recommended Practice — Discontinuity (Holiday) Testing of Protective Coating. NACE Standard RP0287 Field Measurement of Surface Profile of Abrasive Blast -Cleaned Steel Surfaces Using a Replica Tape. NACE Standard RP0288 Standard Recommended Practice, Inspection of Linings on Steel and Concrete. 6) OSHA (Occupational Safety & Health Administration) 7) SSPC (Steel Structures Painting Council) Capital Improvement Projects Section 09 97 13 - 106 April 26, 2024 SSPC-SP2 Hand Tool Cleaning SSPC-SP3 Power Tool Cleaning SSPC-PA-1 Shop, Field and Maintenance Painting SSPC-PA-2 Measurement of Dry Film Thickness with Magnetic Gages S SPC-PA-3 Guide to Safety in Paint Application SSPC-Guide 12 Guide for Illumination of Industrial Painting Project SSPC-VIS 1-89 Pictorial Surface Preparation Standards for Painting Steel Surfaces SSPC Paint Spec 36 Two Component Weatherable Aliphatic Polyurethane Topcoat, Performance -Based. 8) SSPC/NACE Joint Standards SSPC-SP5/NACE 1 White Metal Blast Cleaning SSPC-SP6/NACE 3 Commercial Blast Cleaning SSPC-SP7/NACE 4 Brush -Off Blast Cleaning SSPC-SP I O/NACE 2 Near -White Metal Blast Cleaning B. The Owner's Engineer decision shall be final as the interpretation and/or conflict between any of the referenced specifications and standards contained herein. 1.4. SUBMITTALS A. Submit according to Section 0130 00 — Submittal Procedures. B. Submit the following to the Engineer within 14 days of the Notice to Proceed. 1) Manufacturer's color charts. Submittals must be approved prior to application of the coating system. C. Requests for substitution shall be approved prior to the award of the bid & shall include manufacturer's literature for each product giving name, product number, generic type, descriptive information, solids by volume, recommended dry film thickness and certified lab test reports showing results to equal the performance criteria of the products specified herein. In addition, a list of five projects shall be submitted in which each product has been used and rendered satisfactory service by the Owner, and a written response will be provided by owner for any accepted substitution. 1.5. CONTRACTOR EXPERIENCE A. The Contractor shall provide a list of similar projects completed in the past three years in order to prove practical experience and successful history in the application of the specified product to surfaces of steel water tanks. Upon request, he shall substantiate this requirement by furnishing a list of references and job completions. B. The Contractor shall submit with his bid a written statement by the coatings manufacturer stating that the Contractor is familiar with the materials specified and has workers capable of performing the work specified herein. C. The personnel performing the work shall be knowledgeable and have the required experience and skill to adequately perform the work for this project, in accordance with SSPC-PA1, "Shop, Field and Maintenance Painting". 1.6. QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be utilized to monitor all phases of surface preparation, application and inspection throughout the duration of the project. Procedures or practices not specifically defined herein may be utilized Capital Improvement Projects Section 09 97 13 - 107 April 26, 2024 provided they meet recognized and accepted professional standards and are approved by the Engineer. B. Surface Preparation: Surface preparation will be based upon comparison with: "Pictorial Surface Preparation Standards for Painting Steel Structures: SSPC-VIS 1- 89 and ASTM Designation D2200, "Standards Methods of Evaluation Degree of Rusting on Painting Steel Surfaces" SSPC-VIS 2 and ASTM Designation D610; "Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive". C. Application: No coating shall be applied when the surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein; or in rain, snow, fog or mist; when the temperature is less than 5°F above the dew point; when the air temperature is expected to drop below 40°F within six hours after application of coating. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. If the above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. D. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked with a non-destructive, magnetic -type thickness gauge. Destructive testing will not be allowed. The integrity of coated surfaces shall be checked with an approved inspection device. Non-destructive holiday shall not exceed 67 1/2 volts nor shall destructive holiday detectors exceed the voltage recommended by the manufacturer of the coating system. For thickness between 10 and 20 mils (250 microns and 500 microns) a non-sudsing type wetting agent, such as Kodak Photo -Flow, shall be marked, repaired in accordance with the manufacturer's printed recommendations and re -tests. No pinholes or other irregularities will be permitted in the final coating. E. Inspection Devices: The Contractor shall furnish, until final acceptance of coating and painting, inspection devices in good working condition for detection of holidays and measurement of dry film thickness of coating and paint. The Contractor shall also furnish U.S. Department of Commerce, National Bureau of Standards certified thickness calibration plates to test accuracy of dry film thickness gauges and certified instrumentation to test accuracy of holiday detectors. Dry film thickness gauges and holiday detectors shall be made available for the Engineer's use at all times until final acceptance of application. Holiday detection devices shall be operated in the presence of the Engineer. F. Inspection: Inspection for this project shall consist of `hold point' inspections. The Engineer or his representative shall inspect the surface prior to abrasive blasting, after abrasive blasting but prior to application of coating materials, and between subsequent coats of material. Final inspection shall take place after all coatings are applied, but prior to placing the tank in service. Contractor will insure that sufficient rigging is in place so that the Engineer or his representative shall be able to conduct the required inspections. G. Warranty Inspection: Warranty inspection shall be conducted during the eleventh month following completion of all coating and painting work. All defective work Capital Improvement Projects Section 09 97 13 - 108 April 26, 2024 shall be repaired in accordance with this specification and to the satisfaction of the Engineer. 1.7. SAFETY AND HEALTH REQUIREMENTS A. General: In accordance with requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the proj ect site. B. Head and Face Protection and Respiratory Devices: Equipment shall include protective helmets which shall be worn by all persons while in the vicinity of the work. C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion -proof. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices. E. Illumination: Adequate illumination shall be provided while work is in progress, including explosion -proof lights and electrical equipment. Conform with all applicable rules and regulations from OSHA. Whenever required by the Engineer, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The Engineer shall determine the level of illumination for inspection purposes. F. Temporary Ladders and Scaffolding: The Contractor shall conform to all Federal, State, and local rules and safety requirements pertaining to temporary ladders and scaffolding. Erect where requested by the Engineer to facilitate inspection and move by the Contractor to locations requested by the Engineer. 1.8. PRODUCT DELIVERY, STORAGE, AND HANDLING A. All materials shall be brought to the jobsite in original sealed containers. They shall not be used until the Engineer has inspected the contents and obtained data from information on containers or label. Materials exceeding storage life recommended by the manufacturer shall be rejected. B. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings and paints must be stored to conform with City, County, State and Federal safety codes for flammable coating or paint materials. At all times coatings and paints shall be protected from freezing. 2. MATERIALS The coating system shall be manufactured by Tnemec Co., Inc., or approved equal prior to the award of the bid. A. Materials specified are those that have been evaluated for the specific service. Products of the Tnemec Co. are listed to establish a standard of quality. Equivalent materials of other manufacturers may be substituted on written approval of the Engineer. As part of the proof of equality, the Engineer will require certified reports from a nationally known, reputable and independent testing laboratory conducting Capital Improvement Projects Section 09 97 13 - 109 April 26, 2024 comparative tests as directed by the Engineer between the product specified and the requested substitution. B. Requests for substitution shall be approved prior to the award of the bid & shall include manufacturer's literature for each product giving name, product number, generic type, descriptive information, solids by volume, recommended dry film thickness and certified lab test reports showing results to equal the performance criteria of the products specified herein. In addition, a list of five projects shall be submitted in which each product has been used and rendered satisfactory service by the owner. C. The contractor shall coordinate work so as to allow sufficient time for paint to be delivered to the job site. D. All materials shall be brought to job site in original sealed containers. They shall not be used until a representative of the Engineer has inspected contents and obtained data from information on containers or label. Materials exceeding storage life recommended by the manufacturer shall be rejected. E. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings or paint must be stored to conform with City, County, State and Federal safety codes for flammable coating or paint materials. At all times coatings and paints shall be protected from freezing. 2.2. GENERAL REQUIREMENTS A. All materials shall be lead-free as defined by the Consumer Product Safety Act, Part 1303. B. All zinc dust pigment contained in any zinc -rich material shall meet the requirements of ASTM D 520 Type III with regard to zinc content and purity. C. All materials for the interior wetted portion of the tank shall meet the requirements of ANSI/NSF Standard 61 for potable water contact. D. All high gloss clear coat products shall incorporate the use of a fugitive dye to aid in the proper application and coverage of such coats. E. All catalyzed polyurethane products shall meet the minimum requirements of SSPC Paint Specification Number 36, Level 3 Performance Level. F. No products containing MOCHA shall be allowed. G. All material preparations should meet the manufacture's latest printed instructions, and should no be mixed beyond the manufacture's recommend pot life. H. Exterior Tank Coating Systems: For cold weather applications, Series 44-710 Urethane Accelerator may be added to Series 91 H2O and Series 1075 at the rate specified on the Series 44-710 product data sheet. System: Three -Coat Fluoropolymer System for Extended Color and Gloss Retention: 1) Surface Preparation Prior to Water Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard RP0178 and herein. Clean all failed and rusting areas as per SSPC- SP2 to SP3 Hand or Power Tool Cleaning. Feather all edges smooth. Capital Improvement Projects Section 09 97 13 - 110 April 26, 2024 2) Surface Preparation: SSPC-SP6 Commercial Blast Cleaning. Anchor profile shall be 1.5 to 2.0 mils as per ASTM D 4417, Method C or NACE Standard RP0287. 3) Coating System: Backwash Tank at the North Water Treatment Plant (Non - Lead). 1st Coat: Tnemec Series 91-1-120 Hydro -Zinc applied at 2.5 to 3.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. 2nd Coat: Tnemec Series 1075, 44BR-Beige, Endura-Shield applied at 3.0 to 5.0 dry mils. Thin only with approved thinner, Tnemec 41-42 Thinner for spray, 41-39 for brush or roller. (Two coats may be required if applied by roller.) 3rd Coat: Tnemec Series 700, 15BL-Tank White, HydroFlon applied at 2.0 to 3.0 dry mils. Thin only with approved thinner, Tnemec 41-39 Thinner for spray, brush, or roller. Total dry film thickness of the new system shall be a minimum of 8.5 mils per SSPC-PA 2 dry film inspection standards. References to PA2 which allow for 80% of the specified dry film thickness shall not be valid for this project. 4) Surface Preparation Prior to Water Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard RP0178 and herein. Clean all failed and rusting areas as per SSPC- SP2 to SP3 Hand or Power Tool Cleaning. Feather all edges smooth. 5) Surface Preparation: SSPC-SP6 Commercial Blast Cleaning. Anchor profile shall be 1.5 to 2.0 mils as per ASTM D 4417, Method C or NACE Standard RP0287, and meet all the lead abatement requirements. 6) Coating System: SEWRP Tank Outside (Lead) 1st Coat: Tnemec Series 91-1-120 Hydro -Zinc applied at 2.5 to 3.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. 2nd Coat: Tnemec Series 1075, 44BR-Beige, Endura-Shield applied at 3.0 to 5.0 dry mils. Thin only with approved thinner, Tnemec 41-42 Thinner for spray, 41-39 for brush or roller. (Two coats may be required if applied by roller.) 3rd Coat: Tnemec Series 700, 15BL-Tank White, HydroFlon applied at 2.0 to 3.0 dry mils. Thin only with approved thinner, Tnemec 41-39 Thinner for spray, brush, or roller. Total dry film thickness of the new system shall be a minimum of 8.5 mils per SSPC-PA 2 dry film inspection standards. References to PA2 which allow for 80% of the specified dry film thickness shall not be valid for this project. 7) Coating System: SEWRP Tank Inside (Lead) 8) Surface Preparation Prior to Abrasive Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178, Designation D. Capital Improvement Projects Section 09 97 13 - I I I April 26, 2024 9) Surface Preparation: SSPC-SP10 Near -White Metal Blast Cleaning. A minimum angular profile of 2.0 to 2.5 mils as per ASTM D 4417, Method C or NACE Standard RP0287 is required. 10) Coating System: Prime Coat: Tnemec Series 1 Omnithane applied at 2.5 to 3.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. Stripe Coat: Tnemec Series 20 Pota-Pox brushed and scrubbed into weld seams. Thin only with approved thinner, Tnemec 41-4 Thinner. Second Coat: Tnemec Series 20-1255 Beige Pota-Pox applied at 4.0 to 6.0 dry mils. Thin only with approved thinner, Tnemec 41-4 Thinner. Third Coat: Tnemec Series 20-15BL Tank White Pota-Pox applied at 4.0 to 6.0 dry mils. Thin only with approved thinner, Tnemec 41-4 Thinner. Total dry film thickness shall be a minimum of 10.5 mils. For cold weather applications, use Series FC20 instead of Series 20. EXECUTION 3.1. GENERAL A. All surface preparation, coating and painting shall conform to applicable standards of the Steel Structures Painting Council and the manufacturer's printed instructions. Material applied to the surface prior to the approval of the Engineer shall be removed and re- applied to the satisfaction of the Engineer at the expense of the Contractor. B. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be coordinated with the Engineer. C. Coating and painting systems include surface preparation, prime coating and finish coatings. Unless otherwise approved in writing by the Engineer, prime coating shall be field applied. Where prime coatings are shop applied, the Contractor shall instruct suppliers to provide the prime coat compatible with the specified finish coat. Any off -site work which does not conform to this specification, is subjected to damage during transportation, construction or installation shall be thoroughly cleaned and touched -up in the field as directed by the Engineer. The Contractor shall use repair procedures which insure the complete protection of all adjacent primer. The specified repair method and equipment may include wire -brushing, hand or power tool cleaning, or dry air blast cleaning. In order to prevent injury to surrounding painted surfaces, blast cleaning may require use of lower air pressure, smaller nozzle and/or abrasive blast particles, or shorter blast nozzle distances from surface shielding and masking. If damage is too extensive or uneconomical to touch-up, the entire item shall be blasted and then coated or painted as directed by the Engineer. Capital Improvement Projects Section 09 97 13 - 112 April 26, 2024 D. Dust, dirt, oil, grease or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. E. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approval of the Engineer. F. Application of the first coat shall follow immediately after surface preparation and cleaning and before rust bloom occurs. Any cleaned areas not receiving first coat within this period shall be re -cleaned prior to application of first coat. 3.2. SURFACE PREPARATION A. The latest revision of the following surface preparation specifications of the Steel Structures Painting Council shall form a part of this specification: 1) Solvent Cleaning (SSPC-SP1): Removal of oil, grease, soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action. 2) Hand Tool Cleaning (SSPC-SP2) Removal of loose rust, loose mil scale and other detrimental foreign matter to a degree specified by hand chipping, scraping, sanding and wire -brushing. 3) Power Tool Cleaning (SSPC-SP3) Removal of loose rust, loose mil scale and other detrimental foreign matter by power wire -brushing, power impact tools or power sanders. 4) White Metal Blast Cleaning (SSPC-SP5/NACE No. 1h Air blast cleaning to a gray -white uniform metallic color until each element of surface area is free of all visible residues. 5) Commercial Blast Cleaning (SSPC-SP6 NACE No. Air blast cleaning until at least two-thirds of each element of surface area is free of all visible residues. 6) Brush -Off Blast Cleaning (SSPC-SP7 NACE No.A. Air blast cleaning to remove loose rust, loose mil scale and other detrimental foreign matter to a degree specified. 7) Near -White Metal Blast Cleaning (SSPC-SP10 NACE No. 2) Air blast cleaning until at least 95% of each element of surface area is free of all visible residues. 8) Power Tool Cleaning to Bare Metal (SSPC-SP11): Differs from SSPC-SP3 in that it requires more thorough cleaning and a surface profile not less than 1 mil. B. Field blast cleaning for all surfaces shall be by dry method unless otherwise directed. Blast nozzles shall be venturi-type nozzles with a minimum pressure at the nozzle of 90 psi. C. Particle size of abrasives used in blast cleaning shall be that which will produce a 1.5 - 2.5 mil (37.5 microns - 65.0 microns) surface profile or in accordance with recommendations of the manufacturer of the specified coating or paint system to be applied. If the profile of the blasted steel exceeds the profile specified above, the Contractor shall be required to do one or both of the following: Capital Improvement Projects Section 09 97 13 - 113 April 26, 2024 1) Reblast the surface using a finer aggregate in order to produce the required profile 2) Apply a thicker prime coat, if possible given the limitations of the products being applied, in order to adequately cover the blast profile. D. Abrasive used in blast cleaning operations shall be new, washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused unless specifically approved in writing by the Engineer. E. During blast cleaning operations, caution shall be exercised to insure that existing coatings or paint are not exposed to abrasion from blast cleaning. F. The Contractor shall keep the area of his work and the surrounding environment in a clean condition. He shall not permit materials to accumulate as to constitute a nuisance or hazard to the accomplishment of the work, the operation of the existing facilities, or nuisance to the surrounding environment. All media must be removed from the blasting site. G. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint. All surfaces shall be free of dust, dirt, and other residue resulting from the abrasive blasting operation. No coatings or paint shall be applied over damp or moist surfaces. H. All welds shall be neutralized with a suitable chemical compatible with the specified coating materials. I. Specific Surface Preparation: Surface preparation for the specific system shall be as noted in Section 2.1 Paragraph F. 3.3. NON -VISIBLE CONTAMINANTS A. After sandblasting, three tests shall be performed on the steel surface. These tests are an Iron Test (Fe21), Chloride Test and Sulfate Test. Testing shall be carried out as per SSPC Technology Guide 15 "Field Methods for Retrieval and Analysis of Soluble Salts on Steel and Other Nonporous Substrates". The maximum limits for these contaminants shall be: 1) The maximum level of chlorides is 30 milligrams per square meter or 3 micrograms per square centimeter. 2) The maximum level of sulfates is 100 milligrams per square meter or 10 micrograms per square centimeter. 3) The maximum level of ferrous ions (Fe21) is 50 milligrams per square meter or 5 micrograms per square centimeter. 4) Contamination levels above these limits will require washing and retesting in accordance with Item 2 (below) until the surface is under the allowable limits. B. If testing shows amounts present in the test solution to be greater than the limits listed herein, the Contractor shall clean the surface of the entire tank interior with a 5,000 psi water blast with fine entrained abrasive until the levels in the test solutions are below the maximum acceptable level. Alternate cleaning methods may be allowed with prior approval of the Engineer. C. Contractor shall provide a written statement from paint manufacturer stating that the maximum acceptable levels are not less than those listed herein. Results of the testing shall be provided to the Owner before any coatings are applied. D. The following test kits are approved for use on this project: 1) Chlor*Rid Chor*Test Kit Capital Improvement Projects Section 09 97 13 - 114 April 26, 2024 2) KTA SCAT Test Kit 3) Test kits from other vendors shall be submitted to the Engineer for prior approval before use. 3.4. APPLICATION — GENERAL A. Coating and paint application shall conform to the requirements of the Steel Structures Painting Council Paint Application Specification SSPC-PA1, latest revision, for "Shop, Field and Maintenance Painting". B. Thinning shall be permitted only as recommended by the manufacturer approved by the Engineer. C. Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free of defects or blemishes. D. Protective coverings or drop cloths shall be used to protect floors, concrete slabs, fixtures, and equipment. Care shall be exercised to prevent coatings or paints from being spattered onto surfaces which are not to be coated or painted. Report surfaces from which materials cannot be satisfactorily removed to the Engineer. E. When two coats of coating or paint are specified, where possible, the first coat shall contain sufficient approved color additive to act as an indicator of coverage or the two coats must be of contrasting color. F. Film thicknesses per coat specified in Section 2.1 Paragraph F are minimum required. If roller application is deemed necessary, the Contractor shall apply additional coats to achieve the specified thickness. G. All material shall be applied as specified. 3.5. COATING SYSTEMS APPLICATION A. After completion of surface preparation as specified for the specific system, materials shall be applied as noted in Section 2.1 Paragraph F. 3.6. DISINFECTION A. Disinfection of interior surfaces shall be performed in the presence of the Engineer in accordance with all the requirements of applicable AWWA Standards and regulatory agencies. B. Disinfection shall be performed after protective coatings have been applied to the interior surfaces and allowed to thoroughly cure. C. Prior to disinfecting, the complete interior shall be washed down with clean water and thoroughly flushed out. D. All interior surfaces shall be thoroughly washed with a solution having a minimum chlorine content of 50 PPM. Chlorine solution accumulated on the bottom shall be drained to waste. Rinsing with clean water is not required. 3.7. SOLVENT VAPOR REMOVAL A. All solvent vapors shall be completely removed by suction -type exhaust fans and blowers before placing tank in operating service. B. All solvent vapors will be exhausted both during and after coating application as per AWWA D 102 to allow the proper curing of the coating material. C. Ventilation shall be continued until such time as the coating has reached "full cure" as specified by the coating manufacturer. 3.8. COLOR SCHEME Capital Improvement Projects Section 09 97 13 - 115 April 26, 2024 A. The Engineer shall select colors for the project. The Contractor shall submit a current chart of the manufacturer's available colors to the Engineer fourteen (14) days prior to the start of coating. 3.9. CLEAN UP A. Upon completion of the work, all staging, scaffolding and containers shall be removed from the site in a manner approved by the Engineer. Coating or paint spots or oil stains upon adjacent surfaces shall be removed and the jobsite cleaned. All damage to surfaces resulting from the work of this section shall be cleaned, repaired, or refinished to the satisfaction of the Engineer at no cost to the Owner. END OF SECTION Capital Improvement Projects Section 09 97 13 - 116 April 26, 2024 DIVISION 26 ELETRICAL Capital Improvement Projects Division 26 Electrical - 117 April 26, 2024 SECTION 26 05 33.13 CONDUIT FOR ELECTRICAL SYSTEMS 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2. SUMMARY A. This Section includes materials, testing and installation of the conduit installed within the roadway and sidewalk. Other sections of the specifications, not referenced below, shall also apply to the extent required for proper performance of this work. 1.3. SUBMITTALS A. Product Data: for the following: 1) Conduits and their accessories, including elbows, end bells, bends, fittings and solvent cement. 2) Warning Tape 1.4. QUALITY CONTROL A. Comply with ANSI C2 B. Comply with NFPA 70 1.5. COORDINATION A. Coordinate layout and installation of conduit and pull boxes with final arrangement of other utilities, and surface features as determined in the field. B. Coordinate elevations of conduit with other utilities, underground obstructions and suit field conditions as approved by engineer. 2. PRODUCTS 2.1. PVC CONDUIT AND PROTECTIVE DUCTS A. PVC Conduit 1) RNC: NMEA TC 2, 3" Schedule 80 PVC UL 651 with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B. 2) Conduit, fittings and cement shall be of the same manufacturer to ensure the integrity of the conduit system. 3) Conduit and fittings shall be identified by type and manufacturer and shall be traceable to the plant and date of manufacture. The markings shall be permanent and legible. 4) The 3" Schedule 80 PVC shall have an O.D. of 3.50" with a minimum wall thickness of 0.300". 5) The Schedule 80 PVC conduit shall be Carlon of OWNER -approved equal meeting all requirements and specifications. 2.2. DUCT OR ROUTING ACCESSORIES A. Warning Tape 1) DESCRIPTION: The tape shall be a plastic -coated metallic marker tape and not less than 3 inches in width. The tensile strength of the tape shall not be less than 75 pounds. The tape shall have a continuous legend reading "CAUTION BURIED ELECTRICAL LINE BELOW" and shall be RED in color. The tape shall be Allen System Inc. or equal. B. Tracer wire Capital Improvement Projects Division 31 Earthwork - 118 April 26, 2024 1) Wire shall be polyethylene insulation, red in color, 14AWG, 19 strand, care annealed copper, 25-amp capacity, UL 600-volt. C. Pull Rope 1) Low friction, polyethylene jacketed polypropylene rope with 1800 psi tensile strength. EXECUTION 3.1. CONDUIT INSTALLATION A. The installation of conduit shall be performed by workers skilled in conduit installations and in accordance with TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, section 618. B. Conduit shall be installed per manufacturer's recommendations. Connections shall be watertight and sealed during installation and storage. Conduits entering pull boxes shall be capped and watertight. C. The conduit shall be tested by pulling a mandrel through the entire length of the conduit. This test shall follow and comply with TxDOT standard specifications for construction and maintenance of highways, streets, and bridges, section 618.3. END OF SECTION Capital Improvement Projects Division 31 Earthwork - 119 April 26, 2024 DIVISION 31 EARTHWORK Capital Improvement Projects Division 31 Earthwork - 120 April 26, 2024 SECTION 3100 00 EARTHWORK 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2. SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, storm sewer outlets, channel grading, subgrade preparation related to paving, flexible base, topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork and excavations at least five feet deep, refer to Section 3123 00 — Excavation and Fill. 1.3. RELATED SECTIONS A. Section 0140 0 — Quality Requirements. B. Section 3123 00 — Excavation and Backfill. C. Section 03 30 00 - Cast -in -Place Concrete. D. City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications. 1.4. REFERENCES A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) B. ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates C. ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils D. ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft'). E. ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve F. ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method G. ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lbf/ft3) H. ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils I. ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) J. ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) K. ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) L. ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.5. DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. E. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. Capital Improvement Projects Section 31 00 00 - 121 April 26, 2024 F. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. G. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. H. Fill: Soil materials used to raise existing grades. I. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. J. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. K. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. L. Utilities: Include on -site underground pipes, conduits, ducts, and cables. M. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. N. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man- made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. O. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. P. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. Q. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.6. SUBMITTALS A. Material Reports B. Classification according to ASTM D 2487 for each site of borrow soil material. C. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 1.7. QUALITY ASSURANCE Capital Improvement Projects Section 31 00 00 - 122 April 26, 2024 A. Refer to Section 0140 00 —Quality Requirements. 2. PRODUCTS 2.1. SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. D. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. E. Backfill and Fill: Satisfactory soil materials. F. Subbase: Satisfactory soils. G. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source except that blending of clean crushed concrete will be allowed. Blended material must meet requirements for flexible base as defined in this and other sections. The material source shall be subject to approval by the Engineer. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. H. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, 8.08.02 Flexible Base (Caliche). I. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. J. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, 8.08.01 Subgrade. 2.2. ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: B. Red: Electric. C. Yellow: Gas and oil. D. Orange: Telephone and other communications. E. Blue: Water systems. F. Green: Sewer systems. G. Warning tape to be placed within 3 feet of ground surface. 2.3. PREPARATION Capital Improvement Projects Section 31 00 00 - 123 April 26, 2024 A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 2.4. STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. 2.5. FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 2.6. EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and similar paths to indicated cross sections, elevations, and grades. 2.7. SUBGRADE PREPARATION A. Refer to City of Lubbock Engineering Minimum Design Standards and Specifications, 8.08.01 Subgrade. 2.8. UNSUITABLE MATERIAL A. If unsuitable material is encountered during subgrade preparation regardless of how it is discovered, the Contractor shall take corrective action as directed by the Engineer. If removal and replacement of the material is required or if drying is required deeper than 6 inches below subgrade it will be considered over excavation and paid for separately. Contractor shall back fill any over excavation with suitable Capital Improvement Projects Section 31 00 00 - 124 April 26, 2024 material and compact to 95% of Modified Proctor Density at a moisture content within 2% of optimum in accordance to ASTM D 1557. 2.9. FLEXIBLE BASE CONSTRUCTION A. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. B. Refer to City of Lubbock Engineering Minimum Design Standards and Specifications, 8.08.02 Flexible Base (Caliche). 2.10. STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. B. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 2.11. STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. B. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 2.12. UTILITY TRENCH BACKFILL A. Refer to Section 3123 00 —Excavation and Fill. 2.13. FILL A. Preparation: Remove vegetation, 6" of topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontals so fill material will bond with existing material. C. Place and compact fill material to required elevations as directed in Paragraph 3.12 using satisfactory soil material. 2.14. MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. B. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. C. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 2.15. COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Each layer of backfill or fill material should be compacted to a minimum of 95% of Modified Proctor Density at a moisture content within 2% of optimum. C. Use only hand -operated tamping equipment or place flowable backfill to achieve a minimum cover of 12 inches over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment unless approved by the Owner Capital Improvement Projects Section 31 00 00 - 125 April 26, 2024 and until 5 feet of cover over pipes, conduits and ducts is obtained. Use of vibratory equipment within 10 feet measured from the top of finished surface or adj acent to existing structures will only be permitted if approved by the Owner on a case -by - case basis. 2.16. TESTING A. Testing Agency: Contractor shall perform construction materials testing in conformance with Section 0140 00 — Quality Requirements. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro- rated agency charges. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after Engineer has verified that test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following locations and frequencies: D. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5000 sq. ft. or less of paved area, but in no case fewer than three tests. E. Trench Backfill: Refer to Section 3123 00 — Excavation and Fill. F. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 2.17. GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. B. Provide a smooth transition between adjacent existing grades and new grades. C. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. D. Site Grading: Finish subgrades to required elevations within the following tolerances: E. Lawn or Unpaved Areas: Plus or minus 1 inch. F. Walks: Plus or minus 1 inch. G. Pavements: Plus or minus 3/8 inch. 2.18. PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash, debris and excess weeds. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. C. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and re -compact. Capital Improvement Projects Section 31 00 00 - 126 April 26, 2024 D. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. E. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 2.19. DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section 02 42 00 — Removal and Diversion of Construction Materials. EXECUTION END OF SECTION Capital Improvement Projects Section 31 00 00 - 127 April 26, 2024 Ch of Lubbiock SECTION 3123 00 EXCAVATION AND BACKFILL FOR UTILITIES GENERAL 1.1. SUMMARY A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. B. Section Includes: 1) Soil Materials for embankment. 1.2. DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over - excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. G. Backfill — Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems — Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 3123 19 — Dewatering. I. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against Capital Improvement Projects Section 3123 00 - 128 April 26, 2024 Cof Lubih bock undisturbed soils or foundation backfill, except where structural trench support is necessary. L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. S. Foundation Backfill Materials — Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. T. Trench Safety Systems include both protective systems and shoring systems as defined in Section 31 50 00 — Excavation Support and Protection U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. V. Shoring System — A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.3. REFERENCES A. ASTM D 558 —Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil - Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. Capital Improvement Projects Section 3123 00 - 129 April 26, 2024 Cih of Lubbock C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex-110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.4. SUBMITTALS A. Conform to Section 01 33 00 — Submittal Procedures B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: 1) Sequence of work and coordination of activities. 2) Selected trench widths and dimensions of excavations. 3) Procedures for foundation and embedment placement, and compaction. 4) Procedure for use of trench boxes and other pre -manufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to Texas North Central State Plane coordinate system (NAD83). 1) Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. 2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. 1.5. TESTS A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 3123 23.13 - Backfill. B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 200 linear feet of trench and each compacted layer. 2. PRODUCTS 2.1. EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is obtained over pipes, conduits, and ducts. C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Capital Improvement Projects Section 3123 00 - 130 April 26, 2024 Cih of Lubbock D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is obtained. E. Do not use vibratory equipment if adjacent structures could be affected. F. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2. MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 3123 23.13 — Backfill. 2.3. ACCESSORIES A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; colored as follows: 1) Red — Electric 2) Yellow — Gas, oil, steam, and dangerous materials. 3) Orange — Telephone and other communications. 4) Blue — Water systems. 5) Green — Sewer systems. B. Locator Wire: Install continuously coated fourteen (14) gauge locating wire as indicated on Plans. 3. EXECUTION 3.1. INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform to the trench details shown in the drawings. 3.2. PREPARATION A. Establish traffic control to conform to requirements of Section 01 56 23 — Barricades, Signs, and Traffic Handling and the drawings. B. Perform work to conform to applicable safety standards and regulations. C. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. D. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. E. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. F. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02 40 00 — Demolition and Structure Moving. G. Maintain permanent benchmarks, monumentation and other reference points, and unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3. PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. Capital Improvement Projects Section 3123 00 - 131 April 26, 2024 Ch of Lubbiock D. Take measures to minimize erosion of trenches and excavations. E. Do not allow water to pond in trenches or excavations. F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner. G. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. H. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. I. The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. J. Coordinate vertical separation requirements with utility owners and any other special construction considerations. K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. L. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4. EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. B. Avoid disturbing surrounding ground and existing facilities and improvements. C. Determine trench excavation widths based on the requirements shown on the plans. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or impractical to pump from the surface elevation. E. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. G. Shoring of Trench Walls: 1) Install special shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2) For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. 3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out behind the trench wall support. 4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Capital Improvement Projects Section 3123 00 - 132 April 26, 2024 Lubbock TEXAS 5) Leave rangers, walers, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. 6) Employ special methods for maintaining the integrity of embedment or foundation material. 7) Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. 8) As supports are moved, finish placing and compacting embedment. 9) If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. 10) Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a one (1) inch thick steel plate. 11) Fill voids left on removal of supports with compacted backfill material. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. I. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. J. Use of Trench Shields/Trench Boxes: 1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. 2) Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. 3) When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. 4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread. 5) Place and compact backfill materials against undisturbed walls and foundation. 6) Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. K. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.11.B. 3.5. HANDLING EXCAVATION MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming to Section 3123 23.13 - Backfill. B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. D. Protect excess stockpiles for use on site. E. Maintain site conditions in accordance with the plans. 3.6. TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of the pipe. Capital Improvement Projects Section 3123 00 - 133 April 26, 2024 Lubbock TEXAS B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7. GROUND WATER CONTROL A. Should ground water become an issue, refer to Section 3123 19 — Dewatering. B. Provide a stable trench to allow installation in accordance with the Specifications. 3.8. PIPE EMBEDMENT, PLACEMENT AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above top of pipe. E. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. F. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. G. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the Pipe. L. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. M. Compact each lift before proceeding with placement of the next lift. N. Water tamping and water jetting are not allowed. O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A and 2.3.13. 3.9. TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION Capital Improvement Projects Section 3123 00 - 134 April 26, 2024 Cih of Lubbock A. Place backfill for pipe or conduits and restore as soon as practicable. B. Leave only the minimum length of trench open as necessary for construction. C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. D. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. 1) Cut off sheeting two (2) feet or move above the crown of the pipe. 2) Remove trench supports within five (5) feet from the ground surface. E. Place trench zone backfill in lifts and compact by methods selected by the Contractor. F. Fully compact each lift before placement of the next lift. G. Cement Stabilized Backfill/Lean Concrete Backfill: 1) Place in depths as shown on plans. 2) Use vibratory equipment to ensure placement under the haunches of the pipe. 3) Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square inch needle. 4) This equates to a penetration resistance of approximately 300 pounds per square inch. 5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. 6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. 7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square inch needle. 8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. 9) Such readings shall be taken prior to commencing backfill operations. H. Bedding Material: 1) Sand bedding shall be loosely placed in trench as shown on the Drawings. I. Gravel Embedment: 1) Place in depths as shown on plans 2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. J. Native Material/Borrow Material (Pipe Installation): 1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. 2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. Capital Improvement Projects Section 3123 00 - 135 April 26, 2024 Cih of Lubbock 3) Use of vibratory equipment limited as specified in paragraph 2.1. 4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. K. Topsoil: 1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. 2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. 3) Use of vibratory equipment limited as specified in paragraph 2.1. 4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. 3.10. MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11. FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. C. Tests will be performed by the Contractor on a minimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture - density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. The Contractor shall perform in -place density tests of compacted pipe foundation, embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. G. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. H. The number of tests will be increased if compacting effort is variable and not considered sufficient to attain uniform density, as specified. I. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rej ection. Capital Improvement Projects Section 3123 00 - 136 April 26, 2024 Cih of Lubbock J. Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. K. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. M. Acceptability of crushed rock compaction will be determined by inspection. 3.12. DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 02 42 00 — Removal and Diversion of Construction Materials. END OF SECTION Capital Improvement Projects Section 3123 00 - 137 April 26, 2024 SECTION 3123 19 DEWATERING 1. GENERAL 1.1. SUMMARY Ch of Lubbiock A. This Section includes construction dewatering procedures and requirements. 1) A geotechnical survey has not been performed at the site. 2) This Section shall be applicable only if ground water begins to enter the trench. 3) Any required dewatering for this project shall be considered subsidiary to pipeline and manhole installation and no separate compensations will be paid. B. Section Includes: 1) Submittals 2) Performance Requirements 3) Quality Assurance 4) Project Conditions 5) Preparation 6) Installation 7) Observation Wells 1.2. SUBMITTALS A. Shop Drawings for Information: 1) For dewatering system, show arrangements, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. 2) Include layouts of piezometers and flow -measuring devices for monitoring performance of dewatering system. 3) Include written report outlining control procedures to be adopted if dewatering problems arise. 4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. 5) Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. 6) Note locations and capping depth of wells and well points. B. Field Test Reports: 1) Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.3. PERFORMANCE REQUIREMENTS A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. B. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. C. Prevent surface water from entering excavations by grading, dikes, and other means approved by the Engineer. Capital Improvement Projects Section 3123 19 - 138 April 26, 2024 Ch of Lubbiock D. Remove dewater system if no longer needed. 1.4. QUALITY ASSURANCE A. Comply with water disposal requirements of authorities having jurisdiction. 1.5. PROJECT CONDITIONS A. Existing Utilities: 1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: 1) A geotechnical report has not been prepared for the Project area. 2) The Contractor, at own expense, may make test borings and conduct other exploratory operations necessary for dewatering. 3) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. 4) Clearly identify benchmarks and record existing elevations. 5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. C. Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. 2. PRODUCTS Not used. 3. EXECUTION 3.1. PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. B. Prevent surface water and subsurface or ground water from entering excavations, ponding on prepared subgrades, and from flooding site and surrounding area. C. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. D. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 3.2. INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavating below ground water level, place system into operation to lower water to specified levels. Capital Improvement Projects Section 3123 19 - 139 April 26, 2024 Ch of Lubbiock C. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. D. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope stability. G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. H. Maintain piezometric water level a minimum of sixty (60) inches below surface of excavation. I. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. J. Dispose of water in a manner that avoids inconvenience to others. K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. L. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. N. Remove dewatering system from Project Site on completion of dewatering. O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. P. Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3. OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. D. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. E. Add or remove water from observation well risers to demonstrate that observation wells are functioning properly. F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Capital Improvement Projects Section 3123 19 - 140 April 26, 2024 ASi Ah,p City of ►Lubbock SECTION 3123 23.13 BACKFILL 1. GENERAL 1.1. SUMMARY A. This Section of the specification covers materials related to the backfill of utilities. B. Section Includes: 1) "Concrete" sand (for use as pipe bedding). 2) Native soil materials. 3) Topsoil. 4) Crushed stone. 5) Cement stabilized backfill. C. Related Sections: 1) Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. 2) Section 01 33 00 — Submittal Procedures. 3) Section 0140 00 — Quality Requirements. 4) Section 3123 00 — Excavation and Fill. 1.2. DEFINITIONS A. Refer to Section 3123 00 —Excavation and Fill. 1.3. REFERENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. Capital Improvement Projects Section 3123 23.13 - 141 April 26, 2024 (L'Jt*bbCiocty of k TEXAS M. TxDOT Tex-101-E — Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex-110-E — Determination of Particle Size Analysis of Soils. 1.4. SUBMITTALS A. Conform to Section 0133 00 — Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.5. TESTS A. Perform tests of sources for off -site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner's expense; however, failing tests will be charged to the Contractor. 2. PRODUCTS 2.1. MATERIAL DESCIRPTIONS A. "Concrete" Sand 1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C 33. 2) Gradation shall conform to ASTM C 136 and the following limits. Sieve Percent Passing 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Native Soil Material for Backfill 1) Provide backfill material that is free of stones greater than six (6) inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or other contamination. C. Topsoil 1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or other contamination. 2) Surface should be made clear of rock and other debris before planting. Capital Improvement Projects Section 3123 23.13 - 142 April 26, 2024 (L'Jt_ bbCiocty of k TEXAS 3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. D. Gravel Embedment 1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non -gravel matter. 2) Provide gravel embedment that meets the following gradation requirements: Sieve Percent Retained 3/8" 0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 3) A minimum of four inches of gravel embedment will be placed under the pipe. This material will be used for backfill to the top of the pipe. This material MUST be shovel sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe. E. Cement Stabilized Backfill 1) Cement Content — 2 sack mix per cubic yard. 2) Water/Cement Ratio — 0.60. 3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. 4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. 2.2. MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1) Gradation: Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2) Plasticity of material passing the No. 40 sieve. 3) Clay lumps. 4) Lightweight pieces. 5) Organic impurities. Capital Improvement Projects Section 3123 23.13 - 143 April 26, 2024 (L'Jt*bbCiocty of k TEXAS C. Production Testing: Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Native material requires testing only when questionable material is encountered. 3. EXECUTION 3.1. SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top two (2) feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use so that the Engineer may obtain samples from verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials maybe subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2. MATERIAL HANDLING A. Establish temporary stockpile locations as practical for material handling and control. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3. FIELD QUALITY CONTROL A. Quality Control 1) The Engineer may sample and test backfill at: a) Sources including borrow pits, production plants, and Contractor's designated off -site stockpiles. b) On -site stockpiles. c) Materials placed in the Work. 2) The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. Capital Improvement Projects Section 3123 23.13 - 144 April 26, 2024 (L'Jt* ofbboty ck TEXAS END OF SECTION Capital Improvement Projects Section 3123 23.13 - 145 April 26, 2024 Cih of Lubbock SECTION 3125 24.03 TIED CONCRETE BLOCK EROSION CONTROL MATS 1. GENERAL 1.1. SUMMARY A. This section of the specifications covers FLEXAMAT or approved equivalent vegetated tied concrete block mat utilized for stabilizing slopes, channels, low water crossings, inlet/outlet protection, and shorelines. B. REFERENCES C. DELIVERY, STORAGE, AND HANDLING D. EXAMINATIONS E. PRODUCTS F. TESTING G. EXAMINATION H. EQUIPMENT I. FOUNDATION 1.2. REFERENCES A. ASTM C 150 — Standard Specification for Portland Cement B. ASTM C 33 — Standard Specifications for Concrete Aggregate C. ASTM D 6460 — Standard Test Method for Determination of Rolled Erosion Control Product (RECP) Performance in Protecting Earthen Channels from Storm Water -Induced Erosion. 1) Where reference is made to one of the above standards, the latest revision shall apply. 1.3. SUBMITTALS A. Submit all manufacturers' data for product. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. 1.4. DELIVERY, STORAGE, AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. B. Store and handle the units at the project site in such a manner so that it is easily accessible and is not intruding pedestrian activity. C. Provide instructions, and directions, as required, for installation. 1.5. PRODUCTS A. TIED CONCRETE BLOCK EROSION CONTROL MAT 1) Product shall be manufactured by FLEXAMAT or approved equivalent. 2) Product shall consist of concrete blocks (6.5 inch x 6.5 inch with a 2.25 inch profile) locked together and embedded into a high strength Geogrid. There shall be 1.5 inch spacing between the blocks to allow for vegetation growth. B. CONCRETE BLOCKS Capital Improvement Projects Section 3125 24 - 146 April 26, 2024 (L'Jt*bbCiocty of k TEXAS 1) Furnish blocks manufactured with concrete conforming to the cement requirements of ASTM C 150 and to the aggregate requirements of ASTM C 33. 2) Blocks must maintain a minimum compressive strength of 5,000 psi at 28 days. 3) Spacing between blocks must be a maximum of 2 inches apart and have a weight no less than 3 lbs/block. C. POLYPROPYLENE BI-AXIAL GEOGRID 1) Geogrid must be composed of acrylic based coating to withstand degradation of environments with exposure of high and low pH ranges. 2) 2% Carbon Black must utilize to stabilize UV radiation and prevent deterioration. 3) Ultimate Tensile Strength of the Geogrid must be no less than 2055 plf D. UNDERLAYMENT 1) Backing material shall be packaged within the roll of the Tied Concrete Mats. 2) Underlayment shall consist of 5-Pick Netting, Curlex 11 Erosion Control Blanket (ECB), and Recyclex TRM non -degradable Turf Reinforcement Mat (TRM). 1.6. TESTING A. Full scale laboratory testing shall be performed by a testing facility on all noted materials according to ASTM standards. B. Any material listed above can be changed to an alternative equivalent if results of properties can be verified, reviewed and sustained for system integrity for a minimum of a 5-year life. 1.7. EXAMINATION A. Mats must be verified for any discrepancies or damages that may hinder performance or durability. 1.8. Product is subject to any testing that maybe deemed necessary by inspector. 1.9. EQUIPMENT A. Proper equipment to place material will need to be provided that will not damage the mat or disturb the top soil subgrade. 1.10. FOUNDATION A. All subgrade surfaces are to be smooth and free of debris of any sort that could protrude or cause the mat to be raised more than 3/4 inch off surface. B. Subgrade shall be prepared in a parabolic shape or trapezoidal shape to ensure proper flow. C. When vegetation is required, seed must be distributed on the prepared topsoil before installation. D. The manufacturer or authorized representative will provide technical assistance during slope preparation and installation of the concrete block mats as needed. E. Anchor or fasteners shall be used if deemed necessary by manufacturer or engineer for certain site conditions. F. For seams parallel to flow line in channel applications, center a minimum 3 foot wide strip of soil retention blanket under the seam. Fasten along the Capital Improvement Projects Section 3125 24 - 147 April 26, 2024 (L'Jt*bbCiocty of k TEXAS seam, at a 5 foot maximum spacing. Parallel seams in the center of the channel applications shall be avoided when possible. G. Shingle seams perpendicular to the flow line with downstream recessed a minimum blocks under the upstream mat and fastened together along the seam at a 2 foot maximum spacing if required by manufacturer or engineer. H. Mat shall be measured by the square foot as shown on the plans, complete in place. END OF SECTION Capital Improvement Projects Section 3125 24 - 148 April 26, 2024 Ch of Lubbiock SECTION 3150 00 EXCAVATION SUPPORT AND PROTECTION GENERAL 1.1. SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: 1) Submittals 2) Performance Requirements 3) Project Conditions 4) Materials 5) Preparations 6) Sheet Piling 7) Trench Boxes 8) Trenching Procedures 1.2. SUBMITTALS A. Shop Drawings for Information: 1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. 2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.3. PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4. PROJECT CONDITIONS A. Existing Utilities: 1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: Capital Improvement Projects Section 3150 00 - 149 April 26, 2024 Ch of Lubbiock 1) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. 2) Clearly identify benchmarks and record existing elevations. 3) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. 4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks, sags, or other damage is evident in adjacent construction. 2. PRODUCTS 2.1. MATERIALS A. Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. 3. EXECUTION 3.1. PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2. SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. D. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3. TRENCH BOXES Capital Improvement Projects Section 3150 00 - 150 April 26, 2024 Cih of Lubbock A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench. B. All exposed trench shall be protected. 3.4. TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5. REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Capital Improvement Projects Section 3150 00 - 151 April 26, 2024 Ch of Lubbiock DIVISION 32 EXTERIOR IMPROVEMENTS Capital Improvement Projects Division 32 Exterior Improvements- 152 April 26, 2024 Cih of Lubbock SECTION 32 92 00 TURF AND GRASSES 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2. SUMMARY A. Section Includes: 1) Plugging. 1.3. DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil E. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. 1.4. SUBMITTALS A. Product Data: For Turffalo brand Tech Turf plugs. B. Certification of Grass Plugs: Certification of Tech Turf s genetic identity from the Texas Department of Agriculture, with the name Tech Turf I, identifying Frontier Hybrids, Inc. as the source and including the name and telephone number of supplier. Turffalo brand Tech Turf is a hybrid of turfgrass that utilized buffalograss (Buchloe dactyloides) in its breeding. C. Qualification Data: For qualified landscape Installer. D. Product Certificates: For soil amendments and fertilizers, from manufacturer. E. Material Test Reports: For existing surface soil and imported topsoil. F. Planting Schedule: Indicating anticipated planting dates for each type of planting. G. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of lawns during a calendar year. Submit before expiration of required initial maintenance periods. 1.5. QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful lawn establishment. 1) Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 2) Maintenance Proximity: Not more than two (2) hours normal travel time from Installer's place of business to Project site. B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. Capital Improvement Projects Section 32 92 00 - 153 April 26, 2024 *Lub�io'A TE%AS C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt and clay content; cation exchange capacity; deleterious material; deleterious material; pH; and mineral and plant -nutrient content of topsoil. 1) Report suitability of topsoil for lawn growth. State -recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site. 1.6. DELIVERY, STORAGE AND HANDLING A. Plugs: Deliver Turffalo brand Tech Turf plugs in original, labeled and undamaged containers. Trays must be watered daily enough to keep roots moist and kept in an area where the plants can receive at least 50% sunlight. 1.7. PROJECT CONDITIONS A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of planting completion. 1) Spring Planting: After the last normal freeze date. 2) Winter Planting: Thirty days prior to the first normal freeze date. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. Growing Zones: Turffalo brand Tech Turf may be grown in Zones 5-11, States: Texas, Oklahoma, New Mexico, Kansas, Nebraska, Colorado, Arizona, Utah, Nevada, California, Iowa, Illinois, Missouri, Arkansas, Louisiana, Mississippi, Alabama, Tennessee, Georgia, and Florida. 1.8. MAINTENANCE SERVICE A. Initial Lawn Maintenance Service: Provide full maintenance by skilled employees of landscape installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue until acceptable lawn is established, but for not less than the following periods: 1) Plugged Lawns: Thirty days from date of planting completion. B. Continuing Maintenance Proposal: From installer to Owner, in the form of a standard yearly (or other period) maintenance agreement, starting on date initial maintenance service is concluded. State services, obligations, conditions and terms for agreement period and for future renewal options. 2. PRODUCTS 2.1. PLUGS A. Plugs: Turffalo brand plugs, certified by the Texas Department of Agriculture as Tech Turf I, grown in individual cells with uniform density, color and texture, strongly rooted and capable of vigorous growth and development when planted; of the following turfgrass species and plug size. 1) Turfgrass Species: Buffalograss (Buchloe dactyloides). 2) Plug Size: 2 inches (50 mm) deep and 1.5 inches square at the top. 2.2. TOPSOIL Capital Improvement Projects Section 32 92 00 - 154 April 26, 2024 �Lub�io'A TE%AS A. Topsoil: ASTM D 5268, pH range of 6 to 8.5, a minimum of 2 percent organic material content, free of stones 2 inches (50 mm) or larger in any dimension and other extraneous material harmful to plant growth. 1) Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps and other extraneous material harmful to plant growth. a) Supplement with imported or manufactured topsoil from off -site sources when quantities are insufficient. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from agricultural land, bogs or marshes. 2.3. INORGANIC SOIL AMENDMENTS A. Lime: If pH is below 6, use ASTM C 602, agricultural limestone containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1) Provide lime in form of dolomitic limestone. 2.4. ORGANIC SOIL AMENDMENTS A. Compost: If there is too much sand for the soil to facilitate rapid lawn establishment, use compost with well -composted, stable, and weed -free organic matter, pH range of 6 to 8; moisture content 35 to 55 percent by weight; 100 percent passing though a 1-inch (25-mm) sieve; soluble salt content of 5 desisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1) Organic Matter Content: 50 percent of dry weight. 2) Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. B. Peat: If there is too much sand for the soil to facilitate rapid lawn establishment, use peat with finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat or reed -sedge peat and having water - absorbing capacity of 1100 to 2000 percent. 2.5. PLANTING ACCESSORIES A. Selective Herbicides: After installing plugs, use EPA registered and approved, of type recommended by manufacturer for application: 1) After installing plugs, prior to establishment, to control pre -emergence of weeds or other grasses, use either dithiopyr (Dimension) or oxadiazon (Ronstar) turf herbicide at manufacturer's recommended rate. 2) After establishment, to control broad leaf weeds: use a 2-4-D herbicide that is approved for buffalograss at manufacturer's recommended rate. 3) After establishment, to control grassy weeds: use monosodium methylarsonate (MSMA) herbicide at manufacturer's recommended rate. 2.6. FERTILIZER A. Commercial Fertilizer: Commercial -grade fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1) Composition: Per 1000 sq. ft. use 2 lbs of actual nitrogen, 3 lbs of phosphorous, 3 lbs of potash, 0.1 lb of iron chelate and 0.1 lb of zinc chelate. Capital Improvement Projects Section 32 92 00 - 155 April 26, 2024 Cih of Lubbock 3. EXECUTION 3.1. EXAMINATION A. Examine areas to receive Turffalo brand Tech Turf plugs for compliance with requirements and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2. PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. B. If project requirements result in Tech Turf plug spacing to exceed 17 inches, provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3. LAWN PREPARATION A. Limit lawn subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 3 inches (75 mm). Remove stones larger than 2 inches (50 mm) in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1) Apply fertilizer directly to subgrade before loosening. 2) When applicable, thoroughly blend planting soil mix off -site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. a) Delay mixing fertilizer with planting soil if planting will not proceed within a few days. b) If required, mix lime with dry soil before mixing fertilizer. 3) Spread planting soil to a depth of 4 inches (100 mm) but not less than required to meet finish grades after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. C. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed by excavating, grading, or surface -soil stripping operations, prepare surface soil as follows. 1) Remove existing grass, vegetation, and turf. Do not mix into surface soil. For Bermuda grass, allow it to grow 3 inches tall and then spray it with Round -Up. Wait 3 to 4 days, then mow it very short and spray it once more with Round- up. 2) Loosen surface soil to a depth of at least 6 inches (150 mm). Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 4 inches (100 mm) of soil. Till soil to a homogeneous mixture of fine texture. a) Apply fertilizer directly to surface soil before loosening. 3) Remove stones larger than 2 inches (50 mm) in any dimension and sticks, roots, trash, and other extraneous matter. 4) Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. Capital Improvement Projects Section 32 92 00 - 156 April 26, 2024 Cih of Lubbock D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus '/z inch (13 mm) of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Before planting, restore areas if eroded or otherwise disturbed after finish grading. 3.4. PREPARATION FOR EROSION -CONTROL MATERIALS A. Prepare area as specified in "Lawn Preparation" Article. B. Moisten prepared area before planting if surface is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. C. For areas where spacing of Tech Turf plugs is to exceed 17 inches (425 mm), the areas should be seeded with annual ryegrass 35 days prior to plugging Turffalo brand Tech Turf and then killed -out with Round -up after 30 days (5 days prior to plugging Tech Turf). 3.5. PLUGGING A. Plant plugs in holes or furrows spaced [12 inches (300 mm)] for coverage in 30 to 40 days [17 inches (425 mm)] for coverage in 60 days [2 feet (600 mm)] [2.5 feet (750 mm)] for full -season coverage. B. Compress the plugs into the holes or furrows with light rolling to facilitate adequate contact between the roots and surrounding soil. C. When complete, the top of the roots should be even with the surrounding soil. 3.6. LAWN MAINTENANCE A. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. Provide materials and installation the same as those used in the original installation. B. Watering: Provide and maintain temporary piping, hoses and lawn -watering equipment to convey water from sources and keep lawn uniformly moist to a depth of 4 inches (100 mm). 1) Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2) Water lawn with fine spray at a minimum rate of/4 inch per day for the first five days, or enough to keep roots moist. After the first five days, cut back to watering a minimum of/4 inch every three days, taking rainfall, humidity and temperature into consideration. C. Mowing: If possible, delay mowing until Tech Turf has achieved complete coverage. If it must be mowed prior to covering the area, mow at the highest setting to avoid cutting runners. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 of grass -leaf grown in initial or subsequent mowings. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain a grass height of 2 to 3 inches (50 to 75 mm). D. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry that will provide actual nitrogen of at least 2 lbs/1000 sq. ft. (0.90 kg/92.9 sq. m). Capital Improvement Projects Section 32 92 00 - 157 April 26, 2024 Cof *Lub�iot%ck E. Ongoing Herbicide and Insecticide Treatment: All 2-4-D type herbicides may be used on Tech Turf. DO NOT USE Atrazine, Banvel, Dicambia, Simazine or Trimec. Once fully established, herbicides such as Treflan or Surflan may be used on Tech Turf. Once a year, in the spring, a grub worm killer, such as Merit by Bayer, must be applied to Tech Turf. 3.7. SATISFACTORY LAWNS A. Lawn installations shall meet the following criteria as determined by Architect: 1) Satisfactory Plugged Lawn: At end of maintenance period, the required number of plugs has been established as well -rooted, viable patches of grass; and areas between plugs are free of weeds and other undesirable vegetation. B. Use specified materials to reestablish lawns that do not comply with requirements and continue maintenance until lawns are satisfactory. 3.8. CLEANUP AND PROTECTION A. Promptly remove soil and debris, created by lawn work, from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after lawn is established. END OF SECTION Capital Improvement Projects Section 32 92 00 - 158 April 26, 2024 Cih of Lubbock DIVISION 33 UTILITIES Capital Improvement Projects Division 33 Utilities - 159 April 26, 2024 (L"--.0 ityofbbock TEXAS SECTION 33 0130.82 EPXOY LINING FOR CONCRETE MANHOLES 1. GENERAL 1.1. SUMMARY A. The work described within this specification details a complete manhole rehabilitation using a cured -in -place, fiberglass reinforced epoxy resin liner system. The complete system will provide a corrosion resistant liner to rehabilitate deteriorated manholes and prevent any further deterioration from hydrogen sulfide and other corrosive gases/acids caused by the wastewater stream. The completed system will also eliminate all ground water infiltration into the existing manholes. Spray applied coatings shall not be considered for use on this project. 1.2. REFERENCES A. ASTM C-633 — Standard Test Method for Adhesion or Cohesion Strength of Thermal Spray Coatings B. ASTM D638 — Standard Test Method for Tensile Properties of Plastics. C. ASTM D695 — Standard Test Method for Compressive Properties of Rigid Plastics. D. ASTM D790 — Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. E. ASTM D2240 — Standard Test Method for Rubber Property; Durometer Hardness. F. ASTM D4787 — Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. G. ASTM G62 — Standard Test Methods for Holiday Detection in Pipeline Coatings. 1.3. SUBMITTALS A. Conform to requirements of Section 01 33 00 — Submittal Procedures. B. All permits must be obtained by the Contractor, submitted to and approved by the owner prior to beginning any work; with any material. C. Product Data: Technical data sheet for each product used; Material Safety Data Sheet (MSDS); design thickness. D. Design Variations: Description of variations from application procedures, surface preparation, application equipment, or testing. E. Applicator Qualifications: 1) Manufacture Certification that the Applicator has been trained and approved in the handling, mixing and application of products to be used. 2) Certification that the equipment to be used for applying the products has been manufactured or approved by the protective coating manufacture and Applicator personnel have been trained and certified for proper use of the equipment. 3) Five (5) recent references for the Applicator (projects of similar size and scope) indicating successful application of cured -in -place, fiberglass reinforced epoxy resin liner system. 4) Proof of federal, state or local permits or licenses necessary for the project. F. Design details for any additional ancillary systems and equipment to be used on site and surface preparation, application or testing. 1.4. QUALITY ASSURANCE Capital Improvement Projects Section 33 0130.82 - 160 April 26, 2024 (L"._.0 ityofbbock TEXAS A. Applicator shall initiate and enforce quality control procedure consistent with applicable ASTM. All quality control testing is at the Contractor's cost unless otherwise noted. B. An inspector provided by the owner will observe surface preparation, application and material handling procedures to ensure adherence to the specifications. 1.5. DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. All materials should be stored in accordance with manufacture's recommendations. Do not store near flame, heat or strong oxidants. Keep epoxy away from excessive heat to prevent curing. C. Protective coating materials are to be handled according to their material safety data sheets. 2. PRODUCTS 2.1. MANUFACTUER A. Cured -in -Place Fiberglass Reinforced Resin Liner System: The Liner Manufacture shall be as noted below, or an approved equal: 1) Poly -Triplex of Texas 2) 401 Edwards St. Suite 2100, Shreveport, Louisiana 71101 3) Phone: (888) 227-5485 4) Fax: (800) 340-2672 B. Manufacture shall warrant the performance of the CIPP materials for 10-years and certified installer shall provide 5-year labor warranty to repair or replace any failing conditions of the liner in the structure. Certification of the conforming warranty shall be provided prior to approval of the submittals and awards of contract. 2.2. MATERIALS A. Liner material and components shall have been custom fabricated to fit the specific configuration of each structure prior to the commencement of the liner installation. Liner shall be the type that allows rehabilitation of concentric, eccentric or flat top manholes without removing manhole ring, top section, flat top or corbel. B. Cured -in -place structural liner shall completely seal the manhole, shelf, pipe inlet and outlets, and the lid ring frame in a monolithic method so that no holes, cracks or seams in the liner are left unsealed. C. PTLS-6800 series is a three -layered composite system with a total pre -saturated fabric weight of 68 oz. per square yard. PTLS-6800 is designed for structures up to 24 feet in depth. Layer #1 is 24 oz. structural fiberglass, impregnated with a modified epoxy resin and bonded to the existing structure. Layer #2 is a 20 - 24 oz. non -porous membrane of special synthetic materials bonded between layer #1 and layer #3. Layer #3 consists of 24 oz. structural fiberglass saturated with epoxy and bonded to the nonporous membrane, forming a smooth interior wall to the host structure. For structures deeper than 24 feet, or for structures experiencing heavy infiltration, additional layer(s) of fiberglass may be added as needed. D. PTLS-11600 series is a three -layered composite system with a total pre -saturated fabric weight of 116 oz. per square yard. PTLS-11600 is designed for culvert pipe and structures over 24' in depth. Layer #1 is (2) 24 oz. structural fiberglass, impregnated with a modified epoxy resin and bonded to the existing substructure. Layer #2 is a 20 oz. non -porous membrane of special synthetic materials bonded to Capital Improvement Projects Section 33 0130.82 - 161 April 26, 2024 (L".-.0 ityofbbock TEXAS layer #1 and layer #3. Layer #3 consists of (2) 24 oz. structural fiberglass saturated with epoxy and bonded to the nonporous membrane, forming a smooth interior wall to the host structure. Additional layer(s) of fiberglass may be added as needed. E. The standard resin is a modified Polyamide Bisphenol "A" Epichlorodhydrin system that is field applied and supplied by the manufacture. F. Where active infiltration flows are more severe, pressure grouting may be required. 2.3. EQUIPMENT A. Equipment used shall be as recommended by the liner manufacture and adequate in size and capacity to accomplish the rehabilitation work in a timely manner. EXECUTION 3.1. GENERAL A. Application shall be in strict accordance with the manufacturer's instructions (Refer to manufacturer's application instructions for additional details and recommendations not included herein). This shall include re -grouting all inlet and outlet lines and benches as needed, plus the preparation, installation, curing and finishing operation. B. Use only skilled workmen who are trained and experienced in the installation of cured -in -place fiberglass reinforced epoxy resin liners for manhole rehabilitation. Contractor shall identify qualified personnel and ensure that these people are on site during each liner installation from start to finish. C. No application shall be made to frozen surfaces or if freezing is expected to occur within 24 hours after application of product. No liners will be installed if outside air temperature exceeds 95 degrees F. D. Do not allow extraneous material from entering sewer lines. Contractor will be fully responsible for any damage caused due to debris entering the sewer line during preparation work and/or liner installation activity. E. Clean surface to be rehabilitated with high-pressure water spray (minimum 3500 psi) to remove loose concrete or brick, biological growths, and other contaminants. If surface cannot be cleaned sufficiently with high-pressure water spray, then use means necessary, as recommended by manufacture. Surfaces may require the application of a 10% muriatic acid or the use of a detergent or degreaser. If an acid or detergent solution is used, the surface shall be thoroughly rinsed and neutralized prior to the installation of the liner system. All surfaces shall be clean and structurally sound. Loose and protruding brick, mortar, concrete and roots shall be removed. F. Repair mortar shall be used to fill voids, structurally reinforce or rebuild surfaces. Rebuild bench and channel areas after cleaning using mortar or other approved material to ensure adequate surface prior to liner installation. G. Stop all active hydrostatic infiltration with cementitious grout. Excessive infiltration may require the use of pressure grout and/or heavier liner. H. Remove manhole steps by cutting flush with vertical face of manhole wall prior to the rehabilitation product application. I. Contractor shall make a reasonable effort to minimize odors emitting from open manholes during preparation work, liner installations and inspections. 3.2. INSTALLATION Capital Improvement Projects Section 33 0130.82 - 162 April 26, 2024 (L"._.0 ityofbbock TEXAS A. Rehabilitate manholes as identified on the drawings. Proper equipment shall be used at all times. Contractor shall observe OSHA confined space and safety requirements during all manhole entries. B. The liner shall be installed and cured in place via a pressurization blower system with steam heat injection or equivalent process. Pressure shall be approximately 500 to 100 lbs. per sq. ft. and steam at approximately 250 degrees Fahrenheit. Curing time shall be a minimum of two (2) hours or as recommended by the manufacture. Liner may be rejected at the sole discretion of the Owner if curing process fails to meet manufacture recommended procedures, or if installation bladder fails more that once during curing process. C. Do not install cured -in -place fiberglass epoxy resin liner in non -round structures. Alternative lining methods will be required for the rehabilitation of vaults, diversion structures, or rectangular shaped manholes. D. Repair any defects or irregularities in final product prior to acceptance. 3.3. TESTING A. Contractor shall perform visual inspection and necessary quality control testing. A Holiday test shall be performed according to ASTM standards. All test and reports shall be in accordance with ASTM G62 and be submitted to the Owner prior to final product acceptance. All hollow spots, holes, tears, or delaminations shall be promptly repaired using mastic epoxy or another method approved by the Owner. END OF SECTION Capital Improvement Projects Section 33 0130.82 - 163 April 26, 2024 *Lubbock TEXAS SECTION 33 05 07 TRENCHLESS INSTALLATION OF UTILITY PIPING 1. GENERAL 1.1. WORK COVERED BY CONTRACT DOCUMENTS A. The section covers utility bores and placing steel encasement in open cut trenches. B. The encasement will be installed at the locations indicated on the attached plans. C. The contractor will be responsible for providing all labor, materials, equipment and incidentals necessary to accomplish the following. 1) Construction of the bore and bore pits or trench cut. 2) Installing the appropriate steel casing. 3) Installing the water supply pipe in the steel casing using the pipe manufactures recommended practices. 4) Backfill all excavations. 5) All traffic barricading and control. 6) All trench safety requirements. 7) Implementing a best management plan for the control of storm water runoff 1.2. CONTRACTOR USE OF SITE A. Limit use of site to allow: 1) Owner occupancy. 2) Contractor. B. Coordinate use of site under direction of Owner's Representative and TxDOT. C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other Contractors. D. Move any stored products under Contractor's control, which interfere with operations of 1) Owner. 2) TxDOT right-of-way. 3) Assume full responsibility for the protection and safekeeping of products furnished under this contract, stored on or off the site. 1.3. WORK SEQUENCE A. Construct Work to accommodate Owner's occupancy requirements during the construction period. B. Sequence and schedule shall balance Owner's occupancy and the requirements of adjacent utility work and construction schedules of other government agencies, however, Contractor's coordination for construction schedule and operations shall be with the Engineer or the Owner's Representative only. 1.4. SUBMITTALS A. Provide written plan with methods and materials to be used in bore and casing process. B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of proposed locations within pipe casing. Capital Improvement Projects Section 33 05 24.23 - 164 April 26, 2024 *Lubbock TEXAS 1.5. STANDARDS A. All work shall be accomplished in accordance with the following standards: 1) AWWA C-206 "Field Welding of Steel Water Pipe" 2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" 3) AASHTO M-190 `Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" 4) AASHTO Standard Specifications for Highway Bridges, 1993. 5) ASTM A-36 "Carbon Structural Steel" 6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" 7) ASTM A-135 "Electric — Resistance — Welded Steel Pipe" 8) ASTM A-139 "Electric — Fusion (Arc) — Welded Steel Pipe" (NPS4 and over) 9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware" 10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength" 11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" 12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold - Rolled for Commercial Quality" 13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" 14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations of Relative Density" B. Additional standards contained in the City of Lubbock Public Works Engineering Design Standards and Specifications handbook also apply. 1.6. QUALITY ASSURANCE A. Installer's Qualifications 1) Installers shall be competent and experienced in boring work of equal scope. 2) Installers shall provide proof of successful, related work experience with references. B. Job Conditions 1) Where work is in the right-of-way of any government or corporate jurisdiction, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations, instructions and limitations of each right-of-way owner. Coordination shall be through Owner's representative. 2) Excavated material shall be kept off of roads and railroad tracks at all times. 3) No blasting is allowed at any time. 4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify location and elevation of all pipelines, power lines and communication cable in the construction area prior to execution. Verification of existing pipe and cable utilities shall be the sole responsibility of the Contractor. 1.7. OWNER OCCUPANCY A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's operation. B. Schedule the Work to accommodate this requirement. Capital Improvement Projects Section 33 05 24.23 - 165 April 26, 2024 Lubbock TEXAS 2. PRODUCTS 2.1. STEEL CASING A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casting shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal. B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or heavy rust. Used Casing may be used with the Owners Representative approval and inspection. Casing joints shall be fillet welded according to ASTM C-206. 2.2. CASING SPACERS A. Casings spacers shall be sized for 8" waterline in a 16" steel casing to clear the bell and not center the line vertically within the casing. B. Approved casing spacers include: 1) Advance Products 2) BMW 3) Cascade 4) CCI Pipeline 5) Culpico 6) PSI C. Other casing spacers may be used with approval from the Owner Representative or the Engineer. 2.3. JOINT RETRAINT A. Uncased pipe bores are permitted with Engineer's approval. B. Approved joint restraint devices which prevent over -insertion: 1) EBAA Mega -Stop (for push direction only) 2) CertainTeed Certa-Lok 3) Other over -insertion protection devices must be submitted prior to approval. C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe spacers. D. All uncased bore methods require Contractor to submit joint restraint manufacturer's literature for Engineer's approval. 3. EXECUTION 3.1. BORES A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified or instructed. B. Water used for lubrication of cuttings in conjunction with boring operations shall be permitted. Jetting shall be prohibited. C. All bores under existing paving will be subject to the following precautions: 1) Auger Boring — Auger boring shall use a pilot hole to set precise, clear auger path. 2) Wet (Slick) Boring — Under highway and arterial street pavement, the use of wet boring techniques shall be subject to the approval of the Engineer on a case -by -case basis. Capital Improvement Projects Section 33 05 24.23 - 166 April 26, 2024 Lubbock TEXAS 3) Impact Moling — Impact moling shall be used only for bore sizes 3" in diam. and smaller. Impact moling may be used for drilling pilot holes. 4) Pipe Jacking or Ramming — Continue jacking process to completion once it has begun to prevent the pipe from becoming firmly set in the embankment. 5) Microtunneling — Remote tunneling trenchers are allowed within the constraints and operational limitations set by manufacturer. D. The following precautions shall be observed in special circumstances: 1) Boring under Milwaukee Avenue: a) Presence of existing sewer main requires that the Milwaukee Avenue bore be cased. b) Boring pit shall be placed on the west side of Milwaukee Avenue and proceed to the east under the road. c) No boring method shall be chosen which will potentially disrupt or endanger existing adjacent underground utilities. d) Contractor is responsible for damage to existing pipe, cable and other utilities affected during construction. e) Boring operations shall provide safe setbacks from the roadway to ensure continuous service during construction. 2) Boring under Parks roadways: a) Method of boring and casing for Parks area is at the discretion of the Contractor. b) Uncased bores are permitted in this portion of the construction. c) Contractor must accommodate Parks activity as coordinated with Owner Representative. Operational methods and staging may be limited by Parks activity. E. Contractor shall be fully responsible to insure the boring methods used are safe and adequate for workers, installed pipe, property, the public, adjacent utilities and other site conditions. F. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will be allowed. G. Contractor is responsible for removing all excavated material. H. Contractor shall be responsible for trench safety and all traffic control requirements. I. After installing the water pipe in the encasement the ends of the encasement must be sealed to prevent soil creep into the pipe. 3.2. PIPE INSTALLATION A. Contractor shall use approved joint restraint devices for pipe within casing. B. Contractor shall use approved spacers as specified to install pipe in casing. 3.3. OPEN TRENCH ENCASEMENT A. The water distribution pipe shall be installed in the same manner as the encased bores. The cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as per manufacture recommendation. B. The ends of the encasement shall be sealed after the carrier pipe is installed. END OF SECTION Capital Improvement Projects Section 33 05 24.23 - 167 April 26, 2024 or Lubbock SECTION 33 05 24.23 STEEL PIPE FOR WATER SERVICE 1. GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install steel pipe, fittings, and specials as specified, including connections and appurtenances, as required for the proper installation and function of the pipe as indicated herein. B. The pipeline coating and lining shall be as specified herein and in Section 09 96 00 "High -Performance Coatings." (1) Coating: The standard pipe coating shall be epoxy coating. Where indicated on the Drawings, polyurethane coating, mortar coating, or bare steel pipe with concrete encasement shall be used. (2) Lining: The standard pipe lining shall be epoxy lining. Where indicated on the Drawings, mortar lined steel pipe shall be used. C. The pipeline shall be suitable to carry potable water treated with chloramines or gaseous chlorine to maintain a disinfectant residual. 1.2 QUALITY ASSURANCE A. Experience Requirements: (1) Pipe shall be the product of one manufacturer who has had not less than 5 years successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. Fittings may be manufactured at an alternate location, provided they are supplied under the responsible authority of the Pipe Manufacturer. All pipe shall be new and not supplied from inventory. All pipe and fittings shall be manufactured in the Continental U. S.A., and shipping over salt waterways will not be allowed. (2) The Manufacturer shall be certified either under S.P.F.A. or ISO 900I quality certification program for steel pipe and accessory manufacturing. (3) Approved manufacturers include Hanson Pipe, Northwest Pipe, American Spiral Weld, Ameron, Mid —America, and Jifco. No other Suppliers will be allowed. B. Owner Testing and Inspection: (1) Pipe will be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or 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 the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. Capital Improvement Projects Section 33 05 24.23 - 168 April 26, 2024 Lubbock TEXAS (2) The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slowdowns" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. Factory Testing: (1) The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. (2) Cement Mortar Lining: Shop -applied cement mortar linings shall be tested in accordance with AWWA C205 and as specified in Section 09960 "High - Performance Coatings." (3) Coating: The pipe coating shall be tested as specified in Section 09960 "High - Performance Coatings." (4) Hydrostatic Pressure Testing and Welding Testing: (a) Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. (b) Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic testing by an independent certified welding inspector paid for by the Pipe Manufacturer. (5) Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 0.25 inches and thicker shall be tested to verify minimum impact values of 25 ft- lb at 30 F in accordance with ASTM A370. (6) Elongation: For the tensile test specified in ASTM A370, 2-inch test pecimens shall show elongations not less than 22 percent for each heat of steel. (7) Mill Certification: The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The Manufacturer shall perform the tests described in AWWA C200, for all pipe, fittings, and specials. D. Manufacturer's Technician for Pipe Installation: (1) During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise Capital Improvement Projects Section 33 05 24.23 - 169 April 26, 2024 Cih of Lubbock the Contractor in his pipe laying operations and shall instruct construction personnel in proper j oint assembly and j oint inspection procedures. The technician is not required to be on -site full time; however, the technician shall be on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. (2) The Pipe Manufacturer shall provide services of the Coating Manufacturer's representative and the Heat Shrink Joint Manufacturer's representative for a period of not less than 2 weeks at the beginning of actual pipe laying operations to advise Pipe Manufacturer, Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink joint installation procedures and general construction methods and how they may affect the pipe coating. The Manufacturer's representative shall be required to return if, in the opinion of the Engineer, the coating or the Contractor's construction methods do not comply with the Specifications. Cost for the Manufacturer's representatives to return to the Site shall be at no additional cost to the Owner. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 - "Submittal Procedures" and shall include: (1) Shop Drawings: (a) Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer. Shop Drawings shall include a schematic location profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan and profile sheets. Shop Drawings shall be based on the drawings and Specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Shop Drawings shall also include full details of reinforcement, and dimensions for pipe and fittings. Details for the design and fabrication of all fittings, specials, and provisions for thrust restraint shall be included. (b) Where welded joints are required, Shop Drawings shall include: (i) Welding requirements. (c) Location and dimension of all additional outlets required by the Contractor to install welds. (2) Certificate of Adequacy of Design: Prior to shipment of the pipe, the Contractor/Pipe Manufacturer shall submit an affidavit certifying that the pipe, fittings, specials, and other products and materials furnished, comply with this Specification, Drawings, and the applicable requirements of AWWA C200, AWWA C205, AWWA C215, AWWA C222. (3) Certified Test Reports: a. Submit the following Certified Test Reports prior to shipment of the pipe: (a) Copies of results of factory hydrostatic tests and test of fittings. (b) Mill certificates, including chemical and physical test results for each heat of steel, charpy v-notch tests, and elongation tests. Capital Improvement Projects Section 33 05 24.23 - 170 April 26, 2024 WCih of Lubboek (c) A Certified Test Report from the Coating Manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification on all pipe, fittings and joints made in the factory. (d) Certified Test Reports for welder certification for factory and field welders. (e) Certified Test Reports for factory welds of fittings from an independent Certified Welding Inspector paid for by the Pipe Manufacturer. (f) Certified Test Reports for cement mortar tests. (4) 4. Record Data: (a) Before pipe installation begins: (i) Provide copies of "Release for Manufacture" layout sheets. (ii) Provide copies of all design calculations. (iii)Where welded joints are required, provide the Contractor's Proposed Field Welding Procedure in accordance with this Specification, AWWA C206 and AWS D1.1. The Field Welding Procedure shall include provisions for thermal stress control and provisions for control of coating damage. (b) During pipe installation: (i) Provide copies of agreed written method for taking pipe deflection measurements and format of deflection report. (ii) Submit deflection report on a monthly basis. (iii)Where welded joints are required: Daily welding reports for field welding showing welder and joint welded shall be submitted by the tenth day of each month. (c) After pipe installation: (i) The Pipe Manufacturer shall provide AutoCad drawings of the pipe plan and profile layout sheets showing each joint of pipe and all appurtenances to the same coordinate system as used on the Drawings. (ii) After construction, the Contractor shall provide Record Data showing top - of pipe survey every 100 feet along the pipeline. Survey shall include location of all valves, fittings, and appurtenances. 1 A STANDARDS A. Except as modified or supplemented herein, the steel pipe, coatings, linings, fittings, and specials shall conform to the applicable requirements of the following standards and specifications, latest edition: ANSI/NSF Standard 61 AWS D1.1 Structural Welding Code AWWA C200 Steel Water Pipe — 6 In. (150 MM) and Larger AWWA C205 Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 In. (100 mm) and Larger — Shop Applied Capital Improvement Projects Section 33 05 24.23 - 171 April 26, 2024 Ch of Lubbiock AWWA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service Sizes 4 In. Through 144 In. (100 mm Through 3600 mm) AWWA C208 Dimensions for Steel Water Pipe Fittings AWWA C210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C215 Extruded Polyolefin Coatings for Exterior of Steel Water Pipelines AWWA C216 Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings to Steel Water Pipelines AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings AWWA C602 Cement -Mortar Lining of Water Pipelines In Place - 4 In. (100 mm) and Larger AWWA M11 Manual: Steel Pipe - A Guide for Design and Installation AWWA C604 Installation of Steel Water Pipe — 4 In. and Larger ASME Shop Welding Certification ASTM A370 Standard Test Method and Definitions for Mechanical Testing of Steel Products ASTM C33 Standard Specification for Concrete Aggregates ASTM C35 Standard Specification for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Standard Specification for Portland Cement ASTM D16 Standard Terminology for Paint, Related Coatings, Materials and Applications ASTM D522 Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings ASTM E165 Standard Practice for Liquid Penetrant Examination for General Industry ASTM E709 Standard Guide for Magnetic Particle Testing ASTM E1444 Standard Practice for Magnetic Particle Testing SSPC-SP-1 SSPC-SP-10 Near -White Blast Cleaning SSPC-PA2 SSPC-PA/Guide 3 A Guide to Safety in Paint Application Capital Improvement Projects Section 33 05 24.23 - 172 April 26, 2024 Cih of Lubbock SSPC-PS/Guide A Guide for Selecting Urethane Painting Systems 17 1.5 DELIVERY AND STORAGE A. Packing: (1) The pipe shall be prepared for shipment to afford maximum protection from normal hazards of transportation and allow pipe to reach the Site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the Site unless such damaged pipe is properly repaired. (2) After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. (3) Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. As a minimum, each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. More internal stulls shall be included to protect the pipe, lining, and coating from damage as determined by the Pipe Manufacturer. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Pipe and liner shall be protected from damage from stulls using shaped wood pads or similar devices. Stulls shall not be welded directly to the pipe except at the end of the pipe where the lining is held back. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. Stulls shall not be removed until the pipe is laid, set to grade, and backfilled. (4) Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations and in accordance with Paragraph 3.01.C. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on the inside of both ends, the class for which it is designed, the date of manufacture, and the identification number as shown on the Shop Drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. C. Point of Delivery: (1) Pipe shall be hauled direct from pipe plant to the Site and strung along pipeline route, thus avoiding re -handling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side Capital Improvement Projects Section 33 05 24.23 - 173 April 26, 2024 WCih of Lubboek by approved methods; however, the Contractor shall be responsible to ensure that pipe is undamaged at the time of laying. (2) If the pipe cannot be hauled directly from the pipe plant to the laying site, a maximum of two handlings is allowed in which case the maximum number of coating repairs is reduced to five. (3) Shipment by rail will be unacceptable, unless it can be demonstrated that it will not damage the pipe. 2. PRODUCTS 2.1. MATERIALS A. Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. 1. Steel shall be homogeneous and shall be suitable for field welding, fully kilned and fine 2. Austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi. B. Coatings and Linings: 1. Coatings: a) Polyurethane Coating: Polyurethane coating shall be in accordance with Section 09 96 00 "High -Performance Coatings." b) Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an epoxy coating per Section 09 96 00 "High - Performance Coatings." c) Mortar Coating: Mortar coating shall be in accordance with Section 09 96 00 "High -Performance Coatings." 2. Linings: a) Cement Mortar Lining: 1). Linings shall be shop -applied spun cement mortar lining for pipe sizes 108 inches and smaller. Shop applied cement mortar linings shall be in accordance with Section 09 96 00 "High - Performance Coatings" and shall conform to the requirements of AWWA C205 with the following modifications: Sand used for cement mortar shall be silica base and shall not leach in water. Curing of the linings shall conform to the requirements of AWWA C205. Cement mortar linings shall be dense and smooth without bumps, blisters, ridges, or spalling, to the satisfaction of the Engineer. All rough spots shall be smoothed out with a rubbing stone, or other method, to the satisfaction of the Engineer. b) Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all above grade piping provide epoxy lining in accordance with Section 09 96 00 "High- Performance Coatings." C. Flange Nuts and Bolts: Nuts and Bolts shall be 304 stainless steel. Bolts shall conform to ASTM A193. Nuts shall conform to ASTM A194. Furnish all bolts, Capital Improvement Projects Section 33 05 24.23 - 174 April 26, 2024 Cih of Lubbock nuts, flange gaskets, and insulation kits. Use anti -seize compound during installation of all nuts and bolts. Thrust rods shall be carbon steel conforming to ASTM A193. D. Threaded Outlets: Where outlets or taps are threaded, furnish and install 304 stainless steel bushings for the outlet size indicated. E. Outlets for Weld Leads: The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be as shown in the Shop Drawings. The minimum spacing for outlets for weld leads shall be 500 feet. Outlets through manways, air valves, and blow offs shall be used for access for weld leads, and shall be included in the calculation for 500-foot minimum spacing. F. Flexible Joint Couplings: See Section 15136 "Miscellaneous Valves." G. Test Bulkheads: Contractor shall furnish test bulkheads in accordance with Section 01666 "Hydrostatic Testing," the Drawings, and as needed to perform field hydrostatic tests. 1. Each test plug or bulkhead shall be designed to withstand the test pressure on either side with only atmospheric pressure on the opposite side. 2. Each test plug or bulkhead specified shall have a 30-inch access manhole in one side of the plug and a 12-inch flanged outlet on the other side of the plug as shown in the Drawings. 2.2. MIXES A. Mortar for Interior and Exterior Joints: Mortar shall be 1 part cement to 2 parts sand. Cement shall be ASTM C150, Type I/II. Sand shall be silica base of sharp sand that will not leach in water. Sand shall be plaster sand meeting ASTM C33. Exterior joint mortar (where applicable) shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. Mortar for Pipe Patching for Shop -Applied Cement Mortar Lining: Mortar for patching shall be as per interior joints. C. Bonding Agent: Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi -Mod, or approved equal. 2.3. MANUFACTURED PRODUCTS A. Pipe: Pipe Design: a) Steel pipe shall be manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown in the Drawings. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the Capital Improvement Projects Section 33 05 24.23 - 175 April 26, 2024 Lubbock TEXAS design pressure in accordance with AWWA M11; using the following parameters: Note to Specifier: Remove deflection parameter for mortar coated pipe is not used in project. • Unit Weight of Fill (W) 130 pcf Live Load • AASHTO HS 20 at all locations, except at railroads • Coopers E 80 at Railroads • Trench Depth As indicated • Deflection Lag Factor (DI) 1.1 • Coefficient (K) 0.10 • Maximum Calculated Deflection (DX = DY) 2% (Polyurethane, epoxy, or concrete encased Steel Pipe) • Maximum Calculated Deflection (DX = DY) 1% (Mortar coated pipe, where allowed) • Soil Reaction Modulus (E') 1500 psi (Typical Granular Embedment Trench Section) • Soil Reaction Modulus (E') 3000 psi (Flowable Fill or Concrete Encased Trench Section) b) The fittings and specials shall be designed in accordance with AWWA C208 and AWWA MI I except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Valves values (PDV), greater than 6000 unless otherwise specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates to allow working space and supports. Wrappers and collars shall meet ASME Standards. As an alternate to crotch plates, collars or wrappers may be used when designed in accordance with ASME Section VIII, Division 1. c) Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and Pipe Manufacturer will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. d) Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe and embedment design depth. In no case shall the pipe and embedment system be installed deeper than its design allows. e) Pipe shall be designed for full vacuum conditions without buckling, damage to lining, or damage to pipe joints. 2. Provisions for Thrust: Capital Improvement Projects Section 33 05 24.23 - 176 April 26, 2024 Cof Lubih bock a) Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b) Restrained joints shall be used a sufficient distance from each side of the valves, bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained j oints shall consist of welded joints unless other joint types are shown on the Drawings. c) Thrust restraint design shall be the complete responsibility of the Pipe Manufacturer. The Pipe Manufacturer shall submit thrust calculations with the lay drawing submittal verifying that the thrust restraint system is adequate to meet the Pipe Manufacturer's minimum standards, AWWA MI I standards, and these Specifications, whichever is more stringent. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA MI I and the following: (1) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. (2) Assume saturated soil conditions. (a) The soil density shall be reduced to its buoyant weight for all backfill below the water table. Soil Density 60 pcf (maximum value to be used) Coefficient of Friction 0.15 (maximum value to be used for polyurethane or Epoxy coated steel pipe) Coefficient of Friction 0.25 for mortar coated steel pipe (3) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: (a) For A less than 60 degrees: L= 2 X P X A X sin(A2) fx(We +Wp+Ww) (b) For A greater than 60 degrees: L=PXAX(1—cos A) fx(We +Wp+Ww) L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross -sectional area of pipe steel cylinder I.D. A = Deflection angle We = Weight of earth prism above the pipe Wp = Weight of pipe Capital Improvement Projects Section 33 05 24.23 - 177 April 26, 2024 Cih of Lubbock Ww = Weight of water f = Coefficient of friction (4) For vertical bends, the length of pipe to be restrained shall be calculated per AWWA M11. 3. Inside Diameter: The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. It is the responsibility of the Contractor to field verify that the nominal pipe diameter meets specifications before installing the pipe. Contractor shall coordinate pipe replacement with the Pipe Manufacturer for any pipe not meeting the specified internal diameter. 4. Wall Thickness: a) The minimum pipe wall steel thickness shall be 0.250 inches or Pipe ID/230, whichever is greater for pipe and fittings, and a maximum minus tolerance of 0.005 inches per AWWA C200. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50 percent of the minimum yield strength of the steel at working pressure, nor the following, at the specified working pressure. Pipe Type Maximum Stress at Working Pressure: Polyurethane or Epoxy Coated Steel 21,000 psi Mortar or Shotcrete Coated Steel Pipe 18,000 psi b) Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.25 inches or Pipe ID/144, whichever is greater. c) Fittings over 15 degrees, pipes with outlets 24-inches in diameter and larger, main line tees and wyes, and pipe which are above grade or exposed (not in a trench or casing) shall have the following minimum thickness: 36" Diameter and Smaller 0.25" 37" < Diameter < 60" 0.375" 61" < Diameter < 84" 0.50" 85" < Diameter < 96" 0.625" 97" < Diameter < 120" 0.75" d) Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (1.5 times working pressure). Seams: Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. Capital Improvement Projects Section 33 05 24.23 - 178 April 26, 2024 Cih of Lubbock 6. Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of steel pipe installed in casing shall not exceed 25 feet. B. Joint Bonds, Insulated Connections, and Flange Gaskets: See Section 13110 "Passive Cathodic Protection for Underground and Submerged Piping" and Section 15136 "Miscellaneous Valves." All rubber gasket j oints shall be bonded for electrical continuity. C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the diameter to permit passage of pipeline pigs. D. Pipe Ends: Pipe ends shall be lap welded slip joint, butt strap joint, flanged joint, or flexible coupled joint. Pipe that has a diameter of 48 inches or smaller together with pressure class of 250 psi or lower may have welded j oints or rubber gasket j oints. Pipe ends shall be suitable for full vacuum and the maximum surge pressures indicated. Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot or carnegie joint with rubber gasket for pressure classes up to 250 psi. Joints shall conform to AWWA MI I and AWWA C200. Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 4 percent. The joint shall be suitable for the specified pressure and a deflected joint with a pull of 3/4 inches. At the Pipe Manufacturer's option, all steel pipe j oints may be lap -welded slip j oints in lieu of rubber gasket joints. a) Rolled Spigot Joints: The joint shall consist of a flared bell end formed and sized by forcing the pipe over a plug die or by expanding on segmental dies. The difference in diameter between the I.D. of bell and the O.D. of spigot shoulder at point of full engagement with an allowable deflection shall be no more than .00 inches to .04 inches as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. b) Carnegie Joints: The spigot end shall be a Carnegie shaped steel joint ring. Spigot ring shall be welded to the outside of the pipe can, with an inside weld also required where deemed necessary by the Manufacturer due to pipe loading conditions. The welded area of bell and spigot pipe ends shall be checked after forming by the magnetic particle method. 2. Lap Welded Slip Joint: a) Lap welded slip joint shall be provided in all locations where any of the following criteria is met, unless otherwise specified in the Drawings: (1) 1Pipe ID is 54 inches and larger. (2) Pressure class is 275 psi and greater. (3) Joints are welded for thrust restraint. Capital Improvement Projects Section 33 05 24.23 - 179 April 26, 2024 Cih of Lubbock b) Ends of pipe, fittings, and specials for field welded joints shall be prepared with one end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8 of an inch at any point around the periphery. c) The depth of bell shall be such as to provide for a minimum clear distance of 2 inches between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. d) The depth of bell shall be such as to provide for a minimum lap of 2 inches. Provide a deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. e) Lap welded slip joints shall be welded from the inside for pipe diameters 48 inches and larger. Lap welded slip joints shall be welded from the outside for diameters smaller than 48 inches. 3. For Fittings with Flanges: Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flange drilling shall match the drilling of adjacent fittings or appurtenances which the flanges are to be attached to. Flanges shall be spot faced or back faced parallel to the front face. 4. Flexible Couplings: Flexible couplings shall be provided where shown in the Drawings and as specified in Section 33 14 00 — "Water Utility Transmission and Distribution." Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C200. Pipe ends shall be truly circular to within 0.25 inch or the Coupling Manufacturer's tolerances, whichever is smaller. In addition, the welds on ends to be joined by couplings shall be ground flush to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA MI I and the Drawings. 5. Butt Strap Closure Joints: a) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this specification. b) Butt strap shall have an inside and outside weld and shall be air tested. Air test shall be low pressure from a threaded fitting between the welds. 3. EXECUTION 3.1. PREPARATION Capital Improvement Projects Section 33 05 24.23 - 180 April 26, 2024 Cih of Lubbock A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 1. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2. SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. D. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3. TRENCH BOXES A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench. B. All exposed trench shall be protected. 3.4. TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. Capital Improvement Projects Section 33 05 24.23 - 181 April 26, 2024 Ch of Lubbiock H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5. REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Capital Improvement Projects Section 33 05 24.23 - 182 April 26, 2024 Cih of Lubbock SECTION 33 14 23.05 STEEL CASING GENERAL 1.1. SUMMARY A. Section Includes: 1) Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings. B. Related Specification Sections include, but are not necessarily limited to: 1) Division 1 — General Requirements 2) Section 3123 00 — Excavation and Fill 3) Section 33 05 07 — Trenchless Installation of Utility Piping 1.2. REFERENCES A. Reference Standards 1) Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification unless a date is specifically cited. 2) ASTM International (ASTM): a) A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3) American Water Works Association (AWWA): a) C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.3. SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 — Submittal Procedures. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4. ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1) Exterior Coating a) Material data b) Field touch-up procedures 2) Interior Coating a) Material data b) Field touch-up procedures B. Shop Drawings 1) No shop drawings required for Auger Boring 2) For Tunneling, provide the following: a) Furnish details for Steel Casing Pipe outlining the following: (1) Grout/lubrication ports (2) Joint details (3) Other miscellaneous items for furnishing and fabricating pipe b) Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: Capital Improvement Projects Section 33 05 24.23 - 183 April 26, 2024 Lubbock TEXAS (1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2. (2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads. (3) Calculations confirming that jointing method will support all loading conditions. 1.5. DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1) Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2) Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 2. PRODUCTS 2.1. MATERIALS A. Design Criteria 1) The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2) For Steel Casing Pipe utilized for tunneling projects, consider the following: a) Design of the casing pipe shall account for all installation and service loads including: (1) Jacking loads (2) External groundwater and earth loads (3) Traffic loads (4) Practical consideration for handling, shipping and other construction operations (5) Any other live or dead loads reasonably anticipated b) Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c) The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. d) Steel Casing Pipe shall have a minimum wall thickness as follows: 3) Casing Pipe Minimum Wall Diameter Thickness inches inches 36 0.56 Minimum Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in these specifications. Capital Improvement Projects Section 33 05 24.23 - 184 April 26, 2024 Cih of Lubbock 4) Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 5) Random segments of pipe will not be permitted for straight runs of casing. a) Closing piece segments, however, shall be acceptable. 6) When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a) Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b) Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1) Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2) Dimensional Tolerances a) Furnishing and installing Steel Casing Pipe with dimensional tolerances thatare compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: (1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. (2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. (3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. (4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. (5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3) All steel pipe shall have square ends. a) The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b) When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of ± 2'/z degrees and with a width of root face 1/16 inch ± 1/32 inch. 4) Steel Casing Pipe shall be fabricated with longitudinal weld seams. a) All girth weld seams shall be ground flush. C. Finishes 1) Provide outside of Steel Casing Pipe with a Fusion Bonded Epoxy Coating (FBE) with an Abrasion Resistant Overcoating (ARO) or approved equivalent protective coating in accordance with the requirements of AWWA C203. END OF SECTION Capital Improvement Projects Section 33 05 24.23 - 185 April 26, 2024 WLubbock TEXAS SECTION 33 05 36 FIBERGLASS -REINFORCE PLASTIC UTILITY PIPE 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer applications B. Related Specification Sections include, but are not necessarily limited to: 1) Division 00 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2) Division 1 — General Requirements 3) Section 3123 00 — Excavation and Backfill 1.2. REFERENCES A. Reference Standards 1) Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2) ASTM International (ASTM): a) D3236, Standard Test Method for Apparent Viscoscity of Hot Melt Adhesives and Coating Materials. b) D3262, Standard Specification for "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Sewer Pipe. c) D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass- Fiber -Reinforced Thermosetting -Resin) Pipe in a Deflected Condition. d) D4161, Standard Specification for "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. e) F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 1.3. SUBMITTALS A. Submittals shall be in accordance with Section 013300 — Submittal Procedures. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4. ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1) Manufacturer 2) Manufacturer Number (identifies factory, location, and date manufactured) 3) Nominal Diameter 4) Beam load 5) Laying lengths 6) ASTM designation B. Shop Drawings 1) Pipe details 2) Joint details Capital Improvement Projects Section 33 05 36 - 186 April 26, 2024 Cih of Lubbock 3) Miscellaneous items to be furnished and fabricated for the pipe 4) Dimensions 5) Tolerances 6) Wall thickness 7) Properties and strengths 8) Pipe calculations a) Calculations confirming the pipe will handle anticipated loading signed and sealed by a Licensed Professional Engineer in Texas. C. Certificates 1) Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM D3262. 1.5. QUALITY ASSURANCE A. Qualifications 1) Manufacturers a) Finished pipe shall be the product of 1 manufacturer for each size per proj ect. b) Pipe manufacturing operations shall be performed under the control of the manufacturer. c) All pipe furnished shall be in conformance with this specification and ASTM D3262. 1.6. DELIVERY, STORAGE, AND HANDLING A. Delivery 1) Provide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. B. Storage and Handling Requirements 1) Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. Only the pipe and fittings that will be installed during a single work day will be allowed to be stored within the barricaded work area. 2. PRODUCTS 2.1. EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Performance / Design Criteria 1) Pipe a) Design in accordance with ASTM D3262 b) Design pipe for service loads that include: (1) External groundwater and earth loads (2) Jacking/pushing loads (a) The allowable jacking/pushing capacity shall not exceed 40 percent of the ultimate compressive strength or the maximum allowable compressive strength recommended by the manufacturer, whichever is less. (3) Traffic Loads Capital Improvement Projects Section 33 05 36 - 187 April 26, 2024 Lubbock TEXAS (4) Practical considerations for handling, shipping and other construction operations. c) Design is to be conducted under the supervision of a Professional Engineer licensed in the State of Texas, who shall seal and sign the design. d) Standard lay length of 20 feet, except for special fittings or closure pieces necessary to comply with the Drawings. e) Stiffness class that satisfies design requirements or as stated on the Drawings, but not less than 46 psi when used in direct bury operations measured up to 25- feet to flow line or 72 psi when used in direct bury operations measured greater than 25-feet to flow line. f) Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. g) In no case shall pipe be installed deeper than its design allows. h) Identification markings on each joint of pipe as follows: (1) Nominal pipe diameter (2) Beam Load (3) Company, plant and date of manufacture (4) ASTM designation 2) Dimensional tolerances a) Inside diameter (1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. b) Roundness (1) The difference between the major and minor outside diameters shall not exceed 0.1 percent of the nominal outside or'/4 inch, whichever is less. c) Wall thickness (1) Provide minimum single point thickness no less than 98 percent of stated design thickness. d) End squareness (1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch e) Fittings (1) Provide tolerance of angle of elbow and angle between main and leg of wye or tee to ±2 degrees. (2) Provide tolerance of laying length of fitting to ±2 inches. B. Materials 1) Resin Systems a) Only use polyester resin system with proven history of performance in this particular application. 2) Glass Reinforcements a) Use reinforcing glass fibers of highest quality commercial gradeE-glass filaments with binder and sizing compatible with impregnated resins to manufacture components. 3) Fillers a) Silica sand or other suitable materials may be used. b) Use 98 percent silica with maximum moisture contest of 0.2 percent. 4) Additives Capital Improvement Projects Section 33 05 36 - 188 April 26, 2024 �Lub�io'A TE%AS a) Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product. 5) Internal liner resin a) Suitable for service as sewer pipe b) Highly resistant to exposure to sulfuric acid c) Produced by biological activity from hydrogen sulfide gases d) Meet or exceed requirements of ASTM D3681 6) Gaskets a) Supply from approved gasket manufacturer in accordance with ASTM F477 and suitable for service intended. b) Affix gaskets to pipe by means of suitable adhesive or install in a manner so as to prevent gasket from rolling out of pre-cut groove in pipe or sleeve coupling. c) Provide the following gaskets in potentially contaminated areas. (1) Petroleum (diesel, gasoline) — Viton (2) Other contaminants — Manufacturer recommendation 7) Couplings a) Field connect pipe with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as sole means to maintain joint water tightness. 8) Joints a) Joints must meet requirements of ASTM D4161. 9) Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum pipe markings shall be as follows: a) Manufacturer b) Manufacturer Number (identifies factory, location, date manufactured, shift and sequence) c) Nominal diameter d) Bean load e) Laying length f) ASTM designation 10) Connections a) Use only manufactured fittings. EXECUTION 3.1. INSTALLATION A. General 1) Install pipe, fittings, specials and appurtenances as specified herein, as specified in Section 3123 00 and in accordance with the pipe manufacturer's recommendations. 2) Lay pipe to the lines and grades as indicated in the Drawings. 3) Excavate and backfill trenches in accordance with Section 3123 00. 4) Embed pipe in accordance with Section 3123 00. 5) For installation of carrier pipe within casing, see Section 33 14 23.05. B. Pipe Handling 1) Haul and distribute pipe and fittings at the project site. 2) Handle piping with care to avoid damage. Capital Improvement Projects Section 33 05 36 - 189 April 26, 2024 Cih of Lubbock a) Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b) Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling pipe. 3) At the close of each operating day: a) Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b) Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation 1) Clean dirt and foreign material from the gasketed socket and the spigot end. 2) Assemble pipe joint by sliding the lubricated spigot end into the gasketedbell end to the reference mark. 3) Install such that identification marking on each joint are orientedupward toward the trench opening. 4) When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. 3.2. FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1) Closed Circuit Television (CCTV) Inspection a) Provide a CCTV inspection. 2) Air Test and Deflection (Mandrel) Test a) Perform test in accordance with Section 33 3100.13. END OF SECTION Capital Improvement Projects Section 33 05 36 - 190 April 26, 2024 Lubb o of SECTION 33 05 39.41 REINFORCED CONCRETE PIPE FOR SEWERS AND CULVERTS 1. GENERAL 1.1. WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install reinforced concrete pipe for storm sewer including connections and appurtenances, as required for the proper installation and function of the pipe as indicated herein. 1.2. SUBMITTALS A. Submittals shall conform to requirements of Section 01300 — Submittal Procedures. B. Submit complete product data for pipe, fittings and gaskets for approval. Indicate conformance to appropriate reference standards. C. Provide manufacturer's certificate of conformance to the specifications. The manufacturer shall provide load testing facilities for performing manufacturer's load tests in conformance with ASTM C 655 or ASTM C 76 as applicable, or shall arrange for an independent laboratory to perform load tests. 1) Lot size shall be the total number of joints of pipe of a specific diameter to be supplied on the project, regardless of D-Load. However, the load test shall not be run on a single D-Load of pipe if different D-Loads are being supplied for a single pipe diameter. If different diameters are supplied, there will be different lots and lot sizes. If different D-Loads are being supplied for a single diameter, at least one representative joint of pipe for each D-Load must be included in the sample size, even if it causes the number of samples to exceed the ASTM sample size. 2) Sample size for testing shall be in accordance with ASTM C 655, paragraph 10, "Acceptance of Pipe by Load Testing" for each lot of pipe. Sampling and testing shall be for each size of pipe to be furnished for the project; however, the sample size is not based on each D-Load rating. For example, if the indicated ASTM sample size is 4 joints of 48-inch diameter pipe, the four joints of pipe need not be for the same reach of storm sewer or for the same D- Load. However, if three D-Loads are within the four -joint sample size, then at least one joint of each D-Load rating must be included. 3) Sampling shall be at random in accordance with paragraph 4.1.1 of ASTM C 655, provided that the D-Load representation specified herein is maintained. 4) Load testing for precast reinforced concrete pipe shall be to the formation of 0.01-inch crack. 5) Pipe that has been used in the 0.01-inch crack load tests, meets the strength requirements, and is otherwise in conformance with the specifications, may be used in the project. 2. PRODUCTS 2.1. REINFORCED CONCRETE PIPE A. Acceptable types and classes of pipe are shown on the drawings. B. Circular reinforced concrete pipe shall conform to requirements of ASTM C 76, where such C76 pipe is required or permissible on the drawings. Lifting holes will Capital Improvement Projects Section 33 05 39.41 - 191 April 26, 2024 of Vubbio'� ck not be permitted. Pipe shall have rubber gasketed joints conforming to ASTM C 443. C. Reinforced concrete D-load pipe shall conform to the requirements of ASTM C 655, where C655 pipe is required on the drawings or permissible. Lifting holes will not be permitted. Pipe shall have rubber gasketed joints conforming to ASTM C 443. D. Owner reserves the right to require the Contractor's pipe manufacturer to perform a pressure test on a water -tight joint, at the manufacturer's facilities, to be witnessed by the Owner and/or Engineer to prove the joint's compliance with the specifications, addenda and manufacturer's representations. Such manufacturer's facility test shall be for each diameter size and material type of pipe to be furnished on the project. The test pressure shall meet or exceed the maximum pressure listed on the drawings. The manufacturer shall provide all materials and test apparatus for the pressure and leakage test, including facilities to maintain internal pressure, replenish pipe water holding capacity, and for rotating the pipe as necessary for observation of the water leakage defined in the above paragraphs. The internal test pressure will be allowed to "bleed off' to a lower limit of 80 percent of the required pressure, but must be returned to the pressure listed in the drawings within 10 minutes of reaching the lower test limit. The manufacturer shall conduct a safety briefing for the Owner and/or Engineer prior to joint make-up and the pressure test. No test joints shall be assembled unless witnessed by the Owner or Engineer and each joint shall be made-up the same as for the field installation on this project. The Contractor shall be expected to make-up the joints in the same manner and with the same types and quantities of materials and same procedures in order to meet specifications. Once the test j oint and/or j oints are made and the pipe is safely secured, the test pipe shall be filled with water and the test pressure range of 80 percent to 100 percent maintained as noted above in this paragraph. The duration of holding the test pressure range for each individual test run shall not be less than 24 continuous hours, unless the pipe is emptied at the Owner's or Engineer's request for rotation of the pipe joint. In such case, the pipe may be depressurized and emptied of water for the rotational activity, and such rotation of the test pipe shall be performed when requested by the witnessing Owner or Engineer. A limit of one rotation activity for each test is hereby established. Such interruption of the pressure test shall not require that the 24-hour test period start over. The elapsed time prior to rotation activity shall count toward the total 24-hour pressure test period. The test apparatus shall include chart recorders for continuous recording of each test for pressure and duration. Additional instrumentation and recording devices shall be used for maintaining a record of the joint leakage volume over the duration of each test. One photocopy of the recorded test data for each passing test shall be made available to the Owner for the Owner's records. Concurrent tests on the different joint types, pipe diameters and pipe materials may be performed at the manufacturer's discretion. Pipe joint failure, as defined above, at any time during the 24-hour test period shall be considered as a failing test. Re -testing shall begin anew the 24-hour test period. The Owner and/or Engineer can require the joint test to be conducted at manufacturer's maximum deflection of the pipe joint. Capital Improvement Projects Section 33 05 39.41 - 192 April 26, 2024 Lubb o of The Owner and/or Engineer shall not be prohibited from videotaping and/or photographing, for each test, the materials for each test, joint make-up activity, testing apparatus, immediate test area, and the test itself. Other portions of the manufacturer's facility and operations shall not be videotaped or photographed without written permission from the manufacturer. The manufacturer is hereby notified that such videotapes and/or photographs, by the nature of the Owner being a municipality, become public documents. The Owner, Engineer, and their representative shall not be required to sign confidentiality consent agreements. 2.2. JOINT SEALANT A. Rubber Gaskets 1) Furnish rubber gasket conforming to ASTM C 443 for circular reinforced concrete pipe. 2.3. MARKING A. The following information shall be clearly marked on each section of pipe. 1) The class or D-load of pipe. 2) The date of manufacture. 3) The name or trademark of the manufacture. 4) Storm sewer line designation in which the pipe will be installed. Mark interior and exterior of pipe with line designation. Do not cover other pipe markings. Pipe transported to the site without specified markings shall not be unloaded. These additional markings need not be stenciled, but shall be legible. 2.4. INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes; it in no way implies approval of products or tests. D. The Engineer and Owner shall be entitled to witness the load tests. The manufacturer must provide the Engineer with adequate advance notice of when and where the load tests will take place. The Engineer shall then make known whether or not the load tests will be observed. 2.5. CAUSES FOR REJECTION A. Pipe shall be subject to rejection for failure to conform to any of the specification requirements. 1) Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint and the end crack is field repaired. 2) Defects that indicate imperfect proportioning, mixing and molding. 3) Surface defects indicating honeycombed or open texture. Capital Improvement Projects Section 33 05 39.41 - 193 April 26, 2024 Vubbio'� c kk 4) Damaged ends, where such damage would prevent making a satisfactory joint, including failure to use chain or tie -down guards during transportation. 5) Exposed reinforcement not intended for tie to cast -in -place concrete. 6) Other damage or defects that, in the opinion of the Engineer, is detrimental to the function or longevity of the work. EXECUTION 3.1. INSTALLATION A. Conform to requirements of the following Sections, as applicable: 1) Section 33 42 00 — Stormwater Conveyance. B. Install reinforced concrete pipe in accordance with the Drawings. 3.2. TESTING Refer to Section 33 08 40 — Commissioning of Stormwater Utilities. END OF SECTION Capital Improvement Projects Section 33 05 39.41 - 194 April 26, 2024 SECTION 33 05 60 FRAMES, GRATES, RINGS, AND COVERS 1. GENERAL 1.1. SUMMARY A. This section of the specification covers iron castings for use as manhole frames and lids, gratings, and rings. B. Section Includes: 1) References 2) Submittals 3) General Castings 4) Manholes Frames and Covers 5) Inflow Prevention Device 6) Installation 1.2. REFERENCES A. AASHTO — American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 — Specification for Gray Iron Castings C. ASTM A 615 — Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement. D. AWS D 12.1 — Welding Reinforcing Steel 1.3. SUBMITTALS A. Submit product data in accordance with Section 01 33 00 — Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. 1) Include plans, elevations, sections, and connection details. 2) Show anchorage and accessory items. 3) Include setting drawings for location and installation of castings and anchorage devices. 2. PRODUCTS 2.1. GENERAL CASTINGS A. Castings for frames, grates, rings, and covers shall conform to ASTM A-48, Class 35. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Provide locking covers if indicated on Drawings. D. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. E. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. F. Cast dimensions may vary by +/- 1/16 inch per foot. G. Weight shall not vary from published weight by more than +/- 5 percent. H. Castings shall be clean, free from blowholes and other surface imperfections. I. Cast holes in covers shall be clean and symmetrical, free of plugs. 2.2. MANHOLE FRAMES AND COVERS Capital Improvement Projects Section 33 05 60 - 195 April 26, 2024 A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear opening of not less than 30 inches. B. Frame and cover shall have a weight of not less than 275 pounds. C. Cover shall be furnished with lifting ring cast into the cover in such a manner as to prevent water leaking through. D. Cover shall include lettering: "City of Lubbock, Texas - Sanitary Sewer". 2.3. INFLOW PREVENTION DEVICE (IPD) A. Manholes shall be equipped with an Inflow Prevention Device to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. EXECUTION 3.1. INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. C. Keep castings plumb, level, true, and free of rack. D. Measure location accurately from established lines and grades. E. Brace or anchor frames temporarily in formwork until permanently set. END OF SECTION Capital Improvement Projects Section 33 05 60 - 196 April 26, 2024 SECTION 33 05 61 CONCRETE MANHOLES 1. GENERAL 1.1. SUMMARY A. Section Includes 1) Polymer Concrete Manholes B. Related Specification Sections include, but are not necessarily limited to: 1) Division I — General Requirements 2) Section 33 31 00 — Sanitary Sewerage Piping 3) Section 3123 00 — Excavation and Back ill 1.2. REFERENCES A. Reference Standards 1) Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2) ASTM D 6783 Standard specification for polymer concretepipe. 3) ASTM C 890 Standard practice for minimum structural design loading precast water and wastewater structures 4) ASTM C 478 Standard specification for precast reinforced concrete manhole sections. 5) ASTM C 990 Standard specification for joints for concrete pipe and manholes using flexible joint sealant. 6) ASTM C 923 Standard specification for resilient connectors between reinforced concrete manholes structures, pipes, and laterals. 7) ASTM C 33 Standard specification for concrete aggregates. 8) ASTM C 497 Standard test methods for concrete pipe, manhole sections, or tile. 9) AASHTO LRFD Bridge Design Specifications. 1.3. SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 — Submittal Procedures. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1) Design and fabrication details of Polymer Concrete Manhole components 2) Submit shop drawings for each manhole. Drawings shall include manhole number, location, rim and invert elevations, dimensions, reinforcing details, joint details, and component parts. 3) Submit calculations signed by a Professional Engineer demonstrating the manhole meets the design criteria established in this section. 4) Installation instructions for Polymer Concrete Manholes 5) Drop connection materials 6) Pipe connections at manhole walls 7) Materials for stubs and stub plugs, if applicable 8) Grade ring materials 9) External coating materials 10) Plugs for hydrostatic testing Capital Improvement Projects Section 33 05 61 - 197 April 26, 2024 1.5. WARRANTY A. Manufacturer's Warranty shall be a minimum of (5) year. 2. PRODUCTS 2.1. MATERIALS (per ASTM D 6783) A. Resin: The manufacturer shall use only polyester or vinyl ester resin systems designed for use with this particular application. Resin content shall be a minimum of 7% by weight. B. Filler: All aggregate, sand and quartz powder shall meet the requirements of ASTM C 33, where applicable. C. Additives: Resin additives, such as curing agents, pigments, dyes, fillers and thixotropic agents, when used, shall not be detrimental to the manhole. D. Elastomeric Gaskets: Gaskets shall be suitable for the service intended. All gaskets shall meet the requirement of ASTM C 443. Joint sealant, if used, shall meet the requirements of ASTM C 990. 2.2. MANUFACTURING AND PRODUCT CONSTRUCTION A. Manholes: Manhole components shall be manufactured by the vibratory vertical casting process resulting in a dense, non -porous, corrosion - resistant, homogeneous, composite structure. Manhole component designs may be as non -reinforced members or reinforced members as recommended by the manufacturer. Steel reinforcement is not required for circumferential reinforcement, joint reinforcement, base slab reinforcement or hoop reinforcement, but may be placed for the purpose of product handling. B. Joints: The manhole components shall be connected with an elastomeric sealing gasket as the sole means to maintain joint water -tightness. Joints at pipe tie-ins shall use resilient flexible pipe to manhole connectors per ASTM C 923. In cases where ASTM C 923 connectors cannot be used, the pipe shall be grouted into the manhole wall using a corrosion resistant grout and rubber water stop grout ring. C. Fittings: Cones, reducer slabs, base slabs and adjusting rings shall be of the same material as adjoining riser sections. Fittings shall be manufactured elastomeric gaskets. D. Invert Channels: Invert channels shall be precast with polymer concrete. E. Acceptable manufacturer: Manufacturer of manholes shall employ manufacturing methods and material formulation in use for a minimum of 5 years. Manufacturer of manholes shall have been actively producing manholes under current name for a minimum of 5 years with no more than one year between manhole projects. References demonstrating this requirement shall be submitted for review. Polymer concrete manholes shall conform to the structural intent of ASTM C — 478 (latest version) with allowable compositional and sizing differences required by a polymer product. 2.3. MANUFACTURER A. Polymer concrete manholes shall be manufactured by U.S. Composite Pipe, Inc., Geneva Polymer Products, or approved equal. 2.4. DESIGN Capital Improvement Projects Section 33 05 61 - 198 April 26, 2024 A. Manholes shall be designed to withstand all live loads and dead loads as described in project plans and specifications. Dead loads shall include overburden load, soil side pressure and hydrostatic loading conditions. Manhole shop drawings shall be sealed by a licensed Professional Engineer. B. Manholes wall thickness shall be designed to resist hydrostatic pressures with a minimum safety factor of 2.0 for full depth conditions from grade to invert. In no cases shall the wall thickness be less than 3 inches. C. Manholes shall be designed with sufficient bottom anchorage and side friction to resist buoyancy. Field cast floatation collars are acceptable. D. The manhole shall be manufactured in one class of load rating. This class shall be H-20 wheel load (minimum 16,000 pounds dynamic wheel load). 2.5. TESTING A. Manholes: Manholes shall be manufactured in accordance with ASTM C 478 B. Joints: Joints shall meet the requirements of ASTM C 990 C. Compressive strength: Polymer concrete shall have a minimum unconfined compressive strength of 9,000 psi when measured in accordance with ASTM C 497. D. Manhole Leakage: Manhole shall be tested in accordance with ASTM C 1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. 2.6. CUSTOMER INSPECTION A. The Owner or other designated representative shall be entitled to inspect manholes and witness the manufacturing process. EXECUTION 3.1. EXAMINATION A. Evaluation and Assessment 1) Verify lines and grades are in accordance to the Drawings. 3.2. INSTALLATION A. Installation: The installation of manholes shall be in accordance with the project plans and specifications and the manufacturer's recommended practices. B. Handling: Properly rated slings and spreader bar shall be used for lifting. The type of rigging used shall be per the manufacturer's recommendation. C. Jointing: 1) Sealing surfaces and joint components shall be inspected for damage and cleaned of all debris. 2) Apply joint lubricant to elastomeric seals. Use only lubricants approved by the manufacturer. 3) Use suitable equipment handle and set manholes. 4) Placement and compaction of surrounding backfill material shall be applied so as to provide sufficient and equal side pressure on themanhole. D. Final Rim Elevation 1) Install grade rings or approved equal as need forheight adjustment. 2) Use sealant between rings as shown on Drawings. 3) Set frame on top of manhole or grade rings using continuous water sealant. 4) Remove debris, stones and dirt to ensure a watertight seal. Capital Improvement Projects Section 33 05 61 - 199 April 26, 2024 5) Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.3. FIELD QUALITY CONTROL A. Field Tests and Inspections 1) Perform testing in accordance with Specification 33 31 00 — Sanitary Sewerage Piping. END OF SECTION Capital Improvement Projects Section 33 05 61 - 200 April 26, 2024 SECTION 33 05 63 CONCRETE VAULTS AND CHAMBERS 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2. SECTION INCLUDES A. This section of the specifications pertains to pre -cast concrete vaults and related items. 1.3. RELATED SECTIONS A. Section 3123 00 — Excavation and Fill B. Section 33 05 60— Frames, Grates, Rings, and Covers. 1.4. REFERENCES A. ASTM C 270 — Standard Specification for Mortar for Unit Masonry. B. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. C. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. D. ASTM C 858 — Underground Precast Concrete Utility Structure. E. ASTM C 990 — Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3) 1.5. SUBMITTALS A. Conform to requirements of Section 01 33 00 - Submittal Procedures. B. Submit manufacturer's data and details of following items for approval. 1) Shop drawings of precast concrete vault, including reinforcement, jointing, methods, materials, and dimensions 2) Summary of criteria used in the vault design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 857 and ASTM C 858 latest revisions, except as modified herein and on the drawings for internal pressure requirements. 3) Materials to be used for pipe connections at manhole/vault walls. 4) Materials to be used for stubs and stub plugs, if required. 5) Material to be used for sealing of riser joints. 1.6. DELIVERY, STORAGE AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. Each section or part of vault shall be labeled with the vault designation from the drawings to which that section or part belongs. Each section or part shall be labeled prior to being shipped from the manufacturer's plant. Any vault section arriving from the manufacturer without a manhole designation applied to it shall not be unloaded. Capital Improvement Projects Section 33 05 63 - 201 April 26, 2024 B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. 2. PRODUCTS 2.1. PRE -CAST CONCRETE VAULTS A. Provide precast concrete vaults as indicated on plans, conforming to ASTM C 857 and ASTM C 858 latest revision. Vault should be of Type VCP 80100, or as shown on plans, as manufactured by Vaughn Concrete Products, Hanson Pre -Cast, or approved equal. Openings shall be precast as shown on plans. B. The minimum clear distance between any two wall penetrations shall be 12 inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. C. For sealants used between concrete riser sections, refer to Section 33 05 63, 2.7 A. D. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 15 psi internal pressure, with only minor weeping over 15 psi internal pressure. Such water tightness shall be proven by a hydrostatic test of four hours duration. 2.2. RAFFIC-RATED VAULTS A. Traffic -rated vaults shall meet or exceed AASHTO HS-20-44 (H-20 5-16) load rating. B. For water line alignments in the roadway, all vaults are to be traffic -rated. 2.3. CAST -IN -PLACE CONCRETE A. The vault base slab shall be Cast -in -Place Concrete, placed to the dimension and grades shown on the plans. Slab penetrations should be provided at specified locations. B. Conform to requirements of Section 03 30 00 — Cast -in -Place Concrete. 2.4. REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03 30 00 — Cast -in -Place Concrete. 2.5. MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland Cement. 2.6. MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings and Covers. 2.7. PIPE TO VAULT CONNECTIONS FOR STORM SEWERS A. Grout space between the pipe and vault -wall conforming to ASTM C 1107 for all pipe materials. 2.8. SEALANT MATERIALS A. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. 2.9. BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 3123 00 — Excavation and Fill. Capital Improvement Projects Section 33 05 63 - 202 April 26, 2024 2.10. NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement - based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28- day compressive strength of 7000 psi. EXECUTION 3.1. EXAMINATION A. Verify that lines and grades are correct B. Determine if the subgrade, when scarified and recompacted, can be compacted to 95 percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade 3.2. VAULT BASE SECTIONS AND FOUNDATIONS A. Scarify and compact base material to 95% ASTM D698 standard proctor density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. 3.3. PRE -CAST VAULT SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. Pressure and leakage requirements in paragraph 2.1 apply. 3.4. BACKFILL A. A. Place and compact backfill materials in the area of excavation surrounding vaults in accordance with requirements of Section 3123 00 - Excavation and Fill. 3.5. PROTECTION A. Protect vaults from damage until work has been finally accepted. Repair damage to vaults at no additional cost to Owner. END OF SECTION Capital Improvement Projects Section 33 05 63 - 203 April 26, 2024 SECTION 33 05 76 FIBERGLASS MANHOLES 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Glass -Fiber -Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes B. Related Specification Sections include, but are not necessarily limited to: 1) Division 1— General Requirements 2) Section 03 30 00 — Cast -in -Place Concrete 3) Section 33 31 00 — Sanitary Sewerage Piping 4) Section 3123 00 — Excavation and Fill 1.2. REFERENCES A. Reference Standards 1) Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2) ASTM International (ASTM): a) ASTM A307 — Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b) ASTM A615 — Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. c) ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. d) ASTM C270 — Standard Specification for Mortar for Unit Masonry. e) ASTM C478 — Standard Specification for Precast Reinforced Concrete Manhole Sections. f) ASTM C923 — Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. g) ASTM C1107 — Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Non -Shrink). h) ASTM C1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill. i) ASTM C 162 8 - Standard Specification for Joints for Concrete Gravity Flow Sewer Pipe, Using Rubber Gaskets. j) ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600kN- m/m3)). k) ASTM D2996 — Standard Specification for Filament-WoundFiberglass (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe. 1) ASTM D2997 — Standard Specification for Centrifugally -Cast Fiberglass (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe. m) ASTM D3753 — Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells. n) ASTM D4258 — Standard Practice for Surface Cleaning of Concrete. o) ASTM D4259 — Standard Practice for Abrading Concrete. 1.3. SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 — Submittal Procedures. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS Capital Improvement Projects Section 33 05 76 - 204 April 26, 2024 A. Product Data 1) Design and fabrication details of Fiberglass Manhole components 2) Installation instructions for Fiberglass Manholes 3) Drop connection materials 4) Pipe connections at manhole walls 5) Materials for stubs and stub plugs, if applicable 6) Grade ring materials 7) External coating materials 8) Plugs for hydrostatic testing 1.5. WARRANTY A. Manufacturer Warranty 1) Manufacturer's Warranty shall be in accordance with Division 1. 2. PRODUCTS 2.1. EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1) Fiberglass Manholes a) Provide Prefabricated Fiberglass Manholes conforming in shape, size, dimensions, and details shown in the Drawings. b) Unless modified in the Drawings, use manhole sections conforming to ASTM D3753. c) Mark date of manufacture and name or trademark of manufacturer in 1 inch tall stenciled letters on the inside of the barrel. d) Unless larger size is required, provide 48 and 60-inch diameter barrel. e) Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. f) Provide fabricated reducer bonded at factory to form 1 continuous unit at top of manhole barrel to accept concrete grade rings and cast iron frame and cover. (1) Reducer design shall be of sufficient strength to safely support HS-20 loading in accordance with AASHTO. 2) Lifting Devices a) Manhole bases may be furnished with lift lugs or lift holes. b) If lift lugs are provided, place 180 degrees apart. c) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 3) Pipe Connections a) Conform to ASTM C923 or ASTM C1628. 3. EXECUTION 3.1. EXAMINATION A. Evaluation and Assessment 1) Verify lines and grades are in accordance to the Drawings 3.2. PREPARATION A. Foundation Preparation 1) Excavate 8 inches below manhole foundation. 2) Replace excavated soil with course aggregate; creating a stable base for the manhole to be constructed on. a) If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.3. INSTALLATION Capital Improvement Projects Section 33 05 76 - 205 April 26, 2024 A. General 1) Manhole a) Construct manhole to dimensions shown on Drawings. b) Lower manhole barrel onto base section. c) Seal with manufacturer's gasket or approved sealant. d) Wrap joint with external sealing material a minimum of 12 inches in width. e) Where cast -in -place base is used, support manhole barrel in place and brace it from sides of excavation to prevent any movement of barrel during concrete placement and while concrete is setting. (1) Provide minimum clearance between reinforcing steel and manhole barrel bottom as shown on Drawings. (2) Do not support manhole barrel on reinforcing steel. (3) Place bead of water swelling sealant around inside of barrel near bottom, as shown on Drawings, to form seal. 2) Pipe connections at Manhole a) Construct pipe stubs for future connections at locations and with materials indicated on Drawings. (1) Install stub plugs at interior of manhole and wood or plastic bulkhead at the end of the stub. b) Cut manhole barrel for pipe penetrations following curvature of pipe and with maximum of 1-inch clearance. (1) Seal cut edges with resin. (2) Hole may be circular or cutout with semi -circular top, which extends to bottom of barrel. c) Place continuous bead of water swelling sealant, as shown onDrawings, around pipe penetrations on interior of manhole barrel. (1) Roughen surface of fiberglass prior to placement to improve bond with sealant. (2) Allow sealant to completely cure before placing concrete against it. (3) Test connections for watertight seal before backfilling. 3) Invert a) For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. (1) Provide curves for side inlets. 4) Drop Manhole Connection a) Install drop connection when sewer line enters manhole higher than 24 inches above the invert. b) At drop pipe connections through fiberglass barrel, cut circular hole sized to requirements of manufactured connector. (1) Seal cut edge with resin. (2) Install watertight connector according to manufacturer's recommendations. 5) Final Rim Elevation a) Install concrete grade rings for height adjustment. (1) Construct grade ring on load bearing shoulder of manhole. (2) Use sealant between rings as shown on Drawings. b) Set frame on top of manhole or grade rings using continuous water sealant. c) Remove debris, stones and dirt to ensure a watertight seal. Capital Improvement Projects Section 33 05 76 - 206 April 26, 2024 d) Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.4. FIELD QUALITY CONTROL A. Field Tests and Inspections 1) Perform testing in accordance with Section 33 3100. END OF SECTION Capital Improvement Projects Section 33 05 76 - 207 April 26, 2024 Vubbio'� c kk SECTION 33 08 40 COMMISSIONING OF STORMWATER UTILITIES 1. GENERAL 1.1. SUMMARY A. This section includes acceptance testing requirements for storm sewers. B. Section Includes: 1) References 2) Performance Requirements 3) Submittals 4) Gravity Sewer Quality Assurance 5) Sequencing and Scheduling 6) Deflection Mandrel 7) Exfiltration Test 8) Infiltration Test 9) Low Pressure Test 10) Ground Water Determination 11) Preparation 12) Leakage Testing of Gravity Storm Sewers 13) Test Criteria C. Related Sections: 1) Section 01 30 00 — Submittal Procedures 2) Section 01 77 00 —Closeout Procedures D. Related Documents: 1) Drawings and general provisions of the Contract, including General Conditions and Division 1 Specification Sections, apply to this Section. 1.2. REFERENCES A. ASTM C 924 - Standard Practice for Testing Concrete Pipe Sewer Lines by Low - Pressure Air Test Method. B. ASTM C 1103 — Standard Practice for Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines. C. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. D. ASTM F 1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air. 1.3. PERFORMANCE REQUIREMENTS A. Leakage testing for pipe sewer and manhole is required. All flexible wall and semi- rigid wall pipe shall be mandrel tested regardless of location. B. Flexible pipe, including "semi -rigid" pipe, is required to show no more than 5 percent deflection of the original pipe diameter. Test pipe no sooner than 30 days after backfilling of a line segment but prior to final acceptance using a standard mandrel to verify that installed pipe is within specified deflection tolerances. Alternate method in lieu of a mandrel may be used with Engineer's approval. C. Maximum allowable leakage for Infiltration or Exfiltration. Capital Improvement Projects Section 33 08 40 - 208 April 26, 2024 Cite of .Lubbock 1) The total exfiltration, as determined by a hydrostatic head test, shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of 6 feet above the crown of the pipe at the upstream manhole or 6 feet above the groundwater elevation, whichever is greater. The low-pressure air test listed below may be used in lieu of a hydrostatic head test. 2) When pipes are installed more than 6 feet below the groundwater level, an infiltration test shall be used in lieu of the exfiltration test. The total infiltration shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours. Groundwater elevation must be at least 6 feet above the crown of the pipe at the upstream manhole. 3) Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this section, for measuring leakage in pipe storm sewers. Perform leakage testing to verify that leakage criteria are met. D. Perform air testing in accordance with requirements of this section and the referenced standards in paragraph 1.2. Refer to Table 02533-2, Time Allowed For Pressure Loss From 3.5 psig to 2.5 psig, Table 02533-3, Minimum Testing Times for Low Pressure Air Test, and Table 02533-4, Vacuum Test Time Table, at the end of this Section. Hydrostatic head test may be used in lieu of low pressure air tests. 1.4. SUBMITTALS A. Conform to requirements of Section 01 30 00 — Submittal Procedures. B. Test Plan: Before testing begins and in adequate time to obtain approval through the submittal process, prepare and submit a test plan for approval by the Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for deviations from the Drawings and Specifications C. Test Reports: Submit test reports for each test on each segment of storm sewer. 1.5. GRAVITY STORM SEWER QUALITY ASSURANCE A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified requirements when tested. 1.6. SEQUENCING AND SCHEDULING A. Perform testing after installation is complete. B. Coordinate testing schedules with the Engineer. C. Perform testing under observation of the Engineer or his designee. 2. PRODUCTS 2.1. DEFLECTION MANDREL A. Mandrel Sizing. The rigid mandrel shall have an outside diameter (O.D.) equal to 95 percent of the inside diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for I.D. controlled pipe. Dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. B. Mandrel Design. The rigid mandrel shall be constructed of a metal or a rigid plastic material that can withstand 200 psi without being deformed. The mandrel shall have nine or more "runners" or "legs" as long as the total number of legs is an odd number. The barrel section of the mandrel shall have a length of at least 75 percent Capital Improvement Projects Section 33 08 40 - 209 April 26, 2024 Cof WLubbio'� ck of the inside diameter of the pipe. The rigid mandrel shall not have adjustable or collapsible legs which would allow a reduction in mandrel diameter during testing. A proving ring shall be provided and used for modifying each size mandrel. C. Proving Ring. Furnish a "proving ring" with each mandrel. Fabricate the ring of 1/2-inch-thick, 3-inch-wide bar steel to a diameter 0.02 inches larger than approved mandrel diameter. D. Contractor shall provide Owner with manufacturer's Inside Diameter Values for all applicable flexible wall pipe. 2.2. EXFILTRATION TEST A. Water Meter: Obtain a transient water meter from the City for use when water for testing will be taken from the City system. Conform to City requirements for water meter use. Metered volume will be used to determine charges to Contractor by City for water used. B. Test Equipment: 1) Pipe plugs. 2) Pipe risers where the manhole cone is less than 6 feet above highest point in pipe or service lead. 2.3. INFILTRATION TEST A. Test Equipment: 1) Calibrated 90 degree V-notch weir. 2) Pipe plugs. 2.4. LOW - PRESSURE AIR TEST A. Minimum Requirement for Equipment: 1) Control panel. 2) Low-pressure air supply connected to control panel. 3) Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable of withstanding internal test pressure without leaking or requiring external bracing. 4) Air hoses from control panel to: a) Air supply. b) Pneumatic plugs. c) Sealed line for pressuring. d) Sealed line for monitoring internal pressure. B. Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe on the ground. Pressurize plugs to 25 psig, or less if plug manufacturer's recommended maximum pressure is less than 25 psig; then pressurize sealed pipe to 5 psig. Plugs are acceptable if they remain in place against the test pressure without external aids. 2.5. GROUND WATER DETERMINATION A. Equipment: Pipe probe or small diameter casing for ground water elevation determination. Ground water elevation must be determined at each end of each test section. EXECUTION 3.1. PREPARATION Capital Improvement Projects Section 33 08 40 - 210 April 26, 2024 Lubb o of A. Notify the Owner's Representative a minimum of 24 hours prior to conducting any testing. B. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters, pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection. C. The selection of test methods and pressures for storm sewers shall be determined based on ground water elevation. Determine ground water elevation using equipment and procedures conforming to Section 3123 19 — Dewatering. If no ground water control is required for pipe installation, then ground water will not be considered a factor. D. Components to be tested will be thoroughly cleaned to remove debris, gravel, grit, dirt or other foreign material prior to performing any tests. E. The Engineer will approve equipment used for testing. The Contractor at no expense to the Owner will replace testing equipment rejected by the Engineer. F. The Contractor is responsible for all costs associated with testing. 3.2. MANDREL TESTING FOR GRAVITY STORM SEWERS A. Perform deflection testing on flexible and semi -rigid pipe to confirm pipe has no more than 5% deflection of the original pipe diameter. Mandrel testing shall conform to ASTM D 3034, except that 5% is maximum permissible deflection. Perform testing no sooner than 30 days after backfilling of line segment, but prior to final acceptance testing of the line segment. B. Pull the approved mandrel through sewer sections. Replace any section of storm sewer not passing the mandrel. Mandrel testing is not required for stubs of one standard joint length or less. C. Retest repaired or replaced sewer sections. 3.3. LEAKAGE TESTING FOR GRAVITY STORM SEWERS A. Test Options: 1) Test gravity storm sewer pipes for leakage by either exfiltration or infiltration methods, as appropriate, or with low pressure air testing. 2) Test new storm sewer manholes with water or low pressure air. Manholes tested with low pressure air shall undergo a physical inspection prior to testing. 3) Leakage testing shall be performed after backfilling of a line segment. 4) If no installed piezometer or monitoring well is within 500 feet of each end of the sewer segment, Contractor shall provide a temporary piezometer or monitoring well at each end of storm sewer segment being tested for this purpose. If no groundwater is encountered during pipe installation, then this requirement will be waived. B. Compensating for Ground Water Pressure: 1) Where ground water exists, install a pipe nipple at the same time storm sewer line is placed. Use a 1/2-inch capped pipe nipple approximately 10 inches long. Make the installation through manhole wall on top of the sewer line where line enters manhole. 2) Immediately before performing line acceptance test, remove cap, clear pipe nipple with air pressure, and connect a clear plastic tube to nipple. Support tube vertically and allow water to rise in the tube. After water stops rising, Capital Improvement Projects Section 33 08 40 - 211 April 26, 2024 of Vubbio'� ck measure height in feet of water over invert of the pipe. Divide this height by 2.3 feet/psi to determine the ground water pressure to be used in line testing. C. Exfiltration test: 1) Determine ground water elevation. 2) Plug sewer in downstream manhole. 3) Plug incoming pipes in upstream manhole. 4) Install riser pipe in outgoing pipe of upstream manhole. 5) Fill sewer pipe and manhole or pipe riser, if used, with water to a point 6-1/2 feet above highest point in sewer pipe or ground water table, whichever is highest. 6) Allow water to stabilize for one to two hours. Take water level reading to determine drop of water surface, in inches, over a one -hour period, and calculate water loss (1 inch of water in 4 feet diameter manhole equals 8.22 gallons) or measure the quantity of water required to keep water at same level. Loss shall not exceed that calculated from allowable leakage according to Table 02533-1 at the end of this Section, or exceed the allowable leakage in Section 03 30 00 as applicable. D. Infiltration test: Ground water elevation must be not less than 6.0 feet above highest point of sewer pipe. 1) Determine ground water elevation. 2) Plug incoming pipes in upstream manhole. 3) Insert calibrated 90 degree V-notch weir in pipe on downstream manhole. 4) Allow water to rise and flow over weir until it stabilizes. 5) Take five readings of accumulated volume over a period of 2 hours and use average for infiltration. The average must not exceed that calculated for 2 hours from allowable leakage according to the Table 02533-1 at the end of this Section, or exceed allowable leakage in Section 03 30 00 as applicable. E. Low - Pressure Air Test: When using this test conform to ASTM C 924, ASTM C 1103, or ASTM F 1417, as applicable, with holding time not less than that listed in Table 02533-2. 1) Air testing for sections of pipe shall be limited to lines less than 54-inch average inside diameter. 2) The minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch during a joint test shall be 10 seconds, regardless of pipe size. F. Retest: Any section of pipe which fails to meet requirements shall be repaired and retested. G. Joint repair for reinforced concrete pipe joints failing the leakage test shall be through the use of Avanti International Scotch -Seal 5600 series water -activated foam overlaid with non -shrink epoxy grout. Submit repair procedure to Engineer for approval prior to joint repair activities. 3.4. TEST CRITERIA A. Low Pressure Air Test: 1) Time Allowed for Pressure Loss From 3.5 psig to 2.5 psig, at the end of this Section, are based on the equation: a) T = 0.0850(D)(K)/(Q) Capital Improvement Projects Section 33 08 40 - 212 April 26, 2024 Lubbock Where: (1) T = time for pressure to drop 1.0 pounds per square inch gauge in seconds (2) K = 0.000419 DL, but not less than 1.0 (3) D = average inside diameter in inches (4) L = length of line of same pipe size in feet (5) Q = rate of loss, 0.0015 ft3/minute/square foot internal surface 2) Since a K value of less than 1.0 shall not be used, there are minimum testing times for each pipe diameter as given in Table 02533-3, Minimum Testing Times for Low Pressure Air Test. a) Notes: i. When two sizes of pipe are involved, the time shall be computed by the ratio of lengths involved. ii. If the joint test is used, a visual inspection of the joint shall be performed immediately after testing. iii. For joint test, the pipe is to be pressurized to 3.5 psi greater than the pressure exerted by groundwater above the pipe. Once the pressure has stabilized, the minimum times allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge shall be 10 seconds. 3.5. INCREASED TESTING FREQUENCY A. For manufactured pipe with gasketed j oints, if the j oint failure rate exceeds one j oint per 500 j oints (0.20 percent), the Engineer can require j oint testing when the pipe is placed in the trench and again after backfilling the trench. 3.6. LEAKAGE TESTING FOR MANHOLES A. Perform vacuum test as specified by Cherne Industries, Inc. in accordance with ASTM C 1244. This test applies to all manholes. B. After construction of manholes, completion of wall sealing, or completion of rehabilitation, test manholes for water tightness using vacuum testing procedures. Repeat test on manholes having bolt -down covers after backfilling is complete. Repeat test on manholes showing evidence of displacement during backfilling. C. Plug incoming and outgoing lines with suitably -sized pneumatic or mechanical plugs. Ensure plugs are properly rated for pressures required for test; follow manufacturer's safety and installation recommendations. Place plugs a minimum of 6 inches outside of manhole walls. Brace inverts to prevent lines from being dislodged if lines entering manhole have not been backfilled. D. Vacuum testing: 1) Install vacuum tester head assembly at top access point of manhole and adjust for proper seal on straight top section of manhole structure. Following manufacturer's instructions and safety precautions, inflate sealing element to the recommended maximum inflation pressure; do not over -inflate. 2) Evacuate manhole with vacuum pump to 10 inches mercury (Hg), disconnect pump, and monitor vacuum for the time period specified in Table 02533 — 4 at the end of this section. 3) If the drop in vacuum exceeds 1 inch Hg over the specified time period, locate leaks, complete repairs necessary to seal manhole and repeat test procedure until satisfactory results are obtained. Capital Improvement Projects Section 33 08 40 - 213 April 26, 2024 Lubbock 3.7. VIDEO RECORD A. Provide video record of storm sewer interior in North American DVD format. B. Provide voice narrative on DVD of special observations. C. Label DVD with line designation and station limits covered by that particular DVD. D. Provide titles on DVD with line designation, date of exposure, station limits covered, and internal diameter of storm sewer. E. Rate of travel in storm sewer for video equipment shall not exceed 100 feet per minute. F. Video record may be accomplished by either remote control or manned entry, or a combination of the two methods. Table 02533-1 WATER TEST ALLOWABLE LEAKAGE VOLUME PER INCH OF DEPTH DIAMETER IN RISER ALLOWANCE LEAKAGE OF RISER OR PIPE SIZE IN STACK IN GALLONS/MINUTE INCHES INCH GALLONS INCHES PER 100 FT. 1 0.7854 .0034 24 0.0158 2 3.1416 .0136 30 0.0197 2.5 4.9087 .0212 36 0.0237 3 7.0686 .0306 42 0.0276 4 12.5664 .0544 48 0.0316 5 19.6350 .0850 54 0.0355 6 28.2743 .1224 60 0.0395 8 1 50.2655 1 .2176 72 1 0.0473 For other diameters, multiply square of diameters by Equivalent to 50 gallons per inch of value for V diameter. inside diameter per mile per 24 hours. Table 02533-2 TIME ALLOWED FOR PRESSURE LOSS FROM 3.5 PSIG TO 2.5 PSIG Pipe Dia. in Min. Time min: sec Length for Min. Time (ft) Time for Longer Length (sec) 24 22:40 99 13.676L 30 28:20 80 21.369L 36 34:00 66 30.771L Capital Improvement Projects Section 33 08 40 - 214 April 26, 2024 WLubb o of 42 39:40 57 1 41.883L 54 51:00 44 1 69.236L Table 02533-2 CONTINUED TIME ALLOWED FOR PRESSURE LOSS FROM 3.5 PSIG TO 2.5 PSIG Specification Time for Lenh L Shown (min: sec) Pipe Dia. in 100 ft 150 ft 200 ft 250 ft 300 ft 350 ft 400 ft 450 ft 500 ft 550 ft 600 ft 24 22:48 34:11 45:35 56:59 68:23 79:47 91:10 102:34 113:58 125:22 136:46 30 1 35:37 53:25 71:14 89:02 106:51 124:39 142:28 160:16 178:04 195:53 213:41 36 51:17 76:56 102:34 128:13 153:51 179:30 205:09 230:47 256:26 282:04 307:43 42 69:48 104:42 139:37 174:31 209:25 244:19 279:13 314:07 349:02 383:56 418:50 54 115:24 173:05 230:47 288:29 346:11 403:52 461:34 519:16 576:58 634:40 692:21 Table 02533-3 MINIMUM TESTING TIMES FOR LOW PRESSURE AIR TEST LENGTH FOR PIPE MINIMUM MINIMUM TIME DIAMETER TIME (FEET) TIME FOR LONGER (INCHES) (SECONDS) LENGTH (SECONDS) 24 1360 99 13.676 L 30 1700 80 21.369 L 36 2040 66 30.771 L 42 2380 57 41.883 L 54 3060 44 69.236 L Table 02533 4 MANHOLE VACUUM TEST TIME TABLE Depth, Feet Diameter, Inches 48 60 66 72 Time, Seconds 8 20 26 29 33 10 25 33 36 41 12 30 39 43 49 14 35 46 51 57 16 40 52 58 67 Capital Improvement Projects Section 33 08 40 - 215 April 26, 2024 Lubbock 18 45 59 65 73 20 50 65 72 81 22 55 72 79 89 24 59 78 87 97 26 64 85 94 105 28 69 91 101 113 30 74 98 108 121 The values listed above are taken from ASTM Specification C1244-93 "Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test." END OF SECTION Capital Improvement Projects Section 33 08 40 - 216 April 26, 2024 Lubbock TEXAS SECTION 33 14 00 WATER UTILITY TRANSMISSION AND DISTRIBUTION 1. GENERAL 1.1. SUMMARY A. This section of the specifications covers all water piping, valves, and fittings required for the project. B. Section Includes: 1) Material Schedule 2) Submittals 3) References 4) Materials 5) Polyvinyl Chloride (PVC) Pipe 6) Ductile Iron Pipe 7) Concrete Cylinder Pipe 8) Pipe Fittings 9) Flexible Couplings and Flanged Coupling Adapters 10) Pipe Joints 11) Steel Casing 12) Valves 13) Fire Hydrants 14) Polyethylene Wrap 15) Joint Restraints 16) Concrete 17) General 18) Inspection 19) Responsibility for Materials 20) Handling Pipe and Accessories 21) Alignment and Grade 22) Manner of Handling Pipe and Accessories in Trench 23) Cleaning and Inspecting 24) Laying and Jointing PVC Pipe 25) Plugging Dead Ends 26) Fittings 27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings 28) Thrust Restraint 29) Excavation, Trenching and Backfilling 30) Line Testing 31) Disinfection of Pipelines 32) Installation of Steel Pipe Casing and Pipe in Casing 33) Pipe Identifiers 34) Cleanup 1.2. MATERIAL SCHEDULE A. 6", 8", 10" and 12" lines shall be AWWA C 900, DR 18 PVC pipe. B. Ductile Iron Fittings (AWWA C 153) Capital Improvement Projects Section 33 14 00 - 217 April 26, 2024 Ch of Lubbiock C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) G. Mechanical Joint Restraints 1.3. SUBMITTALS A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.4. REFERENCES A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C I I I — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. D. AWWA C 104 — Rubber Seated Butterfly Valves. E. AWWA 509 — Resilient Seated Gate Valves for Water Supply. F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger -Shop Applied L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" 144" N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines Capital Improvement Projects Section 33 14 00 - 218 April 26, 2024 Cih of Lubbock R. ANSUAWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water Pipelines and Fittings T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings V. AWWA M-11 Steel Pipe - A guide for Design and Installation W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High - Temperature Service. X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless Y. ASTM E 165 Method for Liquid Penetrant Examination Z. ASTM E 709 Guide for Magnetic Particle Examination AA. ASME Section V Nondestructive Testing Examination BB. ASME Section IX Welding and Brazing Qualification. CC. AWS B2.1 Standard for Welding Procedure and Welding Qualifications. 2. PRODUCTS 2.1. MATERIALS A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2. POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18. B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint length shall be twenty (20) feet. D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water. E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C- 905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3. DUCTILE IRON PIPE A. Ductile Iron pipe 12" shall be Class 200. Capital Improvement Projects Section 33 14 00 - 219 April 26, 2024 Cih of Lubbock B. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revisions: 1) ANSFAWWA C150/A21.50-81 2) ANSFAWWA C104/A21.4-80 3) ANSFAWWA C151/A21.4-80 C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI A21.4) specifications. The external surface shall be coated with an asphalt base paint. D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe. F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision. 2.4. CONCRETE CYLINDER PIPE A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the latest revision of AWWA C-301. B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWAS C303-78 C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303- 78. E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. 1) Portland cement used in the mortar shall conform to "Standard Specifications and Test for Portland Cement" A.S.T.M. serial designations C150 and C77. 2) Sand for the mortar shall conform to A. S.T.M. designation C-33-52T for fine aggregate. 3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. a) The width of the diaper shall be nine inches. b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.5. PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in accordance with AWWA C 104. C. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. Capital Improvement Projects Section 33 14 00 - 220 April 26, 2024 Ch of Lubbiock D. Ductile Iron Fittings —Ductile iron fittings shall conform to AWWA C153 110. Fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the specifications for coating and lining the pipe. G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for ductile iron pipe. H. Where flanged fittings are used, the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.6. FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers shall be stainless steel. 2.7. PIPE JOINTS A. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C111. 2.8. STEEL CASING A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating. B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design Standards and Specifications. C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide support around the periphery of the pipe should the pipe twist as it is pushed through the casing. D. The spacers shall be of a projection type that has a minimum number of projections around the circumference totaling the number of diameter inches. For example, eight (8) inch pipe shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a minimum of eighteen (18) projections. E. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto the carrier pipe so that the spacers do not move during installation. Installation instructions shall be provided with each shipment. F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits per spacer listed in the brochure. Capital Improvement Projects Section 33 14 00 - 221 April 26, 2024 Ch of Lubbiock G. These values in the brochure include conservative safety factors for class spacer used. Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on plans. H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. 2.9. VALVES A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves: 1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze mounted throughout and shall meet all requirements of AWWA C 509. 2) The valves shall be of the type of joint used in the piping. 3) All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two (2) inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. 4) Gate valves shall be furnished with O-ring stem packing. 5) All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. 6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications. 7) All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and sound without defects that will impair their service. No plugging or welding of such defects will be allowed. 8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with ASTM 307 and A563, respectively. 9) All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. C. Valve Boxes and Extension Stems: 1) Extension stems shall be furnished on buried valves where the top of the operating nut is more than ninety (60) inches below finished grade. Top of the extension stem shall not be more than thirty-six (36) inches below the top of the valve box. 2) Buried valves shall be provided with cast iron valve boxes. 3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which will be used, as an extension from the top of the valve to within six (6) inches of the ground surface. 4) The box shall have a heavy cast iron cover marked "Water". Capital Improvement Projects Section 33 14 00 - 222 April 26, 2024 WLubbioty& TEXAS 5) The box shall have a flange type base, with the base being approximately four (4) inches larger in diameter than the outside diameter of the barrel of the box. 6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension shall be considered as a part of the box. 7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal. D. FIRE HYDRANTS 1) Hydrants shall meet the City of Lubbock Design Standards and Specifications 2) Hydrants shall meet AWWA C-502 3) Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. 4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. 5) The hydrant shall be for a 6-inch main. 2.10. POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. B. The polyethylene material shall have a minimum thickness of eight (8) mils. C. The wrap shall be secured by two (2) inch duct tape. 2.11. JOINT RESTRAINTS A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer's recommendations. 2.12. CONCRETE A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. EXECUTION 3.1. GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2. INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the Work. 3.3. RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4. HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the Work by the Contractor. Capital Improvement Projects Section 33 14 00 - 223 April 26, 2024 Lubbock TEXAS B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the ground. C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. 3.5. ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. C. Confirm compliance with the Drawings and Specifications. D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection noted on the Drawings. 3.6. MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. 3.7. CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8. LAYING AND JOINTING PVC PIPE A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and not trench water shall be permitted to enter the pipe. D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. Capital Improvement Projects Section 33 14 00 - 224 April 26, 2024 Lubbock TEXAS E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. F. Defective joints shall be repaired as directed by the Engineer. G. Mechanical Joint Piping: 1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. 2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. 3) The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. 4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. 5) The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. 6) The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. 7) All nuts shall be tightened with a suitable torque limiting wrench. 8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. J. Pre -molded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9. PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. C. All plugs and caps shall have horizontal thrust blocks. 3.10. FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore Capital Improvement Projects Section 33 14 00 - 225 April 26, 2024 Cih of Lubbock specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11. SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. B. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior to installation. E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. F. Valve Boxes: 1) Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. 2) All valve boxes under pavement shall be adjusted to finished pavement grades. G. Fire Hydrants: 1) Fire hydrants shall be located at the points shown on the Drawings. 2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. 3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. 4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. 5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. 6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. 7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. 8) Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. 9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12. THRUST RESTRAINT A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with suitably restrained joints per the manufacturer's recommendation. B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be allowed only under special circumstances as approved by the Engineer. 3.13. EXCAVATION, TRENCHING AND BACKFILLING. Capital Improvement Projects Section 33 14 00 - 226 April 26, 2024 Vub�io'A Tezas A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007- 00122. B. Backfill around pipe with specified granular bedding material that is free of large rocks, topsoil, debris or other unacceptable material. C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted or hand tamped to a point 12 inches above the top of the pipe. D. Backfill from 12 inches above the pipe to the finished grade will be as follows: 1) For unpaved areas: a) Use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum six (6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum moisture content. b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. c) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. d) Copies of these tests shall be provided to the Owners Representative. 2) For paved areas: a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under the bottom of the pavement in a minimum thickness of 12". b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. c) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. d) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. e) Copies of these tests shall be provided to the Owners Representative. 3) The City of Lubbock will perform random spot testing at no expense to the contractor. 3.14. LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. B. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. C. Testing procedure shall be as follows: 1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours. 2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100 percent, but not greater than 120 percent of the Capital Improvement Projects Section 33 14 00 - 227 April 26, 2024 Cih of Lubbock pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. D. Allowable Leakage —The maximum allowable leakage for push -on j oints is the number of gallons per hour as determined by the following formula(s): E. PVC: Ductile Iron: 1) L = ND(P) 1�2 L = SD(P) 1�2 2) 7,400 133,200 3) where: a) L = allowable leakage in gallons per hour b) N = number of joints in length of pipe tested c) S = length of pipe d) D = nominal diameter of the pipe in inches e) P = average of the maximum and minimum pressures within the test section in psi F. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.15. DISINFECTION OF PIPELINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe during construction. C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner's Representative may witness the disinfection activities. D. Quality Assurance: 1) Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. 2) The City of Lubbock laboratory will be used for bacteriological testing. E. Chemicals: 1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is not acceptable. 2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. 3) The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. F. Temporary Facilities: 1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. Capital Improvement Projects Section 33 14 00 - 228 April 26, 2024 Cih of Lubbock 2) Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. 3) No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. G. Final Flushing: 1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. 2) Flush water in a location and manner approved by the Engineer. 3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. H. Sampling and Analysis: 1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample from each end of the pipeline in the presence of the Engineer or Owner's representative. 2) The Owner's representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. 3) Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. I. Acceptance: 1) Facilities will be considered properly disinfected when two (2) consecutive sets of acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of Lubbock water distribution system. 3.16. INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. B. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. C. The boring shall proceed from a pit provided for the boring equipment and workers. D. Excavation and location of the pit shall be approved by the Engineer and County as appropriate. E. Boring without the concurrent installation of the casing pipe will not be permitted. F. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. G. Jetting will not be permitted. H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the installation. I. All casing pipe joints shall be welded. Capital Improvement Projects Section 33 14 00 - 229 April 26, 2024 Lubbock TEXAS J. Care shall be taken to keep the pipe sleeve on the proper line and grade. K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. 3.17. PIPE IDENTIFIERS A. Marking Tape: 1) All pipes installed in an open trench will be identified with the appropriate color and description of three (3) inch wide pipe identification tape. 2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. 3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. 4) Install detectable tape as deep as it can be detected but no closer to the non- metallic pipe than twelve (12) inches. B. Locator Wire: 1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper with 30 mil HDPE thermoplastic insulation directly above piping. 3.18. CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the Work. C. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep areas in a presentable condition. END OF SECTION Capital Improvement Projects Section 33 14 00 - 230 April 26, 2024 Ch of Lubbiock SECTION 33 3100 SANITARY SEWERAGE PIPING 1. GENERAL 1.1. SUMMARY A. This section of the specifications covers sanitary sewer pipe that are to be installed at storm sewer line crossing, as shown on drawings through the open cut method. The term sanitary sewer pipe as used herein shall include all piping, fittings, and accessories as shown on the plans and/or as specified herein. B. Section Includes: 1) Definitions 2) Submittals 3) Delivery, Storage, and Handling 4) Project Conditions 5) Manufacturers 6) Piping Materials 7) Non -pressure Type Pipe Couplings 8) Manholes 9) Concrete 10) Earthwork 11) Piping Installation 12) Sewer Line Crossing Water Line 13) Pipe Joint Construction 14) Manhole Installation 15) Concrete Placement 16) Closing Abandoned Sanitary Sewer Systems 17) Identification 18) Field Quality Control 19) Cleaning 1.2. DEFINITIONS A. PVC — Polyvinyl chloride plastic. 1.3. SUBMITTALS A. Submittals, in accordance with Section 01 30 00 — Submittal Procedures, are required from the Contractor for the following materials and products: 1) Sanitary sewer pipe and fittings, ASTM D 3034 and ASTM F 679. 2) Laboratory analysis of rock embedment including sieve analysis. 3) Trench safety system. 4) Membrane curing compound. 5) Manhole Vacuum Test or Leakage Test Procedure or Method. 6) Submittals shall be reviewed and approved by the Engineer prior to the incorporation of any materials and products into the project. 1.4. DELIVERY, STORAGE, AND HANDLING A. Protect pipe, pipe fittings, and seals from dirt and damage. 1.5. PROJECT CONDITIONS Capital Improvement Projects Section 33 31 00 - 231 April 26, 2024 Cih of Lubbock A. Do not interrupt service to facilities occupied by the Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: 1) Notify the Engineer no fewer than five (5) days in advance of proposed interruption of service. 2) Do not proceed with interruption of service without the Engineer's written permission. B. The Contractor shall prepare a proposal to maintain sewer flow during construction of the new line. 2. PRODUCTS 2.1. MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. C. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2. PIPE MATERIALS A. Acceptable materials 1) PVC Sewer Pipe (Type PSM, SDR 35 or SDR 26) 2) Components shall conform to ASTM D 1784 3) Materials shall conform to ASTM D 3034 4) Must meet dimensional, chemical, and physical requirements outlined in ASTM D 3034 and F 679. 5) Shall be installed according to ASTM D 2321. B. Each joint of pipe shall be marked with the following information: 1) Manufacturer's name. 2) Nominal pipe size. 3) PVC cell classification. 4) SDR. 5) ASTM D 3034 or F 679. 2.3. NON -PRESSURE TYPE PIPE COUPLINGS A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, for joining underground non -pressure piping. Include ends of same sizes as piping to be joined and corrosion -resistant -metal tension band and tightening mechanism on each end. B. Sleeve Materials: 1) For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. 2) For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. 2.4. MANHOLES A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced concrete, of depth indicated, as specified in Section 33 05 61 — Concrete Manholes and 33 05 63 — Concrete Vaults and Chambers, with provision for sealant joints. Capital Improvement Projects Section 33 31 00 - 232 April 26, 2024 2.5. WCih of Lubboek B. Diameter — forty-eight (48) inches, unless otherwise indicated. C. Base Section — six (6) inch minimum thickness for floor slab and four (4) inch minimum thickness for walls and base riser section, and having separate base slab or base section with integral floor. D. Rise Sections — four (4) inch minimum thickness, and of length to provide depth indicated. E. Top Section — Eccentric or Concentric cone top as indicated on the Drawings. F. Joint Sealant — ASTM C 990, bitumen or butyl rubber. G. Resilient Pipe Connectors — ASTM C 923, cast or fitted into manhole walls, for each pipe connection. H. Steps — Omit steps in sanitary sewer manholes. I. Grade Rings — Reinforced concrete rings, 6 to 9 inch total thickness, to match diameter of manhole frame and cover. J. Protective Coating — Refer to Section 33 05 61 — Concrete Manholes and 33 05 63 — Concrete Vaults and Chambers. K. Manhole Frames and Covers — Ferrous, Refer to Section 33 05 60 — Frames, Grates, Rings, and Covers. L. Manhole Cover Insert/Inflow Prevention Device: Manufactured, plastic form, of size to fit between manhole frame and cover and designed to prevent stormwater inflow. Include handle for removal and gasket for gastight sealing. 1) Manufacturers: a) FRW Industries: a Syneco Systems, Inc. Company b) Knutson Enterprises c) L.F. Manufacturing, Inc. d) Parson Environmental Products, Inc. 2) Type: With drainage and vent holes. CONCRETE A. General: Cast -in -place concrete according to Section 33 05 61, ACI 318, ACI 350R, and the following: 1) Cement: ASTM C 150, Type 11. 2) Fine Aggregate: ASTM C 33, sand. 3) Coarse Aggregate: ASTM C 33, crushed gravel. 4) Water: Potable. 5) Portland Cement Design Mix: 4000 psi minimum, with 0.45 maximum water/cementitious materials ratio. 6) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. 7) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. B. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement design mix, 4000 psi minimum, with 0.45 water/cementitious materials ratio. Include channels and benches in manholes. C. Channels: Concrete invert, formed to same width as connected piping, with height of vertical sides to three -fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. D. Invert Slope: two (2) percent through manhole E. Benches: Concrete, sloped to drain into channel. Capital Improvement Projects Section 33 31 00 - 233 April 26, 2024 Cih of Lubbock F. Slope: four (4) percent G. Ballast and Pipe Supports: 1) Portland cement design mix, 3000 psi minimum, with 0.58 maximum water/cementitious materials ratio. 2) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. 3) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. 2.6. MISCELLANEOUS MATERIALS A. Paint: SSPC — Paint 16. B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other equivalent, imperious material. EXECUTION 3.1. EARTHWORK A. Excavating, trenching, and backfilling are specified in Division 31 Section 3123 00 - Excavation and Fill. 3.2. PIPE INSTALLATION A. General Locations and Arrangements: 1) Drawing plans and details indicate general location and arrangement of storm sewer line and sanitary sewer pipe crossing. 2) Location and arrangement of piping layout take design considerations into account. 3) Install piping as indicated, to extent practical. Excavate trench only as necessary to install the pipe. 4) Where specific installation is not indicated, follow piping manufacturer's written instructions. 5) Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. 6) Place bell ends of piping facing upstream. 7) Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for using lubricants, cements, and other installation requirements. B. Tunneling or Boring: In areas that cannot be disturbed by open trench installation, or if the Contractor elects, approved pipe may be installed by tunneling or boring. C. Clear interior of piping and manholes of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed. D. Sanitary sewer line crossing replacement shall be done and completed in one day. If sanitary sewer line crossing cannot be done in one day Contractor to provide bypass pumping at Contractor's cost. E. Connections between new work and existing pipe shall be made using fittings suitable for the conditions encountered. Each connection to existing pipe shall be made at a time under conditions which will least interfere with service to customers, as authorized by Engineer. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavation without damage to adjacent property. 3.3. SEWER LINE CROSSING WATERLINE Capital Improvement Projects Section 33 31 00 - 234 April 26, 2024 Cih of Lubbock A. Where a new sewer line crosses a waterline, the wastewater line shall be embedded in cement -stabilized sand for the total length of one (1) pipe segment plus twelve (12) inches beyond the joint on each end as shown on the drawings. 3.4. PIPE JOINT CONSTRUCTION A. Join gravity -flow, non -pressure, drainage piping according to the following: 1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-seal joints or ASTM D 3034 for elastomeric-gasket joints. 3.5. MANHOLE INSTALLATION A. Install manholes complete with appurtenances and accessories indicated. B. Install pre -cast concrete manhole sections with sealants according to ASTM C 891. C. Install PE sheeting on earth where cast -in -place concrete manholes are to be built. D. Form continuous concrete channels and benches between inlets and outlet. E. Set tops of frames and covers flush with finished surface of manholes that occur in pavements. Set tops three (3) inches above finished surface elsewhere, unless otherwise indicated. F. Install manhole cover inserts in frame and immediately below cover. 3.6. CONCRETE PLACEMENT A. Place cast -in -place concrete according to Section 03 30 00 — Cast -in -Place Concrete. 3.7. IDENTIFICATION A. Materials and their installation are specified in Division 31 Section 3100 00 — Earthwork. B. Arrange for installation of green warning tapes directly over piping and at outside edges of underground manholes. C. Use detectable warning tape over nonferrous piping and over edges of underground manholes. 3.8. FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred. B. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. C. Submit separate report for each system inspection. D. Defects requiring correction include the following: 1) Alignment: Less than full diameter of inside of pipe is visible between structures. 2) Deflection: Pipe deflection exceeding 5% shall be replaced by the Contractor. 3) Crushed, broken, cracked, or otherwise damaged piping. 4) Infiltration: Water leakage into pipe. 5) Exfiltration: Water leakage from or around piping. E. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. F. Re -inspect and repeat procedure until results are satisfactory. G. Test new piping systems and manholes in accordance with Section 33 08 40 — Acceptance Testing for Sewers. H. Do not enclose, cover, or put into service before inspection and approval. Capital Improvement Projects Section 33 31 00 - 235 April 26, 2024 Ch of Lubbiock I. Test completed piping systems according to requirements of authorities having jurisdiction. J. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours advance notice. K. Submit separate report for each test. L. Manholes: Perform hydraulic test according to ASTM C 969. M. Leaks and loss in test pressure constitute defects that must be repaired. N. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 3.9. CLEANING A. Clean interior of piping of dirt and superfluous material. END OF SECTION Capital Improvement Projects Section 33 31 00 - 236 April 26, 2024 Lubbock SECTION 33 3100.13 SANITARY SEWERAGE PIPING CONSTRUCTION 1. GENERAL 1.1. SECTION INCLUDES A. Polyvinyl Chloride (PVC) pipe and fittings. B. Miscellaneous small piping. 1.2. RELATED SECTIONS A. Section 3123 23.13 — Backfill. B. Section 03 30 00 — Cast -in -Place Concrete. C. Section 33 05 63 — Concrete Vaults and Chambers. 1.3. REFERENCE A. AWWA C 15 1 — Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -lined Molds, for Water or Other Liquid. B. AWWA C 150 — Thickness Design of Ductile Iron Pipe. C. ANSI B 16.1 — Cast Iron Pipe Flanges and Flanged Fittings. D. ASTM D3033 — Type PSP Poly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings. E. ASTM D3034 — Type PSMPoly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings. F. ASTM D1784 — Rigid Poly (Vinyl Chloride). G. ASTM D2241 — Poly(Vinyl Chloride)(PVC) Pressure Rated Pipe (SDR Series). H. ASTM A53 — Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless. I. AWWA C110 — Ductile -Iron and Gray Iron Fittings, 3-inch through 48-inch, for Water and Other Liquid. J. AWWA C606 — Standard for Grooved and Shouldered Joint. K. ASTM A276 — Specification for Stainless and Heat -Resisting Steel Bars and Shapes. L. ASTM D1557 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures using 10-lb (4.54Kg) Rammer and 18-inch (457 mm) Drop. M. ASTM F679 — Poly (Vinyl Chloride)(PVC) Large -Diameter Plastid Gravity Sewer Pipe and Fittings. 1.4. SUBMITTALS A. Submit under provisions of Section 01 30 00 — Submittal Procedures. B. PVC Pipe and Fittings, ASTM D-3034 and F679 as appropriate for pipe diameter furnished. C. Ductile Iron Pipe and Fittings, C151. D. Laboratory analysis for rock embedment including sieve analysis, fracture faces, abrasion tests and soundness test. E. Trench Safety. 1.5. PROJECT RECORD CONDITIONS A. Submit under provisions of Section 01 77 00 — Closeout Procedures. 1.6. FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.7. REGULATORY REQUIREMENTS A. Conform to applicable code for piping and component requirements. Capital Improvement Projects Section 33 3100.13 - 237 April 26, 2024 . Lubb o of 1.8. TRENCH SAFETY A. The Contractor shall be responsible for complying with all federal, state, and local trench safety requirements, and for the safety of trenches and excavations. 2. PRODUCTS 2.1. PIPE A. Polyvinyl Chloride (PVC) Pipe: 1) Gravity The sanitary sewer pipeline and fittings shall be approved type pipe and rubber gasket type joints, complying with ASTM Specification as follows: a) 6-inch PVC Gravity Sewer: ASTM D3034, SDR 35. b) 8-inch PVC Gravity Sewer: ASTM D3034, SDR 35. c) 15-inch PVC Gravity Sewer: ASTM D3034, SDR 35. d) 18-inch PVC Gravity Sewer: ASTM F679, SDR 35 (Cased Only). e) 18-inch PVC Gravity Sewer: ASTM F679, Heavy Wall Sewer, Cell Class 12454B SDR 26, Minimum Wall Thickness 0.719 inches (Non Cased). Pipe material shall be Cell Class 12454-B PVC resin compound conforming to ASTM D 1784. B. Pipe Fittings Fittings for PVC pipe shall, in general, be bell -and -spigot type and of PVC material meeting ASTM Specification D-3034 and ASTM F679 as appropriate. C. Pipe Joints Push -on joints for PVC sanitary sewer pipe shall meet the requirements of ASTM D3212. Joints between ductile iron pipe and PVC pipe shall be made by using a DFW coupling or equal. 2.2. PIPE FITTINGS A. General 1) Pipe fittings shall be of the type and design especially suitable for use with the type of piping with which they are installed. Fitting shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. All flanged fittings shall be faced and drilled in accordance with ANSI B 16.1 for Class 125 flanges. 2.3. ROCK EMBEDMENT Rock embedment for the pipe is required and shall conform to the following gradation: (ASTM C33, Size No. 67): % by Weight Passing 1-inch sieve 100 Passing 3/4-inch sieve 65-85 Passing 3/8-inch sieve 0-5 Passing 5/8-inch sieve 0-45 Passing 7/8-inch sieve 98-100 Passing No. 10 0-2 The rock embedment may be of crushed stone. Crushed stone shall result in a product in which the coarse aggregate shall have at least 85% by weight of particles with one or more fractured faces and 65% by weight of particles with two or more fractured faces. The aggregate shall be Capital Improvement Projects Section 33 3100.13 - 238 April 26, 2024 of Vubbio'� ck composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The coarse aggregate (retained on the 3/8-inch sieve), whether natural rounded gravel or crushed stone, shall not show more than 45% wear when tested in accordance with ASTM C131. The coarse aggregate shall also not show evidence of disintegration nor show total loss greater than 20% when subjected to five cycles of the sodium sulfate soundness test as specified in ASTM C33. 2.4. MANHOLES FRAMES AND COVERS A. Shall be Neenah Model R-1687 or approved equal, with minimum clear opening of 22- inches. B. Shall be cast iron meeting requirements of ASTM A48, AASHTO H2O loading and a minimum weight of 275 pounds. C. The frame shall have a full bearing ring that provides a continuous seal between the ring and cover. D. The ring shall have two diametrically opposed lifting rings cast into them. E. The cover shall have "City of Lubbock, Texas "&" Sanitary Sewer" permanently cast into the cover. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All casting shall be made from superior quality gray cast iron conforming to the requirements of ASTM A48. Drawings of all manholes frames and covers proposed for use shall be submitted to the Engineer for approval before items are shipped. Bolted and gasketed covers shall be furnished at the locations identified on the drawings. 2.5. ACCESSORIES A. Warning Tape 1) Provide tape made of plastic, green, and a minimum of 4-inches wide and have lettering that states there is a buried sewer line below. B. Pipe Joint Materials 1) Furnish all necessary accessories for completing the joining of the pipe. C. Grade Adjusting Rings. 1) Provide adjustment rings made from cast iron, concrete or high density polyethylene (HDPE). 2) Precast concrete grade rings will be steel reinforced and meet or exceed the requirements of ASTM C478. 3) Grade rings made from cast iron will meet or exceed the requirements o ASTM A536. 4) Grade rings made from HDPE will be injection molded and meet or exceed the requirements of ASTM D 1248. 5) Grade rings will be designed to support an AASHTO H2O loading. 6) Grade rings will be suitable for use on concrete or fiberglass manholes and have a minimum clear opening of 24-inches. D. Manhole Joint Seal Material. 1) Provide asphaltic type joint sealant for all manhole joint. Seal material will be manufactured by Conseal, Sika, Ramnek, or approved equal. Capital Improvement Projects Section 33 3100.13 - 239 April 26, 2024 of Vubbio'� ck 2) Joint material will meet or exceed the requirements of Federal Specification 55-S- 210A. It will be suitable for application in ambient temperatures ranging from 30 to 150 degrees F. 3) Provide in strips with widths of 1-inch and rolls in minimum lengths of 14 feet wrapped. E. Infiltration Preventor Inserts. 1) Provide inserts to minimize inflow of runoff into the sanitary sewer system. 2) Inserts will be concave and suitable for mounting snuggly in manhole ring. The insert will have a neoprene seal gasket mounted with pressure sensitive adhesive. 3) Make the insert from high density polyethylene with a minimum thickness of 0.187 inches that meet or exceeds the requirements of ASTM 01248, Class A, Category, Type III with a minimum impact brittleness temperature of minus 180 degrees F. 4) Provide a lifting strap made from woven polypropylene that is attached to the insert with a rivet and backup washer made from stainless steel. 5) Inserts will have a vent hole that will release a maximum of 5 gallons of water pre hour into the sanitary sewer system. The vent will release sewer gas under a 1 psi or less pressure differential. 2.6. PRECAST REINFORCED CONCRETE MANHOLES A. Manholes shall be tongue and groove precast reinforced concrete manholes, constructed in accordance with ASTM C478 of the diameter indicated on the drawings. Concrete manholes shall be provided with and eccentric top cone unless otherwise shown on the drawings. B. Concrete used shall meet a 28-day compressive strength of 4,000 psi. Concrete component shall meet the following ASTM Specifications: 1) Aggregates: ASTM C33 2) Cement: ASTM C150 3) Sampling: ASTM C39 4) Reinforcement: ASTM C185 5) Sand & Mortar ASTM C144 C. Cone section shall be eccentric and have a clear opening of 24-inches. D. Cone section shall have a corrosion inhibitive admixture that meets the following requirements: 1) Shall permeate the entire concrete matrix and molecularly bond to the cement and aggregate. 2) Admixture shall be in liquid form. 3) Dye shall be added to manholes treated with inhibitor. E. Manholes shall be designed to support AASHTO H-20 loading. F. Precast manholes bottom shall be reinforced with steel adequate to support the entire weight of the manhole barrels, cone section, H-20 loading, and water with the manhole being half full. G. Manhole base shall be benched and provide a smooth flow channel. H. Manhole base shall contain the same corrosion inhibitor as required for cone section. Capital Improvement Projects Section 33 3100.13 - 240 April 26, 2024 Lubbock I. Manhole bases shall have the following minimum dimensions: 1) 48-inch: Thickness 6-inches; outside diameter 70-inches. 2) 60-inch: Thickness 8-inches; outside diameter 84-inches. 3) 72-inch: Thickness 12-inches; outside diameter 96-inches. J. All connections shall be flexible, neoprene rubber boots meeting the requirements of ASTM C923. K. Manholes barrels shall have all interior liner with the following characteristics: 1) Shall be semi -rigid PVC installed at factory per liner manufacture's recommendations 2) Physical properties: a) Minimum thickness: 0.065-inch. b) Tensile Strength: 6,500 psi. c) Flexural strength: 12,000 psi. d) Interior color: white 3) PVC sheets shall be joined by butyl strip. 4) Shall be formed to provide protection at manhole joints by utilizing a continuous PVC return into the joint of at least 0.50-inch. 5) Liner shall be installed in such a manner to withstand a 100 lb/inch perpendicular pull for minimum of 60 seconds. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints. 2.7. FIBERGLASS MANHOLES A. Shall meet ASTM D3753. B. Shall be constructed of commercial grade unsaturated polyester or vinyl ester resins. Reinforcement shall be commercial grade type E glass fibers. C. UV inhibitor resin shall be applied on the exterior surface of the manhole at a minimum thickness o fO.125 inch. D. Exterior surface shall have manufacturer's name, address and serial number. Also included the total manhole length. E. Base shall be fiberglass equipped with a flanged anchor ring have a minimum of four predrilled holes for securing. F. Base shall be benched and provide a smooth flow channel. G. Stiffing rib shall be utilized if required H. Shall have flexible, neoprene rubber connection that meets ASTM C923. I. A precast concrete shall be 28-day, 4,000 psi and concrete component meeting the following ASTM specification. 1) Aggregates: ASTM C33 2) Cement: ASTM C150 3) Sampling: ASTM C39 4) Reinforcement: ASTM C185 5) Sand & Mortar ASTM C144 Capital Improvement Projects Section 33 3100.13 - 241 April 26, 2024 of Vubbio'� ck J. Precast concrete base shall have hooked end anchor bolts with a minimum embedment of 3- inches. Bolts shall be 5/8-inch diameter, 304 stainless steel. Nuts and washers shall be 304 stainless steel. K. Precast concrete base shall be designed to support AASHTO H-20 loading and manhole half full of water. L. The interior surface of the manhole shall have a chemical resistant, resin layer 0.010 to 0.020 inch thick with no expose fibers. M. Manholes shall be designed to support AASHTO H-20 loading in accordance with ASTM D3753. N. Manholes shall have an eccentric — reducing section made of the same material as the barrel with a top clear opening of no less than 24-inches and designated to accommodate standard grade adjustment, manhole ring and cover. 2.8. STEEL CASING A. Steel casing shall have a minimum yield strength of 35,000 psi. The minimum wall thickness shall be 0.250-inch for casing diameter of 16 inches and less; 0.312-inch for casing diameters of 18, 20, and 22 inches; 0.344-inch for 24-inch casing; and 0.469-inch for 36-inch casing diameter. Casing shall be solid rolled steel and shall not be spiral -welded steel. Casing shall have an approved exterior coating. Laying lengths shall be 20 feet±l- inch. 3. EXECUTION 3.1. MEASUREMENT AND PAYMENT A. Sanitary Sewer Pipe. 1) Payment for installation of sanitary sewer pipe will be on a linear foot basis in depth range of 2 feet. Gravel embedment, excavation, backfill and other items necessary to completely install the pipe are included in this unit price. 2) Measurement will be from the natural ground to the flow line of the pipe. The Owner's Representative will perform measurement. B. Sanitary Sewer Manholes 1) Payment for installation of sanitary sewer manholes will be on a vertical linear foot basis with the first 4 feet considered a standard manhole depth. Excavation, backfill and other items necessary to completely install the manholes are included in this unit price. 2) Measurement will be form the natural ground to the manhole invert. The Owner's Representative will perform measurement. C. Warning Tape. 1) Payment for installation of sanitary sewer warning tape will be on a linear foot basis. 2) The Owner's Representative will perform measurement. D. Manhole Inserts. 1) No additional payment will be made for installation of manhole inserts. They are considered a standard part of the manhole. 3.2. GRAVITY PIPELINE INSTALLATION A. General: Capital Improvement Projects Section 33 3100.13 - 242 April 26, 2024 Vubbio'� c kk 1) All pipe and accessories for the work specified herein shall be unloaded, handled, laid, jointed, tested for defects and for leakage in the manner herein specified. 2) Coordinate delivery storage, and delivery schedule with Owner's representative. B. Responsibility for Materials The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. C. Handling Pipe and Accessories All pipe, fitting, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at site of work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the material. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. D. Trench Excavation The Contractor shall be responsible for complying with Texas House Bills 662 and 665 safety standards and with the applicable OSHA regulations concerning trench excavation, general excavation and construction safety. a) Owner's Representative will provide construction -staking services. The centerline of the proposed line will be established and cut sheets issued by the Owner's Representative. The Contractor is responsible for notifying the Owner' Representative of any concerns with construction staking. b) Contractor will excavate as necessary to attain the line and grades at locations shown on the Plans or as staked in the field. E. Trench Safety System This section of the specifications covers trench safety systems for trench excavation greater than five feet in depth. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the City of any unforeseen field conditions which might affect the integrity of the trench safety system. F. Trench Methods Trench Boxes — Submit manufacture's standard data sheet and certificate of compliance signed by a registered professional engineer stating the maximum allowable depth for the given design pressure of each type of trench box proposed for use. Alternative Systems — If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a registered professional engineer showing all member properties, design strengths and stress increases used with justification for their use. G. Procedure Capital Improvement Projects Section 33 3100.13 - 243 April 26, 2024 of Vubbio'� ck Provide shoring systems in accordance with the submitted design to adequately resist earth pressures indicated in the design submitted. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. Backfill trenches as soon as possible after completion of work. Stockpile excavated material at least three feet away from the edge of trench. Maintain barricades and signage as required by OSHA, State and Local codes to protect open excavations. Do not allow surface water to enter excavations. Properly grade or protect areas adjacent to trench excavations to control surface drainage away from excavations. Excavation which must remain open during periods of rainfall must be protected such as to prevent accumulations of water in excavation. H. Embedment Embedment is defined as the portion of backfill from the bottom of the trench to a point six (6) inches above the top of pipe. 1) Embedment Material: a) Provide crushed stone with irregular surfaces for embedment of sanitary sewer pipe and manhole foundation that meets the following gradation requirements: % by Weight Retain on the 1-inch sieve 0 Retain on the 7/8-inch sieve 0 to 2 Retain on the 3/4-inch sieve 15 to 35 Retained on the 5/8-inch sieve 55 to 100 Retained on the 3/8-inch sieve 95 to 100 Retained on the No. 10 sieve 99 to 100 The bedding layer shall be laid in the pipe trench, shaped and smoothed to grade and then thoroughly consolidated by tamping. The bedding material shall be checked for grade and bell holes dug before the pipe laid. The hunching layer of rock embedment material shall then be placed up to the spring line of the pipe (one half of the outside diameter above the bottom of the pipe). The haunching layer shall be thoroughly consolidated by tamping. The initial backfill layer shall be the third lift of rock embedment material and shall be placed to a point at least six inches above the top of pipe. The initial backfill shall be thoroughly consolidated by tamping or by vibratory compactors. The remainder of the trench backfill shall be as specified in Paragraph K of this section. Pipe Laying in Trench After the trench has been properly fine graded, the pipe shall be installed in accordance with the City of Lubbock Construction Standard and the Manufacturer's Instructions. Each length of pipe shall be inspected for defects and the spigot cleaned thoroughly inside and outside before lowering into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction of flow. All pipe shall be laid true to the lines and grades as established by the drawings using a laser beam or cut stakes to control the grade of each joint of pipe. Bell holes shall be dug at each joint of sufficient depth to allow the entire Capital Improvement Projects Section 33 3100.13 - 244 April 26, 2024 Lubb o of length of the barrel of the pipe to rest on the top of bedding and to allow ample space for properly jointing the pipe. Installation and jointing of the pipe shall be in accordance with the manufacture's recommendation except where the requirements of these specifications are stricter. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be plugged by approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench conditions or weather is unsuitable for such work. 3.3. CONNECTIONS WITH EXISTING PIPING A. Connections between new work and existing piping shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at a time and under conditions which least interference with service to customers, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavation without damage to adjacent property. 1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-seal joints or ASTM D 3034 for elastomeric-gasket joints. 3.4. MANHOLE CONSTRUCTION A. General: Manholes shall be constructed at the locations shown on the plans or as directed by the Owner's Representative. The manholes shall be constructed in accordance with the details shown on the plans and as specified herein for precast reinforced concrete manholes. B. Precast Reinforced Concrete Manholes: After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans and the latest requirement of ASTM C891. C. Fiberglass Manholes: 1) Install precast concrete manhole pad using appropriate elevation to align the manhole with the line and grade of the pipelines being constructed. 2) Attach manhole to pad using stainless steel anchor bolts with a minimum diameter of 5/8-inch. 3) Install manhole true and plumb. 3.5. CLEANING A. Clean interior of piping of dirt and superfluous material. END OF SECTION Capital Improvement Projects Section 33 3100.13 - 245 April 26, 2024 Lubb o of SECTION 33 32 11.13 BYPASS PUMPING OF EXISTING SANITARY SEWERS 1. GENERAL 1.1. SUMMARY A. The work covered by this section of the specifications includes that necessary for furnishing, installing, and maintaining bypass pumping capabilities for existing sanitary sewer systems. B. Section Includes: 1) References 2) Administrative Requirements 3) Submittals 4) Action Submittal/Information Submittal 5) Equipment 6) Preparation 7) Installation 8) Field or Site Quality Control 9) Closeout Activities 1.2. REFERENCES A. Reference standards cited in this Specification refer to the current reference standard published at the time that these Specifications were released. 1.3. ADMINISTRATIVE REQUIREMENTS A. Coordination 1) Schedule meeting with Engineer to review sewer shutdown prior to replacing or rehabilitating any facilities. 2) Engineer reserves the right to delay schedule due to weather conditions or other unexpected conditions within the existing sanitary sewer system. 3) Review bypass pumping arrangement or layout in the field with Engineer prior to beginning operations. Facilitate preliminary bypass pumping run with Engineer present to affirm the operation is satisfactory. 4) After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with Engineer staff. 5) Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: a) Personnel on site b) Portable SCADA equipment 1.4. SUBMITTALS A. Conform to requirements of Section 01 30 00 — Submittal Procedures. 1.5. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to handling of sewer flows. Submit the plan to the Engineer for approval a minimum of 7 days prior to commencing work. Include the following details: Capital Improvement Projects Section 33 32 11.13 - 246 April 26, 2024 Vubbio'� c kk 1) Schedule for installation and maintenance of bypass pumping system. 2) Staging areas for pumps 3) Pump sizes, capacity, number of each size, and power requirements 4) Calculations for static lift, friction losses, and velocity 5) Pump curves showing operating range and system head curves 6) Sewer plugging methods 7) Size, length, material, joint type, and method for installation of suction and discharge piping 8) Method of noise control for each pump and/or generator, if required 9) Standby power generator size and location 10) Suction and discharge piping plan 11) Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill 12) Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office and mobile) 13) A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems. 2. PRODUCTS 2.1. EQUIPMENT A. Pumping 1) Provide equipment that will convey 100 percent of wet weather peak flow conditions. 2) Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming reasons. 3) Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. 4) Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. 5) If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. 6) Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1) Install pipes with joints which prevent the incident of flow spillage C. Plugs or Stop Logs 1) Plugs a) Select a plug that is made for the size and potential pressure head that will be experienced. b) Provide an additional anchor, support or bracing to secure plug when back pressure is present. c) Use accurately calibrated air pressure gauges for monitoring the inflation pressure. d) Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. Capital Improvement Projects Section 33 32 11.13 - 247 April 26, 2024 . Lubb o of e) Never over inflate the plug beyond its pressure rating. 2) Stop Logs a) Use stop log devices designed for the manhole or sewer vault structure in use. b) If applicable, obtain stop logs from City that may be used on specific structures. 3. EXECUTION 3.1. PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the Engineer. 3.2. INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer Flow Stoppage 1) Plugging a) Use confined space procedures and equipment during installation when necessary. b) Thoroughly clean the pipe before insertion of plug. c) Insert the plug seal surface completely so it is fully supported by the pipe. d) Position the plug where there are not sharp edges or protrusion that may damage the plug. e) Use pressure gauges for measuring inflation pressure. f) Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring 1) Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. 2) Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. 3) Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. 4) Do not construct bypass facilities where vehicular traffic may travel over the piping. a) Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. 3.3. FIELD OR SITE QUALITY CONTROL A. Field or Site Tests and Inspections 1) Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. 2) Have Engineer on site during tests. Capital Improvement Projects Section 33 32 11.13 - 248 April 26, 2024 *Lubb o of 3.4. CLOSEOUT ACTIVITIES A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. END OF SECTION Capital Improvement Projects Section 33 32 11.13 - 249 April 26, 2024 Lubbock SECTION 33 42 00 STORMWATER CONVEYANCE 1. GENERAL 1.1. WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install reinforced concrete pipe for storm sewer including connections and appurtenances, as required for the proper installation and function of the pipe as indicated herein. 1.2. SUBMITTALS A. Submittals shall conform to requirements of Section 0130 00 — Submittal Procedures. B. Submit complete product data for pipe, fittings and gaskets for approval. Indicate conformance to appropriate reference standards. 1.3. QUALITY ASSURANCE A. Conform to Section 33 08 04 — Commissioning of Stormwater Utilities. 1.4. PRODUCT DELIVERY, STORAGE AND HANDLING A. Handle pipe, fittings, and accessories carefully with approved handling devices. Do not drop or roll pipe off trucks or trailers. Materials cracked, gouged, chipped, dented, or otherwise damaged shall not be used for installation. B. Store pipe and fittings on heavy timbers or platforms to avoid contact with the ground. C. Unload pipe, fittings, and appurtenances as close as practical to the location of installation to avoid unnecessary handling. D. Keep interiors of pipe and fittings free of dirt and foreign matter. 2. PRODUCTS 2.1. PIPE A. Pipe and box materials for storm sewers shall be of the sizes and types indicated on the drawings. B. Conform to applicable pipe or box material specification section. 2.2. PIPE MATERIAL SCHEDULE A. Pipe materials for storm sewers shall be of the sizes and types indicated on the drawings. B. Conform to applicable pipe material specification section 2.3. BEDDING, BACKFILL AND TOPSOIL MATERIAL A. Bedding and Backfill Material: Comply with the following specification sections and the drawings: 1. Section 3123 00 — Excavation and Fill. 2. Section 3123 23.13 — Backfill. B. Topsoil: Section 3123 23.13 — Backfill. 3. EXECUTION 3.1. PREPARATION A. Set up street detours and barricades in preparation for excavation. Conform to requirements of Section 01 56 53 — Barricades, Signs and Traffic Handling and the traffic control plans indicated on the drawings. Provide advance notices as required under Section 01 14 00 — Work Restrictions. B. Maintain barricades and warning lights for streets and intersections while work is in progress or where affected by the work and is considered hazardous to traffic movements. Capital Improvement Projects Section 33 42 00 - 250 April 26, 2024 Cih of . Lubb o ck C. In lake areas set up tree protection. D. Immediately notify the agency or company owning utility lines which are damaged, broken or disturbed. Obtain approval from Owner and controlling agency for repairs or relocations, either temporary or permanent. E. Remove old pavements and structures including sidewalks and driveways in accordance with requirements of Section 02 41 13.13 — Paving Removal. F. Install and operate necessary dewatering and surface water control measures in accordance with Section 3123 19 - Dewatering. G. Install and maintain storm water pollution prevention measures as required by the TPDES permit and comply with Section 01 57 23 — Temporary Storm Water Pollution Control. 3.2. EXCAVATION A. Earthwork. Refer to Section 3123 00 - Excavation and Fill and as indicated on drawings. B. Line and Grade. Contractor shall establish the line and grade as indicated on drawings. Maintain this control for a minimum of 100 feet behind and ahead of the laying operation. Use amply sized grade boards. Protect grade boards and location stakes from damage or dislocation. Use of laser beam equipment to establish and maintain proper line and grade of the work is acceptable. C. Trench Excavation. Excavate pipe and box trenches to a level as indicated on the trench detail drawings. Backfill the excavation with the specified bedding material to the level indicated on the drawings or as specified for the pipe or box type. Tamp and compact backfill to provide bedding at the indicated grade. Form the bedding foundation to the minimum depth indicated on the drawings or as specified. 3.3. PIPE INSTALLATION A. Install in accordance with the drawings and as specified in this Section. Conform with pipe or box specifications sections listed in paragraph 2.2 as applicable. Where manufacturer's installation recommendations conflict with drawings and specifications, the Engineer shall make the determination on installation requirements. No additional compensation to Contractor will be made for such determinations. B. Install and maintain excavation supports. Conform with Section 3150 00 - Excavation Support and Protection. C. Install pipe or box (pipe/box) only after excavation is completed, bottom of trench is shaped, bedding material is installed, and trench has been approved by the Engineer. D. Install pipe/box to the line and grade indicated on Drawings. Place pipe/box so that it has continuous bearing of barrel on bedding material and is laid in the trench so the interior surfaces of the pipe follow the grades and alignments indicated. E. Install pipe/box with the spigot ends toward the direction of flow. F. Form a concentric joint with each section of adjoining pipe/box to prevent offsets. G. Place and drive home newly laid sections with come -a -long winches to eliminate damage to sections. Use of back hoes or similar powered equipment will not be allowed for placing or joining pipe/box, unless protective measures are provided and approved in advance by the Engineer. H. Keep interior of pipe clean as installation progresses. Where cleaning after laying the pipe is difficult because of small pipe size, use a suitable swab or drag inside the pipe and pull it Capital Improvement Projects Section 33 42 00 - 251 April 26, 2024 of Vubbio'� ck forward past each joint immediately after the joint has been completed. Maintain clean gaskets and gasket sealing surfaces. I. Keep excavations free of water during construction and until final inspection. J. When work is not in progress, cover the exposed ends of pipesiboxes with a plug or cap specifically designed as plug or cap to prevent foreign material from entering the pipe/box. Use plugs for bell or female end of joint. Use caps for spigot or male end of joint. 3.4. INSTALLATION OF APPURTENANCES A. Construct manholes to conform to requirements of Section 33 05 63 — Concrete Vaults and Chambers. Install frames, grate rings and covers to conform to requirements of Section 33 05 60 - Frames, Grates, Rings and Covers. B. Adjust manhole covers to finish grade conforming to requirements of Section 33 05 63- Concrete Vaults and Chambers. 3.5. TEST A. Conform to requirements of Section 33 08 40 — Commissioning of Stormwater Utilities. B. Provide video record of interior in accordance with Section 33 08 40 — Commissioning of Stormwater Utilities. 3.6. BACKFILL AND SITE CLEANUP A. Backfill trench after pipe installation is inspected and approved by the Engineer. B. Bed pipes with materials conforming to requirements of Section 3123 23.13 Backfill and as indicated on drawings. C. Backfill and compact soil in accordance with Section 3123 00 — Excavation and Fill. D. Repair and replace removed or damaged pavement and sidewalks as specified in the following applicable sections and shown on the drawings: 1. Unpaved roadway surfaces consisting of flexible base as the surface course: Section 31 00 00 - Earthwork. 2. Flexible base under paved roadway: Section 3100 00 — Earthwork. 3. Asphalt stabilized base: TBD. 4. Hot -mix surface or wearing course: Section 32 12 16 - Asphalt Paving. 5. Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks: Section 32 13 13 — Concrete Paving. 6. Sealing pavement joints: Section 32 13 73 Concrete Paving Joint Sealants. E. In unpaved areas, grade surface as a uniform slope to natural grade as indicated on the drawings. Provide the minimum depth of topsoil of 12 inches, unless otherwise indicated on the drawings or specified to be a greater depth, and seed or sod according to requirements of Section 32 92 00 — Turf and Grasses, and Section 3123 00 — Excavation and Fill. F. In paved areas clean street in which storm sewer is placed by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. G. Clean haul streets and other paved areas used during construction by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. H. Street cleaning to take place within 10 calendar days after street repairs are complete. I. Dispose of dirt, rock and debris from cleaning according to Section 02 42 00 — Removal and Diversion of Construction Materials. Capital Improvement Projects Section 33 42 00 - 252 April 26, 2024 Lubbock END OF SECTION Capital Improvement Projects Section 33 42 00 - 253 April 26, 2024 Lubbock DIVISION 40 PROCESS INTERCONNECTIONS Capital Improvement Projects Division 40 Process Interconnections - 254 April 26, 2024 WLubbock TEXAS SECTION 40 05 67.36 PRESSURE -REGULATING VALVES 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 — General Requirements apply to Work in this Section. 1.2. SCOPE OF WORK A. This Section includes backflow prevention by Reduced Pressure Zone (RPZ) devices on water -distribution piping and related components outside of a building. B. The Contractor shall provide RPZ devices as specified herein along with all installation, testing, cleanup and safety work required. 1.3. REFERENCED DOCUMENTS A. 40 CFR 141 B. 30 TAC 216, 290 & 291 C. AWWA C511-89 D. Most recent version of the City of Lubbock Design Standards 1.4. DEFINITIONS & ABREVIATIONS A. ASME: American Society of Mechanical Engineers B. ASSE: American Society of Sanitary Engineering C. AWWA: American Water Works Association D. FM: Factory Mutual E. IAPMO: International Association of Plumbing and Mechanical Officials F. PVC: Polyvinyl Chloride (plastic pipe) G. OS&Y: Outside Screw & Yoke (valve) H. RPZ: Reduced Pressure Zone (device) I. UL: Underwriter Laboratories 1.5. SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Detail precast concrete vault assemblies and indicate dimensions, method of field assembly, and components. C. Coordination Drawings: For piping and specialties including relation to other services in same area, drawn to scale. Show piping and specialty sizes and valves, meter and specialty locations, and elevations. D. Field quality -control test reports. E. Operation and Maintenance Data: For water valves and specialties to include in emergency, operation, and maintenance manuals. 1.6. QUALITY ASSURANCE A. Regulatory Requirements: 1) Comply with rules, regulations, codes and standards listed in 1.2 "Applicable Codes & Regulations." B. Construction Requirements: 1) Comply with the most recent release of the City of Lubbock Design Standards. 1.7. DELIVERY, STORAGE, AND HANDLING A. Preparation for Transport: Prepare valves according to the following: 1) Ensure that valves are dry and internally protected against rust and corrosion. Capital Improvement Projects Section 40 05 67.36 - 255 April 26, 2024 Ch of Lubbiock 2) Protect valves against damage to threaded ends and flange faces. 3) Set valves in best position for handling. Set valves closed to prevent rattling. B. During Storage: Use precautions for valves according to the following: 1) Do not remove end protectors unless necessary for inspection; reinstall for storage. 2) Protect from weather; store indoors and maintain temperature higher than ambient dew point temperature. 3) Support off the ground or pavement in watertight enclosures when outdoor storage is necessary. C. Handling: 1) Use sling to handle valves if size requires handling by crane or lift. 2) Rig valves to avoid damage to exposed parts. 3) Do not use hand wheels or stems as lifting or rigging points. D. Deliver piping with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture. E. Protect stored piping from moisture and dirt. Elevate above grade. Do not exceed structural capacity of floor when storing inside. F. Protect flanges, fittings, and specialties from moisture and dirt. G. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. 1.8. PROJECT CONDITIONS A. Interruption of Existing Water -Distribution Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water -distribution service according to requirements indicated: 1) Notify the Engineer no fewer than 2 (two) days in advance of proposed interruption of service. 2) Do not proceed with interruption of water -distribution service without Owner's written permission. 2. PRODUCTS 2.1 BACKFLOW PREVENTION DEVICES A. Applicable Standards of Compliance: (1) All acceptable RPZs shall be listed or meet the requirements for approval by the following agencies: (a) ASSE 1013 (b) AWWA C511 (c) IAPMO (d) FM 1221 (must include shut-off valves) (e) UL 1469 (must include shut-off valves) (2) All acceptable RPZs shall meet the Lead Plumbing Law's 0% lead content and be ASTM 90500 compliant and ANSI 3rd party certified. B. Reduced -Pressure -Principle Backflow Preventers: (1) The function and construction of RPZ device shall be as follows: (a) Body of RPZ shall be constructed of Ductile Iron. Capital Improvement Projects Section 40 05 67.36 - 256 April 26, 2024 Lubbock TEXAS (b) Two (2) Check Valves shall be mechanically independent, stainless steel spring -loaded. Check valve clips and rings shall also be stainless steel. (c) Pressure Relief Valve shall be hydraulically dependent differential pressure relief valve with the sensing passage set in an integral cast ductile iron body, with a single access cover. (d) Include no less than four (4) vertical test cocks and two (2) shut-off valves (2) Operation: Continuous -pressure applications. (3) Pressure Loss: 12 psig maximum pressure drop, through middle 1/3 of now range. (4) Design Flow Rate: 300 gpm (5) Body: Ductile iron (6) End Connections: Flanged (7) Configuration: narrow profile (Febco "N-Pattern" or similar) C. Approved Device Manufacturers: (1) Ames (2) Febco (3) Watts (4) Wilkins 1.2 PROTECTIVE ENCLOSURES A. Freeze -Protection Enclosures: (1) Manufacturers: Subject to compliance with requirements, provide products by one of the following: (a) EZ Box Model HEz (b) Hot Box (c) Safe-T-Cover (2) Description: Insulated enclosure designed to protect aboveground water piping, equipment, or specialties from freezing and damage, with heat source to maintain minimum internal temperature of 40 deg F when external temperatures reach as low as minus 34 deg F. (a) Standard: ASSE 1060. (b) Class I: For equipment or devices other than pressure or atmospheric vacuum breakers. (c) Class I-V: For pressure or atmospheric vacuum breaker equipment or devices. Include drain opening in housing. (i) Housing: Reinforced polyester or aluminum construction. 1. Size: Of dimensions as indicated on drawings, but not less than those required for access and service of protected unit. 2. Drain opening for units with drain connection. 3. Access doors with locking devices. 4. Insulation inside housing. 5. Anchoring devices for attaching housing to concrete base. (ii) Electric heating cable or heater with self-limiting temperature control. B. Enclosure Bases: 2.1. Description: 4-inch minimum thickness precast concrete, of dimensions required to extend at least 6 inches beyond edges of enclosure housings. Include openings for piping from below with opening sealed to prevent infiltration below base. Capital Improvement Projects Section 40 05 67.36 - 257 April 26, 2024 Ch of Lubbiock 3. EXECUTION 3.1 EARTHWORK A. Refer to Sections (1) 32 23 19 — Dewatering. (2) 31 50 00 — Excavation Support and Trench Safety. (3) 3123 00 — Excavation and Fill. (4) 3123 23.13 - Backfill. 3.2 VALVE APPLICATIONS A. General Application: Use mechanical -joint -end valves for larger underground installation. Use threaded- or flanged -end valves for installation in vaults. Use UL/FMG, non -rising stem gate valves for installation with indicator posts. Use corporation valves and curb valves with ends compatible with piping, for smaller installation. B. Drawings indicate valve types to be used. Where specific valve types are not indicated, the following requirements apply: (1) Use the following for valves above ground: (a) Smaller Gate Valves: Bronze, rising or non -rising stems allowed unless otherwise indicated on drawings. (b) Larger Gate Valves: AWWA, ductile iron, OS&Y rising stem, metal seated (2) Pressure -Reducing Valves: Use for water -service piping aboveground to control water pressure. (3) Relief Valves: Use for water -service piping above ground. (a) Air -Release Valves: To release accumulated air. (b) Air/Vacuum Valves: To release or admit large volume of air during filling of piping. (c) Combination Air Valves: To release or admit air. (4) Detector Check Valves: Use for water -service piping above ground to detect unauthorized use of water. 3.3 PIPING SYSTEMS - COMMON REQUIREMENTS A. See Section 33 14 00 — Water Utility Transmission and Distribution for basic piping construction. 3.4 PIPING INSTALLATION A. Water -Main Connection by Tapping: Tap water main according to requirements of water utility company and of size and in location indicated. (1) Make larger connections with tapping machine according to the following: (a) Install tapping sleeve and tapping valve according to MSS SP-60. (b) Install tapping sleeve on pipe to be tapped. Position flanged outlet for gate valve. (c) Use tapping machine compatible with valve and tapping sleeve; cut hole in main. Remove tapping machine and connect water -service piping. (2) Install gate valve onto tapping sleeve. Comply with MSS SP-60. Install valve with stem pointing up and with valve box. (3) Make smaller connections with drilling machine according to the following: (a) Install service -saddle assemblies and corporation valves in size, quantity, and arrangement required by utility company standards. Capital Improvement Projects Section 40 05 67.36 - 258 April 26, 2024 Lubbock TEXAS (b) Install service -saddle assemblies on water -service pipe to be tapped. Position outlets for corporation valves. (c) Use drilling machine compatible with service -saddle assemblies and corporation valves. Drill hole in main. Remove drilling machine and connect water -service piping. (i) Install corporation valves into service -saddle assemblies. (ii) Install manifold for multiple taps in water main. (iii)Install curb valve in water -service piping with head pointing up and with service box. (4) Install PVC, AWWA pipe according to ASTM F 645 and AWWA M23. (5) Bury piping with minimum depth of cover over top of pipe at least 48 inches and according to the following: (a) Install underground piping with restrained joints at horizontal and vertical changes in direction. (b) Use restrained joint piping, thrust blocks, anchors, tie -rods and clamps, and other supports. 3.5 JOINT CONSTRUCTION A. See Section 33 14 00 — "Water Utility Transmission and Distribution" for basic piping joint construction. B. Make pipe joints according to the following: (1) Ductile -Iron Piping, Gasketed Joints for Water -Service Piping: AWWA C600 and AWWA M41. (2) Ductile -Iron Piping, Gasketed Joints for Fire -Service -Main Piping: UL 194. (3) Ductile -Iron Piping, Grooved Joints: Cut -groove pipe. Assemble joints with grooved -end, ductile -iron -piping couplings, gaskets, lubricant, and bolts according to coupling manufacturer's written instructions. (4) PVC Piping Gasketed Joints: Use joining materials according to AWWA C900. Construct joints with elastomeric seals and lubricant according to ASTM D 2774 or ASTM D 3139 and pipe manufacturer's written instructions. (5) Install dielectric fittings in piping at connections of dissimilar metal piping and tubing. 3.6 ANCHORAGE INSTALLATION A. Anchorage, General: Install water -distribution piping with restrained joints. Anchorages and restrained j oint types that may be used include the following: (1) Concrete thrust blocks. (2) Locking mechanical joints. (3) Set -screw mechanical retainer glands. (4) Bolted flanged joints. (5) Heat -fused j oints. (6) Pipe clamps and tie rods. B. Install anchorages for tees, plugs and caps, bends, crosses, valves, and hydrant branches. Include anchorages for the following piping systems: (1) Gasketed-Joint, Ductile -Iron, Water -Service Piping: According to AWWA C600. (2) Gasketed-Joint, PVC Water -Service Piping: According to AWWA M23. (3) Bonded -Joint Fiberglass, Water -Service Piping: According to AWWA M45. Capital Improvement Projects Section 40 05 67.36 - 259 April 26, 2024 Ch of Lubbiock C. Apply full coat of asphalt or other acceptable corrosion -resistant material to surfaces of installed ferrous anchorage devices. 3.7 VALVE INSTALLATION A. AWWA Gate Valves: Comply with AWWA C600 and AWWA M44. B. AWWA Valves Other Than Gate Valves: Comply with AWWA C600 and AWWA M44. (1) Pressure -Reducing Valves: Install aboveground between shutoff valves. (2) Relief Valves: Comply with AWWA C512. Install aboveground with shutoff valve on inlet. 3.8 DETECTOR -CHECK VALVE INSTALLATION A. Install aboveground. B. Install for proper direction of flow. Install bypass with water meter, gate valves on each side of meter, and check valve downstream from meter. C. Support detector check valves, meters, shutoff valves, and piping on brick or concrete piers. 3.9 VACUUM BREAKER ASSEMBLY INSTALLATION A. Install pressure vacuum breaker assemblies of type, size, and capacity indicated. Include valves and test cocks. Install according to requirements of plumbing and health department and authorities having jurisdiction. B. Do not install pressure vacuum breaker assemblies in vault or other space subject to flooding. 3.10 BACKFLOW PREVENTER INSTALLATION A. Install backflow preventers of type, size, and capacity indicated. Include valves and test cocks. Install according to requirements of plumbing and health department and authorities having jurisdiction. B. Do not install backflow preventers that have relief drain in vault or in other spaces subject to flooding. C. Do not install bypass piping around backflow preventers. D. Support larger backflow preventers, valves, and piping with masonry piers or manufacturer prescribed supports. 3.11 PROTECTIVE ENCLOSURE INSTALLATION A. Install concrete base level and with top approximately 2 inches above grade. B. Install protective enclosure over valves and equipment. C. Anchor protective enclosure to concrete base. 12 CONNECTIONS A. Connect water -distribution piping to existing water main as indicated on drawings. B. Ground equipment according to City standards. 3.13 FIELD QUALITY CONTROL A. Piping Tests: Conduct piping tests before joints are covered and after concrete thrust blocks have hardened sufficiently. Fill pipeline 24 hours before testing and apply test pressure to stabilize system. Use only potable water. B. Hydrostatic Tests: Test at not less than one -and -one-half times working pressure for two hours. C. Prepare reports of testing activities. Capital Improvement Projects Section 40 05 67.36 - 260 April 26, 2024 Cih of Lubbock 3.14 IDENTIFICATION A. Install continuous underground detectable warning tape during backfilling of trench for underground water -distribution piping. B. Locate below finished grade, directly over piping. Underground warning tapes are specified in Section 3100 00 — Earthwork. 3.15 CLEANING A. Clean and disinfect water -distribution piping as follows: (1) Purge new water -distribution piping systems and parts of existing systems that have been altered, extended, or repaired before use. (2) Use purging and disinfecting procedure prescribed by City of Lubbock Design Standards. (3) Flush piping system with clean, potable water until dirty water does not appear at points of outlet. (4) Use purging and disinfecting procedure prescribed by City of Lubbock Design Standards and AWWA C651 as follows: (a) Fill system or part of system with water/chlorine solution containing at least 50 ppm of chlorine; isolate and allow to stand for 24 hours. (b) Drain system or part of system of previous solution and refill with water/chlorine solution containing at least 200 ppm of chlorine; isolate and allow to stand for 3 hours. (c) After standing time, flush system with clean, potable water until no chlorine remains in water coming from system. (d) Submit water samples in sterile bottles to Engineer or City Representative in accordance with Section 01 45 29 - "Testing Laboratory Services." Repeat procedure if biological examination shows evidence of contamination. B. Reports: (1) Prepare reports of purging and disinfecting activities. (2) If adjacent water lines are newly installed provide disinfection, testing and reports in conjunction with purification and pre -service work required for new water lines. END OF SECTION Capital Improvement Projects Section 40 05 67.36 - 261 April 26, 2024 SECTION 40 05 76.23 LINE STOPS 1. GENERAL Cih of Lubbock 1.1. SUMMARY A. This section of the specifications covers all necessary materials, equipment, tools, labor, and associated appurtenances for plugging water lines while water line is in service. 1.2. SUBMITTALS A. Submittals shall be in contract general conditions and shall include: 1) Plan of when work will take place. 2) Record Data of field measurements of existing pipe outer diameter at the location of the tapping. 3) Shop drawings of Linestop plug and fittings that shall be submitted for approval prior to start of fabrication 4) Provide a list of at least five references for installations provided by the company on prestressed concrete cylinder pipe 20" and larger. 1.3. QUALITY CONTROL A. The hot tapping/linestop plugging company must have a minimum of 10 years of experience supplying large diameter hot tapping/linestop plugging services to the Water & Wastewater Industry and have completed several linestop plugging projects on concrete cylinder pipelines of equal size or larger. B. The hot tapping/linestop plugging company must have prior experience supplying large diameter hot tapping/linestop plugging services to the City of Lubbock. 2. PRODUCTS 2.1. MATERIALS A. All materials that come in contact with potable water shall be NSF 61 certified. EXECUTION 3.1. INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove and replace such defective material at no cost to owner. 3.2. RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. B. Installation of Linestop Plugging / Tapping Fitting 1) Contractor must excavate locations for installation of Linestop/Tapping Fittings and measure pipe O.D., prior to ordering fittings. C. Pressure Equalization / Drain Connection 1) A 2" tap fitting shall be installed downstream of each linestop fitting for pressure equalization and for verifying the linestop plugging machine's seal prior to cutting into the existing line. This 2" fitting should come complete with a completion plug and pipe cap for removal of the tapping valve at completion of the linestop plugging application. This fitting must also be Capital Improvement Projects Section 33 05 76.23 - 262 April 26, 2024 Ch of Lubbiock supplied by the hot tapping and linestop plugging company for equipment compatibility. END OF SECTION Capital Improvement Projects Section 33 05 76.23 - 263 April 26, 2024 Page Intentionally Left Blank -x-- _ - 0 �m�mmo N o y_ a ZEELAND ~ �~ . . . . . . . . . . ~ � � � 600 ~2200 =30= 800 z5400 DOOM 18600 I I n I E ZEELAND N O O O O OUITSNA 9500 MACKEY U INLER o 8700 EATON ALCOVE 00 7900 WAUSAU e UPLAND 0 7300 QUINCY o 0 MILWAUKEE m 65DO IOLA o FRANKFORD m 5800 O CHICAGO 0 U SLIDE ROAD 0 520D UTICA A A QUAKER D 4400 MEMPHIS > O INDIANA 0 3400 ELGIN mo ° UNIVERSITY 2500 AVEU ° AVE P ° 1700 AVE H O AVE A 10D IVORY o 0 M.L.K. BLVD. 16DD ZENITH p GUAVA S 3300 KEEL ° OLIVE 4400 WOOD 49DO FIDDLEWOOD 9500 OUITSNA MACKEY 8700 INLER EATON 7900 ALCOVE WAUSAU 7300 UPLAND ® OVINCY 6500 MILWAUKEE IOLA 5800 FRANKFORD CHICAGO 5200 SLIDE ROAD UTICA 4400 QUAKER MEMPHIS 3400 INDIANA ELGIN 2500 UNIVERSITY AVEU ® 1700 AVE P AVE H 100 I-27 AVE A IVORY 1600 M.L.K. BLVD. ZENITH 3300 GUAVA KEEL 4400 OLIVE N w 0 o i Z n y 1. O- r D v f 4900 WOOD FIDDLEWOOD -IONS NECESSARY TO INSTALL. I C-105 I CON 6, FOR ALL VALVES TO BE CLOSED AND ABANDONED, THE CONTRACTOR SHALL REMOVE C-106 CON FILL THEM WITH CEMENT STABILIZED MATERIAL TO WITHIN 2 INCHES OF SURFACE. TOP .L BE HMAC IF SURROUNDING PAVEMENT IS ASPHALT OR CONCRETE IF SURROUNDING D-101 DET/ ;ONCRETE. WATER SERVICE CONNECTIONS AND WATER METERS SHALL BE A MINIMUM OF 1" IN SIZE D-102 DET/ '.WISE NOTED, LINE SIZE SHALL MATCH THE WATER METER SIZE. E SHALL BE A MINIMUM OF 4" IN SIZE. SIZE ON SIZE SEWER SERVICE CONNECTIONS ALLOWED. GENERAL NOTES: IALT SURFACING REMOVED DURING CONSTRUCTION SHALL BE SALVAGED AND DELIVERED H AVENUE P. THE CONTRACTOR SHALL COORDINATE WITH THE STREET MAINTENANCE SUPERVISOR 5-775-2358. E GAS LINE IS PRESENT ALONG M.L. KING JR BLVD. ATMOS REQUESTING TO BE PRESENT WHEN I.L. KING JR. BLVD. CONTACT JOHNNY CASTILLO AT (806) 893-3561. _K JR BLVD CANNOT BE SHUTDOWN. TWO WAY TRAFFIC MUST BE MAINTAINED AT ALL TIMES. 1ALL NOT ALLOW EQUIPMENT TO DRIVE OVER CONCRETE VALLEY GUTTERS UNLESS RUBBER ►R RUBBER TIRES ARE USED. ;HALL MINIMIZE DAMAGES AND CUTS TO ALL EXISTING CONCRETE PAVEMENTS, VALLEY GUTTERS, AND S BY INSTALLING NEW WATER LINES UNDER EXISTING CONCRETE PAVEMENTS BY WAY OF OTHER THAN HOD. SWPPP: 1. LESS THAN 1 SINCE TOTAL U REQUIREMENTS SENSITIVE MS4 AUTHORITY TO POLLUTANTS IN 2. 1 - 4.99 ACR • PREPARE AND COMMENCEMEN LUBBOCKSTORh • SWP3 MUST B • INCLUDE COM rTTv nC I I IQQ ' 64 G / Via,-\ � OQ \ \ \ \ �.+65 67 79 II 80 V A �� 78 i ¢ i 1 O ,. UNSUBDIVIDED i .. 82 \ v W W 1 85 \ \ W I W i i �11 O 117 - `\\\ /, /, �l 07 306 1 1 I � � � -��' � - \ ,, ��-, � I 305 1 304 I 303 1 302 1 301 1 300 1 299 1 29 1 W LU - \--- �\ ,i � 11 1 1 1 1 1 1 1 W L.L G \ 118 \ L /, 3 11LUI 119 F„ E 28TH ST H ST ,' PVCWA��\ 11s \\ \�, \ �\ 309 -T- - r-- r--�--- �- ' $� 113 \ 120 \ i 1 _--�1 ' 0pO5E� 111 '\ 112 \1 \\ \ -''�\ �\\ '',\------- 311 1 312 313 ROPOSED 8" PVC WATERLINE W-5 pR - -- G � \ 1 314 1 315 1 316 1 317 1 318 1 3 1 106 102 1 1\I s1 \\I \\\t\ \I i ' 121 116 \ \ _ 310 1 1 1 1 1 L — 9-- ` ---I s�` ��iI I II r rfI ii1 9 T1 r--T--T--T--T--U N 103 7 122 w % 131 1 130 1129 1 128 --r3-42�i-34-1 �1 34-0 �1 -331�9 T[1 --33-8 'f1 w3-37-r11 3-36-r1 335-1132 104 35 134 I133 I 11 oo W13I 1 i V L--_— LJ— 1-----L-----L''_� 1=� 1—J� Q J — 1--1--L—L--1--J--1--1 LU PROPOSED 6 PVC E 29TH ST Jz U) QWATERLINE W-11�—i— --1r-- 1 I 143 144 § _145III A6 147 139I i40I l° I62d -251 2253 254 255 256 257 258op 175 141I 142 I50 15S %1 138 I I TR'A ` 1 U v 1 __ _ L IL _ _ 1 - L i� ®J� - r - mi —5 a L�„r 176 I W LJ,J F-- W I (YI i77 1 164 163 16 - 60 1591 158 1 157 1 156 1 155 1154 1 153 11 248 1 247 1 246 1 245 1 244 1 243 1 242 241 1 2 0 Q _ _ _ 167 166 165 78 l l Q -- O U ---/-----J—--L--L------J--—--1--1 L--L--L--L--L— ---- W E 30TH ST ce �\ W T----T--T--T--7--7--7--7------�------------7--T- r--r- W W L.L / - - W = '80 // 18, 182 183 184 185 186 1 187 1 188 1 189 1 190 1 191 1 192 1 193 1 194 195 1 196 197 1 198 1 199 1 200 1 201 1 202 1 203 1 204 1 205 1 2061 2( J _J_ L p 1__ L_ ®�T iFl® 91 T14Y=�+`r—lV — — —W-115A WL_ r _ S ®s ®s s s s,{a —s s —s s s —s —s —s —4 S 5 s 7 r — -- ------------ �lA - - -----------------�'-------- ----- W .0 11 1 12 1 13A 114A '� W I F 16 C— -- 3 \+ --J L- _ Z) UNNETDR ERLINE W-9 26A IL 4 it I �� -- _ ------------- ------ ., EXI TING F�.RE HYDRANT TQ BE I 1 L----L-----L----1- -J I --� `--L--RE-PLACED-L----1----1 E 25TH ST E 25TH ST I- T I T � �� I i �� /�--F T I — - I 1 1 1 1 1 1 1 1 I �---f 1 1 1 14' 1 1 1 1 1 1 i I I 1 1 1 I I GATE VA ,,ND $" 7 6 s 4 2 1 ! 5 TO BE ABANDONED �I �XISTING 14 I ffXISTINGI3 �VC WAT�R 12 AC WAAR L---------L----1---------L---------L----� L----------L----1--�-----L------- w— w— w w— w— w— w— w— L:Er— �w — w— w— w— w w— w— w— F S S- S- S- S- S-- S- S- S- S -5 ----------------- --- ------------- r-----T-- T-----T-----T— 7----- \1 (/ EXIS�fING 6" EXISTING 6" I 1 VCTISEWER CUT AND VCT SEWER 5 2 PLUG 7 1 3 4 5 4177 " 8i" i I I 1 1 1 1 �I l 1 1 1 1 `----------------I----I---- - 13 E 26TH ST IEDI"I I 5: l\ I CUT AND PLUG 1 37 38 I 39 1 40 I I I 1 I I I I 1 I I I I 1 1 EXIS�iING 3 I L AC WATER _ w—w—w—w— ��s- --- — ------ r----- i — 1r— EXISTIN VCT SB I I 1 59 58 57 / I 1 i I 1 I , --- CUT ND ZE I I ( EXISTING 6" I PLU� , B " i i EXISTING 3" CI WATER , 2L-------------------------------------J w AC WATER Al, TO BE 61 � 4ABANDONED 60 / 62 � P�O6ISTING i3", E 26TH ST i PI I I ,tRST WAS ER63 10 " �I — —�— L-----L--� 8-------� �I CUT AND Ll AND III I" 13 I i� PLUG I I \' 3 7 \ I I " -----�\ z\\ 1"1 I I I I NG 3" ) III I I I I I I EXISTING 3" I I " i TRST WATER TER � ���j------------------------------------------------------------ ----- v�sv�sw sw sw sw svv sw swws vsysvv—sw—ws ws w s w� w- -----------------------------------------------------------\ LIJ 13 IrXISTIN� 6" Q 1 \\ IVCT SEWER I I I I I I I I I I I I I I I I 1 \ 9 1 I I I I D 80 \ 1 19 1 20 21 22 23 24 25 26 5 8 1 1 10 11 1 14 1 m l 77 79 \ \ WI I \ 1 > EXISTING FIRE \ 1 1 1 1 1 1 1 m � I 1 1 1 1 1 _ _ L 1 HYDRANT TO BE !REPLACED r' 1 I 1 _ _--- F 77TP CT z I / E:)7TLJ cT . 1� i Q r I EXISTING 61 173 CI WATEk2 I I 174I I I J / L W- N W - W - W - W �i f � I I 1A EXISTING 6" _ I 2A \\\ fX3&T-1NG 6" �I AC WATER TO BE ABANDONED I I I� I II I I I I I ---------------------- II I I I ' I I I� I I I I 6 --------- . I I $ I I I� I - I I I 9 I I I I I I 10 I I --------------------- I I� I I I 11 I I 3 � I II I 12 I� I I I JI I I 13-------------------- I I I I I� I tX1511Nb b•• U VVAI tK TO BE ABANDONED 1 1 311 1 312 1 313 1 314 1 315 1 316 1 317 1 318 1 3. 1 320 321 11 322 1 323 1 f / COT AND P lUG 1 I 324 i 325 2--4 1 CUT AND 1PLUG 1 / 326 i I I I I I I I I I I I I � 1� L—L------L------L-------------I------J------—J------1------1------1------1----L---- / s s —s —s —s —s s —s —s —s —s —s s I rIwI w—wI w--1I -- w--I w—wI —w—I w—I w—w vv I —I 1I — � vv —vI —w—I w—I w—I ws—s —s —s —s —s —s —s —s—� v/ 327 7 — — — — — 7 — — — — — 7 — — — — 7 — — — — — 7 — — — — — 7 — — — — — 7-----T-----1--7--- _T-----r — EX STING 8" Si , � 1 AC WATER! I 1 344 343 342 341 340 339 338 337 336 335 334 333 332 331 330 329 328 -s' I I I I I I I I I I I I I I I ATE VA4VE TO B� , I I I I I I I I I I I I I I 4BANDOOED , �\ —1 I 1 1 EXISTING FIRE HYDRANT TO BE E 29TH ST REPLACED `\ \ �--�-----T-----T �-----1-----� —7 T r-----r---- I � 7-----T-----i \ 2f I I I 1 I I I I I I I I I I \ I I I I I I I I I I I \1 266 \\ 1 1 249 250 251 252 253 254 255 256 257 258 259 260 261 263 264 265 \ 1 UT AND I 5N PLUG i i i EXISTING 3" i i i i iI�I IAC WATERI&0, 1 J L ----L L----------------JL-----L-----L-----I-----J---— —L-----L-----L-----I--------% s-0 —esWsWL--s sWsWsWs�^'--sWsWsWsly wswsWs w s WsWswsWsWsWsw s r r W r-----F —1-----� -� T - -r r -F----�-- I I I I I I I I I I I I I I I I I I I I > I I I I I I I I I I I I I I I I I Q 230 231 z 1 248 1 247 246 245 244 243 242 241 240 238 237 1 236 1 235 234 233 232 I I J I I I I I I I I I I I I I I I I I I ii I I I I I I I I I I I I I I I I I I Q I I I I I I I I I I I I I I I I I I I I > 1 EXISTING 8" 1 >( I I I I I I I I I I I I I I \----j--TRSTWAT€RJ------ ----- 1 L----- L----- L----- L--------1-----1-----L-----L-----L----- TO BE ABANDONED FIRE HYDRANT TO BE REMOVED AND SALVAGED E 30TH ST CUT AND PLUG --------1------r-----r-----1-----7-----7-----r----1--- —-----T-----1-----7----- 7-----1-----7-----7-----r----------- 10' EXIS�ING 6" PI WATt 1 1 1 TO BE ABANDONED 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 196 197 198 199 1 200 201 I 1 202 I 1 203 I 1 204 I 1 205 206 I 1 207 I 1 209 210 1 211 1 212 213 214 1 215 216 I I I I I I I I I I ��— EXISTI�JG 8" GATE VALV4 TO BE TRST WATER ABANDONED CUT AND PLUG EXISTING 6 AC WATER I I I I I I I I I I I I I I I I I --------L----- L-----L----- I-----1----- 1-----L---- ---------L-----L----J----------L-----I-- -- -----L-----L---------- •w w — vv— w— w— vv— w— w— w— w— w— w w— w— w vv— w— w— vv— vv— vd — w— vv— w— w— vv— w- -s s —s —s —s —s —s —s —s —s —s —s —s —s —s �s —s —s —s —s —s —s —s —s —s —s —s — FXISTTNr RR„ AMARYLLIS DR r � r � 7--------------------------� r VCT SEWER 1 I I I I I I I 1 I I I I I I I 1 I I I I I I I 1 I I I I I I I i W- 3+19 W-4 L-----1 ---L- -J r--� L-. E 25TH ST E 25TH ST W-4 3+52 " ,----i i-----i---- \ _W=4— T T — I \� /�--r T-------I— _ 3+77 W-4 I I I I I I I I j j I I I � I 37 38 39 j 40 9 8 7 6 5 4 2 1 S 4 9 4+87 " W-4 EXISTING i4" �XISTINGi 3" I EXIS�ING 3 �VC WAT�R 12 * 4W I " AC WA R W-4 I L— -- -- --�— AC VV -R- w—w—V —w— L---------L----1----I-----L-----l-----L----� IA----------L----1-----------L---- s— s— s— s— s— W— w— w w— w— w— W— w— w w I w w— w— w— w— w d— s S— s— S— s— s s— s— S— s- S —S —s — — F------ - tlF -- — — — — — - ----------------------------------, r----- --- — \1 (/ EXIS�fING 6" EXISTI� I� EXISTING 6" I ' I VCT SE\ I I VCTISEWER I I 22� VCT SEWER 59 I 58 57 / 47 6+23 / W-4 I " I I E 26TH ST 1 6+66 13 I 5'� W W O W W W-4III " IiI I I I I " EXISTING 3" I 2 L J AC WATER i 77 : " w 4 3� 1 22' - 60 61 1 62 kSTING k E 26TH ST i PI 8+18 I I /lrRST WAS ER63 p �- -]_ L---- ---- — r — — — — — - g-------� s �s / "I I i�li I 75 13 3 I ` 2 \\ "I EXISTING 3" I I EXISTING 3" ) 76 AC WATER J TRST WATER 9+571 I l I I )� W-41 " Jµ SV�SW SVV SW 5\V SW SVV SW S\N V1r S �V T---------r----1-----r----T---------T----1 ---- T---------r---Z---1 I I I I I I I I I I I I I I I I I LLJ r 13 XISTIN 6" > \\ I 1 9+75 Q \ \ I I IVCT SEWER I W-4 \ \ 81 8 9 10 �2' � \ 80 \ 19 I 20 21 22 23 24 25 26 11 12 13 14 m 77 79 \ \ I D 1i \\ \ �0+96 W I \ \ I W-4 OC l' LU L . F '77TP CT i."\�� `zJ I / C 77TLJ CT I Y ♦ 1� E WEST: - TIE TO EXISTING 3" TRST 6" PVC - 6" GATE VALVE EAST: EDUCER - 6 LF OF 6" PVC - 6" GATE VALVE :ND - BEGIN BORE - BEGIN BORE E" PVC - 23 LF OF 6" PVC - 52 LF OF 6" PVC :ND - END BORE - END BORE KISTING 4" PVC - 5 LF OF 6" PVC - 6"x 3" REDUCER - 6" X 3" REDUCER - 3" 450 BEND _ - 3" 450 BEND - 3 LF OF 3" PVC VALVE - 3 LF OF 3" PVC - 3" 450 BEND 6" PVC - 3" 450 BEND - TIE TO EXISTING 3"AC )RANT LOCATION - TIE TO EXISTING 3" TRST 9+75 :RIFIED IN FIELD 3+12 - 8" GATE VALVE - 8"x 6" TEE 10+96 )RE EAST: - 8"x 6" TEE - 6" GATE VALVE EAST: E - 7 LF OF 6" PVC - 6" GATE VALVE - FIRE HYDRANT LOCATION - 11 LF OF 6" PVC VALVE TO BE VERIFIED IN FIELD - FIRE HYDRANT LOCATION :OSS 3+19 TO BE VERIFIED IN FIELD - 450 BEND 11+05 VALVE 3+25 - BEGIN BORE i" PVC - 450 BEND 11+65 .ICK BORE 3+52 - END BORE RE OF 6" PVC - BEGIN BORE 12+91 :K BORE 3+77 - 8" GATE VALVE i" PVC - END BORE 13+00 :DUCER 4+87 - 8"x 6" CROSS :ND - 8"x 6" TEE WEST: F" PVC EAST: - 6" GATE VALVE :ND - 6" GATE VALVE - BEGIN BORE KISTING 4" PVC - 23 LF OF 6" PVC - 25 LF OF 6" PVC - BEGIN BORE - END BORE VALVE - 33 LF OF 6" PVC - 7 LF OF 6" PVC 6" PVC - END BORE - 6"x 3" REDUCER )RE - 10 LF OF 6" PVC - 3" 450 BEND RE OF 6" PVC - 6"x 3" REDUCER - 3 LF OF 3" PVC E - 3" 450 BEND - 3" 450 BEND i" PVC - 3 LF OF 3" PVC - TIE TO EXISTING 3" TRST :DUCER - 3" 450 BEND EAST: :ND - TIE TO EXISTING 3" AC - 6" GATE VALVE F" PVC 4+99 - BEGIN BORE :ND - 8"X6" TEE - 58 LF OF 6" PVC KISTING 4" PVC WEST: - END BORE - 6" GATE VALVE - 28 LF OF 6" PVC VALVE - 4 LF OF 6"PVC - 6"x 3" REDUCER E - BEGIN BORE - TIE TO EXISTING 3" AC - 25 LF OF 6" PVC 14+45 6" PVC - END BORE - 8"x 6" TEE VALVE - 7 LF OF 6" PVC WEST: >RANT LOCATION - 6"x 3" REDUCER - 6" GATE VALVE - END BORE - 5 LF OF 6" PVC - 6" X 3" REDUCER - TIE TO EXISTING 3" TRST 8+50 - 8"x 6" TEE NORTH: - 6" GATE VALVE - 28 LF OF 6" PVC - FIRE HYDRANT LOCATION - TO BE VERIFIED IN FIELD 9+11 - TIE TO PROPOSED 8"x 8" TEE SEE PROP W-2 30+88 9+48 - 8" GATE VALVE CONTINUE ON SHEET C-103 I � I ' � I 173 I ' I ' L-------1--- I ' E ISTING 6"1 174I TR�T WATER J� L-- - -w— w—w—w—w—w w—w—w—w �� — s —s —s —s 1A 1728 0+0 W-10 (SEE SHEETC-105/3) 7+85 YA �' �0+0� I - W-9 1730 , SHEETC-105/3) i/ �' W-102A ----__ _ 7+42 7+78 ' �� - W-9 wN-9 w 1+05 3 I� I W-10 3/4' SERVICE TAo �- 1+13 26A I I W-10 4 �I (SEE SHEET C-105/3) ----------------------4 �I 5 10 I Ir II 1 I NI I I f 6 �� Ii 28I ---- 9- ' I I I 7 -� �l- - - - - - - - - --------J�: 1 $ I I I II ' I $ I I 3+99 1 r-1DI--ID----------------- Ni I 1 I 9 I� I 7 0 1 I I 4+08 L-W-1------------------I 1 - - - u..i 9 I I 10 11 Z I I I I Ni 6 � I � r I� I W Q Ii a iI U I I II � 1 = � "I 12 00 I II oi-------------------- ; wI un �I 0 13 t I o' d I i1 - 36 LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD 20+32 - 8" GATE VALVE - 8"x 6" TEE WEST: - 6" GATE VALVE - 25 LF OF 6" PVC - 6"x 2" REDUCER - 2" 450 BEND - 3 LF OF 2" PVC - 2" 450 BEND - TIE TO EXISTING 2" CI 22+09 - 8" X 6" REDUCER - 6" 450 BEND 22+16 - 6" 450 BEND 22+21 - TIE TO EXISTING 6" GATE VALVE (SEE SHEET C-105/2) W-6 PROPOSED 8" PVC WATERLINE SUMMARY: 0+00 - TIE TO EXISTING 8" PVC - 8" 900 BEND (SEE SHEET C-105/1) 0+06 - 8" 450 BEND 0+09 - 8" 900 BEND 1+08 - BEGIN SLICK BORE 1+93 - END SLICK BORE 5+39 - BEGIN BORE 5+53 - END BORE 5+56 - 8" GATE VALVE - 8"x 8" TEE SEE PROP. W-4 STA 16+51 W-9 PROPOSED 8" PVC WATERLINE SUMMARY: 0+00 - 27" X 8" TAPPING SLEEVE AND VALVE (SEE SHEET C-105/4) 0+08 - 8" GATE VALVE 3+47 - BEGIN BORE 4+07 - END BORE 6+28 - 8"x 4" TEE SOUTH: - 2 LF OF 4" PVC - TIE TO EXISTING 4" AC 7+42 - BEGIN BORE 7+78 - END BORE 7+85 - 8" GATE VALVE -8"X8"TEE NORTH/SOUTH: - SEE PROP W-10 STA 1+13 (SEE SHEET C-105/3) y v 6" GATE VALVE - 6" 450 BEND 1+13 - TIE TO PROPOSED 8"x 8" TEE WEST: - SEE PROP W-9 STA (SEE SHEET C-105/3) 3+99 - 8"x 6" TEE WEST: - 6" GATE VALVE - 17 LF OF 6" PVC - FIRE HYDRANT LOC/ TO BE VERIFIED IN 1 4+08 - 8" GATE VALVE 9+67 - BEGIN BORE 10+02 - END BORE 10+19 - 8"x6" TEE WEST: - 6" GATE VALVE - 2 LF OF 6" PVC - 6" X 4" REDUCER - TIE TO EXISTING 4" 10+41 - 8" GATE VALVE 10+91 - 8"x 6" REDUCER - 6" 450 BEND 10+94 - 6" 450 BEND - TIE TO EXISTING 6" (SEE SHEET C-105/5) 3185 9 :1 3175 3170 3165 J U- O N 06 M 3' MIN. COVER 1.5' + 1+93 END SLICK BORE 3178.20 FL 0+06 1+50 8" 450 BEND 3174.36 FL 3178.20 FL w cs U- O C M w W M U- O C M w M W co M LL O 06 M 3185 3180 3175 3170 3165 C7 W N 00 M 0+00 1+00 2+00 3+00 W-6 PROFILE 0+00 TO 3+00 SCALE: V: 1"=5' H: 1"=50' I I I I I I I I I I I I 311 312 313 314 315 / — 316 317 318 319 320 321 322 323 I 324 0+00 I / 325 W-12 I // 326 / -------L------L------L-------------------J------"------i------i------'L------1------1----i---- / —S —s —s —s —S —S —s —s —s —s 5 —s —s —s —s —s —s —s —s —s 327 w — vv — w w — vv — w — w — w — w — w — w w — w — w— w — w — w — w— w — vv r-----T-----r---------7-----T—r-------------- T ---- -----T-----T-----------I-----7---- E�ISTING 8"I I I I I I I I AC WATER I I I I I I I I I I I I I I I I I 1 ` s`✓ I � I 344 1 343 1 342 1 341 I 340 1 339 1 338 1 337 I 336 1 335 1 334 1 333 I 332 1 331 1 330 1 329 1 328 1+19 s / W-12 1 1 1+76 E 29TH ST W-12 W ,— I ---� —7 T r-----r---- I 1 7-----T-----r —r I----� � —T--- 1 \ 2( 2+01 W 3 W-12 266 � 1 I I I I I I I 1 249 � 250 � 251 � 252 � 253 � 254 1 255 1 256 1 257 1 258 1 259 1 260 1 261 1 l.� 263 1 264 1 265 I EXISTIf G 3" � AC WATER �� L----L-----L-----------I-----J----------L-----L-----L----------J--- — —--L-----L-----L-----I---------I— i sw Sw sw sw Sw sw Sw sw Sw sw Sw sS w s w s w 5 s w s wI r— r-----r r � — -- 7 T — — — — -r r F--- -- - 117 W Q I I I I I I I I I I I I I I I I I I 230 I I I I I I I I I I I 1 � I I I 1 248 1 247 1 246 245 244 243 242 241 240 1� 1 238 237 236 235 234 233 232 231 I I z l I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I� 1 �3� w w 4+91 E 30TH ST W-12 --- -----i ---r —1 7 r-----r r-----1 r-----1 r- r----� I I I I I I I I I I I I I I I I I I I I I I I I I + I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I jl I I I I I I I I I L96 197 198 199 200 201 202 203 204 205 206 207 208 209 210 211 212 213 214 215 216 I I I I I I I I I I I I I I I I I J �t— EXISTIING 8" I I I EXISTIN� 6" I I I I I I I I I I I I --- TRST V�IATER AC WAITER --- L-----L-----L---------------1—---L---------- -----L-----L----J-----L----------J 1-----L----------- •w vv $ w— w— w— w— w— vv— w vv — w— w w— w— w w— w— w— w— w— w— w— w— w— w— w— w- -s s —s —s —s —s —s —s —s —s —s —s —s —s —s —s S —s —s —s —s —s —s —s —s —s —s —s EXISTING 8" AMARYLLIS DR VCT SEWER I I I I I I W-12 PROPOSED 8" PVC W-12 PROPOSED 8" PVC W-13 PROPOSED 8" PVC WATERLINE SUMMARY: WATERLINE SUMMARY: WATERLINE SUMMARY: ) MARTIN LUTHER KING JR. BLVD. INTERSECTION - DETAIL C-101 W-1 & W-2 EXISTING 8" AC WATER W-W-W-W w ri � J Z) m � J I zrn PROPOSED CUT AND PLUG 18' 0+00 W-5 EXISTING 8" AC WATER TO BE ABANDONED 20' E 28TH ST vv 0+13 W-5 W-5 PROPOSED r 8" PVC WATER i i i i e FHER KING BLVD AND 28TH ST INTERSECTION - DETAIL C-101 W-5) Z0' W-2 PROPOSED 8" PVC WATER �I I EXISTING 8" CI 30+44 � WATER TO BE W-2 ABANDONED W-2 PROPOSED 8" PVC WATERLINE SUMMARY: W-5 PROPOSED 8" PVC WATERLINE SUMMARY: 0+00 - TIE TO EXISTING 8" AC - 8" 900 BEND 0+13 - 8" 900 BEND i EXISTING 8" VCT SEWER �s \ s S \ \w\w� s \s � 10+02 i wow s �s W-10 w\ �s w � RD ST I 10+19 i � W-10 EXISTING 4 I � � EXL' AC WATER 10+41 I �, � r _ W-10 / i s- 2'— s— s— s- 28' 21' If Lu � EXISTING 6" CI WATER TO BE w ABANDONED ~ PROPOSED CUT AND 6" PLUG W-10 PROPOSED EXISTING 10" 8" PVC WATERLINE VCT SEWER 10+91 10+94 W-10 W-10 I` 19 fI s � z W-10 PROPOSED 8" PVC WATERLINE SUMMARY: 10+02 - END BORE 10+19 - 8"x6" TEE WEST: - 6" GATE VALVE - 2 LF OF 6" PVC - 6" X 4" REDUCER - TIE TO EXISTING 4" AC 10+41 - 8" GATE VALVE 10+91 - 8"x 6" REDUCER - 6" 450 BEND 10+94 - 6" 450 BEND - TIE TO EXISTING 6" Cl (SEE SHEET C-105/5) W 15A J� �P / / / / / / / / / 1+0� / W-f0 7+78 I 7+85 W-9 W-9 _ v— W 1+13 W-10 s —s —s EXISTING 3" AC ' I WATER TO BE I I ABANDONED I� -2 TEAK AVE AND 31ST ST INTER '' SCALE: 1"=20' //�� zz zz 16+53 / W-5 /jw/w PROPOSED 6" CI TO BE 15+31 / !/w/ 16+51 ABANDONED W-5 / !/w/ W-5-- / EXISTiNG FIRE / w / HYDRAN� w / � PROPOSED 3" 4_ AC TO BE ` ABANDONED 15'� PROPOSED CUT AND \� PLUG - TH ST AND WANDA AVE INTERSECTION - DETAIL (SEE SHEET C-103 W-5 ALE: 1"=20' L 1 PROPOSED 6" PVC TERLINE SUMMARY: -6"X6"TEE NORTH: - 30 LF OF 6" PVC BORE UNDER CONCRETE ALLEY RETURN _�n ICnr_G11 Mir Q 72 ro vv-J rKvrv,,)ty o PVC WATERLINE D , D - D �D Q` LUG 0 r TYPICAL 2,500 PSI CONCRETE CONCRETE THRUST BLOCK QUARTER OF THE DIAMETER OF THE SANITARY SEWER MAIN BELOW THE CENTERLINE OF THE PIPE UP TO 12" ABOVE TOP OF PIPE FOR THE TOTAL LENGTH OF ONE PIPE SEGMENT, MINIMUM 9' IN EACH DIRECTION FROM WATER LINE, PLUS 12" BEYOND THE JOINT ON EACH END. SEWER CROSSING UNDER EXISTING WATER MAIN N.T.S. THRUST BLOCK SIZING CHART DIA. 900 450 22.50 11.250 TEES & PLUGS INCHES CF CF CF CF CF 4 2 1 1 1 3 6 4 2 1 1 6 8 9 4 2 1 15 10 17 7 3 2 27 12 27 15 8 3 37 16 38 21 11 4 53 18 46 25 13 4 64 20 55 30 16 5 77 24 74 40 21 7 104 30 106 58 30 10 149 NOTES: 1. ALL SURFACE AREA FOR BEARING SHALL BE AGAINST UNDISTURBED GROUND. 2. ALL VALUES IN CHART ARE VOLUMES IN CUBIC FEET. 3. THRUST BLOCK DIMENSIONS SHALL BE EQUAL ON ALL SIDES. 4LS AND CONSTRUCTION ;HALL BE IN CONFORMANCE )F LUBBOCK PUBLIC WORKS G DESIGN STANDARDS AND ONS. BAN 5' WIDTH LONGITUDE ;EQUIRE PAVING ,OVAL BY THE CITY BEDDING TRENCH BACKFILL: -BEDDING SHALL BE SELECT SAND OR AGGREGATE FREE FROM ROCKS, CLODS, ROOTS OR OTHER DEBRIS LARGER THAN 1/2". -THE EMBEDMENT AROUND THE PIPE AND TO A POINT 12" ABOVE THE TOP OF THE PIPE SHALL BE CAREFULLY PLACED BY HAND. EMBEDMENT MATERIAL SHALL BE CRUSHED STONE WITH IRREGULAR SURFACES AND EXTEND TO 12" ABOVE TOP OF PIPE. IF 'D' IS LESS THAN 12", EMBEDMENT IS NOT REQUIRED FOR WATER LINES. -THE REMAINDER OF THE BACKFILL THAT IS ABOVE 12" HIGHER THAN THE TOP OF THE PIPE AT ALL LOCATIONS, EXCEPT UNDER HIGHWAY CROSSINGS, SHALL BE BACKFILLED WITH LOOSE EXCAVATED MATERIAL IN 8" MAXIMUM LIFTS. THE CONTRACTOR SHALL EMPLOY AN EXCAVATOR -MOUNTED TRENCH ROLLER OR OTHER COMPACTION EQUIPMENT TO PROVIDE BACKFILL DENSITIES AT LEAST EQUIVALENT TO THE SURROUNDING UNDISTURBED MATERIAL OR 95% MODIFIED PROCTOR DENSITY (WHICHEVER IS GREATER). SURFACE FLOODING OR WATER JETTING IS NOT ALLOWED AS A COMPACTION METHOD. DENSITY TESTS SHALL BE PERFORMED ONCE EVERY 500' FOR EACH LIFT AND SUBMITTED TO THE CITY OF LUBBOCK WATER UTILITIES ENGINEERING DEPARTMENT FOR RECORD. TRENCH DETAIL N.T.S. It 0,11-1101 6" C-900 PVC RISER TYPICAL VA AND COVER CONCRETE 6" GATE VALVE WATER nnnrni MECHANIC F RESTRAII rTi