Loading...
HomeMy WebLinkAboutResolution - 2006-R0235 - Contract For Construction For Southwest Pstation - Archer Ump Western Contractor - 05/25/2006Resolution No. 2006-RO235 May 25, 2006 Item No. 5.13 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for construction of the Southwest Pump Station Transmission Main per ITB #06 -032 -BM, by and between the City of Lubbock and Archer Western Contractors LTD. of Arlington, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 25th day of _ May 2006. DAVID A. MILLER,O. ATTEST: Rebe ca Garza, City Secretary APPROVED AS TO CONTENT: Nomas Adams, Deputy City Manager APPROVED AS TO FORM: M. Knight, gs/ccdocs/Contracr-Archer Westem Contractors.res May 16, 2006 Resolution No. 2006-RO249 Y i i 22ND ST NINO —all IN _ 7 w 8 9 10 w tt f2 Mi o smog Non M!4m;m NON II, INNIMMI Iw a a IW > a a d w z ti w i 21ST STi w is s a 3 z 1 g Lld smi —all 4 _ 7 w 8 9 10 w tt f2 smi um 4 _ 7 w 8 9 10 w tt f2 smi um - N; NO 9 10 11 12- Y d w z 8 9 10 11 127 ; 10 12 i w > �• d i i i w i 24TH HST i Y w 6z 5 4 3 2 1 3 3 17 w z -n S w > Y carn ti•r 7 B 9 10 11 12 I w w f w M' 23RD ST ; Romano Ell a 1 9 10 it W U V t � w w � Y a am --- i d ; i -a - a 6-a w 5 4 3 2 1 t um - Y T B 9 10 11 12- Y 8 9 10 11 127 ; 10 12 i w > �• d i i i w i 24TH HST i Y w 6z 5 4 3 2 1 3 3 17 w z -n S w > Y carn ti•r 7 B 9 10 11 12 I w w f w M' 23RD ST ; Romano Ell a 1 9 10 it W U V t � w w � Y a am --- i d ; i -a - a 6-a w 5 4 3 2 1 t 1 7 8 9 10 if 127 w... 1 i 6TH ST i i um - 1 7 8 9 10 if 127 w... 1 i 6TH ST i i No Text No Text ITB# 06-032-BM, Addendum # 1 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 `A PH: (806)775-2171 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM #1 ITB # 06-032 Southwest Pump Station Transmission line April 26, 2006 May 2, 2006 @ 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. No. L• - Plans: Sheet D-1 (SHT 7 OF 10); Valve Vault Details / Specification 02080-1; Part 2.2 ADD: "Manhole cover shall be located within 7-inches of the side wall of the vault nearest the ladder steps. The cover shall have a traffic rated placard that reads "CONFINED SPACE." No. 2: Plans; Sheet D-1 (SHT 7 OF 10); Valve Vault Details / Specification 02080-1; Part 2.3 To -Specification 02080-1; Part 2.3, DELETE: "Steps shall be properly aligned as shown on the plans and cast into the manhole wall prior to shipment." ADD: "Steps shall be anchored into the concrete vault with bolts after the vault has been set in place as shown on the plans." No. 3: Plans, Sheet D-1 (SHT 7 OF 10); PRV/Bypass Assembly Vault Installation Details / Specifications 02523-1; Part 2.2 To Note No. 7 on the Plans, ADD: "Pressure reducer valve shall be in accordance with written specifications." DELETE the phrase "...standard products list no. WW-319." To Specification 02523-1; Part 2.3, ADD: "Acceptable valve manufacturers include: CLA-VAL P.O. Box 1325 Newport Beach, CA BERMAD 4070 Leaverton Ct. Anaheim, CA Singer Valve Inc. P.O. Box 1249 Huffman, TX WATTS ACV P.O. Box 752289 ITB# 06-032-BMAdl.doc 1 ITB# 06-032-13M, Addendum # 1 Houston, TX No. 4: Traffic Control Plan Sheet TCP (2-1) — 98 and TCP (2-4) — 03 are included as a reference. A site specific Traffic Control Plan shall be submitted and approved prior to any work in public street Right of Way. No. 5: DELETE Section 02613 Bar Wrapped Steel Cylinder Pipe in its entirety and replace with the requirement that Bar Wrapped Steel Cylinder Pipe SHALL conform to AWWA Standard C-303-02 No. 6 Page 3 / Bid Item No. 8 calls for the pricing of 2 - 2" air relief /vacuum relief valve assemblies. This is not i consistent with the design DRAWINGS (WL-1 & WL-2) which call out 4" air relief / vacuum relief valve assemblies. The Bid Item No. 8 should be changed to 4" air relief/vacuum relief valve assemblies. No. 7 Section 02510-2; Paragraph 2.4 A- FITTINGS: "...in accordance with AWWA C110." Note: AWWA C153 will be allowed as a substitution to AWWA C110 No. 8 The Temporary field office as specified in Section 01500 will not be required. No. 9 Section 02321.3.4 BACKFILLING: A. DELETE "Refill and recompact as specified, or otherwise correct the condition in a approved manor." Backfill within the all ditches shall be compacted as specified in 02319.3.6.D. (95% standard proctor according to ASTM D 698) OMIT Paragraphs B and C No. 10 Testing of the compacted Backfill shall be one test every 500-feet from each lift. Cost of the testing shall be at the contractor's expense. Any requested additional tests shall be paid for by the City of Lubbock. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to bmacnair@mylubbock.us THANK YOU, CITY OF LUBBOCK �Rw �� Bruce MacNair Interim Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Interim Public Works Contracting Officer if any language, requirements etc or any combinations thereoff, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Interim Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB# 06-032-BMAdl.doc 2 ITB# 06-032-13M, Addendum #2 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2171 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: OLD CLOSE DATE: NEW CLOSE DATE: ADDENDUM#2 ITB # 06-032 Southwest Pump Station Transmission line May 2, 2006 May 2, 2006 @ 2:00 P.M. CST May 16, 2006 @ 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB): Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The new close date is May 16, 2006 @ 2:00 P.M. CST. Thanks! All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to bmacnair a� mylubbock.us IIi:I��I;i•(ili� CITY OF LUBBOCK Bruce MacNair Interim Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Interim Public Works Contracting Officer if any language, requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Interim Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB# 06-032-BMAd2.doc 1 ITB# 06-032-BM, Addendum #3 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13Ta STREET LUBBOCK, TEXAS 79401 PH: (806)775-2171 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: OLD CLOSE DATE: NEW CLOSE DATE: ADDEND UM #3 ITB # 06-032 Southwest Pump Station Transmission line May 2, 2006 May 16, 2006 @ 2:00 P.M. CST May 2, 2006 @ 4:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, _3 shall remain in effect. 1. The new close date is May 2, 2006 @ 4:00 P.M. CST. Thanks! All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to bmacnair@mylubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Interim Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Interim Public Works Contractine Officer if anv laneuaee. reauirements. etc.. or anv combinations thereof, inadvertently restricts or limits the reauirements stated in this ITB to a sinele source. Such notification must be submitted in writing and must be received by the Interim Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB# 06-032-BMAd3.doc I CITY OF LUBBOCK INVITATION TO BID TITLE: SOUTHWEST PUMP STATION TRANSMISSION LINE ADDRESS: LUBBOCK, TEXAS ►l lul: i 1 1 0.1 ul PROJECT NUMBER: 9397.8304.10000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. mmm NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR UNIT PRICE CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS • • : It � ' NOTICE TO BIDDERS ITB #06-032-BM Sealed bids addressed to Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Interim Public Works Contracting Officer, Municipal Building, 1625 13th Street, Suite 102, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on May 2, 2006, or as changed by the issuance of formal addenda to A all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "SOUTHWEST PUMP STATION TRANSMISSION LINE" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Interim Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Interim Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock p.m. on May 2, 2006„ and the City of Lubbock City Council will consider the bids w on May 11th, 2006, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract - price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best RAfiag of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on April 18th. 2006 at 9:00 o'clock A.M.. in the Municipal Building. Training Center. Room L01. 1625 Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, http://pr.therWroductioncompany.com/, Phone: (806) 763-7770. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Director of Purchasing & Contract Management of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775- 2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK BRUCE MACNAIR, INTERIM PUBLIC WORKS CONTRACTING OFFICER No Text GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish SOUTHWEST PUMP STATION TRANSMISSION LINE per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 P.M. CST, May 2nd, 2006 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: "ITB #06-032-BM, SOUTHWEST PUMP STATION TRANSMISSION LINE" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Bruce MacNair, Interim Public Works Contracting Officer City of Lubbock 1625 13th Street, Suite 102 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 9:00 A.M., April 18th, 2006 in the Municipal Building, Training Center, Room L01, 1625 13`" Street, , Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFPdepot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may - request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder, or in the event the Public Works . Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at bqp://www.RFPdepot.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the bid closing date. _ 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been ;.. read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all --= requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Interim Public Works Contracting Officer and a clarification obtained before the bids are received, and if no such notice is received by the Interim Public Works Contracting Officer prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify the Interim Public Works Contracting Officer before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the 3 preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 2 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Interim Public Works Contracting Officer if anv lanQuaae, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO - BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, INTERIM PUBLIC WORKS CONTRACTING OFFICER City of Lubbock 1625 13'' Street, Suite 102 Lubbock, Texas 79401 Fax: (806) 775-3326 Email: BMacnair@mylubbock.us RFPDepot: http://www.RFPdepot.com 3 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within 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). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. u 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations - contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the 4 Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR 4 The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. :i 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the -= City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be - submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these 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 weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 6 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. ¢# 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit 1 shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must 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, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price .. written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 3 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. W Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 8 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole f discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 13 plus the sum of any Alternate Bids the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. m 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR -- PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 9 1� l: a :� BID SUBMITTAL UNIT PRICE BID CONTRACT _g DATE: M a.. -A, ZL O C� 6 PROJECT NUMBER: #06-032-BM - SOUTHWEST PUMP STATION TRANSMISSION LINE Bid of {�r�er e� }'e C �s o r&m ao(hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) 5 Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a SOUTHWEST PUMP STATION TRANSMISSION LINE having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to LL furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and ��� contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Estimated s Item Quantity -, No. & Unit Description of Item Total Amount 1. 1 LS Furnish mobilization, bonds, and insurance. TOTAL ( �t BID ITEM #l: 1 w d is $ �'rZ� /LS( 2 j �xTo 1 (Unit Price Amounts shalf be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 3,220 LF Furnish and install 24" C-303 Concrete Pressure Pipe complete and in place including all excavation, trench bracing, bedding, and backfilling as specified and shown. MATERIALS: `VolS $ //LF( Z 5-7 A (000 LABOR: '�d,Q��- "1 �J re $ t.�s � LF( 1144,TOTAL BID ITEM #2: Ong �'--0kWl✓. (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern,) A-11AZI/Bidder's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount 3. 4 EA Furnish and install 24" gate valves, valve boxes, and all related appurtenances complete and in place as specified and shown. MATERIALS: TA: t Eli �haUSJkWJ 0l l425 $ 1!?� /EA( ��9000 ) TOTAL BID ITEM #3: M1/ll 4ieL1j 1 !' �(� Da4ANJ "N1657 $�A(�6000 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 3 EA Furnish and install 24"x 24" connection of C-303 Concrete Pressure Pipe to existing water line including all related appurtenances complete and in place as specified and shown. MATERIALS: 61 bJ E 14 TOTAL BID ITEM#4: r-1a :11pusAkA 'D aES $ 1 f000 /E_A(114000 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amou shown in words shall gov mJ 5. lEA Furnish and install 20" x 20" x 24" TEE connection of C-303 Concrete Pressure Pipe to existing water line (73'd & Frankford) including all related appurtenances complete and in place as specified and shown. MA •.. Z TOTAL BIDITEM #5: —fkrL $3ftL�-o /EA(3500 (Unit Price Amounts shall a shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 6. 1 EA Furnish and install 12" pressure reducing (sustaining) valve assembly, valve boxes, and all related appurtenances complete and in place as specified and shown. MATERIALS: I\9QA-1 FWe - haUSA4 W62 P $24;01tk�, /EA LABOR: �EN 1 �oUhA 16��1tt-�j $ LVXX70 /EA( Jc7T 0 ) TOTAL ✓` BID ITEM #6: wl(41-y f%VE -11W.$A)3d W', 5 $ 356oO /EA( 3 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall rV11 Bidder's Initials I 2 Estimated _# Item Quantity No. & Unit Description of Item Total Amount 7. 1 EA Furnish and install 16" pressure reducing (sustaining) valve assembly, valve boxes, and all related appurtenances complete and in place as specified and shown. MATERIALS: !"gjAsA Ukr- _( jj 1<SM.,) ► Ubllaf,S $ &I1 W /EA( WIMQ- ) LABOR: -kW ` U4 ��R-S— $ VAW0 /EA( VA 000 ) TOTAL T' f 1 BID ITEM #7: T'1 r1 V E it t S $ SS00a /EA(rJ000 ) (Unit Price Amounts shall'be shown in both words and numerals. In case of discrepancy, the amount shown to words shall go em ) 8. 2 EA Furnish and install 2" combination air relief / vacuum relief valve assembly, valve - boxes, and all related appurtenances complete and in place as specified and shown. R MATERIALS: �OC�Q ��flt15ANGl IAP.S $ y00� /EA( 11 LABOR: ��604AS nKX tS __--_- -$ 2=0 /EA( 14.000 ) TOTAL BID ITEM #8: 4;, x -fW044"A 'W I A415 $ 6OU0 /EA( I U0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall gbvern.) 9. 4 VF Furnish and install additional vertical feet of 6' x 6' concrete valve box, and all related appurtenances complete and in place as specified and shown. MATERIALS: ���11h1�2 To 6C, $ .0/VF Oct' LABOR: I ACS $ Zoo— /VF(, �aw TOTAL f BID ITEM #9: r V E M U�► I. t 10� S $ Soo L;WNW ZP,0 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 10. 5,580 SY Remove and replace stabilized base and/or asphalt paving including neat removal of existing paving materials and proper disposal or disposition complete and in place as specified and shown. MATERIALS: IWEkVE $ '°` /SY( 6,R60 T LABOR: L 1 Ci�� L,b,,1 t.S' $ : $oa /SY( LA q,1nq O ) TOTAL — BID ITEM #10: W tlj , $� /SY (Unit Price Amounts shall be shownlin both words and numerals. In case of discrepancy, the amount shown in words shall go ern.) 1 Bidder's Initials 3 Estimated Item Quantity No. & Unit Description of Item Total Amount 11. 3,220 LF Furnish and install trench protection as per OSHA requirements including all necessary appurtenances complete and in place as specified and shown. MATERIALS: 0�o1'42S $ 7/LF( (oyu0 ) LABOR: �/LF( TOTAL BID ITEM #11: :::fbxeec 1)49-S " $ � /LFS.66 C) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 1 LS Furnish, install, and remove traffic control plan implementation complete and in place as specified and shown. MATERIALS: SEV04 ! X1 %�611AWS $ 7000 /LS( 7� LABOR: /ftC!!fhW-C.At4A $ 3,aoo /Ls( 3,000 TOTAL BIDITEM #12 E tii �6 011 c," (Unit Price Amounts shall be shown in both words O' C000 numerals. In case of discrepancy, the amount shown in words shall govern.) 13. 1 LS Furnish, install, and continually monitor erosion and sedimentation control including all necessary materials and coordination for compliance with storm water regulations and ordinances complete and in place. MATERIALS: "Olts444 ONC NmhtA foAq VAII S $ I.1140 /LS( 1140 LABOR: W o -16O A -wim s $ Z' 0W /LS( 2.000 TOTAL ( ,, t - BIDITEM #13��r►/.Erc,IHOIA { 0'� f02. 5 $ 3,1 /LS( 3. Li4 (Unit Price Amounts shall be shown in both words and numerals. In case of di repancy, the amou t shown in words shallgovern.) TOTAL BASE BID, ITEMS #1- #13: (SW Pump Station - Transmission MATERIALS: LABOR- (Wb TOTAL BASE BID ITEMS #1 - #13: 1 (Unit Price Amounts J-aq4WFAI be shown in both words and .9 -1) 56 ZSZ 56 J,j�Di)Azs Rq7, 9100 In case of discrepancy, the amount shown in words shalrgovem.) ///OJ//Bidder's Initials 4 Estimated Item Quantity 71 No. & Unit Description of Item Total Amount ADDITIVIE ALTERNATE Milwaukee Ave. Water Line Extension from 94`h St. to 98th St. Al 1 LS Furnish mobilization, bonds, and insurance. MATERIALS: f DQQ. —fo Ae.AW,1 "0011US- $ -%000 /LS( 4,boo LABOR: DME -4W -II sks $ OW /LS( boy) TOTAL ADDITIVE OPTION #AI : TIE ��toLlS Vat's at's $ dxo /Ls( t i (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) a A2 1,550 LF Furnish and install 20" C-905 PVC Class 165 water pipe complete 'and in place including all excavation, bedding, valves, and backfilling as specified and shown. MATERIALS: foaj�► ` 00 $ Liz — /LF( 69, 100 LABOR: t.lgh�EEIJ l,QS $ IS 2�'/LF( 21) 900 TOTAL ADDITIVE pa OPTION #A2: S 1 X N �11A�� $ %� "��/LF( 9-3 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A3 1 EA Furnish and install 12" gate valve, valve box, and all related appurtenances complete and in place as specified and shown. MATERIALS: �.1E-'(HouS�Ar �Wb oW S IACS $ �.200 /EA( UZOO LABOR: kct�' aUm r-\2 A l ita`\WLS $ &)0Q /EA( TOTAL ADDITIVE OPTION #A3: l wy �hOus �IAnS $ ZAP ?'w0 ZAP/EA( �) .a (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A4 1,550 LF Furnish and install trench protection as per OSHA requirements including all necessary appurtenances complete and in place as specified and shown. MATERIALS: �wv o �� d2S $ Z oOi /LF( t o O ~ LABOR: QVU �,�Z $ �0 /LF( TOTAL ADDITIVE ,1 OPTION #A4: 1 bnE 1J alc," $ 3 !LF( IA. 65,0 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) =f-=— Bidder's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount A5 1 LS Furnish, install, and continually monitor erosion and sedimentation control including all necessary materials and coordination for compliance with storm water regulations andordinancescomplete and in place. = MATERIALS:: 12E15 �LwAt1 �'�u hJ�� S $ S!5 �/LS( S50 LABOR: Ot,*�If7UUSAcooA '*W4s __ $ a100 /LS(,iwuo ) TOTAL ADDITIVE 't OPTION #A5: �16'�ho�►SAraC� "E* %N (Unit Price Amounts shall be shown in both words and numerals. In case of TOTAL ADDITIVE ALTERNATE, ITEMS #Al - #A5 MA LS( I, SK0 the amount shown in words shall govem.) 1.60 TOTAL ADDITIVE ALTERNATE f �j ITEMS #Al- #A5: We 1444SI��i �t 1 W5Ar�1 FOALS $ 10b,000 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) TOTAL BASE BID, ITEMS #1- #13 & ADDITIVE ALTERNATE, ITEMS #Al — #A5: MATERIALS: 6ix H o itJeAN Tb' Z 3 -LABOR: �Irh�4uncC�{EC� 1l�o�tSk�-'Ig�+lNA $ 5P, O� O TOTAL BASE BID ITEMS #1- #13 & d, 4-%1 AzS ADDITIVE ALTE ATE -(4�^� ITEMS #Al - #A5: - A a — $ -5 3 D O (Unit Price Amounts shall be shown in both words an umerals. In case of discrepancy, the amount shown in words sha govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. f / s Bidder's Initials 6 The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, ALL' payable without recourse to the order of the City of Lubbock in an amount not less than five percent (51/o) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. mw a Bid Bond in the sum of Y, °'b aC-tcA-sLN b, aqnL =r►-\' Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event -= the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of y` written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if r is a ATTEST: i9 Secre�h JO 1 %v-, P , S tia acknowledges receipt of the following addenda: Addenda No. Q),mo— Date d► 1 Ardo6 Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: I I Woman Black Date: ,T Autho zed Signature (Printed or Typed Name) Address _ r t; r1e.-� \af f o ra City, J County -Te xckS , `7Q00�6 State Zip Code Telephone: et"? _ - Fax: 91`7 - Native American 1. 2. 3. 4. 5. 6. 7. s. 9. 10 LIST OF SUBCONTRACTORS 1 r_ Minority Owned �ewsa�q�c +�"rwswsx�� ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 c ❑ ❑ a a ❑ ❑ ❑ ❑ ❑ ❑ { THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS. s CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I 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 cfrtificate to tbe..City meeting all of the requirements defined in this bid/proposal. y4\CC*h9,141 Nk s01 sirs Contractor (Print) CONTRACTOR'S FIRM NAME: br cN\ r Wt-sA e r r1 Qa y St r a coo rS (Print or Type ) CONTRACTOR'S FIRM ADDRESS: a\ a\ Pzrwr e_ J • I - Address of Agent/Broker: 0 O EcL Ana ok .r& City/State/Zip: Agent/Broker Telephone Number: (3\a ) 38 Date:��.� NOTE TO CONTRACTOR 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 Interim Public Works. Contracting Officer for the City, of Lubbock at (806) 775-2163. BID #06-032-BM - SOUTHWEST PUMP STATION TRANSMISSION LINE r SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section' 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among #t other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations'of OSHA regulations within the past three (3) years. b. Citations (as 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, ' uspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE t Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES_ NO See A�oc�t� OS �ecOr'c�_. If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 10 OUESTION TWO ' Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of 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 bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: zR5 Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and m3 penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid 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 b me in this questionnaire will be investigated, with my full permission, and that any misrepresenta ns or omissi n c se my bid to be rejected. Mo,-4i hew "W o�\S Pres%�L-erft Title 11 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. COM Signa Date Printed name of company official signing above:MQ:�A h ew �'&) al s h 12 PAYMENTBOND 13 No Text BOND NO. 8 SB 104738173 BCM [ ! STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) r — KNOW ALL MEN BY THESE PRESENTS, that AWCL* (hereinafter called the Principal(s); as Principal(s), and Travelers Casualty and Surety Company of America L (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of 953 Thousand 9 Hundred & 00/100 Dollars ($ 953,900 ) lawful money of the ri 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. r . WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25 th day of May ,20 06 ,to complete the construction of certain improvements to the Southwest Pump Station Transmission Line in Lubbock, Texas 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 E- 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 2nd day of June 2006 Travelers Casualty and Surety Company of America Archer Western Contractors, Ltd. Surety *ByM'�r (Title) een Lucitt Attorney -in -Fact *Archer Western Contractors, Ltd. (Company Name) By. Matthew Walsh (Printed N e) r//,4 J )Ak' (Signatur' (Title) President I 0 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn 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. Travelers Casualty and Surety Company of America Surety Approved as to form: City of Lubbock . , By: * By: (Title) lleen Lucitt' Attorney -In -Fact L Attorney l/ ' * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 No Text WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STPAUL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 215918 Certificate No. 000376387 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kevin P. Nagel, and Eileen Lucitt of the City of Park Ridge/Crestwood , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of, guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or: proceedings allowed by law. 1 St IN WITNESS WHEREOF, the Coml�amess have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of y Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company GASUq� SURETY FIRE 6 E,,N INfG ' j� NgV"�4 Jp TY ANp OV.11........:?'t'o8�SSAL'D State of Connecticut City of Hartford ss. By: G orge W ompson, Sen' r Vic President On this the st day of May , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o et*t In Witness Whereof, I hereunto set my hand and official seal.My Commission expires the 30th day of June, 2006. `�,C� cam► C . �,��n�ou.��" Marie C. Tetreault, Notary Public 58440-9-05 Printed in U.S.A. THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond. recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is 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 2nd day of June , 20 06 Kori M. Johansc Assistant Secretary ASU �ji)ftr) FIRE 6 \ ..�•' G q� P O Y � 1NSU �tV Ary Jp ......... 4' yJ S •f�,tYiAw'flFry Fib '�i'0 � ISSZ�' O � ` � '•""'ruWtED 92 � .�+ � CORPWRq>C�m � Qf�OPPORATtyc.'F 4p Gm �" �[D .7G < 88i7�N 'a i i : tf e a HAFtif�FtO. < (tV.H'ifdHD, '� a �: nI tS 'o: W t896 4 a 1951 N 1 SE At. iol 3 .. CONN. o[ CdltRtg N� `�''+ECFF'Na y sir ,i C+; , o ;SBA.... s y o @\ �"fs �..H�L�Pf v1 ... .�aaa '�g ..... * 1 Pd Attt To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER I No Text BOND NO.8 SIB 104738173, BCK t_3 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that AWCL* (hereinafter called the Principal(s), as Principal(s), and Travelers Casualty and Surety Company of America (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of 953 Thousand 9 Hundred & 00/100 Dollars ($ 953,900 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25 thday of r"I" May , 2004 to complete the construction of certain improvements to the Southwest Pump Station Transmission Line in Lubbock, Texas 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 2nd day of June , 2006 . Travelers Casualty and Surety Company of America Archer Western Contractors, Ltd. Surety (Company Name) * By: (Title) een Lucitt: Attorney -in -Fact *Archer Western Contractors, Ltd. By. Matthew Walsh (Printed N� J (Signatur President (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby .. designates Kevin J . Dunnan 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. Travelers Casualty and Surety Company of America Surety *By: (Title) ' een Lucitt Attorney -In -Fact Approved as to Form a City of Lubbock _' By ty Attorney �ry * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 No Text CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 DATE: 06/07/06 TYPE OF PROJECT: Lubbock Southwest Pump Station Transmission Pipeline Job # 206054 THIS IS TO CERTIFY THAT Archer Western Contractors. Ltd.. 2121 Avenue J. Suite 103 Arlington. TX 76006. (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 DATE EFFECTIVE DATE LIMITS GENEWLuffILlTP 41PKG2083000 06/01/06 06/01/07 ® Commercial General Liability General Aggregate $2,000,000 ❑ Claims Made Products-Comp/Op AGG $1000.000 ® Occurrence Personal & Adv. Injury $1,000,000 ❑ Owner's & Contractors Protective Each Occurrence $1.000,000 ® Per Proiect Fire Damage (Any one Fire) $300,000 ❑ Med. EX .(Any one Person) $ I 0 000 AUTOHOSILELL4BILITY 41PKG2083000 06/01/06 06/01/07 ® Any Auto 41CAB2083200 Combined Single Limits $2,000A00 ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ® Hired Autos Property Damage $ ® Non -Owned Autos GdIRAGELI9BlLITP ❑ Any Auto Auto Only — Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ BUlLDERSRISK ❑ t00% of the Total Contract Price $ INST.4LLATIONFL0.4TER $ L;rCESSL1149JLITP 06/01/06 06/01/07 ® Umbrella Form Each Occurrence $10.000 000 Other Than Umbrella Form Aggregate $10,000,000 WORKERS C0AfPENSfITlONAND 4] WC12082900 06/01/06 06/01/07 EMPL0YERS1L"9fflTP The Proprietor ® Included Statutory Limits Partners/Executive ❑ Excluded Each. Accident $1A0.000 Officers are: Disease Policy Limit $1.000 000 Disease -Each Em loyers $1.000 000 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 require 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 Aon Risk Services. Inc. of Illinois (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Gregg Rothermel Title: Client Specialist The Insurance Certificates Furnished shall include the City of Lubbock as a Primary Additional Insured on General Liability and Automobile Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. DATE(MM9/DD/YYYY) A CORD. CERTIFICATE QF vL,'_ LITY ;INSURANCE 06/08/2006 .,. PRODUCER Aon Risk Services, Inc. of Illinois THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY 200 East Randolph Chicago IL 60601 USA AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # PHONE-012) 381-1000 FAA- 312-381-0125 INSURED INSURER A: Arch Insurance Company 11150 Archer Western Contractors, Ltd. 2121 Avenue J INSURERS: Westchester Fire Insurance Co 21121 INSURERC: Suite 103 Arlington Tx 76006 USA INSURER D: INSURER E: COVERAGES:=. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD' INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MM\DD\YY) POLICY EXPIRATION -DATE(MM\DD\YY) LIMITS AGEI ERAL LIABILITY 41PKG2083000 06/01/06 06/01/07 EACH OCCURRENCE $1, 000, 000 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300,000 CLAIMS MADE ® OCCUR N PREMISES(Ea occurence) M D P IAny one Person) i 'Ou PERSONAL & ADV INJURY $1, 000, 000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2 , 000 , 000 POLICY El PRO- ❑ LOC JECT A A AUTOMOBILE LIABILITY x ANY AUTO ALL OWNED AUTOS 41CAB2083200 MA 41PKG2083000 AOS 06/01/06 06/01/06 06/01/07 06/01/07 COMBINED SINGLE LIMIT (Eu accident) $ 2 , 000 , 000 BODILY INJURY SCHEDULED AUTOS ( Per person) x HIRED AUTOS BODILY INJURY x NON OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT AUTO OTHERTHAN EA ACC EANY AUTO ONLY AGO B EXCESS/UMBRELLA LIABILITY - G22023007001 06/01/06 06/01/07 EACH OCCURRENCE 1 , 0 MOCCUR ❑ CLAIMS MADE AGGREGATE $10,000,000 HDEDUCTIBLE RETENTION A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 41WCI2 82900 06/01/06 x JWC HATU- 'ORY LIMITS OTH- ER E.L. EACH ACCIDENT $1, 000 , 000 ANY PROPRIETOR / PARTNER / EXECUTIVE E.L. DISEASE -EA EMPLOYEE ---- $1,000,000 OFFICER/MEMBEREXCLUDED? Ifyes, describe under SPECIAL PROVISIONS E.L. DISEASE -POLICY LIMIT $1,000,000 below OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Lubbock southwest Pump Station. Archer Western Job #: 206054. see attached for Additional Insured, Primary Insurance and waiver of Subrogation. CERTIFICATE HOLDER CANCEtiLATION City of Lubbock, TX SHOULD 1625 13th street DATE ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Lubbock Tx 79401 USA 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Aon JVsk .9 n7Wc¢s, Inc of Illinois ACORD 25 2001/08 = : `: = tr 4, . r i = -` -. CORPORATION198. O x CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity 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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. =* REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for -} the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and -, (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services._ H U E—a z 0 U �� _ , ..� � ,�--_rv. �..�.� w.�, _.� �....� �..,,rc��q � �.ro� ��, ..,.„ � .,......� w �_—..� ,�� No Text CONTRACT #6857 STATE OF TEXAS COUNTY OF LUBBOCK Jl, THIS AGREEMENT, made and entered into this 25tb day of May, 2006 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and ARCHER WESTERN CONTRACTORS, LTD. of the City of ArlinEton County of Tarrant and the State of Texas hereinafter termed CONTRACTOR. WTTNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #06-032-BM — SOUTHWEST PUMP STATION TRANSMISSION LINE - $953,900 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. Archer Western Contractors Ltd.'s bid dated May 2, 2006 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Archer Western Contractors, td. By: PRINTED NAME: Manteal TITLE: President COMPLETE ADDRESS: Company Archer Western Contractors, Ltd. Address 2121 Avenue ' J' , Suite 103 City, State, Zip Arlington, TX 76006 ATTEST: Coi�&ate Secretary John P. SlaVt—ery • ::• A • :� •' ATTEST: Qa,—,� City S retary AS TO APPROVED AS TO FORM: f Attorney I GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 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 ARCHER WESTERN CONTRACTORS, LTD. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative WOOD FRANKLIN, CHIEF WATER UTILITIES 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, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 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. 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 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 All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension 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. 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the 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 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 No Text !: modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's 4 Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's - Representative's written consent. 19. _ CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and -y it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The 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 through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to _r 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. 4 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES .-z 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 - 3 conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a -' claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative -. when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following .. methods: Method (A) - By agreed unit prices; or _" Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is - commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind 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 bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 6 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 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. _J The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: _ Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury With Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance —NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, 1 0$ , 00,000 Combined Single Limit, to include (any auto) all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance- NOT REQUIRED E. Umbrella Liability Insurance- NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 8 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commissior� or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation; independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements -- of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; - (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (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 10 ry' 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 bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate - of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental _.. entity: (i) a certificate of coverage, prior to that person beginning work on the project, so -__ the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (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; 11 (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 80013 72- 7713 or 5121804-4000 http✓/www.twcc.state.tx.us/twcccontacts.html) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of 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; 12 (v) obtain from each other person with whom it contracts, and provide to the — a 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) 29. DISABLED EMPLOYEES 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 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. Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen 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 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 13 Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or .y subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom: The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 (ONE THOUSAND) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 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 v 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. 14 IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid 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 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 workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing 15 �j ._ their bids 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. 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 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 bid 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 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. 16 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 thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty -- or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. 17 When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor: 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or 18 (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper -a 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. 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 19 Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the 3 amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 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. 20 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. 21 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Fleaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 . Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Contract Documents Specifications For Southwest Pump Station Transmission Line City of Lubbock, Texas September 2005 LAN Project No. 160-10049-000 EHT Project No. 04-2905 Prepared by LanLockwood, Andrews 8 NewnamInc. A LEO A DALY, COMPANY 10801-1 N. Mopac Expwy, Suite 120 Austin, TX 78759 el-,T Enprotec / Hibbs & Todd 6310 Genoa Ave, Suite E. Lubbock, Texas 79424 ,as N 0, / * E . A# �►UBREY A. SPEAR,"JI �. :.....r7......`� AL Y R�2G 1,0.� Southwest Pump Station City of Lubbock TABLE OF CONTENTS BIDDING & CONTRACT REQUIREMENTS No of Pages TO BE PROVIDED BY THE CITY OF LUBBOCK SPECIFICATIONS No. of Pa es DIVISION I — GENERAL REQUIREMENTS 01110 Summary of Work............................................................................... 01114 Protection of the Environment 1 01115 .......................................................................................................... Mobilization................................................................. 2 01116 ..................................................................... Abbreviations and Symbols.............................................................................................................. 1 01295 Schedule of Values 3 01325 ............................................................................. Construction Schedules 2 01330 ........................................................................... .......... Submittal Procedures 2 01340 ......................................... ............................................................................... Shop Drawings, Product Data and Samples 2 01410 ..................................................................................... TPDES Requirements....................................................................................................................... 3 01440 Contractor's Quality Control............................................................................................................. 3 01455 Testing Laboratory Services.............................................................................................................. 1 01500 Temporary Facilities and Controls 3 01575 ................................ ................................................. Stabilized Construction Exit 3 01600 ................. ....................................... Material and Equipment..................................................... 3 01661 . Instruction of Operations and Maintenance Personnel 7.............................................................. 01730 ..................................................................... Cutting and Patching......................................................................................................................... 3 01740 Cleaning and Adjusting..................................................................................................................... 2 01770 Closeout Procedures 2 01781 .......................................................................................................................... Project Record Documents 3 01785 ................................................................................................................ Warranties and Bonds 2 01790 ..................... ..................................................................................... ............. Spare Parts and Maintenance Materials............................................................................................ 2 01795 Post Final Inspection......................................................................................................................... 1 1 DIVISION 2 - SITE WORK 02080 Valve Vaults ............................................... 02120 Waste Material Disposal.............................................................................. 02233 Clearing Grubbing 02319 and ...................................................................................................................... Earthwork for Site Areas 2 02321 ................................................................................................................... Earthwork for Site Utilities 6 02510 ............................................................................................................... Water Distribution Mains 4 02521 .................................................................................................................. Gate Valves............................................................. 5 02523 .......................................................................... Pressure Reducing (Sustaining) Valves 4 02524 ...................................................................... ...................... Air Release and Vacuum Relief Valves 3 02613 ................................ ........... Bar Wrapped Steel Cylinder Pipe..................................................................................................... 3 02741 Asphaltic Concrete Paving ............................................... 16 02751 ................................... .............................. Portland Cement Concrete Pavement 7 ........................................... 04-2905 Table of Contents DIVISION 3 — CONCRETE (NOT USED) DIVISION 4 — MASONRY (NOT USED) DIVISION 5 — METALS (NOT USED) DIVISION 6 - WOOD AND PLASTICS (NOT USED) DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8 - DOORS AND WINDOWS (NOT USED) DIVISION 9 — FINISHES (NOT USED) DIVISION 10 — SPECIALTIES (NOT USED) DIVISION 1 I — EQUIPMENT (NOT USED) DIVISION 12 - FURNISHINGS (NOT USED) DIVISION 13 - SPECIAL CONSTRUCTION (NOT USED) DIVISION 14 - CONVEYING SYSTEMS (NOT USED) DIVISION 15 — MECHANICAL (NOT USED) DIVISION 16 — ELECTRICAL (NOT USED) END OF TABLE OF CONTENTS 2 Table of Contents Southwest Pump Station City of Lubbock SECTION 01110 SUMMARY OF WORK PART1-GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The work of this contract comprises the installation of 24-inch water transmission line located at 73'a Street from Milwaukee Avenue to Frankford Avenue in Lubbock, Texas. Alternate work includes 20-inch waterline extension on Milwaukee Avenue from 941h Street to 98's Street B. Construct the work under a single unit price contract. C. Related Requirements in Other Parts of the Project Manual. Additional requirements of all parties to the Contract: Conditions of the Contract. 1.2 WORK BY OTHERS A. Work on the project which will be executed prior to start of work of this contract, and which is excluded from this contract, as follows: 1. None 1.3 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit his use of the premises for work and for storage to allow for: 1. Work by other contractors. 2. Owner occupancy. B. Coordinate use of premises under direction of Engineer. C. Assume full responsibility for the protection and safekeeping of products under this contract, stored at the site. D. Move any stored products under Contractor's control which interfere with operations of the Owner. E. Obtain and pay for the use of additional storage or work areas needed for operations. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. _e 04-2905 END OF SECTION 01110-1 Summary of Work Southwest Pump Station City of Lubbock SECTION 01114 PROTECTION OF THE ENVIRONMENT PART1-GENERAL l.1 WORK INCLUDED -' The Contractor in executing the work, shall maintain all work areas on and off the site free from environmental pollution that would be in violation of any federal, state, or local regulations. 1.2 PROTECTION OF STORM DRAINAGE AND SEWER SYSTEM Take adequate measures to prevent the impairment of the operation of the existing storm drainage systems. Prevent construction materials, concrete, earth or other debris from entering any storm drainage system. All storm flow interfering with construction and requiring diversion shall be diverted by the Contractor to a point acceptable to the Owner. 1.3 PROTECTION OF WATERWAYS A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the U.S. Government prohibiting the pollution of any lake, stream, river or wetland by the dumping of any refuse, rubbish, dredge material or debris therein. B. Contractors are specifically cautioned that disposal of materials into any waters of the State must conform with the requirements of the State of Texas and an applicable permit from the U.S. Army Corps of Engineers. C. The Contractor shall be responsible for providing holding ponds or an approved method which will handle, carry through, or divert around his work all flows, including storm flows and flows created by construction activity, so as to prevent excessive silting of waterways or flooding damage to the property. Submit plan for approval by Owner's and Engineer's prior to begimung work. D. The Contractor shall comply with the procedures outlined in the U.S. Environmental Protection Agency manuals entitled "Guidelines for Erosion and Sedimentation Control Planning and Implementation" and "Processes, Procedures and Methods to Control Pollution Resulting from All Construction Activity." 1.4 DISPOSAL OF WASTE MATERIAL A. The Contractor shall make his own arrangements for disposal of waste materials subject to submission of proof to the Owner that owner(s) of the proposed site(s) has a valid fill permit issued by the appropriate governmental agency and submission of a haul route plan including a map of the proposed route(s). B. Unacceptable disposal sites include, but are not limited to, sites which have a detrimental effect on surface water or groundwater quality. C. The Owner, at his discretion, may suspend operation of the Contractor for alleged noncompliance with Texas Commission on Environmental Quality, Texas Department of Health, or Environmental Protection Agency regulations. 04-2905 01114-1 Protection of the Environment 1.5 PROTECTION OF AIR QUALITY A. Air pollution shall be minimized by wetting down bare soils during windy periods, or as requested by Engineer; by requiring the use of properly operating combustion emission control devices on construction vehicles and equipment used by Contractor, and by encouraging the shutdown of motorized equipment not actually in use. B. Trash burning will not be permitted on the construction site without the Owner's prior written approval. C. , If temporary heating devices are necessary for protection of the work, such devices shall be of a type that F will not cause pollution of the air. 1.6 USE OF CHEMICALS All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, reactant or of other classification, must show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture, or any other applicable regulatory agency. Use of all such chemicals and disposal of residues shall be in conformance with the manufacturer's instructions. Petroleum products shall be identified and stored in safety approved containers. 1.7 NOISE AND DUST CONTROL A. The operation of dumping materials and of carrying materials away in trucks shall be so conducted as to cause a minimum of noise and dust. Vehicles carrying sands, curt, rock, concrete or other material shall be routed over such streets as will cause the least annoyance to the public and shall not be operated on public streets between the hours of 6:00 p.m and 7:00 am., or on Saturdays, Sundays or legal holidays unless previously approved in writing by the Owner. B. The Contractor shall so conduct all his operations that they will cause the least annoyance to the residents in the vicinity of the work, and shall comply with all applicable local ordinances. The compressors, hoists, and other apparatus shall be equipped with such mechanical devices as may be necessary to minimize noise and dust. Compressors shall be equipped with silencers on intake lines. All gasoline or oil operated equipment shall be equipped with silencers or mufflers on intake and exhaust lines. Storage bins and hoppers shall be lined with material that will deaden the sounds if directed by the Owner's Representative. . i C. All unpaved streets, roads, detours or haul roads used in the construction area shall be given an approved dust -prevention treatment or periodically watered to prevent dust. Applicable environmental regulations for dust prevention shall be strictly enforced. D. Dust prevention treatment shall be performed to the satisfaction of the Engineer. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION i 04-2905 01114-2 Protection of the Environment Southwest Pump Station City of Lubbock SECTION 01115 MOBILIZATION PART1-GENERAL 1.1 WORK INCLUDED The work covered by this part includes furnishing all construction material and equipment, under the following Provisions, to qualify for the mobilization payment. 1.2 DESCRIPTION A. The mobilization payment shall not exceed 5 percent (5%) of the total lump sum amount. This amount has been established to be applied against Contractor's cost of preparation and mobilization to perform the work, including all insurance and bonds. B. Payment for mobilization will be authorized by Owner in two parts, according to the following schedule: A payment of 50 percent of the mobilization amount will be authorized when the Contractor's field office(s) and Owner's Representative's office are installed at the job site in an approved location, complete with all-weather access roads, parking area, utilities, and interior furnishings. The requirements for field - office facilities are covered under Section 01500, Temporary Facilities and Controls. 2. A payment of 50 percent of the mobilization amount will be authorized when the Contractor commences excavation for the permanent work with equipment and materials sufficiently deployed on the jobsite as required to maintain progress of the work in accordance with the construction schedule, which has been submitted by the Contractor and approved by the Owner's Representative in accordance with Section 01325, Construction Schedules. 1.3 MEASUREMENT A. Mobilization payment to the Contractor will be authorized after written request for payment by the Contractor certifying that all conditions in each case described above have been met. The Engineer will make a Physical inspection before approving the Contractor's request for payment. B. After the Engineer verifies the Contractor's request for payment, the Contractor shall enter the amount of mobilization due on his monthly estimate. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. 04-2905 END OF SECTION 01115-1 Mobilization Southwest Pump Station City of Lubbock SECTION 01116 ABBREVIATIONS AND SYMBOLS PART1-GENERAL 1.1 ABBREVIATIONS Common abbreviations which may be found in the Specifications are: alternating current AC hour hr ante meridiem a.m. horsepower hp ampere A average avg inch in biochemical oxygen demand BOD inch -pound inside diameter in -lb brake horsepower bhp ID British thermal unit Btu kilovolt -ampere k a Celsius C kilowatt kw Company Co Kilowatt-hour k h cubic inch cu in linear foot if cubic foot cu fi liter 1 cubic yard cu yd cubic feet per minute cfm maximum cubic feet per second, cfs max mercury Hg decibel milliampere DC mAdc degree, Celsius 20 C milligram milligrams per liter mg mgn degree, Fahrenheit 68 F milliliter ml diameter diam millimeter direct current DC million gallon mm MG dollars $ million gallons per day minimum mgd each ea minimum min efficiency eff net positive suction head npsh Fahrenheit F number No. feet National Pipe Threads NPT f3 feet per hour fph ounce feet per minute fpm outside diameter oz OD feet per second fps figure flange Fig parts per million ppm foot-pound flg ft-lb plus or minus U post meridiem p.m. gallon g pound pounds per square foot lb psf gallons per minute gpm pounds per square inch gallons per second gps pounds per square inch absolute psi psia gram Hertz g pounds per square inch gage psi g Hz 04-2905 01116-1 Abbreviations and Symbols revolutions per minute rpm standard std standard cubic feet per minute scfm second specific gravity sec sp gr total dynamic head square sq totally -enclosed -fan -cooled square foot sq ft total head square inch sq in square yard sq yd. volt 1.2 ORGANIZATIONAL ABBREVIATIONS Abbreviations of organizations which may be used in these Specifications are: ACI American Concrete Institute ACS American Chemical Society AGMA American Gear Manufacturer's Association AIChE American Institute of Chemical Engineers AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute APHA American Public Health Association API American Petroleum Institute AREA American Railway Engineering Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI American Woodwork Institute AWS American Welding Society AWWA American Water Works Association CRSI Concrete Reinforcing Steel Institute DIPRA Ductile Iron Pipe Research Association EPA Environmental Protection Agency FM Factory Manual HEW Department of Health, Education & Welfare HUD Department of Housing & Urban Development IEEE Institute of Electrical and Electronic Engineers IRI Industrial Risk Insurance ISA Instrument Society of America ISO Insurance Services Office HC Joint Industrial Council MSS Manufacturer's Standardization Society of America NAAMM National Association of Architectural Metal Manufacturers NARUC National Association of Railroad and Utilities Commissioners NBHA National Builders Hardware Association NCTCOG North Central Texas Council of Governments NEC National Electric Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NSF National Sanitation Foundation OSHA Occupational Safety and Health Act PCI Precast Concrete Institute SDHPT Texas State Department of Highways and Public Transportation Commission TDH tefc TH v ne_')ona 01116-2 Abbreviations and Symbols SMACNA Sheet Metal and Air Conditioning National Association SSPC Steel Structures Painting Council TCEQ Texas Commission on Environmental Quality TXDOT Texas Department of Transportation UL Underwriters Laboratories, Inc. USGS United States Geological Survey USPHS United Stated Public Health Service WEF Water Environmental Federation WWEMA Water and Wastewater Equipment Manufacturers Association 1.3 LEGEND Legends of symbols used are shown on the Drawings, and in general, use of symbols is confined to the Drawings. PART2-PRODUCTS Notused. PART3-EXECUTION Not used. END OF SECTION 04-2905 01116-3 Abbreviations and Symbols Southwest Pump Station City of Lubbock SECTION 01295 SCHEDULE OF VALUES PART1-GENERAL 1.1 GENERAL A. Submit a schedule of values at least 10 days prior to submitting the first application for payment. Upon request, support values given with data that will substantiate the amounts. Use schedule of values only as basis for application for payment. B. List quantities of designated materials and materials specified under unit price allowances C. Paymentfor materials stored on -site will be limited to those materials listed in a schedule of unit 11 material values. 1.2 FORM OF SUBMITTAL Submit typewritten schedule of values on AIA document G703 or on 8-1/2" by 11 ", plain bond, white paper. Use the table of contents of this project manual as a format for listing costs of work by sections under Divisions 2 through 16. 1.3 PREPARING SCHEDULE OF VALUES A. Itemize separate line item cost for each of the following general cost items: I. Performance and payment bonds. 2. Field supervision and layout. 3. Temporary facilities and controls. 4. Insurance. B. Itemize the work into line items that follow generally the sequence of the table of contents of these specifications. The work must be subdivided so as to give line items that are readily measurable for the purposes of pay estimates. Further subdivide each line item of work to show the following amounts, when applicable. 1. Cost of material delivered to the jobsite (do not include overhead and profit). 2. Cost of labor for installation (include all overhead and profit for this line item). 3. Cost of Operation and Maintenance Manuals when required. 4. Cost of all testing and all training required for each item C. Round off figures to nearest one dollar, except for one item if needed to make total equal the contract amount. D. Make sum of total costs for all items listed in the schedule equal to the total contract sum 1.4 REVIEW AND RESUBMITTAL After review by the Engineer, revise and resubmit the schedule of values or material values, if required. Resubmit revised schedules in the same manner as the original schedules. Initial Application for Payment will not be 04-2905 01295-1 Schedule of Values processed until Schedule of Values is approved. Payment for stored materials will not be made until the Schedule of Unit Material Values has been approved. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 04-2905 01295-2 Schedule of Values Southwest Pump Station City of Lubbock SECTION 01325 CONSTRUCTION SCHEDULES PART1-GENERAL i.1 INTENT Within 15 days after award of the contract, the Contractor shall prepare and submit to the Engineer a proposed construction schedule for the work, with subschedules of related activities which are essential to its progress. 1.2 FORM OF SCHEDULE A. Prepare construction schedule in the form of"a horizontal bar chart. I. Provide separate horizontal bar for each trade or operation. 2. Horizontal Time Scale. Identify first work day of each week. 3. Scale and Spacing. To allow space for notations and future revisions. B. Format of Listings. Table of contents of this Project Manual. C. Identification of Listings. By major specification section numbers. 1.3 CONTENT OF SCHEDULES A. Construction Schedule. 1. Show complete sequence of construction by activity. 2. Show dates of beginning and completion of each major element of construction. 3. Show projected percentages of completion for each item, as of the first day of each month. 4. Indicate the critical path for completion of the entire project. B. Schedule for Submittals of Shop Drawings Product Data and Samples. Show: 1. The dates for Contractor's submittals. 2. The dates reviewed submittals will be required back from the Engineer. C. Prepare and submit subschedules for each separate stage of work specified in Section 01110. D. Provide subschedules to define critical portions of prime schedules. 1.4 PROGRESS REVISIONS A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule. 1. Major changes in scope. ._; 2. Activities modified since previous submission. 3. Revised projections in progress and completion. 4. Other identifiable changes. 04-2905 01325-1 Construction Schedules C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays and the impact on schedule. 2. Corrective action that will be taken by the Contractor to get the project back on schedule. This item is required whenever the progress of the job is behind the original progress schedule. 3. The effect of changes on schedules or on other prime contractors. i 1.5 SUBMISSIONS A. Submit initial schedules within 15 days after award of contract. 1. Engineer will review schedules and return review copy within 10 days after receipt. 2. If required, resubmit within 7 days after return of review copy. B. Submit revised progress schedules with each application for payment. C. If size is greater than l l x 17 inches, submit one reproducible transparency and two opaque reproductions; -- ---- otherwise, submit two copies. 1.6 DISTRIBUTION A. Distribute copies of reviewed documents to concerned parties. B. Instruct recipients to report promptly to Contractor, in writing, any problems anticipated by the projections shown in the schedules. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 04-2905 01325-2 Construction Schedules Southwest Pump Station City of Lubbock SECTION 01330 SUBMITTAL PROCEDURES PART1-GENERAL 1.1 SUBMITTAL PROCEDURE A. Transmit each submittal with AIA Form G810. B. Schedule submittals to expedite the project and deliver to Enprotec / Hibbs & Todd - Lubbock Office at 6310 Genoa Avenue, Suite E, Lubbock, Texas. C. Identify project, Contractor, subcontractor or supplier; _ -_pertment drawing sheet and _detail -number(s); and-- _ ---- - - specification section number, as appropriate. D. Identify variations from contract documents and product or system limitations which may be detrimental to successful performance of the completed work. E. Apply signed Contractor's stamp certifying that review, verification of product requirements, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the work and contract documents. F. Provide space for Engineer's review stamp. Submittals which are not required, and required submittals which do not conform with the requirements of this section, will be returned without review. G. Revise and resubmit submittals as required, identifying all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.2 SUBMITTALS DURING CONSTRUCTION During the progress of the work, make the following submittals in a timely manner to prevent any delay in the work. A. Construction Schedules. Submit construction schedules as detailed in Section 01325. B. Shpp Drawings. Product Data and Samples. Submit in accordance with Section 01340, Shop Drawings, Product Data and Samples. C. Schedule of Values. General Conditions and as specified in Section 01295, Schedule of Values. D. Application for Payment Submit applications for partial payment as specified in the General and Supplementary Conditions and within the time specified in the agreement. E. Material and Equipment List. Supplementary Conditions and Section 01600. F. Change Orders. A Proposal Request maybe issued whenever a need arises. The request will be submitted on AIA form G709 and response must include sufficient information to assess the need for a change in the work, the contract time, or the contract sum. If acceptable, the change will be implemented by the issuance of AIA form 04-2905 01330-1 Submittal Procedures G701, Change Order. Each Change Order Request must be signed by the owner/Engineer prior to Change Order execution. 1.3 PROJECT CLOSEOUT SUBMITTALS With a written notice of completion, submit the items described in Section 01770 as a condition of final acceptance of the work. PART2-PRODUCTS Not Used. PART3-EXECUTION 3.1 SUBMITTAL SCHEDULE Within 21 days of the effective data of Owner -Contractor Agreement, submit a schedule showing the date by which each submittal listed in Part 2 of this section will be made. Allow at least 14 days for review and approval of each submittal. Schedule submittals so that approved submittals will be in the Contractor's hands before the work is scheduled to be done. END OF SECTION 04-2905 01330-2 Submittal Procedures Southwest Pump Station City of Lubbock SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART1-GENERAL 1.1 SHOP DRAWINGS A. Submit shop drawings, product data and samples for each item on or before the date given by the Contractor in the Schedule for Submittals that is required by Section 01325, Construction Schedules. Shop drawings which are not required will not be reviewed. B. Preparation by a qualified detailer is required. C. - Where necessary for clarity, identify details byreference to sheet and 11 detail numbers, schedule or room numbers as shown on the contract drawings. D. Field dimensions shall be clearly indicated as such. E. Prepare at least three prints of each shop drawing. 1.2 PRODUCT DATA A. Modify the manufacturer's standard schematic drawings to delete or supplement information as applicable. B. For manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other descriptive data: 1. Clearly mark each copy to identify materials, products or models which are being submitted for review. 2. Show dimensions and clearances required.. 3. Show performance characteristics and capacities. 4. Show wiring or piping diagrams and controls. C. Submit the number of copies which the Contractor requires, plus two copies to be retained by the Engineer. Total number of copies shall not exceed ten. 1.3 SAMPLES A. Submit samples of sufficient size and quantity to clearly illustrate functional characteristics of product or materials including integrally related parts and attachment devices, and full range of available colors. B. Erect field samples and mock-ups at the project site in an acceptable location. Construct each sample complete, including work of all trades required in finished work. C. Submit two samples unless greater quantity is specified in technical section. One sample will be retained unless noted otherwise. 04-2905 01340-1 Shop Drawings, Product Data and Samples 1.4 A. SUBMISSION REQUIREMENTS Accompany each submittal with a dated transmittal letter (AIA document G810) which includes: 1. Submittal number. Number submittals sequentially beginning with "001". 2. Project title and number. 3. The names of: a. Contractor. b. Subcontractor. C. Supplier. d. Manufacturer. 4. Identification of product or material. 5. Relation to adjacent structure or materials. 6. Specification section number and/or drawing number. 7. Applicable standards, such as ASTM number or Federal Specification. 8. Identification of deviations from the contract documents. Provide a blank space on each shop drawing, approximately 5" by 5" , for the Engineer's stamp. C. Contractor's stamp, dated and initialed or signed, certifying review of submittal, verification of field measurements and compliance with contract documents shall be placed on each submittal item. Any submittal items that do not have the Contractor's stamp will be returned without review. D. Insofar as practical, make all submittals for each of the following categories at one time. 1. Roofing, roof insulation, flashing and roof accessories. 2. Doors, frames and hardware. 3. Mechanical. 4. Plumbing. 5. Electrical. 1.5 ENGINEER'S DUTIES A. Review and return submittals within 14 days. B. Review will be only for conformance with the design intent and with the contract documents. C. Affix stamp and initials or signature, and indicate approved or requirements for resubmittal. D. Return submittals to Contractor for distribution or for resubmission 1.6 RESUBMISSION REQUIREMENTS A. Assign a submittal number that is the same as the original submittal number plus a sequential letter suffix beginning with "A" B. Revise documents as required and resubmit as specified for initial submittal. Indicate on drawings any changes which have been made, including those requested by the Engineer. 1.7 DISTRIBUTION AFTER REVIEW A. Distribute copies of shop drawings and product data which carry the Engineer's stamp to: 1. Contractor's file. 04-2905 01340-2 Shop Drawings, Product Data and Samples 2. Job site file. 3. Record document file. 4. Subcontractors. 5. Supplier. 6. Fabricator. B. Distribute returned samples as needed. PART2-PRODUCTS Products which require shop drawings, product data and samples are listed in Section 01330. PART3-EXECUTION Not used. END OF SECTION 04-2905 01340-3 Shop Drawings, Product Data and Samples Southwest Pump Station City of Lubbock SECTION 01410 TPDES REQUIREMENTS PART1-GENERAL 1.1 SECTION INCLUDES A. Documentation to be prepared and signed by Contractor before conducting construction operations, in accordance with the Texas Pollutant Discharge Elimination System (TPDES) Construction General Permit Number TXR 150000 issued March 5, 2003 (the Construction General Permit). B. Implementation, maintenance inspection, and termination of storm water pollution prevention control measures including, but not limited to, erosion and sediment controls, storm water management plans,-waste- collecton and disposal, off -site vehicle tracking, and other appropriate practices shown on the Drawings or -- g specified elsewhere in the Contract. C. Review of the Storm Water Pollution Prevention Plan (SWP3) implementation in a meeting with the Engineer prior to start of construction. 1.2 DEFINITIONS A. Commencement of Construction Activities. The exposure of soil resulting from activities such as clearing, grading, and excavating. B. Large Construction Activity. Project that: 1. Disturbs five acres or more, or 2. Disturbs less than five acres but is part of a larger common plan of development that will disturb five acres or more of land. C. Small Construction Activity. Project that: 1. Disturbs one or more acres but less than five acres, or 2. Disturbs less than one acre but is part of a larger common plan of development that will ultimately disturb one or more acres but less than five acres. D. TPDES Operator. The person or persons who have day -today operational control of the construction activities which are necessary to ensure compliance with the SWP3 for the site or other Construction General Permit conditions. PART2-PRODUCTS Not Used _ 04-2905 01410-1 TPDES Requirements PART3-EXECUTION 3.1 SITE SPECIFIC STORM WATER POLLUTION PREVENTION PLAN (SWP3) A. Prepare a SWP3 following Part III of the Construction General Permit (TPDES No. TXR150000). B. Update or revise the SWP3 as needed during the construction following Part III, Section E of the Construction General Permit (TPDES No. TXR150000). C. Submit the SWP3 and any updates or revisions to The Engineer for review and address comments prior to commencing, or continuing, construction activities. 3.2 NOTICE OF INTENT FOR LARGE CONSTRUCTION ACTIVITY A. Fill out, sign, and date TCEQ Form 20022, Notice of Intent (NOI) for Storm Water Discharges Associated with Construction _Activity under the TPDES Constriction General Permit (TXR 150000). B. Transmit the signed Contractor's copy of TCEQ Form 20022, along with a $100.00 check, made out to Texas Commission on Environmental Quality, and the completed Payment Submittal Form to The Engineer. C. The Engineer will complete a separate TCEQ Form 20022 for the Owner's Notice of Intent, and will submit both Notices, along with checks for application fees, to the TCEQ. D. Submission of the Notice of Intent form by both the Owner and Contractor to TCEQ is required a minimum of two days before Commencement of Construction Activities. 3.3 CONSTRUCTION SITE NOTICE FOR SMALL CONSTRUCTION ACTIVITY A. Fill out, sign, and date the Construction Site Notice, Attachment 2 to TPDES General Permit TXR 150000, "Construction Site Notice". B. Transmit the signed Construction Site Notice to The Engineer at least seven days prior to Commencement of Construction Activity. L 3.4 CERTIFICATION REQUIREMENTS A. Fill out TPDES Operator's Information form including Contractor's name, address, and telephone number, and the names of persons or firms responsible for maintenance and inspection of erosion and sediment control measures. Use multiple copies as required to document full information. B. Contractor and Subcontractors shall sign and date the Contractor's / Subcontractor's Certification for TPDES Permitting, as provided in the Project SWP3. Include this certification with other Project certification forms. C. Submit properly completed certification forms to The Engineer for review before beginning construction operations. D. Conduct inspections in accordance with TCEQ requirements. Use the Constriction Inspection Forms as provided in the Project SWP3 to record maintenance inspections and repairs. 3.5 RETENTION OF RECORDS Keep a copy of this document and the SWP3 in a readily accessible location at the construction site from Commencement of Construction Activity until submission of the Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under TPDES Construction General Permit (TXR 150000). 04-2905 01410-2 TPDES Requirements 7 Contractors with day-to-day operational control over SWP3 implementation shall have a copy of the SWP3 available at a central location, on -site, for the use of all operators and those identified as having responsibilities under the SWP3. Upon submission of the NOT, submit all required forms and a copy of the SWP3 with all revisions to The Engineer. 3.6 REQUIRED NOTICES A. Post the following notices from effective date of the SWP3 until date of final site stabilization as defined in the Construction General Permit: 1. Post the TPDES permit number for Large Construction Activity, or a signed TCEQ Construction Site 7 Notice for Small Construction Activity. Signed copies of the Owner's and Contractor's NO I must also be posted. - 2. Post notices near the main entrance of the construction site in a prominent place for public viewing. Post name and telephone number of Contractor's local contact person, brief project description and location of the SWP3.,, _ a. If posting near a main entrance is not feasible due to safety concerns, coordinate posting of notice with The Engineer to conform to requirements of the Construction General Permit. b. If Project is a linear construction project (e.g.: road, utilities, etc.), post notice in a publicly accessible location near active construction. Move notice as necessary. 3. Post a notice to equipment and vehicles operators, instructing them to stop, check, and clean tires of debris and mud before driving onto traffic lanes. Post at each stabilized construction exit area. 4. Post a notice of waste disposal procedures in a readily visible location on site. 3.7 ON -SITE WASTE MATERIAL STORAGE A. On -site waste material storage shall be self-contained and shall satisfy appropriate local, state, and federal rules and regulations. B. Prepare list of waste material to be stored on -site. Update list as necessary to include up-to-date information. Keep a copy of updated list with the SWP3. C. Prepare description of controls to reduce pollutants generated from on -site storage. Include storage practices necessary to minimize exposure of materials to storm water, and spill prevention and response measures consistent with best management practices. Keep a copy of the description with the SWP3. 3.8 NOTICE OF TERMINATION A. Fill out, sign, and date TCEQ Form 20023 Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES Construction General Permit NOT to The Engineer within 10 days after: (T 150000). Submit a 1. Final stabilization has been achieved on all portions of the site that are the responsibility of the Contractor, or 2. Another operator has assumed control over all areas of the site that have not been stabilized; and 3. All silt fences and other temporary erosion controls have either been removed, scheduled to be removed as defined in the SWP3, or transferred to a new operator if the new operator has sought permit coverage. B. The Engineer will complete Owner's NOT and submit Contractor and Owner's notices to the TCEQ and — MS4 entities. - 5 END OF SECTION 04-2905 01410-3 TPDES Requirements Southwest Pump Station City of Lubbock SECTION 01440 CONTRACTOR'S QUALITY CONTROL PART1-GENERAL 1.1 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality at no additional cost to the Owner. B. Comply fully with manufacturers' installation instructions, including each step in sequence. C. Request clarification from Engineer before proceeding should manufacturers' instructions conflict with Contract -Documents. __ D. Comply with specified standards as minimum requirements for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce the specified level of workmanship. 1.2 REFERENCES Obtain copies of standards and maintain at job site when required by individual Specification sections. 1.3 MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specified in individual Specification sections, provide material or product suppliers' or manufacturers' technical representative to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, operator training, test, adjust, and balance of equipment as applicable, and to initiate operation, as required. Conform to minimum time requirements for start-up operations and operator training if defined in Specification sections. B. At the Engineer's request, submit qualifications of manufacturer's representative to Engineer 15 days in advance of required representative's services. The representative shall be subject to approval of Engineer. C. Manufacturer's representative shall report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. Submit report within 7 days of observation to Engineer for review. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 04-2905 01440-1 Contractor's Quality Control Southwest Pump Station City of Lubbock SECTION 01455 TESTING LABORATORY SERVICES PART1-GENERAL 1.1 PAYMENT A. The Contractor will employ and pay for services of an independent testing laboratory to perform specified testing. Owner and Engineer shall approve testing laboratory prior to any testing.Contractor shall allow access by Owner for any additional testing requested and paid for by Owner. B. Employment of a testing laboratory by the Owner in no way relieves the Contractor of his obligation to perform the work according to the contract documents. 1.2 WORK INCLUDED Testing is required for the following items of work: A. Soils compaction control. B. Pile load tests. C. Asphalt concrete paving. D. Asphalt densities. E. Concrete reinforcement. F. Cast -in -place concrete. G. Precast, prestressed concrete. 1.3 TESTING LABORATORY QUALIFICATIONS A. Standards. I. Meet "Recommended Requirements for Independent Laboratory Qualification," latest edition, published by American Council of Independent laboratories. 2. Meet basic requirements of ASTM E 329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction." 3. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of National _ 1 Bureau of Standards during most recent tour of inspection; with memorandum of remedies of any deficiencies reported by inspection u. B. Testing Equipment. 1. Calibrate at maximum 12-month intervals by devices of accuracy traceable to either the National Bureau of Standards or accepted values of physical constants. 2. Submit copy of certificate of calibration, made by accredited calibration agency. 04-2905 01455-1 Testing Laboratory Services 1.4 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel; provide access to the work or to manufacturer's operations. B. Provide to laboratory, preliminary representative samples of materials to be tested, in required quantities. C. Furnish copies of mill test reports. D. Furnish labor and equipment: 1. To provide access to the work to be tested. 2. To obtain and handle samples at the site. 3. To facilitate inspections and tests. 4. For laboratory's exclusive use for storage and curing of test samples. E. Notify the Engineer and laboratory at least 48 hours in advance of operations to allow for his assignment of personnel and scheduling of tests: __ _-------- _ _ __ _ I F. Arrange with the laboratory and pay for additional samples and tests required for the Contractor's convenience. PART2-PRODUCTS 2.1 EARTHWORK A. Soil Analysis Tests (Site and Select Fill). One analysis required for each type of soil under building, ground storage tank, and paving for: 1. Liquid limit. 2. Plastic limit. 3. Plasticity index 4. Maximum laboratory density (Proctor) tests. B. Field density tests under building, ground storage tank, and paving for subgrade and each lift of fill: one for each 5000 square feet. 2.2 PAVING - BASE COURSE Test density (ASTM D 1557) and installed thickness in locations as directed by Engineer. 2.3 CONCRETE Conform to ACI 301, as modified below. A. Mix Designs. One for each class of concrete required, Method 1, Section 3.8.2, ACI 301. B. Concrete Pours. Random sampling as directed by Engineer to verify general compliance with contract documents. Each sampling: three cylinders and slump test (ASTM C 143). Test one at 7 days; two at 28 days. 2.4 STEEL Observation and testing of shop welds and bolted work and nondestructive tests of completed welds when directed by Engineer. 04-2905 01455-2 Testing Laboratory Services 2.5 MECHANICAL PIPING Observation and testing of field welds and nondestructive testing of completed welds when directed by the Engineer. PART3-EXECUTION A. Cooperate with the Engineer and Contractor, provide qualified personnel promptly on notice. B. Perform specified inspections, sampling and testing of materials and methods of construction: 1. Comply with specified standards, ASTM or other recognized authorities, and as specified. 2. Ascertain compliance with requirements of the contract documents. C. Promptly notify the Engineer and Contractor of irregularities or deficiencies of work which are observed -' during performance of services. D. Prepare and distribute reports of inspections and tests within 3 days of test completion or weekly on continuous work as follows: 1. Engineer: two copies. 2. Contractor: two copies. 3. Owner: one copy. E. Include the following information for each test as well as additional data specified in the applicable section. 1. Date of test. 2. Location of test. 3. Specified standards. 4. Test results. 5. Remarks. F. The laboratory is not authorized to stop the work or. 1. Release, revoke, alter, or enlarge on requirements of the contract documents. 2. Approve or accept any portion of the work. 3. Perform any duties of the Contractor. END OF SECTION 04-2905 01455-3 Testing Laboratory Services Southwest Pump Station City of Lubbock SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART1-GENERAL 1.1 BUILDINGS A. Field Office. Provide a temporary field office at the site on an approved location. The building shall be weatherproof with a lockable door, properly heated and air conditioned with adequate illumination. Provide a smooth table for reference drawings and filing space for project administrative documents. Provide a desk and chair for Engineer's use. B. Storage. Provide watertight storage facilities with floor above ground level as_required for materials _ susceptible to weather damage. Storage of other materials on blocks off the ground is acceptable. Place materials to permit easy access for inspection and identification. C. Other Buildines. The location or building of structures and the erection of tents or other forms of protection shall be subject to prior approval by the Engineer. 1.2 UTILITIES A. Underground Utilities. At least 2 (but not more than 14) days prior to commencing any underground --, excavation, notify one of the agencies listed below. Utility companies will be notified and will mark the location of underground utilities on the site. The time of notification and the serial number assigned by the agency shall become part of the project records. 1. Dig.tess: (800) 344-8377 or (800) 545-6005. 2. Texas One Call: (800) 245-4545. 3. Lone Star Notification System: (800) 669-8344. B. Job Telephone. Provide a telephone in the field office at Contractor's expense throughout the construction period. Provide access and free use of the telephone for local calls by the Owner and his representatives. C. Tempo Power. Make arrangements with the utility company and provide all temporary electrical power (with ground fault protection) required during entire construction period. Provide sufficient capacity for all equipment on the project, providing all necessary temporary wiring; panels, use outlets, switches and lighting. Should a portion of building be occupied by Owner after date of substantial completion but before final completion, metered cost of power for occupied portion will be borne by Owner. D. Temporary Water. Make arrangements with the utility company and provide temporary water required during the construction period. Provide tap, meter and piping as required to bring water to site. E. The Contractor shall provide all power and fuel for equipment tests. 04-2905 01500-1 Temporary Facilities and Controls 1.3 TEMPORARY HEAT Provide temporary heat, fuel and services necessary to protect work and materials from injury from dampness and cold weather. Provide temporary heat as follows: A. At all times during placing, setting and curing of concrete and plaster, provide sufficient heat in space to maintain a temperature of not less than 50°F. B. Permanent heating may be used only after it has been tested and inspected, and approval is given by the Engineer for its use for temporary heating. 1.4 TEMPORARY VENTILATION Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, t- fumes, vapors or gases. 1.5 SANITATION Provide and maintain sanitary conveniences to satisfy requirements of local, state and federal authorities, ordinances and laws. Obtain approval for location secluded from view. 1.6 ACCESS AND PARKING Access and parking at the site are not limited by provisions other than those concerning free access and protection of adjoining property. Designate one parking space for the exclusive use of the Engineer. 1.7 SECURITY AND TEMPORARY PROTECTIONS A. Furnish, install and maintain suitable barriers and protections to prevent public entry, and to protect the work, existing facilities, trees and plants from construction operations. B. Provide guard and other security measures necessary to protect the work from unauthorized entry, theft and vandalism. 1.8 CONSTRUCTION AIDS A. Provide construction aids required by personnel and to facilitate the execution of the work: scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes, and other such facilities and equipment. B. When permanent stair framing is in place, provide temporary treads, platforms and railings for use by construction personnel. 1.9 PROJECT SIGNS A. Ste. Signs, other than those specified, will not be permitted on the project site without approval. Submit shop drawing for review prior to erection of sign. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces prior to enclosing the space. 04-2905 01500-2 Temporary Facilities and Controls } C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dusk D. Remove waste materials, debris and rubbish from site as needed, at a minimum, weekly and dispose of same off -site in a manner consistent with state and local laws and ordinances. 1.11 REMOVAL OF TEMPORARY FACILITIES AND CONTROLS Prior to final inspection, remove all temporary buildings, sanitary conveniences, signs and other items. Remove or restore to original condition all temporary roads and parking areas. Clean the entire area as specified in Section 01740. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 01500-3 Temporary Facilities and Controls Southwest Pump Station City of Lubbock SECTION 01575 STABILIZED CONSTRUCTION EXIT PART1-GENERAL 1.1 SUBMITTALS ' A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's catalog sheets and other Product Data on geotextile fabric. ' C. Submit sieve analysis of aggregates conforming to requirements of this Specification _. PART2-PRODUCTS 2.1 GEOTEXTILE FABRIC A. Provide woven or non -woven geotextile fabric made of polypropylene, polyethylene, ethylene, or polyamide material. -- B. Geotextile Fabric. Minimum grab strength of 270 psi in any principal direction (ASTM D-4632) and equivalent opening size between 50 and 140. C. Geotextile and Threads. Resistant to chemical attack, mildew, and rot and contain ultraviolet ray inhibitors and stabilizers to provide minimum of six months of expected usable life at temperature range of 0 to 120 degrees F. D. Representative Manufacturers. Mirafi, Inc. or approved substitution. 2.2 COARSE AGGREGATES A. Coarse Aggregate. Crushed stone, gravel, crushed blast furnace slag, or combination of these materials. Aggregate shall be composed of clean, hard, durable materials free from adherent coatings of, salt, alkali, dirt, cy,la m loa, shale, soft or flaky materials, or organic and injurious matter. B. Coarse aggregates shall conform to following gradation requirements. Sieve Size Percent Retained (Square Mesh) (bv Weight) 2-1/2" 0 2„ 0 - 20 1-1/2" 15 - 50 3/4" 60 - 80 No. 4 95 -100 04-2905 01575-1 Stabilized Construction Exit PART3-EXECUTION 3.1 PREPARATION AND INSTALLATION A. Provide stabilized construction roads and exits at construction, staging, parking, storage, and disposal areas to keep street clean of mud carried by construction vehicles and equipment. Construct erosion and sediment controls in accordance with Drawings and Specification requirements. B. Do not clear grub or rough cut until erosion and sediment control systems are in place, unless approved by The Engineer to allow soil testing and surveying. C. Maintain existing construction site erosion and sediment control systems until acceptance of the Work or until removal of existing systems is approved by The Engineer. D. Regularly inspect, repair or replace components of stabilized construction exits. Unless otherwise directed, maintain stabilized construction roads and exits until the Owner accepts the Work. Remove stabilized construction roads and exits promptly when directed by The Engineer. Discard removed materials off -site. E. Remove and dispose of sediment deposits at designated spoil site for Project. F. If a spoil site is not designated on Drawings, dispose of sediment off -site at a location not in or adjacent to stream or flood plain. Contractor shall assume responsibility for off -site disposal. G. Spread compacted and stabilized sediment evenly throughout site. Do not allow sediment to flush into streams or drainage ways. Dispose of contaminated sediment in accordance with existing federal, state, and local rules and regulations. H. Prohibit equipment and vehicles from maneuvering on areas outside of dedicated rights -of -way and easements for construction. Immediately repair damage to erosion and sediment control systems caused by construction traffic. I. Conduct construction operations in conformance with erosion control requirements of Specification 01572, Source Controls for Erosion and Sedimentation. 3.2 CONSTRUCTION METHODS A. Provide stabilized access roads, subdivision roads, parking areas, and other on -site vehicle transportation routes where shown on Drawings. B. Provide stabilized construction exits and truck washing areas, when approved by The Engineer, of sizes and at locations shown on Drawings or as specified in this Section. C. Clean tires to remove sediment on vehicles leaving construction areas prior to entering public right-of- ways. Construct truck -washing areas needed to remove sediment. Wash trucks on stabilized areas that drain into drainage systems protected by erosion and sediment control measures. D. Stabilized construction exits and other stabilized areas shall be constructed to maintain minimum roadway widths of 14 feet for one-way traffic and 20 feet for two-way traffic and of sufficient width to allow ingress and egress. Place geotextile fabric as a permeable separator to prevent mixing of coarse aggregate with underlaying soil. Limit exposure of geotextile fabric to elements between laydown and cover to a maximum 14 days to minimize potential damage. 04-2905 01575-2 Stabilized Construction Exit E. Grade roads and parking areas to provide sufficient drainage away from stabilized areas. Use sandbags, gravel, boards, or similar materials to prevent sediment from entering public right-of-ways, receiving streams or storm water conveyance systems. F. Inspect and maintain stabilized areas daily. Provide periodic top dressing with additional coarse aggregates to maintain required depth. Repair and clean out damaged control systems used to trap sediment. Immediately remove spilled, dropped, washed, or tracked sediment from public right-of-ways. G. Maintain lengths of stabilized areas as shown on Drawings or a minimum of 50 feet. Maintain a minimum thickness of 8 inches. Maintain minimum widths at all points of ingress or egress. H. Stabilize other areas with the same thickness, and width of coarse aggregate required for stabilized construction exits, except where shown otherwise on Drawings. I. Stabilized areas may be widened or lengthened to accommodate truck washing areas when authorized by The Engineer J. Clean street daily before end of workday. When excess sediments have tracked onto streets, The Engineer may direct Contractor to clean street as often as necessary. Remove and legally dispose of sediments. K. Use other erosion and sediment control measures to prevent sediment runoff during rain periods and non- working hours and when storm discharges are expected. END OF SECTION 04-2905 01575-3 Stabilized Construction Exit Southwest Pump Station City of Lubbock SECTION 01600 PRODUCT REQUIREMENTS PART1-GENERAL 1.1 PRODUCT OPTIONS A. Contractor's Ontions. I. For products specified only by reference standard, select any product meeting that standard. 2. For products specified by naming only one product and manufacturer, there is no option. - 3. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named, which complies with the specifications. 4 For products- p specified by naming one or more products or manufacturers and followed by or approved substitution," "or equal" or similar language, Contractor must submit a request as specified in Article 1.3, Substitutions, for approval of any product or manufacturer not specifically named. B. Material and Equipment List. Within 30 days after contract date, submit to Engineer a complete list of major products proposed to be used, with the name of the manufacturer and the installing subcontractor. 1.2 SUBSTITUTIONS A. R uests. 1. Written requests from Contractor for substitution of products will only be considered for a period of 15 days after contract date. Subsequently, requests for substitution will only be considered if a product becomes unavailable due to no fault of the Contractor. 2. Submit each substitution request with the form attached at the end of this section. Submit a separate request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities of the proposed substitution with the item specified. b. Changes required in other elements of the work because of the substitution. C. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. e. Any required license fees or royalties. f. Availability of maintenance service and source of replacement materials. 2. 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. 3. Architect/Engineer shall be the judge of the acceptability of the proposed substitution. B. Contractor's Representation. A request for a substitution constitutes a representation that Contractor: 1 • Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. 2. Will provide the same warranties or bonds for the substitution as for the product specified. 3. Will coordinate the installation of an accepted substitution into the work, and make such other changes as may be required to make the work complete in all respects. L. 4. Waives all claims for additional costs, under his responsibility, which may subsequently become apparent. 04-2905 01600-1 Product Requirements C. Requests for substitutions will be reviewed with reasonable promptness, and Contractor will be notified in writing of the decision to accept or reject the requested substitution. 1.3 DELIVERY AND HANDLING A. Arrange deliveries of products in accord with construction schedules; coordinate to avoid conflict with work and conditions at the site. B. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. C. Immediately on delivery, inspect shipments to assure compliance with requirements of contract documents and approved submittals, and that products are properly protected and undamaged D. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. t_ 1.4 STORAGE AND PROTECTION A. Store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. B. Exterior Storage. 1. Store fabricated products above the ground, on blocking or skids; prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation 2. Store loose granular materials in a well -drained area on solid surfaces to prevent mixing with foreign matter. C. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. D. Store in a manner to avoid overloading floors. E. Provide coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. PART2-PRODUCTS 2.1 MATERIAL AND EQUIPMENT INCORPORATED INTO THE WORK A. Unless specifically provided otherwise, all materials and equipment furnished for permanent installation in the work shall conform to applicable specifications and shall be new, unused and undamaged when installed or otherwise incorporated in the work. No material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Owner in each case. B. Manufactured and Fabricated Products. 1. Design, fabricate and assemble in accord with the best engineering and shop practices. 2. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable. 04-2905 01600-2 Product Requirements 3. Two or more items of the same kind shall be identical, by the same manufacturer. 4. Products shall be suitable for service conditions. 5. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. C. Do not use material or equipment for any purpose other than that for which it is designed or is specified. D. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments and accessories required for proper maintenance. Equipment requiring special devices for lining or handling shall be furnished complete with those devices. PART3-EXECUTION 3.1 WORK IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS A. _ When contract documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to Architect/Engineer. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in conformity with specified requirements. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by contract documents. C. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Architect/Engineer for further instructions. Do not proceed with work without clear instructions. 3.2 EQUIPMENT IDENTIFICATION TAGS When delivered to the construction site, all equipment shall be tagged with its complete identification designation A. Equipment Tagging. Equipment designated by distinguishing letters and numbers shall be provided with tags with letters and numbers corresponding to those on the drawings. B. Submittals. Complete specifications data and catalog cuts or drawings covering the identification system shall be submitted in accordance with the procedure set forth in Section 01330, Submittal Procedures. C. Equipment Tags. Tag material may be plastic, fiberglass reinforced plastic, or stainless steel. One material shall be used for all tags. Plastic or fiberglass reinforced plastic tags shall be a minimum 1/16 inch thick, 2 inches square, and have one grommeted hole for a tag fastener. Each tag shall have a durable yellow surface color. Permanent lettering shall be produced by engraving through to a black core color. Tags shall be Brady "B-60 Fiber -Shield," Seton "Setonite" or approved substitution. Stainless steel tags shall be a minimum 18 gauge, 2 inches square, and have engraved black -filled letters. D. Tag Fasteners. Tags shall be securely fastened to the equipment with approved meter seals with minimum 4-ply .018 stainless steel smooth wire, stainless steel "S" hooks, or stainless steel jack chain. E. Tag Lettering. Each tag shall be engraved with three rows of 1/4-inch lettering. The top row shall consist of the alphabetical prefix, the second row shall consist of the 4-digit numerical designation and the bottom row shall consist of the alphabetical and/or numerical suffix as required. 04-2905 01600-3 Product Requirements 3.3 INSTALLATION CHECK A. An experienced, competent and authorized representative of the manufacturer or supplier of each item indicated in the Project Checklist of this specification shall visit the site of the work and inspect, check, adjust if necessary, and approve the installation. In each case, the supplier's representative shall be present when the equipment or system is placed in operation. The supplier's representative shall revisit the jobsite as often as necessary until any trouble is corrected, and the installation and operation are satisfactory in the opinion of the Architect/Engineer. B. Each supplier's representative shall fiunish to the Owner, through the General Contractor, a written report certifying that the system or equipment: (1) has been properly installed, lubricated and prepared for its intended use; (2) is in accurate alignment; (3) is free from any undue stress imposed by connecting piping or anchor bolts; and (4) has been operated under full load conditions and that it operated satisfactorily. C. Costs for this work shall be included in the Base Bid. 3.4 OPERATION AND MAINTENANCE MANUALS A. The equipment supplier shall prepare an operation and maintenance manual for each type of equipment indicated in the Project Checklist in Section 01300. The following information shall be provided in the operations and maintenance manuals. 1. The equipment function, normal operating characteristics and limiting conditions shall be defined. 2. Disassembly, assembly, installation, alignment, adjustment and checking instructions shall be provided. 3. Operating instructions shall include guidelines for startup, routine and normal operation, regulation and control, shutdown and emergency conditions. 4. Manufacturer's recommended lubrication and preventive maintenance procedures and maintenance intervals, given in terms of both calendar time and operation time, shall be detailed. 5. Provide exploded view assembly drawings) of the equipment clearly showing all parts, including maintainable subassembly parts. Unless the Owner acknowledges in writing to the Contractor that a subassembly is disposable, it shall be considered maintainable. All parts shall be identified with a number or letter which references the Parts List Table which details the following: a. The part reference number or letter from the exploded -view drawing. b. A brief description of the part. C. The manufacturer's part number. d. A standard part description if applicable (i.e., 1/2-inch by 3-inch standard hex head bolt). e. The quantity of each part contained in the equipment, assembly or subassembly. f. The manufacturer's recommendation for stocking of spare parts for each item in the Parts List Table. 6. List any special tools and/or equipment required to comply with the manufacturer's recommended maintenance, overhaul or repair procedures. 7. The manual shall provide the manufacturer's step-by-step procedures for complete disassembly, overhaul and reassembly of the equipment. 8. The following detailed operating information shall be provided. a. Procedure required for pre -startup checkout. b. Procedure required for startup. C. Operational checks and procedures required during equipment operation. d. Detailed procedures required by the equipment for routine shutdown, emergency shutdown or extended shutdown shall be listed. 9. Safety precautions required to ensure safe operation and maintenance on the equipment shall be detailed. 10. A comprehensive troubleshooting guide that outlines problems, causes and repair shall be included. 04-2905 01600-4 Product Requirements 11. Addition to exploded view, assembly drawings; outline, cross section(s), engineering data and wiring diagrams shall be included. 12. Test data and performance curves shall be provided, where applicable. 13. Manufacturer's data including the manufacturer's name, address and telephone number; size and/or model number of the equipment; and the equipment serial numbers shall be listed. 14. Applicable information from each piece of equipment's nameplates) such as hp, rpm, volts, amps, watts, phases, hertz, frame, type, Btu/K cfm, gpm, psi, and other pertinent information shall be included B. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with, or attached to, the equipment when delivered. C. Manuals shall be printed on heavy, first quality paper, 8-1/2" by I I" size with standard 3-hole punching. All literature in the manuals shall be legible and reproducible by standard copy machines. Unrelated data shall be marked out by "ziptone" methods. Marking out with ink will not be acceptable. Arrows shall be used to mark equipment being furnished. Do not use "highlighting." Drawings and diagrams shall be reduced to 8-1/2" by 11,, or 11" by 17". Where reduction is not practicable, larger drawings shall be folded separately and placed in clear, vinyl wq envelopes -which are bound into the manuals. Each envelope shall bear suitable identification on the outside. Blueline drawings are not acceptable in operation and maintenance manuals. D. Four preliminary copies of each manual, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted prior to the date of shipment of the equipment. E. After review and approval, prepare six final copies of each operation and maintenance manual and submit not later than 30 days prior to placing the equipment in operation. The final manuals shall be bound in heavy-duty, Permanent binders. Information shall be arranged in a logical sequence with colored divider sheets between sections and a table of contents for each binder. 3.5 EQUIPMENT FACTORY TESTS A. The Owner reserves the right to witness any and all shop and factory tests. The Contractor shall notify the Owner at least 10 days in advance of the time that each shop test will be made. B. When factory tests are required by the specific equipment specifications, these tests shall include those parameters specified and such additional parameters as are customarily tested for the particular equipment. Test procedures, including a description of the test facility, which shall include but not be limited to a plan and elevation sketch of the test setup, showing the piping and instrumentation, shall be submitted in accordance with the procedures set forth in Section 01330, Submittal Procedures. All submittals and test reports shall be exclusively and entirely in the English language and shall use English units of measure except for the metric unit of milligrams/liter (mg/1) C. All factory tests shall be conducted according to one of the following. 1. Construct, staff and operate an acceptable test facility, in the United States, to conduct the required tests. 2. Arrange with an acceptable testing facility, in the United States, to conduct the required tests. 3. Conduct the required tests at an acceptable test facility outside the United States and include in the contract amount two round-trip, business -class airline tickets from Lubbock, Texas, to the point of the test, ground transportation, lodging and meals for the duration of the tests plus 2 days. The manufacturer shall provide a translator, if required. D. If the Owner exercises the right to witness factory test performed inside the United States, all costs associated with transportation, food and lodging shall be incurred by the Owner unless specifically required to be included in the contract by the specific equipment specifications. 04-2905 01600-5 Product Requirements E. Costs for the Owner to witness tests performed outside the United States shall be incurred by the Contractor as described under item 3.5 above. If the Owner elects to not witness tests performed outside the United States, the estimated costs for transportation, food and lodging will be deducted from the Contractor's payment. F. All meters, gauges and other test instruments shall be calibrated within 30 days of the scheduled test and certified calibration data shall be provided. G. The Owner may, at his option, seal all instruments used during a scheduled test and immediately forward the instruments to an independent testing laboratory for certified calibration checks. The cost for calibration check will be borne by the Owner if the instruments checked are correctly calibrated. Otherwise, the Contractor shall bear all costs for calibration and all equipment shall be retested at no additional cost to the Owner. H. Four certified copies of a report covering each test shall be prepared by the equipment manufacturer and submitted not less than 10 days prior to shipment of the equipment to the Contractor. I. Failure of the equipment to meet the specified operating conditions for any reason shall be considered an incomplete and unacceptable test. Upon correction of the problem causing failure, the manufacturer shall retest the - equipment J. If the equipment is rejected based on the results of the factory test, the Contractor shall repair and retest the equipment as required, to the satisfaction of the Engineer. Certified copies of a report covering each retest shall be prepared by the equipment manufacturer and delivered to the Architect/Engineer not less than 10 days prior to shipment of the equipment to the Contractor. All costs incurred by the Owner, including laboratory tests, transportation, food and lodging, for the witnessing of the retesting of equipment shall be incurred by the Contractor. END OF SECTION 04-2905 01600-6 Product Requirements SUBSTITUTION REQUEST TO: PROJECT: SPECIFIED ITEM: Section Page Paragraph Description The undersigned request consideration of the following: PROPOSED SUBSTITUTION: Attached data includes product description, specifications, drawings, photographs, performance and test data, samples, etc., adequate for evaluation of the request; applicable portions of the data are clearly identified. The undersigned states that the function, appearance and quality of the proposed substitution are equivalent or superior to the specified item, and further certifies that: A. The undersigned will pay for changes to the building design, including engineering and investigation and redesign which may be necessitated b the y requested substitution. Changes include: B. The substitution affects dimensions shown on Drawings thus: C. Substitution will have the following effect on other trades and on construction schedule: D. Differences between proposed substitution and specified item include: - E. Differences in manufacturer's guarantees of the proposed and specified items include: F. Adjustment in the contract sum due to substitution will Add/Delete S Submitted by: For use by the A/E: Signature: ❑ roved A Pp El Approved as noted Firm ❑ Not Approved ❑ Received too late _ Address By Date: Remarks Date Telephone .3 Attachments: 04-2905 01600-7 Product Requirements Southwest Pump Station City of Lubbock SECTION 01661 INSTRUCTION OF OPERATIONS AND MAINTENANCE PERSONNEL PARTI-GENERAL 1.1 REQUIREMENTS A. The manufacturer shall provide the services of a factory trained maintenance specialist to instruct the Owner's operations and maintenance personnel in the recommended corrective and preventive maintenance Procedures for equipment as specified in the respective equipment section. B. The qualifications of the specialist shall be subject to approval by the Owner's Representative: C. Manufacturer shall be responsible for coordinating these services at times acceptable to the Owner, with a minimum of 30 days prior notice. D. Manufacturer shall provide a combination of classroom and field/machine shop training. All training shall be conducted at a location to be determined by the City of Lubbock. 1.2 SUBMITTALS A. Manufacturer shall submit for approval a proposed Lesson Plan for the instruction, 30 days prior to commencement of scheduled training in accordance with Section 01330, Submittals. B. Manufacturer shall submit for approval credentials of their designated maintenance instructor. Credentials will include a brief resume and specific details of the instructor's experience with maintenance of and training on the equipment specified. 1.3 INSTRUCTION LESSON PLAN A. Manufacturer's proposed Lesson Plan shall include the elements presented in the Outline of Instruction Lesson Plan. Specific components and procedures shall be identified in the proposed Lesson Plan. B. Manufacturer's proposed Lesson Plan shall detail specific instruction topics. Training aids to be utilized in the instructions shall be referenced and attached where applicable to the proposed Lesson Plan. "Hands-on" demonstrations planned for the instruction shall be described in the Lesson Plan. C. The manufacturer shall indicate the estimated duration of each segment of the training Lesson Plan. D. Outline of Instruction Lesson Plan. Equipment Operation. a. Describe equipment's operating (process) function. b. Describe equipment's fundamental operating principals and dynamics. C. Identify equipment's mechanical, electrical and electronic components and features. 04-2905 0 166 1-1 Instruction of Operations and Maintenance Personnel d. Identify all support equipment associated with the operation of subject equipment (i.e., air intake filters, valve actuators, motors). 2. Detailed Component Descriptions. a. Identify and describe in detail each components function. b. Where applicable, group related components into subsystems. Describe subsystem functions and their interaction with other subsystems. C. Identify and describe in detail equipment safeties and control interlocks. 3. Equipment Preventive Maintenance (PM). a. Describe PM inspection procedures to: 1) Perform an inspection of the equipment in operation. 2) Spot potential trouble symptoms (anticipate breakdowns). 3) Forecast maintenance requirements (predictive maintenance). b. Define the recommended PM intervals for each component. C. Provide lubricant and replacement part recommendations and limitations, along with recommended spare parts. d. Describe appropriate cleaning practices and recommended intervals. 4. Equipment Troubleshooting. a. Define recommended systematic troubleshooting procedures. b. Provide component specific troubleshooting checklists. C. Describe applicable equipment testing and diagnostic procedures to facilitate troubleshooting. 5. Equipment Corrective Maintenance. a. Describe recommended equipment preparation requirements. b. Identify and describe the use of any special tools required for maintenance of the equipment. C. Describe component removal/installation and disassembly/assembly procedures. d. Perform at least two "hands-on" demonstrations of common corrective maintenance repairs. e. Describe recommended measuring instruments and procedures, and provide instruction on interpreting alignment measurements, as appropriate. f. Define recommended torquing, mounting, calibration and/or alignment procedures and settings, as appropriate. g. Describe recommended procedures to check/test equipment following a corrective repair. 04-2905 01661-2 Instruction of Operations and Maintenance Personnel 1.4 TRAINING AIDS A. The manufacturer's instructor shall incorporate training aids as appropriate to assist in the instruction. At a minimum, the training aids shall include text and figure handouts. Other appropriate training aids are; I. Audiovisual aids such as films, slides, videotapes, overhead transparencies, posters, blueprints, diagrams, and catalogue sheets. 2. Equipment cutaways and samples such as spare parts, damaged equipment, etc. 3. Tools such as repair tools, customized tools, measuring and calibrating instruments. B. The manufacturer's instructor shall utilize descriptive class handouts during the instruction Photocopied class handouts shall be good quality reproductions. Class handouts should accompany the instruction with frequent reference made to them. Customized handouts developed especially for the instruction are encouraged. Handouts planned for the instruction shall be attached with the manufacturer's proposed Lesson Plan 1.5 "HANDS-ON" DEMONSTRATIONS A. The manufacturers instructor shall present at least one "hands-on" demonstration of common corrective maintenance repairs so that all operation and maintenance personnel have the opportunity to witness the demonstration. The manufacturer shall provide the tools and equipment to conduct the demonstrations. Requests for supplemental assistance and facilities should be submitted with the manufacturer's proposed Lesson Plan. The proposed "hands-on" demonstrations should be described in the manufacturer's proposed Lesson Plan B. In any "hands-on" training situation where Owner's operation or maintenance personnel participate in disassembly or assembly of equipment components, the manufacturer shall be responsible for such disassembly or assembly and shall provide written certification of proper equipment operation to the Engineer. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 04-2905 01661-3 Instruction of Operations and Maintenance Personnel Southwest Pump Station City of Lubbock SECTION 01730 CUTTING AND PATCHING PART1-GENERAL 1.1 SUBMITTALS A. Submit a written request to Engineer well in advance of executing any cutting or alteration which affects: I. The work of the Owner or any separate Contractor. 2. The structural value or integrity of any element of the project. 3. The integrity or effectiveness of weather -exposed or moisture -resistant elements or systems. 4. The efficiency, operational life, maintenance or safety of operational -elements 5. The visual qualities of sight -exposed elements. B. The request shall include: 1. Identification of the project. 2. The reason for cutting, alteration or excavation. 3. The effect of the work on the Owner or any separate Contractor, or on the structural or weatherproof integrity of the project. 4. Written permission of any separate Contractor whose work will be affected. 5. Description of the proposed work. a. The scope of cutting, patching, alteration or excavation. b. The trades who will execute the work. C. Products proposed to be used. d. The extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Cost proposal, when applicable. 8. The date and the time the work will be uncovered. C. Should conditions of the work or the schedule indicate a change of products from the original installation, Contractor shall submit a request for substitution as specified in Section 01600, Material and Equipment. D. No existing facility, equipment or service shall be interrupted or removed until it has been replaced by a permanent substitute or until agreed to by the Owner. PART2-PRODUCTS Comply with specifications and standards for each specific product involved as described in Divisions 2-16. PART3-EXECUTION 3.1 INSPECTION A. Inspect existing conditions of the project, including elements subject to damage or to movement during cutting and patching. 04-2905 01730-1 Cutting and Patching B. After uncovering work, inspect the conditions affecting the installation of products or performance of the work. C. Report unsatisfactory or questionable conditions in writing; do not proceed with the work until the Engineer has provided further instructions. 3.2 PREPARATION A. Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the work. B. Provide devices and methods to protect other portions of the project from damage. C. Provide protection from the elements for that portion of the project which may be exposed by cutting and patching work, and maintain excavations free from water 3.3 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. C. Employ the original installer or fabricator (if possible) to perform cutting and patching for: 1. Weather -exposed or moisture -resistant elements. 2. Sight -exposed finished surfaces. D. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and finishes. E. Restore work which has been cut or removed; install new products to provide completed work in accord with requirements of contract documents. F. Fit work airtight (and fire -stopped, where required) to pipes, sleeves, ducts, conduit and other penetrations through surfaces. END OF SECTION ,, , n I 'r1na Cutting and Patching Southwest Pump Station City of Lubbock SECTION 01740 CLEANING AND ADJUSTING PART1-GENERAL 1.1 RESPONSIBILITY A. The Contractor is responsible for cleaning and adjusting the work. If the Contractor fails to clean and adjust the work, the Owner may do so and charge the resulting costs to the Contractor. B. Detailed cleaning and adjusting requirements for specific work are specified in sectionspertainingto that work. 1.2 REQUIREMENTS OF REGULATORY AGENCIES A. Pollution Control. Conduct cleaning and disposal operations in compliance with local ordinances and antipollution laws. 1. Burning or burying of rubbish and materials on the project site is not permitted 2. Disposal of volatile fluid wastes and other chemical wastes in storm or sanitary sewer systems or into streams, playa lakes, or waterways is not permitted. B. Safety Standards. Maintain the project in accordance with insurance and safety standards. PART2-PRODUCTS 2.1 MATERIALS Use only cleaning materials approved by the manufacturer of the surface to be cleaned. Employ cleaning materials in the manner recommended by the cleaning material manufacturer. PART3-EXECUTION 3.1 DURING CONSTRUCTION A. Oversee cleaning and ensure that the premises are maintained free from accumulations of waste material and rubbish. Do not allow waste materials, rubbish and debris to accumulate and become unsightly or create a - hazard Provide dump containers and locate on site for collection of waste material, rubbish and debris. B. At reasonable intervals during progress of the work, collect and dispose of waste material, rubbish and debris. Handle waste in a controlled manner; do not drop or throw materials from heights. C. Remove waste materials, rubbish and debris from the site and legally dispose at public or private dumping areas off the project site. 3.2 FINAL CLEANING AND ADJUSTING A. Use experienced workmen or professional cleaners for final cleaning. 04-2905 01740-1 .-A A.i:., t B. Remove grease, dust, dirt, stains, paint, oil, labels, fingerprints and other foreign materials from interior and exterior surfaces. Repair, patch and touch-up marred surfaces to match adjacent finishes. C. Broom clean paved surfaces; rake clean other surfaces of grounds. D. Clean and service all air filters and pipe strainers. Replace disposable air filters if dirty. Clean ducts, blowers and coils if air conditioning units were operated without filters. E. If installed features of the work fail to operate or operate improperly, make the necessary adjustments to prevent damage and ensure proper operation. Remove and repair or replace maladjusted items if necessary for proper adjustment. F. Remove all waste material and rubbish from the project area, as well as all tools, construction equipment, machinery, surplus materials and temporary facilities. G. Immediately prior to acceptance or occupancy, conduct a final inspection of exposed interior and exterior surfaces to verify that the work is properly cleaned. Maintain cleaning until the premises are occupied by the =- Owner. 1 3.3 ADJACENT AREAS To the Engineer's satisfaction, clean or repair adjacent areas affected by the construction. Remove dust and debris in the adjacent area. Repair, patch and touch-up marred surfaces to match adjacent finishes. END OF SECTION 04-2905 01740-2 Cleaning and Adjusting Southwest Pump Station City of Lubbock SECTION 01770 CLOSEOUT PROCEDURES PART1-GENERAL 1.1 SUBSTANTIAL COMPLETION AND INSPECTION A. The Contractor shall submit the following items prior to requesting substantial completion: 1. Operation and Maintenance Data, and evidence of Instructions to Owner's Personnel. Submit in accordance with Section 01600, Material and Equipment. 2. Spare Parts and Maintenance Materials. As specified in respective sections of specifications. B. When Contractor considers the work substantially complete, he shall submit: 1. A written notice that the work, or designated portion thereof, is substantially complete and that the project start-up has been satisfactorily completed and approved by Owner. 2. A list of items to be completed or corrected. C. Within a reasonable time after receipt of such notice, Engineer will make an inspection to determine the status of completion. D. Should the Engineer determine that the work is not substantially complete, he will promptly notify the Contractor in writing, giving the reasons therefor. 1. Contractor shall remedy the deficiencies in the work, and submit a second written notice of substantial completion. 2. Engineer will reinspect the work. E. When Engineer concurs that the work is substantially complete, he will: 1. Prepare a Certificate of Substantial Completion on AIA Form G704 accompanied by Contractor's list of items to be completed or corrected, as verified and amended by the Engineer. 2. Submit the Certificate to Owner and Contractor for their written acceptance of the responsibilities assigned to them in the Certificate. 1.2 FINAL INSPECTION A. When Contractor considers the work complete, he shall submit written certification that: I. Contract documents have been reviewed. » 2. Work has been inspected for compliance with contract documents. 3. Work has been completed in accordance with the contract documents. 4. Equipment and systems have been tested in the presence of the Owner's representative and are operational. 5. Work is completed and ready for final inspection. B. Engineer will make an inspection to verify the status of completion with reasonable promptness after - receipt of such certification. 04-2905 01770-1 Closeout Procedures C. Should the Engineer consider the work is incomplete or defective: 1. Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and submit a second written certification that the work is complete. 3. Engineer will reinspect the work. D. When the Engineer fords the work is acceptable under the contract documents, he shall request the Contractor to make closeout submittals. 1.3 REINSPECTION FEES Should Engineer perform additional reinspections due to failure of work to comply with the claims of status of completion made by the Contractor, Owner will compensate Engineer for such additional services and will deduct the amount of such compensation from the final payment to the Contractor. 1.4 A. C. Le 1.5 A. CONTRACTOR'S CLOSEOUT SUBMITTALS Evidence of Compliance with Requirements of Governing Authorities. 1. Certificate of Occupancy. 2. Certificates of Inspection: a. Mechanical. b. Electrical. Project Record Documents. As detailed in Section 01781. Warranties. Duplicate copies of warranties required by specific sections of the specifications. Evidence of Payment and Release of Liens. Submit the following in such form as approved by Owner. 1. Contractor's affidavit of payment of debts and claims. 2. Contractor's affidavit of release of liens, with: a. Consent of surety to final payment. b. Separate releases or waivers of liens for subcontractors and others with lien rights against property of Owner with a list of those parties. FINAL ADJUSTMENT OF ACCOUNTS Submit a final statement of accounting which shall reflect all adjustments to the contract sum thus: 1. Original contract sum. 2. Additions and deductions resulting from: a. Previous change orders. b. Allowances. C. Unit prices. d. Deductions for uncorrected work. e. Deductions for liquidated damages. f. Deductions for reinspection payments. g. Other adjustments. 3. Total contract sum, as adjusted. 4. Previous payments. 5. Sum remaining due. AA-')Qns 01770-2 Closeout Procedures B. Engineer will prepare final change order, reflecting approved adjustments to contract sum which were not previously made by change orders. 1.6 FINAL APPLICATION FOR PAYMENT Contractor shall submit the final application for payment in accordance with procedures and requirements stated in the Contract Conditions. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 04-2905 01770-3 Closeout Procedures Southwest Pump Station City of Lubbock SECTION 01781 PROJECT RECORD DOCUMENTS PART1-GENERAL Prepare and maintain record documents for the project to reflect accurately the construction as built. Documents must be submitted at work completion as a condition of final acceptance. 1.1 M[AINTENANCE OF RECORD DOCUMENTS A. Maintain at the job site, one copy of the following as Project Record Documents: I. Contract drawings. 2. Project Manual. 3. Addenda. 4. Reviewed shop drawings. 5. Approved samples. 6. Change orders and field orders. 7. Field and laboratory test records. 8. Correspondence. B. Store record documents in an approved location apart from documents used for construction. Do not use record documents for construction purposes. Provide files and racks for orderly storage. Maintain documents in clean, dry, legible condition. Make documents and samples available at all times for inspection by the Engineer. 1.2 MARKING DEVICES Mark all changes legibly in a contrasting color. 1.3 RECORDING A. Keep record documents current. Do not permanently conceal any work until required information has been recorded. B. Label each document "PROJECT RECORD" in neat, large, printed letters. Legibly mark contract drawings to record actual construction, showing: 1. Depths of various elements of foundation in relation to survey data. 2. Horizontal and vertical location of underground and underslab utilities and appurtenances referenced to permanent surface improvements. 3. Location of internal utilities and appurtenances referenced to permanent surface improvements. 4. Field changes of dimension and detail. 5. Changes made by change order or field order. 6. Details not on original contract drawings. C. Legibly mark specifications and addenda to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by change order or field order. 04-2905 n t'701 1 - - - 3. Other matters not originally specified. D. Legibly annotate all shop drawings to record changes made after review. E. Delete Engineer's seals from record documents. 1.4 SUBMITTAL A. At project completion, submit record documents as required in Section 01770. Place all letter -sized material in a 3-ring binder, neatly indexed. Bind contract drawings and shop drawings in rolls of convenient size for ease of handling. B. Accompany the submittal with a transmittal letter in duplicate, containing: 1 Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each record document. 5. Certification that each document as submitted is complete and accurate. 6. Signature of Contractor. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION A♦ nnf%C n17R1-1 Proiect Record Documents Southwest Pump Station City of Lubbock SECTION 01785 WARRANTIES AND BONDS PART1-GENERAL 1.1 SUBMITTALS A. Requirements. 1. Assemble two original signed copies of all warranties, bonds, and service and maintenance contracts, executed by each of the respective manufacturers, suppliers and subcontractors. 2. Provide complete information for each item, including, but not limited to, the following information: a. Product or work item.- b. Firm, with name of principal, address and telephone number. C. Scope. d. Date of beginning and duration of warranty, bond, or service and maintenance contract. e. Proper procedure for Owner's personnel in case of failure. f. Instances which might affect validity of warranty or bond. 3. Provide a table of contents, neatly typed, in orderly sequence. 4. Place a copy of the equipment warranties in the Operations and Maintenance Manual for the equipment. B. Form. 1. Prepare submittals in duplicate packets bound in 3-ring binders of commercial quality with cleanable plastic covers. 2. All materials should be 8-1/2" x I I" (larger sheets shall be folded to fit binders), punched to fit the 3-ring binders. 3. Include a cover sheet identifying each packet with the title: "WARRANTIES AND BONDS." Also list the project title and name of Contractor. C. Time of Submittals. 1. For equipment or component parts of equipment put into service during progress of construction, submit documents within 10 days after inspection and acceptance. 2. Make submittals within 10 days after date of substantial completion, and prior to final request for payment. 3. For items of work where acceptance is delayed materially beyond the date of substantial completion, provide updated submittal within 10 days after acceptance, listing the date of acceptance as the start of the warranty period. D. Required Submittals. Submit warranties, bonds, service and maintenance contracts as specified in the section listed in Section 01330, Submittal Procedures. PART2-PRODUCTS Not used. 04-2905 01785-1 Warranties and Bonds PART3-EXECUTION Not used. END OF SECTION 04-2905 01785-2 Southwest Pump Station City of Lubbock SECTION 01790 SPARE PARTS AND MAINTENANCE MATERIALS PART1-GENERAL 1.1 REQUIREMENTS A. Contractor shall furnish spare parts and maintenance materials as specified in the individual sections of the specifications. B. Parts and materials shall be furnished in manufacturer's unopened cartons, boxes, crates or other protective covering suitable for preventing corrosion or deterioration for the maximum length of storage, which may be _ normally anticipated. They shall be clearly marked and identified. C. During construction, store all parts and maintenance materials in buildings or trailers with floor, roof and closed sides and in accordance with manufacturer's recommendations. Protect from weather, condensation and humidity. D. Parts and materials shall be delivered to the Owner upon completion of the work or when the Owner assumes beneficial occupancy. Contractor shall then place them in permanent storage rooms or areas approved by the Owner. E. Provide a letter of transmittal including the following: 1. Date of letter and transfer of parts and materials. 2. Contract title and number. 3. Contractor's name and address. 4. A complete inventory of the parts and material, listing the applicable specification section for each. 5. A place for the Owner to sign and signify receipt of the parts and materials. F. Contractor shall be fully responsible for loss or damage to parts and materials until they are transmitted to the Owner. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 04-2905 01790-1 Spare Parts and Maintenance Materials Southwest Pump Station City of Lubbock SECTION 01795 POST FINAL INSPECTION PART1-GENERAL 1.1 SUMMARY A. Approximately one year after the Letter of Conditional Approval has been received by the Contractor, the Owner's Representative will make arrangements with the Owner and the Contractor for a post final inspection and will send a written notification to said parties to inform them of the date and time of the inspection. B. After the inspection, the Owner's Representative will inform the Contractor of any corrections required. C. When the corrections have been satisfactorily completed, the Owner's Representative will forward a certificate for the release of bonds. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 04-2905 Southwest Pump Station City of Lubbock SECTION 02080 VALVE VAULTS PART1-GENERAL 1.1 MEASUREMENT AND PAYMENT Valve vaults are measured by the number completed. Payment will be based on the unit price bid for each unit. Vaults with a depth greater than 8 feet measured from the center lines of the waterline to the top of the valve vault lid will be designated as "extra depth valve vaults." The extra depth will be paid for at the unit price bid per vertical foot for each foot or fraction thereof exceeding 8 feet._ Such price will be full compensation to complete the valve vault construction. 1.4 SUBMITTALS A. Details, including reinforcing, for each type and size of valve vault required. B. Valve vault lids. C. Manufacturer's technical information joint sealant D. Submittal drawings shall be sealed by a Professional Engineer registered in the State of Texas. PART2-PRODUCTS 2.1 PRECAST CONCRETE SECTIONS A. Where precast concrete sections are used, precast sections shall conform to the requirements of ASTM C 478 except where modified by this specification and the drawings. B. Provide risers and sections as shown on the drawings. C. Design Criteria 1. AASHTO H2O truck load. 2. Active earth pressure coefficient equal to 1.0. 3. Groundwater up to finish grade. 2.2 MANHOLE COVER AND FRAME IN VALVE VAULT LID Provide model No.40-5 heavy-duty manhole cover and frame as manufactured by Western Iron Works or approved substitution. Cast the words "City of Lubbock, Texas Water Valve," on each manhole cover. 2.3 VAULT STEPS A. Vault steps shall be made of aluminum alloy 6061-T6 conforming to Federal Specifications QQ-A-200/8. They shall be of drop -front design with sheared ends and shall incorporate two nonskid grooves not to exceed 1/8 inch deep and 1/8 inch wide. Dimensions shall be 12 to 13-3/4 inches wide, 10 to 11 inches deep, and shall have a - 3- to 3-3/4-inch drop front Steps shall be capable of carrying a design load at the center of the crossbar of 1500 04-2905 pounds without permanent deformation when projected 4 inches from the wall. Steps shall be properly aligned as shown on the plans and cast into the manhole wall prior to shipment 2.4 PORTABLE LADDER Provide one adjustable ladder of aluminum construction meeting all appropriate OSHA specifications. Ladder shall be adjustable to a length equal to the depth of the deepest valve vault included in the work. PART3-EXECUTION 3.1 EXCAVATION Excavate the pit for a valve vault structure no wider than the vault width or length plus 4 feet, allowing 2 feet around the structure. Valve vault pit excavation is unclassified: 3.2 CONCRETE VALVE VAULTS A. The vault base may be either cast -on -site or monolithic round, precast reinforced concrete base sections. The bottom or floor of precast base sections shall have a minimum thickness of 12 inches unless shown otherwise on the plans. The bottom shall project no less than 12 inches beyond the outside walls of the base to form a flange intended to resist uplift. B. The vault base may be either cast -on -site or monolithic round, precast reinforced concrete base sections. The bottom or floor of precast base sections shall have a minimum thickness of 12 inches unless shown otherwise on the plans. The bottom shall project no less than 12 inches beyond the outside walls of the base to form a flange intended to resist uplift, unless shown otherwise on the plans. When the base is cast monolithic with a portion of the vertical section, the reinforcing in the vertical section shall extend into the base. C. The precast concrete base shall have suitable cutouts or holes to receive all pipe and connections. The lowest edge of holes or cutouts shall be no less than 6 inches above the inside surface of the floor of the base. D. Vault sections shall have tongue -and -groove or O-ring joints as shown on the drawings when shown on the drawings provide minimum wall thicknesses as shown. Joints shall be sealed with Conseal Joint Sealant or approved substitution. E. Where smooth exterior (i.e. steel, ductile iron or PVC) pipes are connected to the vault base or side, size - on -size resilient connectors conforming to ASTM C 923 shall be used. F. When connecting concrete or cement mortar coated steel pipes, or as an option for connecting smooth exterior pipes to the vault base or side, the space between the pipe and vault wall may be sealed with an assembly consisting of a stainless steel power sleeve, stainless steel take-up clamp and a rubber gasket The take-up clamp shall be a minimum of 9/16 inch wide. Provide PSX positive seal gasket system by Press -Seal Gasket Corporation or approved substitution. G. Vaults shall be built up so that the cover, when placed, shall be at the designated elevation. 3.3 BACKFILL Excavation and backfill procedures for vaults shall conform to the requirements of Section 02321, Earthwork for t Site Utilities. Backfill material shall be regular material as specified in Section 02321, unless shown otherwise on the drawings. E n11Aon 11 Valve Vaults END OF SECTION 02080-1 Southwest Pump Station City of Lubbock SECTION 02120 WASTE MATERIAL DISPOSAL PART1-GENERAL 1.1 RELATED WORK A. Clearin-g and Grubbing. Section 02233. B. Earthwork. Sections 02300 through 02399. 1.2 MEASUREMENT AND PAYMENT No separate measurement and payment will be made. Include cost of work in contract bid prices. PART2-PRODUCTS 2.1 EQUIPMENT AND MATERIALS Specific products are not required. Use equipment and materials necessary to properly complete disposal of waste materials. 2.1 EQUIPMENT AND MATERIALS Obtain approval for equipment and materials before beginning disposal of waste materials. PART3-EXECUTION 3.1 DISPOSAL AREA A. All waste material becomes property of the Contractor and must be removed from the work site and disposed of in a legal manner not to damage the Owner or other persons. Provide copies of all disposal manifests to the Owner. B. Strip the disposal area of vegetation, humus or other debris. Strippings become property of Contractor to be legally disposed of with other waste materials. C. Protect trees designated for preservation. Take special care not to damage trees designated for preservation which are outside limits of waste disposal areas. 3.2 BURNING Bunting of waste materials will not be permitted on Owner's controlled property. 3.3 COMPACTION AND GRADING "y Compact waste materials to the density of the surrounding area. Shape the area for proper drainage. Place excess topsoil on waste material in an even layer not greater than 3 inches thick and grade smooth. 02120-1 END OF SECTION 02120-2 Southwest Pump Station City of Lubbock SECTION 02233 CLEARING AND GRUBBING PART1-GENERAL PART2-PRODUCTS 2.1 EQUIPMENT AND MATERIALS The Contractor may use equipment and materials necessary to properly complete clearing and grubbing operations. PART3-EXECUTION 3.1 PROTECTION A. Protect from damage trees, shrubs and plantings, and utilities designated to remain. Take special care not to damage trees and vegetation located outside limits of clearing and grubbing. B. Protect project benchmarks, existing structures and construction staking from damage or displacement. Upon completion of operations, Contractor shall reset any missing, disturbed or damaged monuments or staking at no cost to the Owner. C. Provide temporary fences, barricades, barriers, guards or coverings for items designated to remain to protect them from damage during operations. D. Maintain drainage sewers, inlets, swales and ditches or establish temporary site drainage system to prevent flooding or sedimentation damage to the project site, adjacent properties and receiving drainage ways and waters. B. Maintain public roadways used as haul roads during operations, and sweep such roadways free of spilled materials. Restore to previous conditions upon completion of operations. 3.2 CLEARING A. Clear trees, shrubs, grass and other vegetation from the designated areas. B. Clear undergrowth and dead wood without disturbing subsoil in areas designated for partial clearing. C. Remove rubbish, trash and other objectionable materials from the project site; haul offsite and legally dispose. D. With prior written permission of the Engineer, trees within 10 feet of drainage easements and within backslopes for interceptor ditches may be removed for construction operations. Owner shall be notified prior to removal of such trees. 3.3 GRUBBING A. Completely remove stumps, roots and other debris protruding through ground surface. 04-2905 02233-1 Clearing and Grubbing B. Use only hand methods for grubbing inside drip line of trees designated by Owner to be left standing. C. On areas required for roadway, channel or structural excavation, remove stumps, main rootballs and root systems to a depth of 2 feet below lowest elevation of excavation. D. On areas required for embankment construction, remove stumps, main rootballs and root systems to a depth of 2 feet below ground surface. E. On areas receiving at least 3 feet of embankment material, trees may be cut off as close to natural ground as practical. 3.4 REMOVING MATERIAL A. Unless otherwise specified, cleared and grubbed material becomes property of the Contractor, to be removed from the work site or legally disposed of in manner not to damage the Owner. B. Burning of cleared and grubbed material on the Owner's property is not permitted. END OF SECTION 04-2905 02233-2 Clearing and Grubbing Southwest Pump Station City of Lubbock SECTION 02319 EARTHWORK FOR SITE AREAS PART1-GENERAL 1.1 CLASSIFICATIONS The following are brief definitions of classifications of earthwork. A. Topsoil. Top 8 inches of natural surface soil possessing the characteristics of representative on -site soils which produce and sustain grass and other vegetative growth. t B. Strinpina of Ground Surface. Stripping_ consists of removing all vegetation;_ decayed vegetable matter, rubbish and other unsuitable materials located within the areas designated for grading operations. Unless otherwise designated to remain, all areas shall be stripped to ground level prior to beginning earthwork. C. Excavation. Consists of the required below -grade removal and proper utilization or disposal of every µ description and of whatever substances encountered within the grading limits of the project. Excavation shall be performed to the lines and grades indicated on the drawings. D. Borrow. Material taken from designated areas to make up any deficit of excavated material. E. Waste. Excavated material which is unsuitable for reuse on site or which is in excess of the materials needed for embankment operations. All waste material becomes property of the Contractor and shall be legally disposed of in accordance with Section 02120, Waste Material Disposal. F. Subgmde. Consists of that portion of the surface on which a compacted embankment or pavement is constructed G. Compaction. Compaction of soil materials consists of rolling, sprinkling, tamping and otherwise working the soil to achieve a percent of Standard Proctor density as determined by the AASHTO Standard T-99 procedure. H. Embankment. Earth fill placed and compacted in successive layers to the line and grade defined by the construction plans. I. Finish Gradine. Operations required for smoothing disturbed areas that are not overlaid with pavement or other structures. Finish grading consists of the final operations for bringing site grade to lines and grades shown on drawings. 1.2 MEASUREMENT A. Topsoil. Topsoil stripping shall be measured by the square yards of topsoil material measured in its original position prior to topsoil stripping and stockpiling operations. Topsoil furnishing and placement shall be measured by the number of square yards provided complete in place. B. Excavation. Excavation shall be measured in its original position and the volume computed in cubic yards by the method of average end areas. C. Embanlanent. Embankment shall be measured in its original position and to final line and grade with the volume computed in cubic yards by the method of average end areas. 04-2905 02319-1 Earthwork for Site Areas D. Borrow. Borrow quantities are included in the bid item "Embankment." No separate payment will be made. E. Final Grading. Final grading shall be considered incidental to earthwork operations within the contract. No separate payment shall be made. 1.3 PAYMENT Payment shall be made per unit price bid and shall be considered full compensation for securing and furnishing all labor, equipment and materials necessary for completing earthwork operations. PART2-PRODUCTS 2.1 MATERIALS A. Embankment Fill, 1. Obtain suitable fill material from site excavation operations or from borrow areas approved by the Engineer. 2. Suitable fill material shall meet these specifications and be sand, gravel, earth or a combination of these materials, free from excessive silts. Fill shall be well broken up and be free of clods of hard earth, rocks and stones greater than 2-inch dimension and shall be free of trash, vegetation, organic matter and corrosive or perishable material. 3. Embankment fill shall have a liquid limit of 45 maximum, ASTM D 4318. 4. Embankment fill shall have a plasticity index between 7 and 40, inclusive, ASTM D 4318. 5. Not more than 40 percent of the material shall pass a No. 200 sieve, ASTM D 1140. B. Topsoil. 1. Obtain topsoil from site or provide natural fertile, friable loam suitable for growths of grass and plants. 2. Topsoil shall contain decomposed vegetable matter, finely divided and minimum 4 percent by weight. 3. Topsoil shall be free from subsoil, clay, brush, weeds, rocks and dirt clods larger than 1 inch in diameter, stalks, roots and materials which would be toxic or harmful to growth. 2.2 EQUIPMENT Contractor shall furnish, operate and maintain appropriate equipment necessary to achieve uniform layers, sections and smoothness in grade and to meet specified compaction densities. Obtain approval for equipment and materials before commencing embankment work. PART3-EXECUTION 3.1 VERIFICATION OF CONDITIONS Contractor shall inform and satisfy himself as to the character, quantity and distribution of material to be excavated. The Geotechnical Investigation Report is included as an addendum to Division 0 Specifications. 04-2905 02319-2 Earthwork for Site Areas 3.2 TOPSOIL REMOVAL A. Prior to excavation or embankment activities, topsoil located within clearing limits shall be stripped to depth of 8 inches or full depth of topsoil. B. Stripped topsoil shall be transported and deposited in stockpiles convenient to areas receiving topsoil. C. Topsoil shall be kept separate from other excavated materials, brush, litter, weeds, stones larger than 2 inches in diameter and other materials that would interfere with planting and maintenance operations. D. Protect stockpiled topsoil from dumping of unwanted material and dumping by the public. E. The topsoil source and stockpile areas shall be graded to drain as far as practical during the periods of removal and storage. 3.3 EXCAVATION _ A. Construction Methods. 1. Perform excavation of all types of materials encountered within limits of project to the lines, grades and elevations indicated in the plans. 2. All excavated materials shall be unclassified and no extra compensation shall be made based on types of materials encountered. 3. Materials meeting specifications for embankment fill shall be used in the formation of embankments - or otherwise utilized or disposed of. Unsatisfactory and/or excess materials shall be considered waste materials and shall be disposed of per Section 02120, Waste Material Disposal. 4. If it is not possible to place material in the proper section of permanent construction at the time of excavation, stockpile the material in approved areas for later use. Stockpiled materials should be protected from dumping of unwanted materials and dumping by the public. B. Blasting. Use of explosives for excavation operations should not be necessary and will not be permitted C. Drainage. During excavation, maintain grades for complete drainage. As necessary, install temporary drains or drainage swales to intercept or divert overland flow from excavated areas. Ponding in the excavation and _ seepage from groundwater shall be removed per Section 02240, Excavation and Drainage of Excavation. D. Existing Utilities. Contractor shall field verify locations of existing utilities prior to extensive excavation operations. While it is the intent of the construction plans to show the known locations and sizes of existing utilities, the Architect/Engineer retains no responsibility for lines not shown on construction plans or known to the Contractor prior to excavation. Contractor shall protect existing utilities from damage during excavation. Any damage to existing utilities shall be reported immediately and shall be satisfactorily repaired Utility removal shall be in accordance with Section 02220, Demolition. 3.4 EXTRA EXCAVATION A. Upon completion of excavation to the lines and grades given on the construction plans, areas identified as having weak or poor soil characteristics shall require extra excavation. Contractor shall remove sots or undesirable materials to a depth of 18 inches and backfill areas with stable fill material. Fill material shall comply with requirements for embankment fill and shall be compacted to specified density per Compaction paragraphs within this section. B. The removal and replacement of unsatisfactory material shall be measured and paid for in compliance with the provisions of the General Conditions. 04-2905 02319-3 Earthwork for Site Areas 3.5 TREATMENT OF NATURAL SUBGRADE UNDER EMBANKMENTS A. After clearing and grubbing and excavation to lines under proposed embankments, proof roll and remove soft or undesirable material to a depth of 18 inches. Break down sides of holes or depressions to flatten the slopes. B. Fill each depression with the soil appropriate for the materials to be placed on the subgrade. Place the fill in layers moistened and compacted as specified in this section. C. After depressions have been filled and immediately before placement of compacted fill in a section of the embankment, thoroughly scarify the foundation material to a depth of 6 inches. Remove roots and debris turned up while loosening the soil. D. Compact the surface of the embankment subgrade as specified in this section. E. Take care to prepare the embankment so that planes of seepage or weakness are not induced. Should the Engineer suspect such a deficiency, the material must be thoroughly broken and recompacted before proceeding with construction. 3.6 EMBANKMENT A. Inspection of Subgrade. Do not place fill on any part of the embankment subgrade until the subgrade preparation has been inspected by the Owner's representative. B. dreading Fill. After dumping material, break up and spread fill material. During dumping and spreading process, remove all roots, stones and debris that are uncovered in the embankment material. Construct embankments in successive horizontal layers, extending across the entire fill area. Each layer of fill shall be no greater than 8 inches in depth and shall be uniform as to material and moisture content before compaction. Individual lifts shall be scarified after compaction to prevent development of laminations between lifts. As soon as possible after placement begins, crown the surface to drain freely and maintain such conditions throughout construction. C. Benchina. When fill is to be made and compacted against hillsides and/or existing fill, the slopes of original hillside and/or fill shall be horizontally benched to key the fill material to the underlying ground. A minimum of 6 inches normal to the original slope shall be scarified and recompacted, as the fill is brought up in layers, to ensure that the new work is constructed on firm subgrade. This subsection applies to existing slopes having a gradient steeper than 4:1. D. Compaction Compact each lift to required density by blading and rolling with suitable equipment Use mechanical tamps to obtain required density in inaccessible areas. Compact to 95 percent of maximum laboratory dry density as determined by the Standard Proctor compaction test AASHTO Test Method T99-86 (ASTM D 698-78). E. Moisture Control. Compaction shall be completed to the required maximum density obtainable with the natural moisture of the embankment material wherever possible. However, the moisture content shall not vary from the optimum, as determined by AASHTO Test Method T99-86 (ASTM D 698-78) by more than 3 percent or less than 1 percent Adjust wetter than optimal materials by spreading and drying. This process may be assisted by discing or harrowing if necessary. Adjust dryer than optimal materials by sprinkling layer with water and working moisture into soil by harrowing or other approved method. 04-2905 02319-4 Earthwork for Site Areas 3.7 DISTRIBUTION OF TOPSOIL A. Preparation. 1. Prior to placing topsoil, scarify the subgrade to a depth of 2 inches to provide effective bonding of the topsoil with the subgrade. Use a chisel plow with the chisels sets 10 inches apart. 2. Shape all areas designated for grading, including cut and fill areas, to receive a minimum of 4 inches of topsoil. 3. In areas that require only blading and dressing, the adequacy of existing topsoil will be determined by the Owner's representative. B. Placement. 1. Do not haul or place wet topsoil. Do not place topsoil on subgrade that is excessively wet, extremely dry, or in a condition otherwise detrimental to proper grading or proposed planting. 2. Distribute topsoil uniformly and spread evenly to an average thickness of 4 inches. Do not compact topsoil. Correct irregularities in the surface to prevent formation of depressions where water could stand. - - 3 Perform the spreading operation so that planting can proceed with little additional tillage or soil preparation. Leave the area smooth, suitable for lawn planting. C. Maintenance. Where any portion of the surface becomes eroded or otherwise damaged, repair the affected area to establish the condition and grade prior to topsoil placement; then replace topsoil. 3.8 FINAL GRADING A. After other work has been completed except for exactness of finish as required, roadway shoulders, slopes and ditches shall be smoothly shaped B. Ditches and channels within right-of-way shall be cleared of debris and obstructions. C. Excess earth or other waste material adjacent to structures, poles, trees or other objects shall be leveled down or otherwise disposed of as required. D. Loose stones, rocks and boulders within project site that would fail to pass a 2-inch ring shall be removed and disposed of as required E. Roots, trash and other debris shall be removed from Owner's controlled land and entire project site placed in a neat and presentable condition. F. Dragging, pushing or scraping of material along or across the surface of completed pavement will not be permitted. G. H. I. J. ..r grade. 04-2905 E_ Continuously maintain sections until acceptance of work. Finish surface not more than 0.10 feet above or below established grade or cross section. Finish ditches and gutters to drain readily. Where existing grade is disturbed in areas not marked to be graded, regrade disturbed area to original 02319-5 Earthwork for Site Areas 3.9 MATERIAL DISPOSAL A. Waste Material. Legally dispose of waste material as specified in Section 02120, Waste Material Disposal, without causing expense or damage to the Owner. 3.10 TESTING A. Laboratory Services. Owner shall appoint a commercial testing laboratory to assess adequacy of materials and compaction as outlined in Section 01455, Testing Laboratory Services. B. Testing Requirements. 1. Prepare optimum moistureldensity relationship for subgrade in accordance with AASHTO T99-86 (ASTM D 698-78). 2. Test compacted general fill embankment and backfill as follows: a. One field density test minimum for every 1000 cubic yards of material placed in compliance with ASTM D 1556 or D 2922. b. Four random field density tests minimum of backfill at each culvert, abutment and similar locations in compliance with ASTM D 1556 or D 2927. END OF SECTION 04-2905 02319-6 Earthwork for Site Areas Southwest Pump Station City of Lubbock SECTION 02321 EARTHWORK FOR SITE UTILITIES PART1-GENERAL 1.1 MEASUREMENT AND pAyMENT No separate payment will be made for work performed under this section. Include the cost of such work in contract prices for the items listed in the bid form and specified in other sections of this work. PART2-PRODUCTS 2.1 EARTf BACKFILL Earth backfill shall be free of lumps, stones, trash and spongy or otherwise objectionable material and approved by the Engineer. Approved backfill material may be from the excavation or borrowed. 2.2 BANK SAND A. Use sand that is free from clay lumps, organic and other deleterious material, and having a plasticity index of 12 or less. B. Site material may be used in place of bank sand if after first being tested and meeting requirements set for bank sand. 2.4 SHELL Provide crushed washed shell with no particles larger than 1 inch in any dimension. 2.5 GRAVEL Provide gravel with no particles larger than 1 inch, free of clay lumps and organic or other deleterious material. PART3-EXECUTION 3.1 EXCAVATION A. Procedure. Excavate to indicated or specified line and grade. 1. Excavate by open cut with trenching machine or backhoe. Do not use excavated material composed of large chunks or clods for backfill, but dispose of such material and provide other suitable material for backfill without additional expense. 2. During excavation, pile material suitable for backfilling in an orderly manner far enough from the bank of the trench to avoid overloading, slides or cave-ins. 3. Remove from site or waste as indicated all excavated materials not required or suitable for backfill. Loading and transportation of waste material shall be included in bid price and no additional payment will be made. 4. Grade as necessary to prevent surface water from flowing into trenches or other excavations. 04-2905 02321-1 Earthwork for Site Utilities L 3.4 BACKFILLING A. Criteria. Do not backfill trenches to a point greater than 2 feet above top of pipe until all required pressure tests are performed and utility systems as installed conform to specified requirements of appropriate sections. Backfill trenches to ground surface with selected material as specified for embankments under Earthwork sections. Reopen trenches improperly backfilled to depth required for proper compaction. Refill and recompact as specified, or otherwise correct the condition in an approved manner. B. Omen Areas. 1. In the pipe zone, backfill with pea gravel evenly and carefully around and over pipe. 2. Above the pipe zoneand gravel embedment, deposit backfill in 16 inch layers. Mechanically compact to 95 percent AASHTO Density, Test Method T-99, until there is a cover of not less than 1 foot over utility lines. Use selected backfill material of optimum moisture content. Take special care not to damage pipe wrapping or coating. 3. All forms, lumber, trash and debris from valve vaults and other structures. Backfill s shall be removed shall be placed symmetrically on all sides in layers no thicker than 8 inches. Each layer shall be compacted to 90 percent AASHTO Density, Test Method T-99. C. Pavement Sections. 1. In In the pipe zone, backfill with pea gravel evenly and carefully around and over pipe. 2. Above the pipe zoneand gravel embedment, deposit backfill in 16 inch layers. Mechanically compact to 95 percent AASHTO Density, Test Method T-99, until there is a cover of not less than 1 foot over utility lines. Use selected backfill material of optimum moisture content. Take special care not to damage pipe wrapping or coating. 3. All forms, lumber, trash and debris shall be removed from valve vaults and other structures. Backfill no thicker than 8 inches. Each layer shall be compacted shall be placed symmetrically on all sides in layers to 90 percent AASHTO Density, Test Method T-99. END OF SECTION 04-2905 02321-4 Earthwork for Site Utilities Southwest Pump Station City of Lubbock SECTION 02510 WATER DISTRIBUTION MAINS PART1-GENERAL 1.1 SUMMARY Provide new water mains including valves and valve boxes, blocking, fittings and other appurtenances. 1.2 QUALITY ASSURANCE A. Manufacturers of pipe 24 inches in diameter and larger shall have a quality control program consisting of one or more of the following: 1) a quality management system certified by the American National Standards Institute (ANSI) or National Sanitation Foundation (NSF) to comply with ISO 9000, 2) a quality control program approved by the Owner, or 3) independent, third -party quality control testing and inspection of pipe produced for the - project. All such quality control programs shall be paid for by the manufacturer. It is the intent of this requirement that the manufacturer will document all appropriate tests and inspection with sampling and inspection criteria, frequency of testing and inspection, date of testing and inspection and date on which every piece was manufactured. When requested by the Owner, the manufacturer will provide copies of test data and results and inspection reports with the shipment of pipe for the project. Test data and results and inspection reports shall be traceable to specific pipe lots or pieces. Owner approval of the manufacturer's quality control program will expire after three years, at which time the manufacturer must present current quality control program for approval. B. The quality of materials, the process of manufacture and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant and at the project site prior to and during installation. Plant inspections shall be conducted at the discretion of the Owner's representative. Only manufacturers having a quality control program of the type described above will be considered as approved providers of products for this project. 1.3 MEASUREMENT A. Valves and Service Leads. Measure these items by the number of each size and type installed complete and in place. B. Water Lines. Measure water lines by the linear foot of each type and size installed complete in place. Measurement will be along the centerline of the pipe and will include all fittings incorporated in the work. 1.4 PAYMENT A. Payment for valves, valve boxes and service leads will be at the contract unit price. B. Payment for water lines will be at contract unit price per linear foot for the type and size specified. C. Payment for service connections will be at the contract unit price for each near -side and far -side connection by type and size specified. Payment will include all excavation backfill, corporation and meter stops, clamps, meter w vault and other miscellaneous work and materials necessary for proper construction. D. No direct payment will be made for fittings, blocking, other thrust restraint, excavation, backfill, compaction and other miscellaneous work and materials necessary for proper construction of a water distribution system. These are included in the contract prices of the various component parts. 04-2905 02510-1 Water Distribution Mains PART2-PRODUCTS 2.1 DUCTILE IRON PIPE A. Provide ductile iron pipe manufactured in accordance with AWWA C150 and AWWA C151. Furnish centrifugally cast pipe with metal thickness based on a tensile minimum strength of 60,000 pounds per square inch, and a minimum yield strength of 42,000 pounds per square inch. Ductile iron pipe shall be Class 350 for pipe 12" in diameter and smaller, pressure rated for 350 psi working pressure and designated for Type 2 laying conditions. - Ductile iron pipe shall be Class 250 14" in diameter and larger, pressure rated for 250 psi working pressure and designated for Type 2 laying conditions. B. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting Ranged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. All joints of ductile iron piping and fitting shall be sealed with a continuous rubber gasket meeting standards specified by AWWA C111-72 (ANSI A21.11) or its latest revision.- Use Type 316 stainless steel bolts for buried joints. C. For ductile iron pipe and fittings, provide a tar coating outside and cement lining with seal coat inside in accordance with AWWA. C104. ductile iron i fittings, joints and cement lining listed and approved by Underwriters D. Provide pipe, g J Laboratories, Inc., for fire service and accepted without penalty by the State Board of Insurance for use in water distribution systems. E. Ductile iron pipe and fittings shall be cement mortar lined in accordance with AWWA C104. Provide manufacturer's standard bituminous coating inside and outside of all ductile iron pipe and fittings. 2.2 BAR WRAPPED STEEL CYLINDER PIPE Furnish bar wrapped steel cylinder pipe in accordance with Section 02613 — Bar Wrapped Steel Cylinder Pipe. 2.3 POLYVINYL CHLORIDE PIPE Provide polyvinyl -chloride water pipe up to 3-1/2-inch diameter bearing the NSF Seal of Approval and conforming to ASTM D 1785, ASTM D 2241 or Commercial Standard CS 256, Schedule 4b. Provide PVC water pipe 12 inch through 24 inch diameter in conformance with AWWA C905. Provide fittings in conformance with ASTM 2466. Furnish pipe with a minimum pressure rating of 150 pounds per square inch. Provide PVC pipe as manufactured by Certain -Teed, Diamond Plastics, or approved substitution. 2.4 FITTINGS A. For ductile iron pipe fittings, furnish mechanical joint, or a bolt -less, gasketed joint such as Tyton or Fastite, in accordance with AWWA C110. B. Provide factory -forged, steel pipe fittings 4 inches through 24 inches conforming to AWWA C208. Furnish long radius fittings for all bends. Bevel ends for field butt welding. Provide fittings with wall thickness equal to or greater than the wall thickness of the pipe to which the fitting is to be welded. 2.5 GATE VALVES Furnish gate valves in accordance with Section 02521— Gate Valves. 04-2905 02510-2 Water Distribution Mains -' 2.6 VALVE BOXES Provide buried valves with coat iron valve boxes of the extension sleeve type suitable for depth of cover over pipe as shown. Furnish valve boxes at least 5 inches in diameter, 3/16 inch thick, with suitable cast iron bases and covers. Coat all parts of valve boxes, bases and covers by dipping in hot bituminous varnish. Provide Mueller H-10360, two-piece screw type with base, top section and cover as required, or an approved equal. Identify covers with the casting, WATER PART3-EXECUTION 3.1 STAKING Fittings and valves shall be staked by the Contractor. 3.2 SETTING VALVES AND VALVE BOXES-- _ -3 closed Prior to installing valves, remove foreign matter from within the valves. Inspect the valves in open and closed position to verify that all parts are in satisfactory working condition B. Install valves and valve boxes where shown or as located by the Owner. Set valves plumb and as detailed on drawings. Center valve boxes on valves. Locate valves away from roads or streets. Carefully tamp earth around each valve box for a minimum radius of 4 feet, or to undisturbed trench face if less than 4 feet. 3.3 PIPE INSTALLATION A. Preparation. I. Use piping and materials for water mains of types specified, unless otherwise shown. 2. Do not lay pipe in water, or when trench or weather are unsuitable for work, except with permission of the Engineer. Keep water out of trench until jointing is complete. When work is not in progress, close ends of pipe and fittings securely so that no trench water, earth or other substance will enter pipes or fittings. 3. Keep the inside of the pipe free from foreign matter during operations by plugging or other approved method. 4. Place pipe so that the full length of each section rests solidly upon the pipe bed, with recesses excavated to accommodate bells and joints. Take up and relay pipe when the grade or joint is disturbed after laying. 5. Locate no joints closer than 9 feet from sanitary sewer crossovers. Where possible, lay water lines 9 feet above sewers at crossovers. 6. Where pipe ends are left for future connections, install valves, plugs or caps, as shown. 7. Handle pipe and accessories so that all pipe placed in the trench is sound and undamaged. Take particular care not to injure pipe coating. Do not place other pipe or anything else inside of pipe or fitting after coating has been applied. 8. Cut neatly, using approved type mechanical cutter without damaging pipe practicable. . Use wheel cutters when 9. Before installation, inspect pipe for defects and tap with a light hammer to detect cracks. Replace sections of pipe found to be defective, damaged or unsound, before or after laying. B. Pine Bedding and Backfill. 1. For bedding, accurately grade the bottom of the trench 6 inches below the elevation of the normal pipe installation and limit clear space on either side of the pipe to 6 inches at and below the top of the pipe. Place and compact 6 inches of bank sand in the trench before the pipe is laid. Install the pipe and place 04-2905 02510-3 Water Distribution Mains additional bank sand. Compact around the pipe to a height of 6 inches above the top of pipe. Compact to a minimum density of 95 percent using AASHTO Standard Method T-99. 2. Backfill as specified in the section describing earthwork. Unless otherwise directed, use bank sand for backfilling water pipe trenches which will be beneath concrete pavement. C. Placing and Laving. 1. Bury water lines 12 inches and smaller leads to a minimum depth of 4 feet. Bury water lines 14 inches and larger to a minimum depth of 5 feet. 2. Do not exceed pipe manufacturer's recommendations for deflections from straight line or grade as required by vertical curves, horizontal curves, or offsets. If alignment requires deflections in excess of these limitations, furnish special bends or sufficient number of shorter lengths of pipe to provide angular deflections within the limits set or approved. 3. After a length of pipe is placed in the trench, hold packing material for the joint around the bottom of the spigot so that packing will enter the bell as the pipe is pushed into position, or a rubber gasket may be inserted in the bell before pushing the pipe into place: Centerthe spigot on the bell and push the spigot into required alignment and position. Except where necessary in making connections with other lines, lay pipe with bells facing in the direction of laying. Except at closures, position at least two lengths of pipe ahead of each joint, with packing installed and earth fill tamped alongside pipe, before joint is poured. D. Joints. 1. Install mechanical joints according to the recommendations of the manufacturer. 2. Make slip-on joints according to the recommendations of the manufacturer. E. Anchorage of Fittings. 1. Thrust Block. Anchor tees, elbows and plugs of water mains with Class B concrete thrust blocks as shown. Place blocks so that the joints will be accessible for inspection and repair. 2. Substitution. In lieu of thrust blocking on cast iron pipe, substitute push -on, locking -type joints. Provide joints such as Lok-Tyton as manufactured by the United States Pipe and Foundry Company. Equip these joints with Lok-Tyton gaskets and pipe groove according to manufacturers recommendations. 3.4 SERVICE CONNECTIONS Provide water service leads and include corporation and meter stops and meter vault installed as shown. Provide corporation and stop thread single -strap service clamps for service lead connection on 6-inch water main if asbestos cement pipe is used. Furnish a service clamp with 250 psi working pressure and include a neoprene gasket cemented in place. Make the body of malleable iron galvanized after fabrication. Provide a service clamp manufactured by the Mueller Company, Decatur, Illinois, or approved substitution. 3.5 STERILIZATION Sterilize each unit of the completed distribution system with chlorine before acceptance for domestic operation. Use not less than 50 parts of chlorine per million parts of water. Introduce chlorinating material to the water lines and distribution systems in an approved manner. If possible, flush lines thoroughly before introducing chlorinating materials. After contact period of not less than 24 hours, flush system with clean water until residual chlorine is no greater than 1.0 part per million parts of water. Open and close valves in lines being sterilized several times during contact period. 3.6 TESTING A. Hydrostatic Tests. Prior to the completion of backfill, and while joints and fittings are still exposed, test new water lines hydrostatically. Conduct hydrostatic tests in the presence of the Engineer and in an approved 04-2905 02510-4 Water Distribution Mains manner. Apply test pressure equal to normal static line pressure plus 100 psi. This pressure shall be maintained for a minimum of 2 hours, but shall not exceed 4 hours. Each valved section of pipe shall be slowly filled with water at the specified test pressure measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus except meters shall be fiirnished by the Contractor, and the Contractor shall furnish all necessary labor for connecting the pump, meter, and gages. The water for filling and making tests on these mains may be obtained at a location designated by the Engineer. No charge will be made for water used for this purpose. As the line is being ore applying the test filled and befpressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at points of highest elevation. After the test, the taps shall be tightly plugged. During the time the test pressure is on the pipe, the line shall be carefully checked at regular intervals for breaks or leaks. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. B. Leakage Tests. After all defects have been satisfactorily repaired and all visible leaks stopped test shall be made on each valved section of the lines to determine the quantity of water lost by leakaThe ge contractor shall furnish all labor, material, and equipment (except meters) required for making the test. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test Period, when the various sections of the lines are under pressure. No pipe installation will be accepted until or unless the leakage as determined by above test is less than the amount set forth below. The allowable leakage (gallons per hour) shall not be greater than determined by the following formula: L = (N*D*P)n400, Where L = Gallons Per Hour; D = Nominal Pipe Diameter (in.); N = Number of joints; and P = Test Pressure (psi). If individual sections show leakage greater than the limits specified above, the contractor shall at his own expense locate and repair the defective joints until the leakage is within the specified allowance. C. Bacteriological Tests. After sterilizing and flushing mains, obtain the services of an approved laboratory to gather representative samples and conduct bacteriological tests. Test results must meet Texas Department of Health requirements. Make all necessary corrections, repeat sterilization and flushing procedures, and retest affected lines if test results are not acceptable. Repeat this procedure until satisfactory results are obtained. END OF SECTION 04-2905 02510-5 Wnt rThet.;i,,,*;..., ikx-:__ Southwest Pump Station City of Lubbock SECTION 02521 GATE VALVES PART1-GENERAL 1.1 MEASUREMENT A. No separate measurement will be made for gate valves 10 inches in diameter and smaller under this Section. Include measurement in accordance with Section 02510 —Water Distribution Mains. B. Measure gate valves 12 inches and larger in diameter by each type and size of valve installed 1.2 PAYMENT A. No separate payment will be made for gate valves 10 inches in diameter and smaller under this Section. Include payment in accordance with Section 02510 — Water Distribution Mains. B. Payment for gate valves 12 inches and larger in diameter is on a unit price basis by each type and size of valve installed. Unit price includes the cost of required valve box. 1.3 SUBMITTALS A. All submittals shall conform to the requirements of Section 01330 — Submittal Procedures. B. Submit manufacturer's product data for proposed valves for approval. C. Provide detailed drawings of gearing mechanism for 12-inch and larger gate valves. 1.4 QUALITY CONTROL A. Submit manufacturer's affidavit that gate valves are manufactured in the United States and conform to the stated requirements of AWWA C500, AWWA C509, AWWA C515, and this Section, and that they have been satisfactorily tested in the United States in accordance with AWWA C500, AWWA C509, and AWWA C515. PART2-PRODUCTS 2.1 MATERIALS A. Provide gate valves manufactured in accordance with AWWA C500, AWWA C509, AWWA C515 and additional requirements of this Section. Valves shall have non -rising stems, shall be opened by turning to the left (counter -clockwise), and shall be furnished with a 2-inch operating nut. B. If the type of valve is not indicated on Drawings, use gate valves as line valves for sizes 20 inches and smaller. When the type of valve is indicated, no substitute is allowed. C. Gate valves 2 inches and larger shall be coated in accordance with AWWA C550. The coating shall be non -toxic, impart no taste to water, and shall function as a physical, chemical, and electrical barrier between base metal and surroundings. The coating shall be a minimum 8-mil thick, fusion -bonded epoxy. Prior to assembly of valve, apply protective coating to interior and exterior surfaces of body. 04-2905 02521-1 Gate Valves D. Gate valves 3 inches to 12 inches in diameter shall be non -directional, standard -wall resilient seated (AWWA C509), parallel seat double disc (AWWA C500), or reduced -wall resilient seated gate valves (AWWA C515) with a 200 prig pressure rating, bronze mounting, push -on bell ends with ribber joint rings, and nut -operated unless otherwise specified. Valves shall be as manufactured byMueller, M & K Darling, Clow, Tyler, or pre - approved substitute. Comply with following requirements unless otherwise specified on Drawings: 1. Full encapsulated rubber wedge or rubber seat ring mechanically attached with minimum 304 stainless steel fasteners or screws; threaded connection isolated from water by compressed rubber around opening. 2. Valve body shall be cast or ductile iron Flange the bonnet and stuffing box together with ASTM t A307 Grade B bolts. Manufacturer's initials, pressure rating, and year manufactured shall be cast in body. 3. Valve components in waterway shall contain not more than 15 percent zinc and not more than 2 percent aluminum. 4. Valve stem shall be non -rising and consist of ASTM B763 bronze, alloy number-995 with a minimum yield strength of 40,000 psi and a minimum elongation in 2-inches of 12 percent. 5. O-rings shall conform to the requirements of AWWA C500, Section 3.12.2, AWWA C509, Sections 2.2.6 and 4.8.2, or AWWA C515, Section 4.2.2.5. 6. Stem seals consist of three O-rings, two above and one below thrust collar with anti -friction washer located above thrust collar for operating torque. 7. Stem nut shall be independent or integrally cast of ASTM B62 bronze. 8. Resilient wedge shall be molded, synthetic rubber, vulcanized and bonded to cast or ductile iron wedge or attached with 304 stainless steel screws tested to meet or exceed ASTM D429 Method B. Seat against epoxy -coated surface in valve body. 9. Bolts shall conform to the requirements of AWWA C500 Section 3.4, AWWA C509 Section 4.4, or AWWA C515 Section 4.4.4. Bolts shall be stainless steel, cadmium plated, or zinc coated. 10. All parts for valves furnished must be standard and completely interchangeable with valves of the same brands. The successful bidder may be required to finnish the owner with a letter stating what type of valve he proposes to use and a letter from the manufacturer stating the parts are standard and interchangeable as herein specified. E. Gate valves 14 inches to 24 inches: Provide AWWA C515; reduced -wall, resilient seated (wedge) gate valves with 250 prig pressure rating. Furnish with spur or bevel gearing. 1. Mount valves horizontally if proper ground clearance cannot be achieved by normal vertical installation. For horizontally mounted gate valves, provide bevel operation gear mounted vertically for above ground operation. 2. Use valve body, bonnet, wedge, and operator nut constricted of ductile iron. Fully encapsulate exterior of ductile iron wedge with rubber. 3. Ensure wedge is symmetrical and seals equally well with flow in either direction 4. Provide ductile iron operator nut with four flats at stem connection to apply even input torque to the stem. t 04-2905 02521-2 Gate Valves 5. Bolts shah conform to the requirements of AWWA C515, Section 4.4.4. Bolts shall be stainless steel, cadmium plated or zinc coated. 6. Provide high strength bronze stem and nut. 7. 0-rings shall conform to the requirements of AWWA C515, Section 4.2.2.5. pressure O-rings as gaskets. 8. Provide stem sealed by three O-rings. Top two 0-rings are to be replaceable with valve fully open at full rated working pressure. 9. Provide thrust washers to the thrust collar for easy valve operation. F. When shown on Drawings, provide non -rising, extension stem having coupling sufficient to attach securely to operating nut of valve. Upper end of extension stem shall terminate in from finished grade or as shown on Drawin s. Su �1 wrench nut no deeper than 4 feet structure that loosely holds extension stem and allows rotation in the axial directiem with an on ached to wall of manhole or G. Gate valves in factory mutual (fire service typespecification. Outside screw and yoke valves shall)carry meter installations shall conform to provisions of this shall be flanged, Class 125, and turn clockwise to close.label of Underwriters' Laboratories, Inc. These valves H. Resilient wedge gate valve shall only be installed in a vertical position. I. Provide flanged joints when valve is connected to steel or prestressed concrete cylinder pipe. j• Gate valves shall be installed in concrete vaults as shown on Plans. PART3-EXECUTION 3.1 INSTALLATION A. Earthwork. Conform to applicable provisions of Section 02321— Earthwork for Site Utilities. B. Operation. Do not use valves for throttling without prior approval of manufacturer. 3.2 SETTING VALVES AND VALVE BOXES A. Remove foreign matter from within valves prior to installation to verify that parts are in satisfactory working condition. Inspect valves in open and closed positions B. Install valves and valve boxes where shown on Drawings. Set valves boxes on valves. Carefully tamp plumb and as detailed. Center valve earth around each valve box for minimum radius of 4 feet,or to undi face when less than 4 feet. Install valves completely closed when placed in water line. sturbed french C. For pipe section of each riser, use only 6 inch, ductile iron Class 51, or DR18 PVC pipe cut to proper length. Riser must be installed to allow complete access for operation of valve. Assemble and brace box in verb position as indicated on Drawings. cal 3.3 STERILIZATION Sterilize each unit of the completed distribu Mains tion system in accordance with Section 02510 — Water Distribution 04-2905 02521-3 Gate Valves 3.4 TESTING A. Factory Testin¢. Each shop assembled valve shall be given a hydrostatic test of two (2) times the rated operating pressure and during the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. B. Hydrostatic Tests. Perform hydrostatic testing in accordance with Section 02510 — Water Distribution Mains. C. Bacteriological Tests. Perform bacteriological testing in accordance with Section 02510 — Water Distribution Mains. 3.5 PAINTING paint with color and a to Coat valves located in vaults, stations, and above ground using heavy-duty machinery p type be approved by the Engineer. Minimum of two_(2) coats shall be applied with minimum of three (3) mil thickness. Apply coating in accordance with manufacturer's recommendations. END OF SECTION 04-2905 02521-4 Gate Valves Southwest Pump Station City of Lubbock SECTION 02523 PRESSURE REDUCING (SUSTAINING) VALVES PART1-GENERAL 1.1 MEASUREMENT AND PAYMENT A. Payment for pressure reducing (sustaining) valves will be on unit price basis for each size and type of valve installed. B. Payment includes vault, piping, valve box or manhole, fittings, and appurtenances necessary for complete installation of valve. 1.2 SUBMITTALS A. All submittals shall conform to the requirements of Section 01330 — Submittal Procedures. B. Submit manufacturer's product data for proposed valves for approval. 1.3 QUALITY CONTROL A. Submit manufacturer's affidavit that pressure reducing manufactured and tested in the United States, and conform to the rent of �s s�''�' for the Work were PART2-PRODUCTS 2.1 MATERIALS A. Provide approved Pressure reducing (sustaining) valve w shown on Drawings. ith basket strainer in location and arrangement as I - Valve body and cover shall be cast iron conforming to ASTM A126, Class B. 2. All pressure reducing (sustaining) valves shall be furnished with flanged ends sized and drilled in accordance with ANSI B 16.1, Class 125, and this Section. Flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C207. 3. Valve internals: a. Provide top and bottom single moving disc and diaphragm assembly. b. Use flexible nylon fabric reinforced elastomer diaphragm integral with assembly. C. Provide valve internal trim (seat ring, disc guide, and cover bearing) made of stainless steel. d. Provide heat fusion bonded epoxy coating to internal and external surfaces of valve body including disc retainer and diaphragm washer. Holiday test coating applied to valve body. 04-2905 02523-1 Pressure ReducingS (Sustaining) Valves e. Treat stem and seat with penetrative salt nitride process. f. Use Xylan coated seat. g. Do not use leather parts. B. Control tubing shall contain shutoff cocks with Y-strainer. C. Equip all pressure reducing (sustaining) valves with a visual valve position indicator. Fit valve position indicator with an air bleed petcock. Initially set in the field by an authorized manufacturer's representative with 60 psi downstream pressure. D. Provide an mline strainer upstream of pressure reducing (sustaining) valve as shown on Drawings. E. The pilot valve for controlling operation of the main valve shall be a single seated, diaphragm operated and spring loaded type. The pilot valve shall be attached to the main valve with piping and. isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is under pressure. F. The needle valve shall be all bronze and included with the main valve to control the speed of piston travel. G. The maximum operating pressure shall be 150 prig. H. Provide full sized bypass with gave valve as shown on in Drawings. I. Provide standard valve boxes conforming to the details provided in the Drawings. PART3-EXECUTION 3.1 EARTHWORK A. Conform to applicable provisions of Section 02321— Earthwork for Site Utilities. 3.2 SETTING VALVES A. Provide services of technical representative of valve manufacturer on site during installation of valves and to serve as adviser on aspects of installation. Take necessary precautions to protect pilot system during pressure reducing (sustaining) valve installation B. Prior to installing valves, remove foreign matter from within valves. Inspect valves in open and closed position to verify that parts are in satisfactory working condition. 3.3 STERILIZATION A. Sterilize each unit of the completed distribution system in accordance with Section 02510 — Water Distribution Mains. 3.4 TESTING A. Testing. Each shop assembled valve shall be given a hydrostatic test of two (2) times the rated operating pressure and during the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. 04-2905 02523-2 Pressure Reducing (Sustaining) Valves B. Hvdrostatic Tests. Perform Mains. hydrostatic testing in accordance with Section 02510 — Water Distribution C. Distributionn Mains. Boloe_ 'cal Tests, Perform bacteriological testing in accordance'With Section 02510 — Water 3.5 PAINTING OF PIPING AND VALVES A. All surfaces of the valve shall be clean, dry, and free from and dirt before surfaces, except the machined face of the flange, shall be evenly coated with a suitable primer o inhib t ting. All cast iron black asphalt varnish in accordance with Federal S mst, or a with a rust Preventative compound, Specifications TT-V 51e. The face of flanges shall be shop coated Po d, such as Dearborn Chemical "No-Ox-Id," Houghton "Rust -Veto 344," Rust- Oleum "R-9,11 or pre -approved equal. END OF SECTION 04-2905 02523-3 Pressure PART1-GENERAL 1.1 MEASUREMENT AND PAYMENT Southwest pump Station City of Lubbock SECTION 02524 AIR RELEASE AND VACUUM RELIEF VALVES A. Payment for air release and vacuum relief valves is on unit price basis for each type and size of valve installed. B. ent necessary forncomplet reinstallation of valves (when )' figs' vent piping, bollard(s), and appurtenances 1.2 SUBNIITTALS A. All submittals shall conform to the requirements of Section 01330 — Submittal Procedures. B• Submit manufacturer's product data for proposed valves for approval. 1.3 QUALITY CONTROL A. Provide manufacturer's affidavit that air release and vacuum relief valves purchased for the Work, were manufactured and tested m the United States, and conform to the requirements of this Section. PART2-PRODUCTS 2.1 DESCRIPTION A. Provide combination air valves designed to fulfill functions of air release (permit escape of in line at high point of elevation while line is under pressure) and vacuum relief. air accumulated B. Provide inlet and outlet connections, and orifice as shown on Drawings. C. The exterior of all air release and vacuum relief valves shall be painted with shop -applied rimer for contact with potable water. P suitable 2.2 MATERIALS A Air release valves: Provide approved air release valves ASTM A4g, Class 30 mechanism with body and cover, ASTM A240 or ASTM A276 cast iron; float and leverage Buna-N or Viton mechanically retained with hex head nut and stainless Other steel Orin internals shall stainless steel against bronze. stainless steel or B. Provide single -body standard combination valves for combination air release and vacuum relief valves indicated on Drawings. The valve body and cover shall be as of 150 psi. Bosses for to designed to operate under a ur tapping Pipe threads shall be cast integrally with each valve body working pressure y and cover. I• For 2-inch and 3-inch diameter, single -body valves, provide inlet and outlet size as shown on Drawings and orifice sized for 100 psi working pressure. 04-2905 - 02524-1 Air Release and Vacuum Relief Valves The valve body, cover, and bale shall be ASTM A48, Class 35, or ASTM A126, Grade B cast iron. The plug or poppet shall be ASTM A276 stainless steel. The float shall be ASTM A240 stainless steel. The valve seat shall be fabricated from oil resistant synthetic rubber equal to Buna-N or Nitrile. All other valve internals shall be fabricated from bronze. 2. For 3-inch and larger diameter duplex body valves as shown on Drawings provide approved air release valve. a. Air and vacuum valve materials: body and cover, ASTM A48, Class 35, cast iron; float, ASTM A240 stainless steel; seat, Type 304, stainless steel and Buna-N; other valve internals, stainless steel or bronze. b. Air release valve: Constructed as specified in paragraph above on air release valves. C. Vacuum relief valves: Provide approved air inlet vacuum relief valves with flanged inlet and outlet connections as shown on Drawings. Provide air release valves in combination with inlet and outlet, and orifice as shown on Drawings. Valve shall open under pressure differential not to exceed 0.25 psi. Materials for vacuum relief valves: valve body, ASTM A48, Class 35, cast iron; seat and plug, ASTM B 584 bronze, copper alloy 836; spring, ASTM A313, Type 304, stainless steel; bushing, ASTM B584 bronze, copper alloy 932; retaining screws, ASTM A276, Type 304, stainless steel. D. Air release and vacuum relief vales shall be installed in concrete vaults as shown on the Drawings. E. Vacuum relief valves: Provide approved air inlet vacuum relief valves with flanged inlet and outlet connections as shown on Drawings. Provide air release valves in combination with inlet and outlet, and orifice as shown on Drawings. Valve shall open under pressure differential not to exceed 0.25 psi. Materials for vacuum relief valves: valve body, ASTM A48, Class 35, cast iron; seat and plug, ASTM B 584 bronze, copper alloy 836; spring, ASTM A313, Type 304, stainless steel; bushing, ASTM B584 bronze, copper alloy 932; retaining screws, ASTM A276, Type 304, stainless steel. - PART3-EXECUTION 3.1 EARTHWORK A. Conform to applicable provisions of Section 02321— Earthwork for Site Utilities. 3.2 SETTING VALVES IN VAULTS A. Provide services of technical representative of valve manufacturer available on site during installation of valves. B. Prior to installing valves, remove foreign matter from within valves. Inspect valves in open and closed position to verify that parts are in satisfactory working condition. C. Install valves and valve vaults where indicated on Drawings or as located by Engineer. Set vaults plumb and as detailed. Center vaults on valves. Compact cement -stabilized sand around each vault for minimum radius of 4 feet, or to undisturbed trench face when less that 4 feet. Provide above -ground vents for vaults as indicated on Drawings. 3.3 STERILIZATION 04-2905 02524-2 Air Release and Vacuum Relief Valves A. Sterilize each unit of the completed distribution system in accordance wi Distribution Mains, th Section 02510 —Water 3.4 TESTING A. Testin ______g Each shop assembled valve shall be given a hydrostatic test of two (2) times the rated operating Pressure and during the test, air shop be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under o ratio l� g pressure. B Hvdrostatic Tests. P e rf or mrostatic testin hydrostatic g in accordance with Section 02510 — Water Distribution C. 1olo'cal Tests Distribution Man Mains, , Perform bacteriological testing in accordance with Section 02510.— Water 3.5 PAINTING OF PIPING AND VALVES All surfaces of the valve shall be cleandry surfaces, except the and fice from foreign matter before painting. All exterior and interior stainless steel trim and the seating surface of the flange face shall suitable primer, or a black asphalt varnish in accordance with Federal S g be evenly coated with a Specification C-450-C, Type II, pecification TT-V51C or Military END OF SECTION 04-2905 02524-3 Air Release and Vacuum Relief Valves D. Submit the following within 45 days after manufacturing of pipe and fittings: 1. Steel: a. Steel reports as required in AWWA C303, Section 5.2.5. b. Results of other tests of steel reinforcement required in AWWA C303, Section 5.2 ASTM E 340 - Standard Test Method for Macroetching Metals and Alloys. L. M• ASTM E 709 - Standard Test Methods for Magnetic Particle Testing. N. ASTM E 1032 - Standard Test Methods for Radiographic Examination of Weldments. 0.11 ANSIIA WS A3.0 - Standard Welding Terms and Definitions- P. A WW A C 206 - Standard for Field Welding of Steel Water Pipe- Q. A WW A C 207 - Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 in. through 144 in. R A WW A C 301 - Standard for Prestressed Concrete Pressure Pipe, Steel -Cylinder Type, for Water and Other Liquids. S. A WW A C 303 - Standard for Concrete Pressure Pipe, Bar Wrapped, Steel -Cylinder Type. T. A WW A C 304 - Standard for Design of Prestressed Concrete Cylinder Pipe. U. A WW A M 9 - Concrete Pressure Pipe- V. NSF 61- Drinking Water System Components - Health Effects. W. SSPC Sp 7 - Surface Preparation Specification No.7 Brush Off Blast Cleaning. 1.04 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit shop drawings and certification signed and sealed by Professional Engineer registered in State of Texas showing following: 1. Manufacturer's pipe design calculations. 2. Provide lay schedule of pictorial nature indicating alignment and grade, laying dimensions, fitting, flange, and special details, with plan view of each pipe welding procedures, fabrication, segment sketched, detailing pipe invert elevations, horizontal bends, welded joints, and other and fittings corresponding to Drawings. Do critical features. Indicate station numbers for pipe not start production of pipe and fittings prior to review and approval by Project Manager. , Provide final approved lay schedule on CD-ROM in Adobe portable document format (*PDF). I Bar Wranned Steel "finder Pine 3. Include hot tapping procedure. 4. Submit certification from manufacturer that design was performed for project in accordance with requirements of this section. C. Submit inspection procedures to be used by manufacturer and f materials and welding or quality control and assurance for Submit standard repair procedures that describe in detail shop and field work to be performed. Repair defects such as substandard welds, excessive radial offsets (misalignment), Pitting, gouges, cracks, etc. D. Submit following within 45 days after manufacturing pipe of i and fittings: 1. a Steel reports as 1� required in A W W A C303, Section 5.2.5. b. Results of other tests of steel reinforcement required in AWWA C303, Section 5.2. 2. Test Results. a• Hydrostatic testing, acid etching, magnetic particle, and x-ray weld test reports as required b• Compressive strength (7 and 28 day) test results for each type of coating and lining mix design. 3. Submit pipe manufacturer's certification that Bar Wrap ped Steel Cylinder Pipe: a. Cylinder assembly has been hydrostatically tested at factory. b• Mortar coatings and linings were applied or allowed to cure at temperature above 32 degrees Fahrenheit. E. Submit the following for nonsluink out for !p' special applications: 1 Manufacturer's technical literature including specifications for mixing; placing, and curing 2• Results of tests performed by certified independent testing laboratory showing conformance to ASTM C 1107, Nonshrink Grout and requirements of this specification. 3• Certification product is suitable for use in contact with potable water. F. Submit certification for welder and welding operator demonstrating their certification within past 6 months in accordance with A W W A C 206. Indicate certified procedures and position each welder is qualified to perform. G. Calibrate within last 12 months for equipment such as scales, measuring devices, and calibration tools used in manufacture of pipe. Each device used in manufacture of pipe is required to have tag recording date of last calibration. Devices are subject to inspection by Project Manager. 04-2905 n141 z 11 1.05 QUALITY CONTROL A. Manufacturer to have permanent quality control department and laboratory facility capable of performing inspection and testing required. Inspection procedures and manufacturing process are subject to inspection by Project Manager. Perform manufacturer tests and inspections required by A W W A C 303 as modified by these Specifications. Correct nonconforming conditions. I. Cylinder and Joint Ring Assembly: a. Review mill certifications for conformance to requirements of Specifications. b: Perform- physical testing of - each heat of _ steel for conformance to _ _ . applicable ASTM standards. C. Inspect physical dimensions and overall condition of joint rings and cylinder/joint ring assembly to verify compliance with requirements of A W W A C 303. Maximum allowable thickness variation of cylinder shall not be less than determined thickness. d. Test cylinder/joint ring weld for tensile strength. Test one specimen for each 500 cylinder/joint ring assemblies in addition to those tests required by AW WA C 301. e. Reject pipe with dented steel cylinders. 2. Bar Rod a. Review mill certifications for conformance to requirements of Specifications. b. Inspect rod spacing during placement on cylinder. C. Test rod splices for each production run or minimum of once a week, whichever is less, for conformance with minimum strength criteria. 3. Pipe Lining Coating: a. Review mill certificates for each load of cement for conformance to ASTM C 150. b. Perform sieve analyses weekly for each source of coarse and fine aggregate for conformance to ASTM C 33. C. Inspect kiln recorder charts daily to confirm proper curing environment. d. Verify mortar thickness on each size of pipe to a tolerance of 1/16th of an inch of required thickness. t»f 13-4 Bar Wrapped Steel Cylinder Pipe f e. Perform absorption tests in accordance with ASTM C 497, Method mortar samples taken from pipes. A, on cured f Check mortar batch proportions, moisture content,and slurryapplication rate. Check coating thickness over wire on each pipe. g. Check physical integrity of cured mortar coating. Check cured mortar coating for soundness on every pipe in field in addition to manufacturing plant. h' Reject pipe with cracks in mortar coating exceeding 0.01 inches wide. 4' Protective Coatings: Check daily application rate and resulting dry film thickness. B. Gaskets: 1• Randomly test rubber cord for diameter, tensile strength, hardness and elongation, compression set, specific gravity after oven aging on one out of 100 gaskets. --- 2. Stretch test each gasket splice to twice its unstretched length and inspect for defects. C. Weld Testing 1 Perform macroetching tests for complete penetration production welds on normal production weld tests. Complete joint penetration welds are defined in ANSI! A WS A3.0. Verify complete joint penetration by means of macroetch of joint weld cross section. Macroetch technique in accordance with ASTM E 340. 2. Perform ultrasonic or x-ray testing of manual welds for fittings and special P Perform r dye penetration testing of manual lap welds for fittings and weld onto cylinder. special Pipes and for joint ring 3• Perform minimum of one set of weld test specimens in accordance with ANSU A WS A3.0 on each size, grade, and wall thickness at minimum of every 3,000 feet of pipe --- manufactured; but perform no less than one test per project by each welding machine and each operator. D Cast four standard test cylinders each day for each 50 cubic yards of concrete mortar coating or Portion thereof for each coating and lining mix design placed in day. Perform compressive strength test at 28 days. No cylinder test result shall be less than 80 percent of specified strength. Reject pipe that does not meet minimum strength requirements. E. Make available copy of Physical and Chemical testing reports for steel cylinders and provide reports at request of Project Manager. F. Check physical dimensions of pipe and fittings: Physical dimensions to include at least pipe lengths, pipe LD., pipe O.D., and bend angles. 04-2905 PART 2 - PRODUCTS 2.01 MATERIALS A. Furnish pipe by same manufacturer. B. Provide bar wrapped steel cylinder pipe in conformance with AWWA C 303 and A WW A M 9, except as modified herein. Produce pipe cylinder to conform to AW WA C 303 except modify Section 4.5 to require that total cross -sectional area of bell ring plus cross -sectional area of bar reinforcement over bell ring exceed circumferential steel area in like length of barrel area by one-third. C. Use of pipe from inventory is permitted only if specifications and certifications are met. Provide testing records for such pipe. D. Do not use bar wrapped steel cylinder pipe in aerial crossings, exposed or other unburied areas. E. Pipe Manufacturer. 1. Must have minimum of 5 years of manufacturer's pipe installations that have been in successful and continuous service. 2. Must maintain on site or in plant minimum of four 22.5 bends per 10,000 linear feet of water line. Any combination of bends may be substituted at manufacturer's option (i.e. two 11.25 bends are equivalent to one 22.5 bend and shall be counted as one fitting). Must be capable of delivering bends to job site within 12 hours of notification. These fittings are in addition to any fittings called out on Drawing and must be available at all times. F. Pipe Design Conditions: 1. Working pressure: 100 psi. 2. Hydrostatic field test pressure: 150 psi. 3. Maximum pressure due to surge: 150 psi. 4. Minimum pressure due to surge: -5 psi. 5. Unit weight of soil: 120 pcf minimum, unless otherwise specified. 6. Minimum trench width: O.D. of pipe + 4 feet. 7. Pipe and Fittings: Designed to withstand most critical simultaneous application of external loads including construction loads and internal pressures. 8. Design: Design pipe and fittings to withstand most critical simultaneous application of external loads and internal pressures. Base design on minimum of AASHTO HS-20 loading, AREA E-80 loads and depths of bury as indicated on Drawings. Design pipes with Marston's earth loads for transition width trench for all heights of cover. i a. Calculate moments and thrusts in wall based on earth load. 9. Increase longitudinal steel area (cylinder thickness) to prevent cylinder stress from exceeding 40 percent of minimum yield point at rated working pressure and 67 percent of minimum yield point at rated maximum surge pressure where pipe and fittings are subjected to longitudinal stresses induced by restrained joints or thrust blocks. 10. Groundwater Level: Design for most critical ground water level condition. 11. Mode of elasticity (E) = 30,000,000 psi. 12. Design stress due to working pressure to be no greater than 50 percent of minimum Yield, and stress not to exceed 16,500 psi for mortar coated pipe. 13. Design stress duetomaximum hydraulic ur Y ge pressureto be no greater than 75 percent of minimum yield, and stress not to exceed 24,750 psi for mortar coated pipe. 14. Modulus of soil reaction (E) < 1500 psi. IiE > 1000 psi, do not use silty sand (Slvl) for embedment. 15. Deflection lag factor (DI) =1.2. 16. Bedding constant (K) = 0.1. 17. Fully saturated soil conditions: hw = h = depth of cover above to of p pipe. 18. Provide minimum inside clear diameter for tunnel liners or casing in accordance with Section 02425LD - Tunnel Excavation and Primary Liner. 19. Exclude structural benefits associated with primary liner in design of pipe in tunnel installations. a• Design pipe and joints to carry loads including overburden and lateral earth pressures, subsurface soil and water loads, grouting, other conditions of service, thrust of jacks, and stresses anticipated during handling and construction loads during installation of -, pipe. b• Do not use internal removable stiffeners for pipe in tunnel, unless approved by project Manager. C. External welded stiffeners shall be permitted in design calculations for pipe, provided wall thickness is a minimum of 1/2 inch. Minimum clearances specified between exterior pipe wall and tunnel liner applies to distance between outside diameter of external welded stiffener and tunnel liner. 20. Design pipe for transmittin g potable water, unless otherwise shown on Drawings. 04-2905 AM 11 '7 _ __- 21. Tunnel and Augered Sections: Provide constant outside diameter from bell to spigot end for pipe. Exclude structural benefits associated with primary liner. Design pipe and pipe joints to carry loads including but not limited to: overburden and lateral earth pressures, subsurface soil, grouting, other conditions of service, thrust of jacks, and any stress anticipated during handling and installation. G. Coatings and Linings: 1. Provide Portland cement; ASTM C 150, Type I or II. Provide one type of cement for entire project. 2. Water Absorption Test: ASTM C 497, Method A; perform on samples of cured mortar coating taken from -each working shift._ Cure mortar coating samples in same manner as pipe. a. Test Value: Average minimum of3 samples taken from same working shift, no greater than 9 percent for average value, and l l percent for individual value. b. Test Frequency: Perform tests each working shift until conformance to absorption requirements has been established by 10 consecutive passing test results, at which time testing may be performed weekly. Resume testing for each working shift if absorption test results fail until conformance to absorption requirements is reestablished by 10 : consecutive passing test results. 3. Apply one coat of primer to exposed steel parts of steel bell and spigot rings. Prior to coating, blast clean in accordance with SSPC-SP7 (Brush Off Blast Cleaning). Apply primer in accordance with manufacturer's recommendations. 4. Coat and line access inlets, service outlets, test inlets and air releasetvacuum relief riser pipe with same coating and lining of water line pipe in accordance with A WW A C 303, Section 4, unless otherwise indicated on Drawings. 5. Do not defer placing of coating of any portion of pipe length Verify cement mortar coating thickness on each size of pipe by nondestructive method before removing pipe from coating machine. 6. Remove and replace disbonded lining or coating. Reject pipe requiring patches larger than 100 square inches or 12 inches in greatest dimension. Allow no more than one patch on either lining or coating of pipe. Provide WELD-CRETE Probond Epoxy Bonding Agent ET- 150, parts A and B; Sikadur 32 Hi Mod, or approved equal bonding agent for pipe patching. AIA I Z-R R%r WrA"rwod Qtr>vt f 'J;"' Ar D;rv- H. Fittings and Specials: 1. Design fittings to same internal and external loads as straight pi pe. 2. Manufacture in accordance with Section 02518 - Steel Pipe and Fittings for Large Diameter Water Lines. . 3. Provide fabricated bends or fittings with minimum radius of 2-112 times pipe diameter. 4. Design test plugs to withstand forces generated by hydrostatic test and test pressure from either side. Do not exceed 50% of minimum yield for design stresses due to hydrostatic pressure. Assume opposite side of plug does not contain water. 5. Provide no specials less than 4 feet in length unless indicated on Drawings or approved by Project Manager. 6. Butt Straps for Closure Piece: Provide at locations indicated on Drawings or authorized by Project Manager. Minimum 12-inch-wide split butt strap, minimum plate thickness equal to thinnest member being joined; fabricated from material equal in chemical and physical Properties to thinnest member being joined. Permit no angular deflection at butt -strap joints. 7. Provide minimum 6-inch welded outlet for inspecting each closure section, unless access manway is within 40 feet of closure section. 8. Provide Densco petroleum based tape or approved equal for exposed portions of nuts and bolts. 1• Joints: 1. A W W A C 303 rubber-gasketed or welded bell -and -spigot type except where flanged joints are required for valves and fittings as shown on Drawings. Refer to Section 02511- Water Lines for details on joints and jointing. 2. Rubber-Gasketed Joints: Single weld bell and spigot ring onto steel cylinder. In thrust areas, double weld bell and spigot onto steel cylinder. 3. Restrained Joints: Restrain joints by welding or harnessing joints. a. Design Pressure: 1.5 times working pressure. b• Harnessed Joints: A WW AM 9, clamp or snap ring type, except where prohibited. 04-2905 C. Groundwater Level: Assumed to be equal to natural ground surface- d. Provide restrained joint pipe with adequate cylinder thickness to transmit full thrust generated by internal pressure across joints. 1) Calculate distance of restrained joints based on resistance along each leg of bend with thrust based on bend angle. 2) Cylinder thickness not to be less than that defined in A WW A C303, Table 2, and minimum nominal cylinder thickness. 3) Allow cylinder thickness to reduce linearly from maximum calculated thickness to minimum thickness required by design over required length {as determined in Paragraph 2.01 13.(L1) of restrained joints. 4) Provide full circumferential welds at joints required to be welded. J. Use only fully circumferentially welded joints in areas considered potentially petroleum contaminated, within tunnels and under foreign pipelines. Perform welding in accordance with Section 02502 - Steel Pipe and Fittings and Section 02518 - Steel Pipe and Fittings for Large Diameter Water Lines. K. Pipe Flanges: A WW A C 207 for standard steel flanges of pressure class corresponding to pipe class- L. Pipe lengths: Provide pipe sections in standard lengths with minimum length of 16 feet and maximum length of 25 feet, and as indicated on approved shop Drawings or approved by Project Manager. Gasketed joints are allowed on standard lengths of pipe. Nonstandard pipe lengths must be approved by Project Manager and joints must be welded as specified herein to achieve equal to or greater than standard pipe length before gasketed joints can be used. Internally and externally mark pipe section with durable marking to show location and pipe pressure. M. Hydrostatic Test of Cylinder: In accordance with A WW A C 303, at point of manufacture. Hold test for minimum 2 minutes for thorough inspection of cylinder. Repair or reject cylinders revealing leaks or cracks. N. Transport fittings with end caps. Remove end caps just prior to installation. O. Transport fittings 36 inches in diameter and larger with sculls. Remove sculls after completion of backfill. P. Provide radius of curve as indicated on Drawings unless approved by Project Manager. Make curves and bends by deflecting joints, by use of beveled joints, or by combination of two methods, unless otherwise indicated on Drawings. Do not exceed deflection angle recommended by pipe manufacturer. Provide beveled pipe sections of standard length used in curved alignment, except when shorter sections are required to limit radius of curvature. In such case, provide sections throughout curve of substantially equal length. 07.613-10 Bar Wrauoed Steel Cvlinder Pine Q• When manufacturing straight pipe sections, manual welding is allowed for following: I. Tack welding of coils and plates during continuous i making g process. 2. Reweldin and re pairing Pairing structural defects in plate and automatic machine welds. 3. Attaching new coil of steel to previous coil. R Backfill in accordance with Section 02321— Earthwork for Site Utilities. BAR ROD 2.02 A. Conform to requirements of ASTM A 615, AWWA C 303 and -this s - - _.. _ _ pecification. B. Test foreign manufactured rod by local independent laboratory. C. Rod manufacturer is responsible for performing mechanical tests required in ASTM A615. D. Pipe manufacturer is responsible for requiring rod manufacturer to submit certified results of chemical and mechanical tests, performed by rod manufacturer. Pipe manufacturer is responsible for performing mechanical tests, and is required to attest to such in affidavit of compliance. E. Do not use rod with visible pitting. 2.03 GROUT FOR JOINTS AND SPECIAL APPLICATION A. Joint Grout: 1 • Cement Grout Mixture: One part cement to two parts of fine, sharp clean sand. Mix interior joint mortar with as little water as possible until very stiff but workable. Mix exterior joint mortar with water until it has consistency of thick cream. 2. Water. Potable water with total dissolved solids less than 1000 mg/l; ASTM D 512 chloride ions less than 100 mg/1 for slurry and mortar cure; ASTM D 1293 PH greater than 6.5. Use Potable water with 250ppm limit on chlorides and sulfates. 3 • Portland Cement: ASTM C 150, Type 11. Provide one type of cement for entire project. 4. Sand: a' Interior joints: ASTM C 35 fine graded plaster sand. b• Exterior joints: ASTM C 33 natural sand with 100 percent passing No. 16 Sieve. 04-2905 m� „ 5. Mix cement grout to specific gravity of 19lb/gallon or greater as measured by grout/slurry balance. Use balance manufactured groutislurry balance manufactured by Baroid or approved equal. Perform test in presence of and as requested by project Manager. Add additional cement grout or water to mixed cement grout to bring mix to proper moisture content or specific gravity. Discard cement grout mixed more than 20 minutes that is not at proper moisture content or specific gravity. B. Nonshrink Grout for Special Applications, Patches, and Repairs. 1. Conform to requirements of ASTM C 1107, Nonshrink Grout. 2. Pre=blended factory -packaged material manufactured under rigid quality control. 3. Contain non-metallic natural aggregate, be nonstaining and noncorrosive. 4. Meeting NSF 61 Standard suitable for use in contact with potable water supply. 5. Exterior: Highly flowable to fill joint wrapper without leaving voids or trapped air. Interior capable of being placed with plastic consistency. 6• Non -bleeding and non -segregating at fluid consistency. 7. Contain no chlorides or additives which may contribute to corrosion of bar wrapped steel cylinder pipe. 8. Free of gas -producing, gas -releasing agents. 9. Resist attack by oil or water. 10. Mix, place, and cure in accordance with manufacturer's recommendations. Upon 72 hours' notice, provide services of qualified representative of nonshrink grout manufacturer to aid in use of product under job conditions. II. Mix nonshrink grout to specific gravity of 17.711/gallon or greater as measured by grout/slurry balance. Use grout/slurry balance manufactured by Baroid or approved equal. Perform test in presence of and as requested by Project Manager. Add additional non - shrink grout to mixed non -shrink grout to bring to proper moisture content or specific gravity. Discard grout mixed more than 20 minutes that is not at proper moisture content or specific gravity. 12. Compressive strength: ASTM C 11072500 psi minimum 7-day unconfined; 5000 psi minimum 28-day unconfined 02613-12 Bar Wrapped Steel Cylinder Pipe C. Finished surface of lining and interior joint to be comparable to surface rubbed with No. 16 Carborundum stone. Rub joint mortar sufficiently to bring paste to surface, to remove depressions and projections, and to produce smooth, dense surface. Add cement to form surface paste as necessary. Leave interior with clean, neat, and uniform -appearing finish D. Joint Wrapper: Minimum width of9 inches for 33-inch diameter and smaller, minimum width of 12 inches for diameters greater than 33-inch hemmed at edge to allow threading with minimum 5/8-inch wide steel strap. Provide minimum 6-inch wide Ethafoam strip sized, positioned, and sewn such that two circumferential edges of Ethafoam are 1-112inches from outer edge of wrapper. 2.04 CATHODIC PROTECTION A. Connect each joint of pipe with bonding straps or approved devices to maintain continuity of current. Provide bonding straps free of foreign material. B. Electrically isolate water line from other connections. Use insulating unless otherwise indicated on Drawings. type joints or nonmetallic pipe C. Provide flange adapter with insulating kit as required when connecting new piping to existing piping. 2.05 INSPECTION AND SHIPPING A. Permit Project Manager to inspect pipes or witness pipe manufacturing. manufacturer of responsibilities to provide products that comply with applicable shall not relieve mp y applicable standards and these - Specifications. Should Project Manager elect not to inspect manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. B. Manufacturer's Notification to Customer: Should Project Manager wish to see specific pipes during manufacturing process, manufacturer shall provide Project Manager with minimum of three (3) weeks advance notice of when and where production of those pipes will take place. C. Repair damage to pipe or protective lining per manufacture specifications before final acceptance. D. Shipping: Where required, provide pipe and fittings with sufficient interior strutting or cross bracing to prevent deflection under their own weight. PART 3 EXECUTION 3.01 INSTALLATIONS A. Conform to requirements of Section 02511 - Water Lines. Do not install pipe without approved lay schedule. B. Install pipe within six months of pipe being manufactured. 04-2905 nn�, C. Manufacturer shall make available services of representative, throughout project duration when deemed necessary by Project Manager, to advise aspects of installation including but not limited to handling, storing, cleaning and inspecting, coatings and linings repairs, and general construction methods affecting pipe. D. Bedding and Baclfilling Conform to requirements of Section 02317 - Excavation and Backfill for Utilities. 2. Take necessary precautions during bedding and backfilling operations to prevent deformation or deflection of cylindrical shape of pipe by more than allowable pipe deflection. Do not move trench support system (trench safety system) once bedding material is compacted. 3. g 4. Align pipe at proper grade prior to joint connection and do not shift after jointing operation has been completed. 5. Excavate outside specified trench section for bell holes, and for spaces sufficient to permit removal of slings. Provide bell holes at proper locations for unrestricted access to joint. Form bell holes large enough to facilitate joint wrapping and to permit visual examination of process. Enlargement of bell holes as required or directed by project Manager. Subsequent backfilling thereof shall not be considered as authorized additional excavation and backfill. Backfill bell holes and spaces to satisfaction of Project Manager. 6. Remove blocking after placing sufficient backfill to hold pipe in position. E. Follow nonshrink grout manufacturer's specifications for nonshrink grouting. F. Store pipe at job -site with securely -fastened plastic end caps to maintain moist pipe interior. Promptly replace damaged end caps to avoid shrinkage or cracking of cement mortar lining. Immediately replace damaged plastic end caps. Do not leave uncapped for more than 4 hours- G. Deviation of installed pipe in anyone pipe section from line and grade shown on approved shop drawing layout shall not exceed 2 inches from grade and 3 inches from line. No deviation from line and grade at contact interfaces are allowed. H. , procedures and employ competent surveying personnel to ensure pipe Use adequate surveying methods r sections are laid to line and grade and within stipulated tolerances. Measure and record, in form approved by Project Manager, in -place survey data for pipe laid each day and submit copy of data to Project Manager at end of that day. Survey data to include unique pipe number, deflection angle at pipe joint and whether beveled ends were used, invert elevation at pipe joint, deviation of joint from project line, deviation of joint from project grade, inside pipe joint lap measured at top, bottom, and at springline ( each side). m.61,344 Bar Wranoed Steel Cvlinder Pine 1. Static Electricity: 1 Properly ground steel pipeline during construction as necessary to prevent buildup of static electricity. 2. Electrically test where required after installation of pipeline is complete. 3.02 DEFLECTION A. Allowable deflection from specified diameter determined as follows: Allowable Deflection = 0/4000, (D= Nominal inside pipe diameter in inches). B. Deflection may be measured by Project Manager at location along Arithmetical averages of g g g deflection are not acceptable. C. If deflection exceeds that specified, remove entire portion of deflected pipe section and install new Pipe as directed by Project Manager at no cost to City. 3.03 CLOSURES AND APPROVED PIPE MODIFICATIONS. A. No modifications of standard pipe for closures shall be permitted in field. No field cutting of pipe or exposure of bar wire is permitted without written approval from project Manager. B. Pipe manufacturer's representative and Project Manager to entirely witness closures and approved pipe modification efforts. C. Provide minimum lap of 4 inches between member being owed and edge of butt both interior and exterior, unless otherwise approved by project Manager. Weld on D. Provide full circumferential welds on joints required to be welded. Employ independent certified testing laboratory, approved by Project Manager, to perform weld tests on field welds. Include cost of such testing in contract unit price for water line. Use magnetic particle test method for lap welds or X-ray methods for butt welds, for 100 percent of joint welds. Maintain records of tests. If defective weld is revealed, repair defective weld, and retest. Use wire and flux from same manufacturer throughout entire project. E. Fill wrapper in field and allowing excess grout water to seep out. Refill wrapper as necessary. joint mortar level has stabilized and be pPeWhen gun to mechanically stiffen, lap Ethafoam wrapper over top of joint, and secure in place. F. Stretch test each gasket splices to twice its unstretched len gth and inspect for defects. 3.04 VISIBLE CRACKS A. No visible cracks longer than 6 inches, measured to be within 15 degrees of line parallel to pipe longitudinal axis, are permitted except: 04-2905 02613-15 1 ... _. - 1• In surface laitance of centrifugally cast concrete, 2. In sections of pipe with steel reinforcing collars or wrappers, or 3. Within 12 inches of pipe ends. B. Repair interior lining cracks that exceed 1/16-inch (0.0625 inches) wide. C. Reject pipe with exterior coating cracks that exceed 0.01 inches wide- D. Immediately remove pipe from site if pipe has cracks exceeding limitations and cracks are not repairable. I 3.05 FIELD REPAIR PROCEDURES FOR A. Areas less than or equal to 6 inches in diameter: Patch honeycomb and minor defects in concrete surfaces with nonshrink grout conforming to section 2.03 B. Use only manual or small (low pressure) air chisels to chip away mortar coating or lining. Cut out unsatisfactory material and replace with nonshrink grout, securely bonded to existing coating or lining. Finish junctures between patches and existing concrete as inconspicuous as possible. Strike off nonshrink grout flush with surrounding surface after patch has stiffened sufficiently to allow for greatest portion of shrinkage. Finish surface in accordance with lining requirements. B. Pipe with defective coating areas greater than 6 inches in diameter cannot be used. Immediately remove pipe from project. C. Reject pipe if steel cylinder is dented while making field repair. Immediately remove pipe from project. END OF SECTION n2613-16 Bar WraVVW Steel Cylinder Pine Southwest Pump Station City of Lubbock SECTION 02741 ASPHALTIC CONCRETE PAVING PART1-GENERAL 1.1 SUBMITTALS Submit the design mix and test data on the proposed design mix for each surface course in the project. The design mixes shall be prepared by acetype edan d trend nt tebase laboratory employed and paid by the Contractor. -' 1.2 ENVIRONMENTAL REQUIREMENTS A. Tem_ ner___ature. Place no asphaltic mixture, prime or tack coat, when the air temperature is below 450F and falling. Materials may be placed after the air to o the shade away from artificial heat. Placeasph mrature is above 40 F and rising. Take temperature readings in opinion of the Engineer. alt'cmixtures only when weather conditions are suitable in the B. Moisture. Place no asphaltic material or asphaltic concrete mixture when the receiving surface is wet with moisture or during any rain event or threat therefrom. C. Asphalt Concrete Surfacing, Measure by the the drawings. Payment will be at the unit rice bid square yard of the type constructed to the thickness shown on all materials; heating, p Per square Yard This price will include quarrying and furnishing , g, mixing, hauling and placing the asphaltic mixture; rolling and finishing, and all labor, tools, equipment and incidentals necessary to complete the work, except work and materials for the application of prime and tack coats. D. Deficient Base Thickness. 1. If a deficient thickness is found in an initial core of the asphalt base, additional 6-inch cores shall be taken by the Contractor, at the Contractor's expense. A minimum of three additional cores shall be taken for each 600 square yards of asphaltic base deficient in thickness. These cores shall be evenly distributed in a manner such that they represent the average asphalt base thickness of the 600-square yard section If -- the average measurement of the four or more cores is not deficient by more than 0.2 inches from the plan thickness, the thickness will be considered of satisfactory thickness and payment shall be made at the contract unit price. If the average thickness of the four or more cores is deficient more than 0.2 inches but not more than 0.75 inches from the plan thickness, an adjusted unit price as provided below will be paid for the area represented by these cores: 04-2905 02741-1 Asphaltic rnnrr,.t.1D-4-- Asphalt Concrete Base Deficiency Deficiency in Thickness Proportional Part Determined by Cores of Contract Price Inches Allowed 0.00 to 0.20 100 percent 0.21 to 0.30 80 percent 0.31 to 0.40 72 percent 0.41 to 0.50 68 percent 0.51 to 0.75 57 percent 2. Any area of asphaltic base found deficient in thickness by more than 0.75 inches shall be removed and replaced, at the Contractor's expense, with new asphaltic base of the thickness shown on the plans. 3. - No additional payment over the contract unit price will be made for any asphaltic base of a thickness exceeding that required by the plans. E. Deficient Surface Thickness. 1. If a deficient thickness is found in an initial core of the asphalt surface, additional cores shall be taken and the average thickness determined in accordance with paragraph 1.5C. The unit price shall be adjusted as follows: Asphalt Surface Course Deficiency Deficiency in Thickness Proportional Part Determined by Cores of Contract Price Inches Allowed 0.00 to 0.20 100 percent 0.21 to 0.30 80 percent 0.31 to 0.40 72 percent 2. Any area of asphalt surface found deficient in thickness by more than 0.40 inches shall be removed and replaced, at the Contractor's expense, with asphalt surface of the thickness shown on the plans. Care should be taken not to damage or remove the pavement below the asphalt surface. Should damage to the pavement below the asphalt surface occur, it shall also be removed and replaced at the Contractor's expense. 3. No additional payment over the contract unit price will be made for any asphalt surface of a thickness exceeding that required by the plans. PART2-PRODUCTS 2.1 MATERIALS A. Coarse Aggregate. Provide smooth gravel to crushed stone, uniform in quality throughout and free from dirt, organic or other injurious matter occurring either free or as a coating on aggregate. Aggregate must comply with ASTM C 33. Furnish rock or gravel with abrasiveness not more than 40 by weight when subjected to Los Angeles Abrasion Test (AASHTO T-96, latest revision). B. Fine Aggregate. Furnish sand or stone screenings or a combination of both. Aggregate shall conform to ASTM C 33. Use sand composed of sound, durable stone particles free from loams or other injurious foreign 04-2905 02741-2 Asphaltic Concrete Paving matter. Furnish screenings of the same or similar material as e aggregate. that part of fine aggregate passing the No. 40 sieve must be not morethan6 for when tested by standard plasticity index d x of methods. C. Asphaltic Material. Provide moisture -free homogeneous material which will not foam when heated to 347°F, and which meets the appropriate set of the following requirements: VISCOSITY GRADE _! AC-10 AC-20 Test Min. Max. Min. Max. r, Viscosity, 140°F stokes --} Viscosity, 275°F stokes 1000 ± 200 2000 ± 400 Penetration, 77°F, 100 g, 5 sec. 1.9 - 2.5 - Flash Point;- C.O.C.F: _ _ _ 85_ _ _ 55 _ _ - Solubility in trichloroethlene 450 - 450 _ y ,percent Tests on residues from thin film oven tests: 99.0 - 99.0 - Viscosity, 140°F stokes Ductility, 77°F, 5 cros per min., cros 3000 - 6000 Spot tests 70 50 _ Negative for all grades 1 • Material shall not be cracked. 2. Grade of asphalt used will be designated by the En one grade of asphalt will be required, after Engineer after design tests have been made. Only 3 grade is determined by test design for project. Asphalt material for the tack coat must be RC-250, and for the prime coat MC-70 or MC-250, and shall meet the following requirements: Grade RC-250 Limits MC-70 MC-250 Min. Max. Min Max Min Max. Water, percent Flash Point T.O.C. deg. F 0.2 0.2 — 0.2 Kinematic Viscosity at 140°F CST 80 10— 0 150 — 250 400 70 140 250 500 4. Distillate shall be as follows, expressed as percent by volume of total cut -back to 680°F: RC-250 MC-70 MC-250 Min. Max. Min. Max. Min. Max. Off at 437°F Off at 400°F 40 75 — 20 — 10 Off at 600°F 65 90 20 60 15 55 Residue from 680°F Distillation, 70 — 65 90 60 87 Volume, percent — 5 5 — 67 — 04-2905 02741-3 ._..- Asnhaltir f nnr- c.f. D....:__ RC-250 MC-70 MC-250 Tests on Distillation Residue Min. Max. Min. Max. Min. Max. Penetration at 100g, 5 sec., 77°F 100 150 120 250 120 250 Ductility at 77°F, 5 cm/min. cros 100 — 100* — 100* — Percent solubility in trichloroethylene, % 99 — 99 — 99 — Spot Test Negative for all grades * If penetration of residue is more than 200 and ductility at 770F is less than 100 cm, the material will be acceptable if its ductility at 60°F is more than 100. D. Hot -Mix Asphaltic Concrete. 1. Design Mixes. Materials and design mixes will be subject to approval of the Engineer after being tested in accordance with these specifications and current State Department of Highways and Public r Transportation methods, Test Method Tex- 126 E or Test Method Tex-204-F, for asphalt base material, and Test Method Tex-200-F for surface courses. Design mixes and tests for density and stability are the responsibility of the Contractor and shall be made at his expense. Submit test results and certificates certifying that asphaltic materials and aggregates comply with specified requirements. 2. Density and Stability Requirements. Density % Stability % Min. Max. p�tunum Not Less Than 94 99 97 40 E. Hot -Mix Asphaltic Concrete - Base Course. 1. Type "A" Grading Requirements for Aggregates. Percent Passing by Sieve Size Weight or Volume 1-1/2" 100 1-1/4" 95-100 7/8" 70-90 l/2" 50-70 No. 4 30-50 No. 10 20-34 No. 40 5-20 No. 80 2-12 No. 200 1-6 VMA % minimum 11 2. Proportions for Asphaltic Material. Four to nine percent of mixture by weight is required 04-2905 02741-4 Asphaltic Concrete Paving F. Hot -Mix haltic Concrete - Surface Course. 1 Type "C" Grading Requirements for Aggregates. Sieve Size Percent Passing by Weight or Volume 7/8" 5/8" 100 3/8" 95-100 No. 4 70-85 No. 10 43-63 No. 40 30-40 No. 80 10-25 No. 200 3-13 VMA % minimum 13 2• Proportions for Asphaltic Material. Four to nine percent of mixture by weight is required G. HotMix halttc Concrete Fine Graded Mixture T. e F. 1. Grading Requirements for Aggregates. Sieve Size Percent Passing by Wei ht or Volume _. 3/8" 1/4" 100 No. 10 95-100 No. 40 32-42 No. 80 9-24 No. 200 3-13 VMA %minimum 1-6 15 2. Proportions for Asphaltic Material. Four to nine percent of mixture by weight is required. PART3-EXECUTION 3.1 PRIME COAT Apply with an approved sprayer. Thoroughly clean stabilized at uniform rate, as shown. subgrade and apply prime coat of MC-70 or MC-250 3.2 TACK COATS _._. Apply with an approved sprayer. Thoroughly clean asphaltic base course or concrete RC-250 at a uniform rate surface and a pply tack coat of 04-2905 02741-5 ----.- ASDhalfic rnnrrc+tn D...4-- 3.3 LAYING A. Placement. Haul the asphaltic concrete mixture, which has been heated and prepared as specified, to the project in tight vehicles previously cleaned of foreign material. The mixture shall be at a temperature between 200OF and 350OF when laid. The Engineer will determine the lowest acceptable temperature; a variance of 30 degrees F upward will be allowed. Spread the material into place with approved mechanical finishing machine of screening or tamping type. Use a track -mounted finish machine to place the base course directly on an earth subgrade. B. Base Course Material. Base courses which are 4 inches or greater in thickness shall be placed in two or more layers. Each layer shall have a compacted thickness less than 4 inches. Spread base course materials in such a manner that when compacted, the finished course will be smooth, of uniform density, and will be to section, line and grades as shown. C. Surface Course Material. A surface course 2 inches or less in thick ness may be spread in one lift. Spread all lifts in such a manner that when compacted, the finished course will be smooth, of uniform density, and will be to section, line and grade as shown. D. Laving in Restricted Areas. If use of a paver is impractical, asphalt base and surface courses may be spread and finished by hand. Use wood or steel forms, rigidly supported to assure correct grade and cross section. Carefully place materials to avoid segregation of the mix Broadcasting of the material will not be permitted. Any lumps that do not break down readily shall be removed. Put down asphalt courses in the same sequence as if placed by machine. 3.4 ROLLING A. Begin rolling while pavement is still hot and as soon as it will bear the roller without undue displacement or hair cracking. To prevent adhesion of surface mixture to the roller, keep wheels properly moistened with water. Excessive use of water will not be permitted. B. Compress the surface thoroughly and uniformly, first with power -driven, 3-wheel, or tandem rollers weighing from 8 to 10 tons. Obtain subsequent compression by starting at the side and roiling longitudinally toward the center of the pavement, overlapping on successive trips by at least one-half width of the rear wheels. Make alternate trips slightly different in length Continue rolling until no further compression can be obtained and all rolling marks are eliminated. C. Use a tandem roller for the final rolling. Double coverage with an approved pneumatic roller on asphaltic concrete surface is acceptable after flat wheel and tandem rolling has been completed. 3.5 HAND TAMPING Along walls, curbs, headers and similar structures, and in all locations not accessible to rollers, compact the mixture thoroughly with a vibrating plate compactor. 3.6 CONSTRUCTION JOINTS Place courses as nearly continuously as possible. Pass the roller over unprotected ends of freshly laid mixture only when the mixture has become chilled. When work is resumed, cut back the laid material to produce a slightly beveled edge for the full thickness of the course. Remove old material which has been cut away and lay the new mix against the fresh cut. 04-2905 02741-6 Asphaltic Concrete Paving 3.7 FIELD QUALITY CONTROL A Surface Tests. The completed surface, when tested with a 16-foot straightedge Laid parallel to the center line of the pavement, shall show no deviation in excess of 1/16 inch per foot from the nearest point of maximum ordinate measured from the face of the strai po contact. The approved templates for curedfsub ghtedge must not exceed 1/4 inch at any point. Furnish that if a support checking ire in finished sections. The strength and rigidity of templates shall be such Plmn is transferred to center, no deflection in excess of 1/8 inch will be observed. B. Densi . Asphaltic concrete shall be percent air voids will be calculated usingthe Placed and compacted to contain from 3 to 7 percent air voids. The according to Test Method Tex-227-F. Roadway theoretical specific gravity of the mixture determined Pavement will be tested according to Test MethodTex-207-F. The nuclear-density be ithcores sections of correlate satisfactorily with results obtained from project roadwayasphaltic Engineer. Unless otherwise shown on the plans, the Contractor shall be responsible gauge or other methods which specimens may be used when approved by the roadway specimens at his expense and in a manner and at locations selected he Engineer. the required guieer. C. Defective P_ avemegt. _ Recompact pavement sections not meetingspecified densities or replace them with _j new asphaltic concrete material. Replace with new material sections of surface course pavement not meeting surface test requirements or having an unacceptable surface texture. Patch titute. At no change in the contractt pavement sections in accordance with Procedures established by the Asphalt Ins sections which did not meet the specifications.sum, replace asphalt pavement D. Tess. Drill core samples of asphalt base course or the Engineer to measure thickness. Drill a h co surface course at locations designated by Where minimum of one 6-inch core for each 600 square yards of pavement. surface course thickness and concrete dovrconcrete pavement, the same core may be used to determine both pavement thickness. asphalt END OF SECTION 04-2905 02741-7 Asphaltic Concrete Paving Southwest Pump Station City of Lubbock SECTION 02751 PORTLAND CEMENT CONCRETE PAVEMENT PART1-GENERAL 1.1 MEASUREMENT AND PAYMENT A. Determining pavement Thickness. 1. Determine pavement thickness by measuring cores taken at points selected by the Engineer. At least one 6-inch diameter core will be taken for each 500 square yards of pavement, The Owner will pay for these initial cores. 2. If a deficient thickness is found in an initial core, additional 6-inch diameter cores must be taken along the length of pavement in each direction from the identified point of deficient thickness. Take e th additional cores at 10-foot intervals until cores are obtained which measure the designated thickness. The cost of additional cores to determine area of deficient thickness will be paid for by the Contractor. B. Pavement Meeting or Exceeding Designated Thickness. 1. For pavement constructed to the designated thickness, measure by the square yard of completed and accepted pavement. Measure from back to back of curbs. Payment will be made at the unit price bid per square yard. 2. No additional payment over the contract unit price will be made for pavement exceeding the designated thickness. C. Pavement Less Than the Designared Thickness. I. Pavement within 1/4-inch of the designated thickness will be considered of satisfactory thickness. Payment will be made at the unit price bid per square yard. 2. Pavement which is between 1/4-inch and 1/2-inch less than the designated thickness will be considered as deficient thickness and will be paid for at an adjusted unit price. The adjusted unit price will bear the same ratio to the contract unit price as the square of the actual average thickness bears to the _$ square of the designated thickness. The length of the area of deficient thickness will be as determined from additional cores. The width of the area will be the entire width of the pavement within the length thus determined. 3. Pavement which is between 1/2-inch and 3/4-inch less than the designated thickness will be considered as unsatisfactory thickness. No payment will be made for pavement of unsatisfactory thickness. The area of unsatisfactory thickness will be determined by the same method as used to determine the area of deficient thickness. The pavement may be left in place if the Contractor relinquishes any claim for compensation for the area with unsatisfactory thickness. The Contractor may chose to remove the Pavement and replace it with pavement of the designated thickness for which pavement will be e as ng pavement of unsatisfactory thickness. mad specified. No reimbursement will be granted for removi 4. Pavement which is not within 3/4-inch of the designated thickness is considered as unacceptable thickness. No payment will be made for pavement with unacceptable thickness. The area of unacceptable thickness will be determined as the same method as used to determine the area of deficient thickness. Pavement of unacceptable thickness may not be left in place; remove and replace it with pavement of the designated thickness for which payment will be made as specified. No reimbursement will be granted for _ removing pavement of unacceptable thickness. 04-2905 02751-1 ut will be d by quare D. Driveway Turnouts Each c P�v Payment will be at the unit price bid per sq scare yard. d of surface area for the completed and accepted turnouts.ym E. Pavinu Headers. No separate payment will be made for concrete pavement headers. Include the cost of paving headers in the contract prices for work of which headers are a part. 1.2 HANDLING AND STORAGE A. Do not mix different classes of aggregate without prior written permission of the Engineer. B. The class of aggregate being used can be changed before or during the job with proper notice. The new class must meet specifications. C. Segregated aggregate will be rejected. Before using aggregate whose particles are separated by size, mix them uniformly to grading requirements: D. Aggregates mixed with dirt, weeds or foreign matter will be rejected. E. Do not dump or store aggregate in the roadbed. PART2-PRODUCTS 2.1 MATERIALS A. Portland Cement. 1. Sample and test cement to verify compliance with Standards of ASTM C 150, Type I or ASTM C 175, Type III. be used if the method of handling is approved by 2. Bulk cement which bucelktacreemeentced �d ���tory weighing devices. the Engineer. When using B. Water. Furnish clean, drinkable water free from injurious amount of oils, acids, alkalis or other deleterious substances. C. Coarse Aaaregate.� by wstandard laboratory de crushed stone ormetheods, coarse aggregate must conform towell the�fodllowinthin specified limits. When test y requirements: I The maximum percentage by weight of deleterious substances must not exceed the following values: Constituents Percent By Weight Removed by decantation 4.0 0.25 Shale 0.25 Clay lumps 3.0 Soft fragments Other local deleterious substances, 3.0 such as friable pieces The sum of the percentages of above 5.0 constituents shall not exceed 2. Furnish coarse aggregate worn no more than 45 percent when tested according to AASHTO T96. m17 a 1 a Portland Cement Concrete Pavement I Conform to the following grading requirements for aggregate tested on a standard square -opening sieve. Sieve Percent Retained 2-1/2 inches 0 1-3/4 inches. 0 to 20 3/4 inch No. 4 25 to 65 95 to 100 D. Fine Agareeate. Provide washed sand having clean, hard, durable grains, well graded from coarse to fine. The sand must be free from soft or flaky particles or other injurious matter. When tested by standard laboratory methods, fine aggregate must conform to the following requirements: I. Conform to the following grading requirements for aggregates testedonstandard sieve. ---- --- Screen or Sieve Percent Retained By Weight 3/8 inch screen 0 1/4 inch screen 0 to 5 20 mesh sieve 15 to 50 100 mesh sieve 85 to 100 2. Weight removed by elutriation test must be not more than 2 percent. 3. When subjected to color test for organic impurities, fine aggregate must not show color darker than standard color. E. Mineral Filler. The addition of stone dust, sand, or crushed (oyster) shell dust of acceptable quality and cleanliness may be required as mineral filler to improve workability or plasticity of concrete mixture. When mineral filler is used, it must be batched and weighted separately. Filler may be used in amounts not to exceed 15 percent of weight of fine aggregate. When tested with standard laboratory sieves, mineral filler must meet the following requirements. - Passing 30 mesh sieve 95 to 100 percent Passing 200 mesh sieve 50 to 100 percent F. Reinforcing Steel. I. Provide new billet steel manufactured by the open hearth process and conforming to AS A 615, Grade 40. Store steel to protect it from mechanical injury and rust, At the time of placement, steel should be free from dirt, scale, rust, paint, oil or other injurious materials. 2. Cold bend reinforcing steel to shapes shown. Once steel has been bent, it may not be rebent. 3. Wire fabric must be of gauge and facing shown and must meet ASTM A 82. Use fabric in which longitudinal and transverse wires have been electrically welded at points of intersection. Welds must have sufficient strength not to be broken during handling or placing Welding and fabrication of fabric sheets must conform to standards ASTM A 185. 4. Furnish the manufacturers certificate giving property of steel. Provide specimens for testing, when required G. Air Entrainine Agent Furnish an air entraining agent which meets standards of ASTM C 260. Use UB-VR by Master Builders Comp any, Air -in by Hot Process Corporation -Southern, or approved substitution. H. Retardant. As retardant provide Pozzolith No. 8 b Master Builders Company, p y parry, BPS-R by Hunt Process Corporation -Southern, or approved substitution. I,,.,'s 04-2905 02751-3 �. Expansion Joint Material. Furnish filler board of selected stock. Use wood of density and type as follows: 1. Clear, all -heart cypress weighing no more than 40 pounds per cubic foot, after being oven dried to constant weight r cubic foot, after being oven dried to 2. Clear, all -heart redwood weighing no more than 30 pounds pe constant weight. J. Joint Sealing Compound. Furnish hot -poured elastomeric polymer exceeding Federal Specification SS-S-164. K. Load Transmission Devices. Provide smooth steel bar dowel, as shown. Steel bars shall conform to standards of ASTM A 615, Grade 60. L, Metal Supports for Reinforcing Steel and Joint Assembly- Employ metal of approved shape and size. Space supports as directed. M. Liquid Membrane Forming Compound for Curing Concrete. Provide Type H white pigmented compound conforming to standards of ASTM C 309. 2.2 PROPORTIONING A Resroonsibility. Proportioning of the concrete mix is the responsibility of the Contractor. Design the ial concrete mixture and furnish a statement giving the proportion of materials in the mix. Subb tt comm et of the rc laboratory report showing that proportions and materials selected will produce laboratory mixed specified quality, having strength 10 percent higher than that specified. Testing of design mixes is the Contractor's responsibility. B. Concrete Mix. Provide a concrete mix that is uniform and workable. Design the mix to produce concrete which will have a minimum compressive strength of 2,400 psi at 7 days and 3,500 psi at 28 days. Settlement of concrete must be at least 1-1/2 inches, but no more than 3 inches, when gauged by a standard slump test. 1. Concrete pavement 5 inches thick must contain at least 5-1/2 sacks of cement per cubic yard, with not more than 6.5 gallons of water, net, per sack of cement. Addition of mineral filler may be required to improve workability or plasticity of concrete. 1 rewater in the aggregate, minus 2. The net amount of water is the amount added at the mixer, p us p e will be made for evaporation after absorption the aggregate displays in 30 minutes. No water allowanc hatching. 3. Coarse dry aggregate will not exceed 85 percent of the loose volume of concrete. Add the air -entraining agent to the concrete to produce the effect that could be obtained by use of air- 4. TM C 175. Use the amount needed to entrain 3 percent to 5 entrained Portland cement, as specified in AS percent of air by volume of concrete. Add the agent to the batch in a solution of the mixing water. Batch this solution by means of a mechanical batcher capable of accurate measurement. Ensure a uniform distribution throughout the batch during the specified mixing period. 5. Retardant is required when the temperature exceeds 85°F. Proportion as recommended by the manufacturer. Use the same brand as used for the air entraining agent. Add and batch the material using the same methods as used for the air -entraining agent. 2.3 MIXING EQUIPMENT A. Condition. Mixing equipment must be in first class working condition and must be inspected and approved by the Engineer before paving operations will be permitted. nA _')ona 02751-4 Portland Cement Concrete Pavement B. Scales. L Weigh materials separately and accurately using standard scales attached to a standard batching Plant. Consider a sack of cement weighing 94 pounds to be 1 cubic foot. 2. Employ beam type of springless dial type scales. Equip the beam type with a springless dial indicator showing at least 100 pounds over or under the required weight Use graduated scales or dial indicator showing increments of 5 pounds or less. 3. Use scales accurate within 4 pounds per 1,000 pounds per net load in the hopper. C. Mixer. L A capacity of not less than a 14-5 mixer, as rated by Mixer Manufacturers Bureau of Associated General Contractors, is required. Provide a speed regulator to hold a mixer to the normal speed of revolution. Equip the mixer with an automatic timer and lock for the discharging device to prevent discharge until all materials have been mixed together for the minimum time required. The timer and lock_ must -operate independently of the drum: Also provide a bell to indicate completion of a mixing time. The bell must be plainly audible to a distance of 50 feet from the mixer. 2. Equip the mixer with an accurate device to measure water within 1 percent of the total amount required Construct the measuring drum with an opening to atmospheric pressure when the measured amount of water is inside. Place and construct the drum so that a single batch of water can be discharged into a calibrated tank or a weighing device attached to the mixer, without seriouslydelaying operations. Check the operation of this water measuring device daily. n g paving D. Batch Truck Batch trucks, for the transportation of measured materials from the hatching plant to the mixer, must be covered tight to prevent excessive evaporation or any loss of materials. 2.4 M MG A. Central batching and transit mixing will be Permitted. A central mixing plant will be allowed upon approval of mixing and handling methods. B. Mix concrete in a batch -mixer as specified only in such quantities as are required for immediate use. Thoroughly mix aggregate and cement for a period of not less than 50 seconds, computed from the time the last aggregate disappears into the drum until the concrete begins to appear in the discharge chute. Lock the mixer discharge with an automatic timing device until the specified time has elapsed. Introduce water into the drum during - the first 15 seconds of mixing. Discharge the entire contents of the drum before the materials are placed for a succeeding batch Retempering or remixing will not be permitted. C. For transit mixed concrete use a water type truck mixer. Mix each batch for 100 revolutions at the xer mi manufacturer's mixing speed, perform additional mixing or agitation at the speed specified for agitation D. Stamp the time of loading the transit -mix truck on the delivery ticket before the truck leaves the plant. Equip truck mixers with water tank and measuring devices which permit positive measurement of mixing water. When aggregate contains more than 6 percent water, place the concrete within 1/2 hour after the introduction of water. When aggregate contains from 3 percent to 6 percent water, place the concrete within 1/2 hour after the introduction of cement Transit -mix concrete must conform to other applicable requirements of this section. PART3-EXECUTION k_. 3.1 WEATHER CONDITIONS Place concrete only when the air temperature is above 35°F and rising. The Contractor is responsible for the quality and strength of concrete placed under any weather conditions. 04-2905 02751-5 Portland Cement Concrete Pav,-m,-nr 3.2 EQUIPMENT Equipment for preparing subgrade and for finishing and compacting must be in good working order and be approved before commencing work. A. Sub=de Planer and Template. 1. Use a subgrade planer with adjustable cutting blades to trim the subgrade to the exact section shown on the drawing. Select a planer with visible rollers which ride on the form. The planer frame must have at all times, and have sufficient weight so that it will remain on he form owheel to center, the planercwill note elop deflectd rigidity ion of under tests made by changing the support more than 1/8 inch. Tractors used to pull the planer must not produce ruts or indentations in the subgrade. When the slip form method of paving is used, operate the subgrade planer on a prepared track grade or have it controlled by an electronic sensor system operated from a string line that established the horizontal alignment and elevation of the subbase. 2. Provide a template for checking the contour of the subgrade: The template must be long enough to -- -- rest upon side forms and have such strength and rigidity that under tests made by changing the support to the center, the template will not show deflection of more than 1/8 inch. Fit the template with accurately adjustable rods projecting downward at 1-foot intervals. Adjust these rods to gauge the cross sections of the slab bottom when the template is resting on the side forms. B. Machine Finisher. Provide a power -driven, transverse finishing machine designed and operated to strike off and consolidate the concrete. Select a machine with two screeds accurately adjusted to the crown of the pavement and with a frame equipped to ride on the form. Use a finishing machine with rubber tires if it operates on concrete pavement. C. Hand Finishing. 1. Provide a mechanical strike and tamping template the width of pavement to be finished. Shape the template to the pavement section. 2. Also provide floats of approved design Provide two bridges for finishing expansion and dummy joints and necessary edging and finishing tools to complete the pavement slab. D. Burlap Drag for Finishing Slab. Furnish four plies of 10-ounce burlap material fastened to a bridge to form a continuous strip of burlap the full width of the pavement. The 3-foot width of burlap material must be in contact with the pavement surface. Keep the burlap drags clean and free of encrusted mortar. E. Vibrators. Furnish mechanically operated synchronized vibrators mounted on a tamping bar which rides on the forms. Also employ approved hand -manipulated mechanical vibrators. Furnish vibrators with a frequency of vibration providing the maximum consolidation of concrete without segregation. F. Traveling Form Paver. A traveling form paver of approved design may be used in lieu of construction methods employing forms, consolidating, finishing and floating equipment If a traveling form paver is used, all requirements of this specification for subgrade, pavement tolerances, pavement depth, alignments, consolidation, finishing and workmanship must be met in full• If a traveling form paver proves inadequate, in the opinion of the Engineer, in providing a pavement which meets the drawings and specification in all respects, its use will be immediately discontinued when so ordered by the Engineer and conventional methods will be used. 1. Equip the traveling paver with a longitudinal transangular finishing float adjustable to crown and across the pavement practically to the side forms or the grade. The float must be long enough to extend edge of the slab. 2. Prior to beginning paving operations, ensure that a continuous deposit of concrete can be made at the t paver to minimize starting and stopping. Pave by conventional means those locations inaccessible to a traveling paver, or having horizontal or vertical curvature that a traveling paver cannot negotiate. nd-')gn5 02751-6 Portland Cement Concrete Pavement 3. Do not place reinforcing steel mechanically. Where the plans require tie bars to be installed for adjacent paving, securely tie and support the bars to prevent displacement Alternatively, tie bars may be installed with an approved mechanical bar inserted mounted on a traveling -form paver. Replace any pavement in which tie bars assume a final position other than that shown on the drawing, unless corrective alternates are authorized in writing and carried out to the satisfaction of the Engineer. 3.3 SUBGRADE Properly prepare, shape and compact each section of subgrade before placing forms, steel or concrete. After forms have been set to proper grade and alignment, use a subgrade planer to shape the subgrade to its final cross section. Check the contour of the subgrade with the template. 3.4 FORMS t., A. Side Forms. Use metal forms of approved shape and section. A form -as deep_as_the pavement edge -- - thickness is preferred Forms with depth up to 1-inch greater or less than pavement thickness may be used. Forms with less depth than pavement thickness will be brought to required depth by securely attaching wooden planks of approved section and size to the bottom of the form. Use a form section at least 10 feet in length, and staked in position with at least three pins. Forms must have adequate strength too withstand machine loads without visible _. springing or settlement. Use forms free from warps, bends and kinks and sufficiently true to provide a straight edge on the concrete. Test the top of each form section with a straight edge and verify that it conforms with requirements for the surface of completed pavement Use flexible or curbed forms of wood or metal to set the proper radius on curves of 100 feet radius or less. B. Form Setting 1. Rest forms directly on subgrade. Do not shim with pebbles or dirt. Remove subgrade that will not support the loaded form. Replace and compact subgrade to required density. Accurately set forms to required grade and alignment and, during the entire operation of placing, compacting and finishing of concrete, do not deviate from this grade and alignment more than 1/8-inch in 10 feet of length. Do not . remove forms for at least 24 hours after the completion of finishing operations. Provide a supply of forms that will be adequate to comply with this requirement and for orderly and continuous placing of concrete. Set the forms and check the grade for at least 130 feet ahead of the mixer. 2. Adjacent slabs may be used instead of the forms, provided that the concrete is well protected from possible damage by finishing equipment. These adjacent slabs must not be used for forms until the concrete has aged at least 7 days. For short radius curves, forms less than 10 feet in length or curved forms may be used. For curb returns at street intersections and driveways, wood forms of good grade and quality may be used. Do not use any material which, in the opinion of the Engineer, is unsuitable for forms. 3.5 REINFORCING STEEL AND JOINT ASSEMBLIES A. Accurately place reinforcing steel and joint assemblies and position them securely in accord with details shown. Wire reinforcing bars securely together at intersections and splices. Bars and coatings must be free of rust, dirt or other foreign matter when the concrete is installed. _ B. Place pavement joint assemblies at required locations and elevations, and rigidly secure all parts in required Positions. Install dowel bars accurately in joint assemblies as shown, each the center line of the pavement and rigidly secure in the required parallel to the pavement surface and to and finishing of concrete. Accurately cut header boards, joint filler othermaterialused for oevent trming joints to during receive each dowel bar. C. Place all reinforcing steel and secure to chairs. 04-2905 02751-7 Pnrtlanri rr m^. t n..., n---- 3.6 PLACING A. Batches not placed as specified within 30 minutes after water or cement has been added will be nt rejected. Fine aggregate containing more than 6 percent moisture and coarse aggregate containing more than 3 pe moisture will likewise be rejected. B. Deposit concrete rapidly and continuously on subgrade or subbase in successive batches. Distribute concrete to the required depth and for entire width of the pour by shoveling or by other approved methods. Do not use rakes in handling concrete. At the end of the day or in case of unavoidabetter interruption of the f re on on which work 30 minutes, place a transverse construction joint at the point of stopping work, provided eet from the preceding joint. Sections less than 10 feet long must be has been suspended is not less than 10 f removed and replaced. C. Take special care in placing and spading concrete against forms and at longitudinal and transverse joints to prevent honeycombing Voids in the edge of the finished pavement will be cause for rejection. 3.7 COMPACTING A. Consolidate the concrete using an approved mechanical vibratory unit designed to vibrate concrete internally. Extend a vibratory unit across the pavement, not quite touching the side forms. Equip the unit with synchronized vibrators. Space individual vibrators at close enough intervals to vibrate and consolidate the entire width of the pavement uniformly. Mount mechanical vibrators to avoid contact with forms, reinforcement, transverse or longitudinal joints. B. Furnish enough hand -manipulated mechanical vibrators for proper consolidation of concrete along forms, at joints and in areas not covered by mechanically controlled vibrators. 3.8 FINISHING A Finish concrete pavement by power -driven transverse finishing machines or by hand finishing methods. 1. Use the transverse finishing machine to make at least two trips over each area. Make the last trip over a given area a continuous run of not less than 40 feet. After transverse screeding, use a hand -operated longitudinal float to test and level the surface to the required grade. 2 Hand finish with a mechanical strike and tamping template as wide as the pavement to be finished. Shape the template to the pavement section. Move the strike template forward in the direction of the work, maintaining a slight excess of material in front of the cutting edge. Make at least two trips over each area. Screed the pavement surface to the required section. Work the screed with a combined transverse and longitudinal motion in the direction work is progressing. Maintain the screed in contact with the forms. Use a longitudinal float to level the surface. B. On narrow strips and transitions, finish concrete pavement by hand. Thoroughly work concrete around reinforcement and embedded fixtures. Strike off concrete with a strike -off screed. Move the strike -off screed forward with combined transverse and longitudinal motion in direction work is progressing, maintaining the eed in contact with the forms, and maintaining a slight excess of materials in front of the cutting edge. Tamp the concrete with a tamping template. Use a longitudinal float to level the surface. C. After completion of the straightedge operation, make the first bass of a burlap drag as soon as construction operations permit and before the water sheen has disappeared from the surface. Follow this by as many passes as required to produce the desired texture depth. Permit no unnecessary delays between passes. Keep the drag wet, clean and free from encrusted mortar during use. AA ')Onc 02751-8 Portland Cement Concrete Pavement 3.9 SURFACE TESTS The entire surface before the initial set and correct irregularities or undulations. Bring surface within requirements of the following test and then finish. Place an approved 10-foot straightedge parallel to the center of the roadway to bridge any depressions and touch all high spots. Do not permit ordinates measured from the face of the straightedge to the surface of the pavement to exceed 1/16 inch per foot from the nearest point of contact. In no case permit the maximum ordinate to a 10-foot straightedge to exceed 1/8 inch. 3.10 JOMS A. Placement. Place joints of the types shown on drawings at required locations and at spacings shown. B. Constriction Joints. Place a transverse construction joint wherever concrete placement must be stopped for more than 30 minutes. Place longitudinal construction joints at interior edges of pavement lanes where required. Work the concrete well against the bulkhead. The key -way on the longitudinal construction joint may be omitted when -a- traveling -form -paver-is-used; and when No. 5 deformed tie bars, 30 inches long and spaced 18 inches on -- centers, are used. C. Exnansion Joints. Place expansion joints at radius points of curb returns for cross street intersections, or as shown. Use no boards shorter than 6 feet. When pavement is 24 feet or narrower, use not more than two lengths of board. Secure pieces to forma straight joint. Shape board filler accurately to the cross section of the concrete slab. Use premolded joint filler, accurately shaped, in curb section. Use load transmission devices of the type and size shown. Use a joint sealing compound as required. D. Contraction Joints. Make contraction joints straight and place them at spacings shown. Placesmoothed, painted and oiled dowels accurately and normal to the joint. Tool the edges of the groove and seal the groove with joint sealing compounds. E. Loneitudinal Weakened Plane Joints. Make a longitudinal weakened plane joint with a deformed metal strip. Adequately stake the metal strip in place to prevent lateral movement of the metal strip while the concrete is - s being placed. 3.11 MEMBRANE CURING A. After the concrete surface has been finally finished and the surplus water sheen has disappeared, seal the surface with single uniform coating of an approved curing compound. Apply the compound at the rate of coverage recommended by the manufacturer and as directed by Engineer, but not less than 1 gallon per 180 square feet of surface area. Control and check the rate of application. B. Thoroughly agitate the compound during use and apply by means of approved mechanical power pressure ersequipped sprayers, y with satisfactory atomizing nozzles. For application on small miscellaneous items, hand Powered spray equipment may be used. For all spraying equipment, provide means to prevent loss of compound between the nozzle and the concrete surface while spraying. C. Thoroughly moisten the surface just before applying the curing compound. Where discontinuities, pin holes or other defects show, or where rain has fallen, immediately apply an additional coat of compound to the newly coated surface before the film has dried sufficiently to resist damage. Apply the added coat at the same rate of coverage as specified. 3.12 JOINT SEALING A. Seal joints only when surface and joints are dry, ambient temperature is above 50°F, and weather is not foggy or rainy. 04-2905 02751-9 Portland Cement Concrete Pavement B. Before work is started, the joint sealing equipment shall be in first-class working condition, and be approved by the Engineer. Use a concrete grooving machine or a power -operated wire brush and other equipment such as plow, brooms, brushes and blowers as required to produce satisfactory joints. C. Clean joints of loose scale, dirt, dust and curing compound. When required, remove the joint filler to the depthshown. The term joint includes wide joint spaces, expansion joints, dummy groove joints or cracks, either preformed or natural. Remove loose material from concrete surfaces adjacent to joints. D. Fill joints neatly withjoint sealer to the depth shown. Pour sufficient joint sealer into the joints so that, upon completion, the surface of the sealer within the joint will be 1/4 inch below the level of the adjacent surface or at an elevation as directed. 3.13 PROTECTION AND OPENING PAVEMENT TO TRAFFIC Barricade a pavement section from use for at least 72 hours during the curing period. Do not open pavement to traffic until concrete is at least 10 days old Onthose sections of pavement open to traffic, seal the joints, clean the pavement and place earth against the pavement edges before permitting use by traffic. Such opening of pavement to traffic in no way relieves the Contractor from his responsibility for the work. 3.14 TESTING A. Duties. Arrange for the laboratory to inspect and test materials entering the concrete and check the design of concrete mixes to meet specified strengths, uses and finishes. The lab will analyze aggregate for quality, durability, grading and free water content. The lab will take representative specimens of ingredients and mixes; make test cylinders and measure their compressive strength The lab will check the moisture content of aggregates and control their mix subject to approval. B. Test Procedures. The laboratory will make tests in conformance with current standard test procedures of ASTM and AASHTO. C. Test Reports. The laboratory will promptly furnish written reports covering results of tests and inspections to the Engineer and the Contractor. D. Test Cylinders. Two test cylinders for compressive strength test will be made for each 600 square yards or less of pavement that is placed in one day. Cylinders will be tested at the ages of 7 and 28 days. Cylinders will be made, cured and tested using applicable ASTM standards for sampling and testing. E. Yield. Make a yield test in accordance with ASTM C 138 for cement content per cubic yard of concrete. If such cement content is found to be less than that specified per cubic yard, reduce batch weights until the amount of cement per cubic yard of concrete conforms to requirements. F. Core Samples. Drill core samples of concrete pavement at locations designated to measure thickness. Drill a minimum of one core for each 600 square yards of pavement. At age of 28 days, each core may be tested for compressive strength according to methods of the ASTM C 42. The 28-day compressive strength of each core tested must be at least 3000 pounds per square inch END OF SECTION 04-2905 02751-10 Portland Cement Concrete Pavement